Loading...
HomeMy WebLinkAbout104-95 RESOLUTIONRESOLUTION NO. 104-95 A RESOLUTION AWARDING BID NO. 95-52 IN THE AMOUNT OF $161,313.30, PLUS A PROJECT CONTINGENCY AMOUNT OF $20,000 TO SWEETSER CONSTRUCTION FOR CONSTRUCTION OF A STANDARD CITY STREET FROM THE INTERSECTION OF HIGHWAY 265 TO THE NEW ELEMENTARY SCHOOL'S DRIVE. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The Council hereby awards Bid No. 95-52 in the amount of $161,313.30, plus a project contingency amount of $20,000 to Sweetser Construction for construction of a standard city street from the intersection of Highway 265 to the new elementary school's drive and authonzes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 1st day of August 1995. APPROVED: By: STAFF REVIEW FORM AGENDA REQUEST x CONTRACT REVIEW (Change order) GRANT REVIEW For the Fayetteville City Council meeting of N/A FRAM• .,, Jim Beavers Engineering Name Division ACTION REQUIRED: Mayor's execution of change order no. 1 with Sweetser Construction for additional work on the extension of Township east of Hwy 265 to the new school's drive. Public Works Department rnsm Tn rTTY! $ 7,948.40 $ 2o11(19 Cost of this Request Category/Project Budget 4470-9470-5809 $ ' g4, Olt Account Number Funds Used To Date 94084-0020 $ 22,01,1 Project Number Remaining Balance Street Imprvmnts Category/Project Name Program Name Sales Tax Consrt. Fund BUDGET REVIEW: IletougThi Budge Coordinator x Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: .1,714,44:Fit) /24 u' ,rc Accou 1 g. M.orager City At Purchasing Officer LI/ 42 qt Date Date A - l"lir Date GRANTING AGENCY: ADA Coordinator Inhlernal Auditor Date 1 Date STAFF RECOMMENDATION: Ma • 's execution of the Bion Head Department Director proposed change Adminis rative Services Directoro May 1/61;" 4» Date Date Y///eX Date order. Cross Reference New Item: Yes Prev Ord/Res # 104-95 Orig Contract Date: 1 Aug 95 E%XETTEV7II1LE THE CITY OF FAYE1TEVILLE ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Kevin Crosson, PW Director Charles Venable, Asst. PW Dir ctor Don Bunn, City Engineer / From: Jim Beavers, Engineering Date: 8 April 96 Re: Proposed change order no. 1 to the Construction Contract with Sweetser Construction for the extension of Township from Highway 265 to the new elementary school's drive. The change -order is necessary to provide additional paving at the intersection as requested by the AHTD, to provide additional drainage at the east end and miscellaneous items discovered in the field. Details of the request are contained in the enclosures. The Original contract price was $161,313.30. The proposed increase is $7,948.40. The revised total will be $169,261.70.* On August 1, 1995, the Council approved the $161,313.30 contract and a $20,000.00 project contingency (Resolution 104-95). Engineering requests that the Mayor approval the attached change order with Sweetser Construction. After the Mayor has signed the proposed change order, please submit one to the City Clerk and return two to Engineering. Please call me at ext. 418 if you need any additional information. Enclosures: 1. Proposed change order (three originals) * Based upon current payment estimates, the unit priced quantities are expected to vary by $5,000.00 to $10,000.00. A change -order to reconcile final quantities will be provided after the construction is complete. 03/27/96 / e:• ii ! "I L .'�n(1 y C r Date: Development Consultants, LLC CONTRACT CHANGE ORDER PROJECT : Township Road Extension Project LOCATION : Fayetteville, Arkansas OWNER . City of Fayetteville 1 __ _ , _'_,`•/l- ORDER NO. 1 NO.: DCI No 94-227 NO.: DCI No 94-227 : March 25, 1996 i CHANGE DESIGN CONSTR. . -_ 1DATE OWNER: Purchasing Office, Room 306 CONTRACTOR : Mr. Bib Sweetser The City of Fayetteville Jerry D. SFeetser, Inc. 113 West Mountain Street 590 West Poplar Fayetteville, Arkansas 72701 Fayetteville, Arkansas 72703 ITEM NO DESCRIPTION QUANTITY UNIT CONTRACT TOTAL UNIT PRICE AMOUNT Additions; Schedule "C" Miscellaneous: 46 Asphalt Drive Retums 15 TN $60.00 $900.00 47 Pavement Marking Removal 1 LS $154.80 $154 80 48 Concrete Island Removal 1 LS $825.00 $625.00 49 18" RCP Removal & Gravel Backfill 1 LS $1.360.00 31,360.00 50 Runnels & Fonte Properly Restoration • 1 LS $1.233.60 31,233.60 51 Rock Excavation In Trenches 25 CY $125.00 $3,125.00 52 Ditch Cleaning and Debris Disposal 50 LF $5.00 $250.00 53 Speclal Equipment Mobilization 1 LS $300 00 $300.00 $7,948.40 The Onginal Contract Price was $161,313.30 Net Change By Previous Change Order(s) . 4- The Contract Price Prior To This Change Orders was ....... $161,313.30 The Contract Price WII Be Increased (Decreased) By This Change Order by $7,948,40 The New Contract Price Including This Change Order is.... $169,261.70 The Contract Time Will Be Increased by ..... ............ 133 Days The Date Of Completion As Of The Date Of This Change Order is April 30,1996 Recommended: Development Consultants, LLC. BY: • 22 �lrkIy,r Date: ��79G __ Trle:��ffa✓ if cceplle_d. Jerry D Sweetser, Inc - General Contractors � i /£:-//eTitle: BY `� /�lc.)'•� f all e- Date: I - 27 - `l6 Approved: City of Fayetteville; Fayetteville, Arkansas l/ l, l., (2 /I /�ta_ .i//., / e:• ii ! "I L .'�n(1 y C r Date: Development Consultants, LLC CERTIFI(' % TE 01' S1' BS FAN.1141 COMM PI AE noN OR\I:R s Project \o 13id No 9S -S2 Project Township Road Iatens on Project CON IRA(' I OR km I) Swettser inc Contract For Street. Storm Drainage. Rater & Sewer Improvements F\(iINI•ER'S Project No 94-227 ( ono act Date August 1, ' 99S I his Certificate of Substantial Comple ion applies to ail Rork under the Contract Documents or to the following .peccied part. the-eof .Street. Storm Drainage. Hater & .Sewer 1mpnmemenh: Township Road Extension Project Sheet No 1)escrip: t)r• ( rn ei Sheet & Vicinity Slap 1 Roadway Plar & Profile - Stators 01 to 8162 2 Roadway Sccuors - Station~ n thi 10 2. SC Roadway Section. Star on. 1.21) to h•+to 4 Roadway Sections - Stations 7.26 to 8'62 5 Pavement Marking and Concctc Jointing Plan 6 Street and Storm Drainage Standaid Details 7 Domestic R ater and Sanitary Sewer Plan R Sanitary Sewer Main Plan & Profile Domestic Rale: and Sanitary Sewer Standaid Detail. 1 o City of Fayettevil'e. Fayetteville. Arkansas (ri\\}R And To Jetty I) Sweetser. Inc FO\ I R.\( i OR The Rork to which this ('e-tifica:e apches ha. Neer inspected In au:hotilea •epresentauces Of I)\V\).R_ CO\ IRACTOR. and I'Mil\l:ER and that R ork r. hereby declared to he substantially complete in accordance with the Contract Documents on .....December 19. 1995 1)ale of S.ihst an:.al ('emplet:on A tentative list of items to be completed or corrected is attached hereto 1 his list may not be all-mclusny e. and the failure to irclude an item n 1 does not ater the responsih.lih of ('O\1 RACrOR to complete all Work it accordance with the Contract Documents When This Certificate applies lo a specified part of the Work the items in the tentative list shall he completed or correced by (1)\ TRACTOR within 133 days of the above date of Substantial ( nmp.etion 1 he date &Substantial Completion is the date upon which all guarantees and warranties begin except as follows Asphalt Ume RetLrrs 1Change Oder \o 1) Concrete Dm ewav Ret ms !Change e Order No I 1 1 he responsibilities between OR'\1_•R and CONTRA(' 1 OR for secunly, operation. safety. maintenance. heat. utilities and ins.:rance sial: he as fo low, RISPONSI13I1.If1IS O1%NLR As per ( ontract General X Supplemental ('ordztions ( O\l RAC 1 OR As pet Contract General Xc Supplemental Conditions The fo low ng documents are attache:: to and made a pan of this ( ei if cale ) ('nc of fasetteville Final Inspection IAlter. Dated hebruan 12. 1996 2 1 Jerry 1) Sweetse:. Inc 1 e11et Dated \larch ' 3 tvQn I:xecuted h\ I:\GI\1:1;R on 0-24 •9 •1f, The COVER AC I OR accepts this ( is Development ( onsultants. 1 1.(' 1:'x(11 1h ef u `Tb s antral Completion or . 1 Jrn 1) Sweetser. Inc ('O\lR At' 1 I)R 11' C... ':-- /.iv,Gtl 4t/ FAYETTE` I LLF THE CITY OF FAYETTEVILLE ARKANSAS February 12, 1996 Gregg Bone, P.E. DCI Consultants 1970 East Joyce Blvd. Suite no. 1 Fayetteville, AR 72703 Re: Township ext. east of Hwy 265. The following items are required before the construction and engineering contracts can be completed: 1. Construction contract change -order. A change -order shall be required for the following items: a. To add a "wedge" of asphalt or concrete pavement to the NE and SE corners of the intersection with highway 265 as required by the AHTD and requested by the City in my October 30, 1995 letter to you. This requirement has been confirmed by the AHTD (6 Feb 96), and the length of the surface can be reduced to 20 - 25 feet. b. To provide measurement and payment for the added sleeves under the driveways and street. It appears that this item has been paid for as sewer service, $19.00 lf. If this is true, then a new price, and much lower, shall be negotiated for the sleeves. The contractor needs to furnish material and labor costs. c. Remove the stripping on the extreme east end from the end of the project to the center of the intersection with the school's drive. d. To provide for payment for the contractor removing the concrete island on the west side of the intersection with highway 265. e. To potentially provide a credit to the City for the approximate 600 sf of new gravel road not constructed on the east end. Refer to my instructions to you on September 28, 1995 to save trees at the east end. The contractor may need to provide a credit for this small area of work not performed. 1 113 WEST MOUNTAIN 72701 501-521-7700 FAX 501-575-8257 f . The drainage pipe intersection with highway invoice. Add this to consideration. installed and then removed at the 265 - I have the contractor's proposed the total proposed change -order for g . The additional 2 inch tap for Runnel's irrigation - we have a unit price for this which is reasonable. h . The proposed drainage work on the east end. What is necessary to get a price from the contractor to add the headwall and 18 inch culvert under the gravel road? i. Additional work for (1) Additional grading (2) Additional posts. (3) Paint the posts to match. (4) Concrete drive (see "3" below). j. Additional 6 inch thickness concrete drives: (1) Runnels east gate - full length to approximately one foot past the gate. (2) Fonte - to the ROW line. Runnel's east gate: (?) k. The request for 17 tree removals in lieu of the 6 in the bid schedule. j. Any additional items which you and the contractor believe to be proper for discussion. 2. Also include in the change -order all information necessary to provide a reconciliatory change for all overruns (overruns in paving, 2 inch water line, manhole extra depth...) 3. The following comments address items which are in the original contract but need additional work: a. The corner post and brace at Runnel's SW corner. b. Additional manhole work as discussed at the final inspection. c. Repair of the water line blowoff as discussed at the final inspection. d. Clean-up, topsoil and seeding. The topsoil and seeding provided by the contractor is not acceptable. The clean-up witnessed at the final inspection was full of rocks and appears to be a mixture of construction materials and soils. The job specifications state that the topsoil will be 3 inches minimum and free from all rocks. The contractor shall be required to meet this specification. 2 e. Additional grading and/or topsoil at the SE corner of Runnel's fence. The contractor has cut the bank too much resulting in too large of an area under the fence at the SE corner. Additional fill shall be required. Your prompt attention to the above items is requested. Please call me at 575-8206 should you need any additional information. Thank you, frfrear Jim Beavers, P.E. 3 March 13. 1996 .IEUFUY iI).. ` \'v'1✓'EThEN. INC. i,u:\P 13'\1L.11'11'•;111:,\('` •:11.12x. •l r1"(7.1:vtilil •, :\\I r1: 7;iU -410 .NV•I• 1' •1'i z .; \g E'1'11i \ 1.1 1.1 . \•1 Mr. Gregg Bone., P.E. DCI Consultants 1970 East. Joyce Blvd. Suite No. 1 Fayetteville,,Ar•karsas 72703 ref.: Township Road Ezterisio' Project Bid Nd. 95-52 Letter From .Jim Beavers- February 12. 1996 Dear :Mr..Bone, Project Na. 5196 The following comments are made based the above 'referenced letter and project iconeernin,g•aproposed Contract Change Order. Item". a. We will=add the wedge of asphalt as requested under the following condit ahs only. This narrcw,strip of aspnalt will be applied as a full depth asphalt The asphalt will' have to laid by "HAND" and will:be condensed With a flatplate weaker. The.resu :irg product will not meet any `state. !municipal or county specifications:{i.e.. density.; air content. VMA, etc;). This's simply a cosmetic dressing of the snoulder. The-firal cos: will be abased on a cost of S60:00 per ton with' an estimated quantity of 15 tons. b. The additional a`' sleeves that were added and (paid:for as sewer services were constructec under the same specifications as sewer services. We have researched our foreman re;ports:ard have found that the true cbst=forthese sleeve's :is closer to $-28:00 per linear loot. !If The city wishes to increage the payment :from $719:00 per linear foot to $ M00 per linear :foot we will'have no objections to this: •iHbwever•, since we have Yalready accepted'the much lower price of $19:00 per linear foot we suggest that thls'issue'Ibe dlosed.. c. On December =1:2, -1'995 :five Of our personnel were working ori the above referenced•Iproject. Included in this gr:6Lp was Gary Tyree, Genera' Suoerineteo r Sweetser Corstruttron .Gbinpany. During;t ti =>jfim Beavers, Franklir arrived on site and instructed MrQ tg. . of IY,V`\\ d. the Stripping "... exactly as the plans show it. Then we were subsequently instructed to remove the stripping from the end of the project west to the intersection of the school's drive. We have done this and the resulting cost is $ 154.80 . e. The concrete island on the west side of the intersection of Highway 265 and Township has been removed and the resulting cost is $ 625.00. e. The gravel for the road area to the east end of the project is paid for by the ton, the final tonnage for the project will be determined by haul weight tickets which will be available upon request. f. We have submitted our proposal for this change concerning the removal of the 18" RCP, the final cost was $1,360.00 g. N/A h. For this item, see our letter dated 20 December, 1995. i. The additional work that we have performed for the Runnel's and Fonte's residences is itemized as follows • 1. 10 hours of back hoe @ $50.00 per hour $ 500.00 2. 4 hours of truck haul @ $40.00 per hour $ 160.00 3. 16 tons of Class 7 Base @ $14.00 per ton $ 224.00 4. 32 I.f. of 3 rail fence w/ vinyl wire (Runnel) $ 349.60 1- $1,233.60 If the City requests us to install concrete driveways for this area we will propose to do this for a unit price of $32.10 per square yard, this is inclusive of all work to be performed. This will have to be issued in the formal Change Order. k. The request for seventeen ornamental trees in lieu of 6 has been addressed previously in your letter to Mr. Jim Beavers, dated October 27,1995. 2. These items are addressed to you. 3. Original work that needs additional attention: a. The corner and brace post will be replaced by our crews as soor. as practical. b. The additional manhole work has been done and to our understanding has been inspected and accepted by Dave Jurgens, COF. c. The water line blow off repair has been completed. d. The topsoil has been reworked and seeded with a stand of grass on it and we wish this item to be accepted by the City. The recent weather may have blown some areas of the seed and straw away, we will touch up these areas as soon as practical. e. We will repair the SE corner Runnel's property soon. Please review this information and provide us with an official Change Order as soon as possible . It is Imperative that we finalize this project as soon as possible. If you have ary questions please feel free to contact me at aur offices. Sincerely, C. seph /att Project Manager FAYETTEVII LLE THE CITY OF FAYFTTEVILLE. ARKANSAS 1 • DEPARTMENTAL CORRESPONDENCE To: Traci Paul, City Clerk From: Jim Beavers, Engineeringl, Date: 26 July 96 '�7 Please find enclosed an executed original change order no. 2 with Sweetser Construction for the Township Extension east of Highway 265. The change order was to reconcile final units and was approved by the City Engineer in accordance with Policy IC -2 (under $10,000.00). Project no. 94084-0020 Prev Ord/Res # 104-95 Original Contract Date: 1 Aug 95 06/20/96 CONTRACT CHANGE ORDER PROJECT : Township Road Extension Protect LOCATION . Fayetteville. Arkansas OWNER : City of Fayetteville OWNER: Purchasing Office, Room 306 The City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 CHANGE ORDER NO. 2 DESIGN NO. DCI No 94-227 CONSTR. NO.: DCI No 94-227 DATE : June 20, 1996 CONTRACTOR : Mr. Bill Sweetser Jerry D. Sweetser, Inc. 590 West Poplar Fayetteville Arkansas 72703 ITEM NO DESCRIPTION 54 QUANTITY UNIT CONTRACT TOTAL UNIT PRICE AMOUNT Changes in Contract Quantities & Unit Prices Attached As "Final Estimate" (Prepared & Dated June 19. 1996) As Shown As Shown As Shown $170,401.12 The Onginal Contract Pnce was ........................... Net Change By Previous Change Order(s) ................................................... The Contract Price Prior To This Change Orders was The Contract Price Will Be Increased (Decreased) By This Change Order by The New Contract Pnce Including This Change Order is ............................................. The Contract Time Will Be Increased by. The Date Of Completion As Of The Date Of This Change Order is.. .................. ...... $161,313.30 $7,946.40 $169,261.70 $1,139.42 $170,401.12 0 Days April 30, 1996 Recommended: Development Consultants. LLC. Title:.,yam .sC7C. ,C.,Nc Date. D. Sweetser. Inc - General Contractors Title PRESIDENT Approved- City of Fayetteville; Fayetteville. Arkansas Date: 25``x(• Date: 7/743/g Development Consultants LLC JERRY D. SWEETSER, INC. GENERAL CONTRACTORS - LICENSED - INSURED 590 WEST POPLAR - FAYETTEVILLE, ARKANSAS, 72703 PAGE: 1 TO. CITY OF FAYETTEVILLE DATE: 06/19/96 113 W MOUNTAIN ESTIMATE PERIOD: 05/01/96 THRU 05/31/96 FAYETTEVILLE PROJECT: CITY OF FAY - TOWNSHIP RD EXT. JOB NUMBER: 5196 ;TEM COST NUMBER CODE DESCRIPTION CONTRACT . UNIT THIS ESTIMATE---- -----T0 DATE ESTIMATE---- UOM QUANTITY PRICE QUANTITY VALUE QUANTITY VALUE 01 02020 R/D 24" OAK TREE EA 1.00 350.00 1.00 350.00 02 02020 R/0 ORNAMENTAL TREES EA 6.00 100.00 17.00 1,700.00 03 02834 R & 0 METAL CULVERTS EA 2.00 100.00 2.00 20C.00 04 02833 R & D STONE GATE & MAILBOX EA 1.00 200.00 1.00 200.00 05 02822 RELOCATE EXISTING FENCE LF 470.00 5.50 06 05060 18" CLASS III RCP LF 150.00 30.00 247.50 7,425.00 07 05061 18" RCP FLARED END SECTIONS EA 2.00 450.00 3.00 1,350.00 08 06060 8' - 0" CONCRETE CURB INLET EA 2.00 1,650.00 09 06060 12' - 0" CONCRETE CURB INLET EA 2.00 2,000.00 2.00 4,000.00 '0 02071 18" THICK RIP -RAP SY 4.00 32.CC 4.00 128.00 11 05178 4" PIPE UNDERDRAIN LF 140.00 8.00 140.00 1,120.60 12 06060 CONCRETE AIR VALVE BOX EA 1.00 1,500.00 13 02030 UNCLASSIFIED EXCAVATION CY 2,234.00 10.00 2,234.00 22,340.00 14 06210 CLASS 7 ROADWAY BASE TON 540.00 14.00 556.50 7,791.30 15 06040 6" CONCRETE PAVEMENT SY 3,604.00 16.45 125.06 2,057.23 3,791.88 62,376.41 16 06050 5' - 0" SIDEWALKS .F 780.00 8.75 828.95 7,253.31 17 06833 HANDICAP RAMPS EA 3.00 100.00 3.00 300.00 18 02091 SEEDING ACR 0 60 3,000.00 0.60 1,800.00 19 07014 4" THERMOPLASTIC MARKING LF 2,300.00 1.50 1,891.00 2,836.50 20 07014 12" THERMOPLASTIC MARKING IF 60.00 6.00 100.00 600.00 21 07016 THERMOPLASTIC MARKING WORD EA 2.00 250.00 1.00 250.00 22 07016 THERMOPLASTIC MARKING ARROW EA 6.00 150.0C 6.0C 900.00 23 04030 6" PVC WATER MAIN LF 824.00 15.00 824.00 12,360.00 JERRY D. SWEETSER, INC. GENERAL CONTRACTORS - LICENSED - INSJRED 590 WEST POPLAR - FAYETTEVILLE, ARKANSAS, 72703 PAGE: ' 2 TO. CITY OF FAYETTEVILLE DATE: 06/19/96 113 W MOUNTAIN ESTIMATE PERIOD: 05/01/96 THRU 05/31/96 FAYETTEVILLE PROJECT: CITY OF FAY - TOWNSHIP RD EXT. JOB NUMBER: 5196 ITEM - COST NUMBER CODE DESCRIPTION CONTRAC" UNIT THIS ESTIMATE ---- -----TO DATE ESTIMATE---- JOM QUANTITY PRICE QUANTITY VALUE QUANTITY VALUE 24 04010 2" PVC WATER MAIN LF 35.00 20.00 39.00 780.00 25 04140 12" X 6" TAPPING SLEEVES EA 1.00 900.00 1.00 900.00 26 04029 6" X 6" TEE EA 2.00 300.00 2.00 600.00 27 04041 6" - 1/32 BEND EA 1.00 300.00 1.00 300.00 28 04130 6" GATE VALVES & BOXES EA 3.00 600.00 3.00 1,800.00 29 04120 6" FIRE HYDRANT (NEW) EA 1.00 1,700.00 1.00 1,700.00 30 04120 6" FIRE HYDRANT (RELOCATED) EA 1.00 1,500.00 1.00 1,500.GC 31 04150 2" FLUSHING ASSEMBLIES EA 1.00 500.00 1.00 500.00 32 04140 2" TAP AND VALVE EA 2.00 500.00 3.00 1,500.00 33 04110 SINGLE WATER SERVICE EA 1.CC 400.00 1.00 4C0.00 34 03008 SEWER SERVICE (TRENCH & BACKE: LF 60.00 19.00 60.00 1,140.00 LL) 35 03008 0 - 6' TRENCH & BACKFILL LF 105.00 1.00 105.00 105.00 36 03008 6 - 8' TRENCH & BACKFILL LF 365.00 1.50 365.00 547.50 37 03010 4" SDR -26 PVC SERVICE LINE L 60.00 19.00 261.00 4,959.00 38 03040 8" SDR -26 PVC SEWER LINE LF 470.00 20.00 470.00 9,400.00 39 03080 STD. MANHOLE 0-4' EA 3.00 1,000.00 3.00 3,000.00 40 03081 EXTRA DEPTH MANHOLE VF 4.60 125.00 5.60 700.00 41 03079 CONNECTION TO EXISTING LINE EA 1.00 1.00 1.00 1.00 42 03210 CLASS 7 DRIVE BACKFILL TON 67.00 14.00 67.00 938.00 43 02820 MOBILIZATION EA 1.00 1.00 1.00 1.00 44 02060 FINAL CLEAN-UP EA 1.00 1.00 45 05213 TRENCH EXCAVATION SAFETY EA 1.0C 1.00 1.00 1.00 46 06090 DRIVEWAYS SY 114.29 18.00 114.29- 2,057.22- T0. JOB NUMBER: CITY OF FAYETTEVILLE 113 W MOUNTAIN FAYETTEVILLE 5196 ITEM COST NUMBER CODE DESCRIPTION 47 08828 48 02810 49 06096 50 02810 ADDITIONAL ASPHALT JERRY C. SWEEISER, INC. GENERAL CON'RACTORS - LICENSED - INSURED 590 WEST POPLAR - FAYETTEVILLE, ARKANSAS, 72703 CONTRACT UOM QUANTITY TON 10.00 REMOVAL OF PAVEMENT MARKING EA 1.00 REMOVAL OF CONCRETE IS.AND EA 1.00 PAGE: 3 DATE: 06/19/96 ESTIMATE PERIOD: 05/01/96 THRU 05/31/96 PROJECT: CITY OF FAY - TOWNSHIP RD EXT. UNIT PRICE 60.00 154.80 625.00 REMOVAL 18' RCP 8 GRAVEL EA 1.00 1,360.00 51 02826 RUNNEL"S 8 FONTE PROPERLY REST EA ORATION 52 00000 ROCK EXCAVATION 1.00 1,233.60 CY 25.00 125.00 53 02060 DITCH CLEANING IL DEBRIS CISPOS LF AL 54 02820 MOBILIZATION - SPECIAL EQUIPME EA NT TOTALS RETAINAGE BOND PREMIUM PREVIOUS PAYMENTS-> AMOUNT DUE 1 743 78 q 7 80 7 779 -7 flc /Yid,7g9 53 -cc 1.00 60796.05 live 00 737.9. is ‘92. 63 79Svv(1 •U/ c_397( y/ � ia60,ao 5.00 300.00 I/ 02;6. 49/ THIS ESTIMATE---- -----TO DATE ESTIMATE---- OLANTITY VALUE QUANTITY VALUE 0.01 /0. iv :vim 600.00 1.00 154.60 1.00 625.00 1.00 1,360.00 1.00 1,233.60 15.CG 1.00 75.00 300.00 '70,40'.12 ) 17,040.11 130,634.71 0.01 \ 22,726.30 f /76'0 (19766. 4/1 / /C 6060 4//07‘. iv/ MICROFILMED EXHIBIT A �.. STREET, STORM DRAINAGE, WATER AND SEWER 1 TOWNSHIP ROAD EXTENSION PROJECT • ' A Public Works Capital Improvement Project Fayetteville Arkansas Bid No. 95-52 Improvements For The 5 1. 1 1 1 CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, ARKANSAS 72701 Prepared By /e $ Tof I tee. $, ARI NSAS '+z REGISTERED PROFESSIONAL ENGINEER \c) No.5854 'tyke'0RY Development Consultants, LLC 1970 East Joyce, Suite 1 Fayetteville, Arkansas 72703 Project No. 94227 JULY 1995 1 1 1 STREET, STORM DRAINAGE, WATER AND SEWER 1 Improvements For The 1 TOWNSHIP ROAD EXTENSION PROJECT 1 A Public Works Capital Improvement Project Fayetteville Arkansas Bid No. 95-52 1 I CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, ARKANSAS 72701 1 Prepared By 1 1 1 1 Development Consultants LLC 1970 East Joyce, Suite 1 Fayetteville, Arkansas 72703 1 Project No. 94227 ' JULY 1995 1 1 TABLE OF CONTENTS DOCUMENT TITLE 00020 TNVTTATION TO BID CC1CC INSTRJCTION TO BIDDERS 00200 INFORMATION AVAILABLE TC BIDDERS 00300 BID FORM 00500 CONTRACT 005:0 PERFORMANCE BOND 00520 PAYMENT BOND 00700 STANDARD GENERAL CONDITIONS 00800 SUPPLEMENT TO GENERAL CONDITIONS 00860 LIST OF DRAWINGS 01010 SUMMARY OF WORK 01505 MOBILIZATION 01703 CONTRACT CLOSEOUT 0:720 PROJECT RECORD DOCUMENTS 32113 SITE CLEARING 02212 ROADWAY GRADING 02220 STRUCTURE EXCAVATION & BACKFILL 02272 DUMPED RIPRAP 0251C SIDEWALKS 32`15 PORTLAND CEMENT CONCRETE PAVING 02588 ROADWAY PAVEMENT MARKINGS 02616 DUCTILE IRON PIPE & FITTINGS 02690 VALVES & HYDRANTS 02713 WATER NINE CONSTRUCTION Ti I I I I I SECTION 00020 IPdV1.A_'ION TO BID STREET, DRAINAGE, WATER AND SEWER IMPROVEMENTS FOR THE TOWNSHIP ROAD EXTENSION PROJECT CITY OF FAYETTEVII,ILE FAYETTEVILLE, ARKANSAS City of Fayetteville Bid No. 95-52 DCI Engineering Project No. 94-227 • Sealed bids for the construction of Street, Drainage, Water • and Sewer Improvements for the Township Road Extension Project will be received by the City of Fayetteville, Arkansas, at the Purchasing Office, Room 306, City Administration Bu;ld:nq, 113 West Mountain Street, Fayetteville, Arkansas, 72701, until 2:00 p.m. local time on Tuesday, July 25, 1995, and then at said office publicly openea and read aloud. The proposed Work generally consists of: Extension of Township Road, East of State Highway 265, approximately 862 lineal `feet. Work required will consist of grading (2084 CY), storm drainage (150 :,F), concrete paving 3577 SY), sidewalk ;780 1,=), water line (824 LF), sewer line (47C LF), and associated improvements. ' The Contract Documents, consisting of the Invitation To Bid, Instruction to Bidders, Bid Form, Contract, Performance Bond, Payment Bond, General Conditions, Supplementary Conditions, rrawings, Specifications, and Addenda, may be examinea and obtained at Development Consultants, LLC, 1970 East Joyce, Suite 1, Fayetteville, Arkansas, 72703. The cost for the plans and specifications :s $50.00 per set and is non-refundable. ' Each contractor shall be responsible for the investigation, inspection, and studies of the project site as deemed necessary to familiarize themselves with all conditions likely to be encountered. Each contractor shall be ' responsible to read and comply with the Instructions to Bidders as contained in the Contract Documents. ' Each bid must be accompanied by a cashier's check or surety bond in an amount of five percent (5t) of the total amount ' 00020-1 I bid. Said bond shay_ he issued by a resident local agent who :s licensed by the Arkansas State Insurance Commissioner • to represent the surety company executing said bonds, and filing with such bonds his power -of -attorney. The :Here countersigning of the bonds by a resident agent shall not be sufficient. ]n. the event the successful bidder fails, ' neglects, Cr refuses to enter into the contract for the construction c'. said work and furnish the necessary bonds ir. accordance with the Contract General and Supplemental Conditions, the Owner shall retain said check or bond as liq'uidatec damages. ' Bids shall be made on t'. -.e Official bid form contained in the specifications, and such bid form shall not be removed from the remainder of the Spec:fica'.nons and Contract Documents. ' All bids shat) be sealed and the envelope addressed to the City of Fayetteville, Purchasing Office, Room 306, 113 West • Mountain Street, Fayetteville, Arkansas 72',::1. Clearly marked or. the lower left side of the bid envelope shall be the fol;owing information: The Bid number, The project name/title, the date of the bid opening, the time of the bid opening and the bidding contractor's name and license number. All bidders shall be licensee under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. No bidder may withdraw his nid within sixty (6C) days after the actual date of the bid opening. :he City cf Fayetteville reserves the right to reject any and all bids, and tc waive any formalities as deemed to be in the best interest of the City of Fayetteville. Submitted this day of _ Peggy Bates Purchasing Officer City of Fayetteville Fayetteville, Arkansas I I I EN:: CL' -CCUMENT 000.,20-2 Publish: F.O. 4 I I SECTION 00100 I Li I I I I Li I I I I F I ItiSTRUC:1ON5 TC BIDDERS 1. DEFINED TERMS: Terms used in. these Tnstructions to Bidders which are defined in the Standard General Conditions of the Construction Contract shall have the meanings assigned to them in the General and Supplementary Conditions. The term "Bidder" means one who submits a Bid directly to the Owner, as distinct from a sub -bidder, who submits a bid tc a Bidder. The term "Successfu_ Bidder" shall mean the lowest, qualified, responsible and responsive Bidder to whom the Owner (on the basis of Owner's evaluation as hereinafter provided) maces an award. The term "Bidding Docu.-nents" includes the lnvitat:on to Bid, Instructions to Bidders, the Bid Form, and the proposed Specifications and Contract Documents ;inc_uding all Addenda issued prier to the receipt of Bids). 2. COPIES OF HE B_DD1NG JCCUMEN S: Complete sets of the Biddin4 Documents stated in the Invitation to Bid may be obtained from Development Consultants, 1,JC, 19%0 Arkansas, 72703. Cost and is nonrefundable. East Joyce, Suite for the document is 1, Fayetteville, $50.CC per set, Complete sets of Bidding Documents must be used in preparing Bids; neither the Owner nor Engineer assumes any responsibility for error or misunderstandings resulting from the use of incomplete sets of Bidding Documents. Owner and Engineer it making copies of Bidding Documents available or. the above terms do so only for the purpose of obtaining Bids or. the work and do not confer a license or grant for any other use. 3. QUAL:F:CAT:GNS OF' BIJJERS: When included with, and made a part of the Bid Form, the Bidder must submit a completed "Statement cf Bidder's Qualifications". The "Statement of Bidder's Qualifications" _s required to demonstrate qualifications to perform the 0C1..C-1 I I it J I I I I I P j I I I Work and will be used in evaluating a:: bids as a basis for a'w'ard. 4. EXANINA^ICN CF CONTRACT DOC:,TC.ENTS AND SITE: 4.1. It is the responsibility of each Bidder before subm'_tt_ng a Bid, to: a) examine the Contract Documents thoroughly, b) visit the site to become familiar with local and specific conditions which may affect cost, progress, safety, performance or furnishing of the Work, c; consider all Local, State, and Federal Regulations and Laws which may affect cost, progress, safety, performance or furnishing of the Work, d) study and carefully correlate Bidder's observations with the Contract Documents and, e) notify Engineer of any and all conflicts, errors or discrepancies in the Contract Documents. 4.2. Information and data reflected in the Contract Documents with respect to Underground Facilities at cr contiguous to the site is based upon information and data furnished to the Owner and Engineer by owners c: such nderground Facilities or ethers, and Owner nor Engineer does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 4.3. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing site conditions appear in Article 4 of the General Conditions, and any associated Supplementary Conditions. ' 4.4. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional information, examinations, explorations, tests and studies which pertain to the physical conditions of the surface and subsurface at, ' or contiguous to the site or otherwise which may affect cost, progress, safety, performance or furnishing of the Work and which the Bidder deems necessary to determine the ' Bid for performing and furnishing the Work in accordance IM CC -2 ii I I J i I I with the tine, price, and other terms and conditions of the Contract ocuments. 4.5. Upon request in advance, the Owner will provide each Bidder access tc the site to conduct any observations, explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall be required to fill in all holes and restore all property to it's former conditicn. 4.6. The _ands upon the Wcrk is to be performed, rights -of - way and easements `-cr access thereto and other lands designated for use by the Contractor in performing the Work are Ldent:f=edin the Contract Documents. Al: additional lands and access thereto required for temporary facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained in advance by the Owner unless specifically noted otherwise in the Contract Documents. 4.7. The Bidder must satisfy themselves of the accuracy to the estimated quantities in the Bid schedule by examination • of the site and a review of the drawings and specifications including any Addenda. After bids have been submitted, the Bidder shall nct assert that any misunderstanding existed concerning the quantities of Wcrk cr the nature of Work to be performed. 4.8. The submission of a Bid will constitute an irrevocable representation by Bidder that Bidder has complied with every provision and requirement of this paragraph 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and by such means, methods, techniques, sequences cr procedures of construction as may be indicated in or required by Contract • Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing the Work. 4.9. All work shall conform with the "Project Specifications" or specification referenced to the "Standard Specifications for Highway Construction.", edition of 1993, published by the Arkansas State Highway and Transportation Department (AHTD;. Measurement and payment for each item shall be as defined in the Bid Form and elsewhere in these specifications. 1 00_00-3 1 I ' 5. TNTERPRETA:CNS AND ADDENDA: All questions about the meaning or intent of the Contract Documents are tc be directed to the Engineer. Interpretations or clarifications considered necessary by ' the Engineer in response to such questions, and/or any information deemed necessary by the Owner or Engineer, will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents. Only questions answered and/or other information furnished by formal written Addenda will be binding. The Point cf Contact for questions and clarifications for this specific project is Mr. Jim Beavers, P.E., City Engineering Office, 0501; 444-3418 or Mr. Greg Bone, P.E., Development Consultants, LLC, ;50=) 444-7830. 1 6. BID SECUR:1".': Each Bid must be accompanied by Bid security made payable tc the Owner in an amount of five percent (5%) of the Bidder's • total contract price. The bid security may be in the form of a certified cashiers check or a Bid Bond (on the form ' attached, if a :crm is prescribed and included) issued by a surety meeting the requirements of the Genera- and Supplementary Conditions. The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute • and deliver the Agreement and furnish the required contract security within 1C days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that • Bidder will be forfeited. The Bid security of other Bidders whom the Owner believes to have a reasonable chance of receiving award may be retained by Owner until the earlier of the seventh day after the Effective Date of Agreement or the 61st day after the Bid opening, whereupon the Bid • security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within_ 10 days of Bid opening. 7. CONTRACT ' The number of days within which, or the dates by which, the Work is to be substantially completed and also completed and 33133-4 I I ready for final payment ;The Contract Time) are as set forth in the Bid Proposal and Contract Agreement. I 8. LIQUIDATED DAMAGES: Provisions for liquidated damages, if any, are set forth in the Bid Proposal and/or the Contract Agreement. ' 9. SUBS: UTE CR "OR -EQUAL" ITEMS: The Contract, :f awarded, will be on the basis of materials and equipment described in the Drawings or specified in. the Specifications without consideration of possible substitute or "or -equal" items. Substitute or "or -equal" items of materials or equipment, unless it is specified that no substitute will be allowed, may be furnished or used by the Contractor if acceptable to the Engineer. Application `_ci acceptance for possible substitute or "cr-equal" items will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for • submission of any such application is set forth in Article 6.7 of the General Conditions and any associated Supplementary Conditions. U 10. SUBCONTRACTORS, SUPPLIERS AND OTHERS: The Contractor shall not assign or sublet all cr any part of this Contract without the prior written approval of the Owner and Engineer. Nor shall the Contractor allow any subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as required by the Contract Documents. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set forth in the Contract Dccur.ents including the Plans, Specifications, Contract and Bond(s). 1 11. BID FURY: 11.1. All bids must be made on the required Bid Form contained in the Bidding Documents. Additional copies may be requested from the Engineer. ' 11.2. All blank spaces for Bid prices must be filled ir., in ink or type written, and the Bid form must be fully ' 00100-5 I I completed and executed when sunmitted. Only or. (1; copy cf ' the Bid form is required. 11.3. Bids by corporations must be executed in the ' corporate name by the president or vice-president (or other corporate officer accompanied by evidence of authority tc sign) and the corporate seal mast be affixed and attested by the secretary or an assistant secretary. :he corporate address and state of inccrperatior_ must be shown below the • signature. ' 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the ' partnership must also be shown below the signature. 11.5. All names must be typed or clearly printed in =nk below the signature. 11.6. The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid form; 1.. The address and telepncne number for communications regard:nq the Bid must be shown. 12. SUBMISSION OF BIDS: Bids shall be submitted at the time and place indicated in I the Invitation to Bid and shall be enclosed in an opaque • sealed envelope, marked in the lower :eft portion with the Project Title, Bid Number, bate of the Bid opening, time of the bid opening, bidding ccntractor's name and license number. ,he Bid shall be accompanied with the Bid Security and other required forms and documents. If the Bid is sent through the mail or other delivery system, the sealed enve_ope shall be enclosed in a separate sealed envelope with the notation "Bid Enclosed" or. the face of the outer envelope. THE BL PROPOSAL FORK SHALL NOT BE REMCVED FROM THE BOUND SPECIFICATIONS AND CONTitACT DOCUMENTS. 13. MODIFICATION AND WITHDRAWAL OF BIDS: 1 00100-6 I Bids may be withdrawn or modified by an appropriate duly executed document (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior tc the opening of Bids. If, within 24 hours after the opening of Bids, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the satisfaction of Owner that • there is a material and substantial mistake in the preparation of it's Bid, that Bidder may withdraw ft's Bid and the Bid security will be returned. Thereafter, that Bidder shall be disqualified from further Bidding on the Work provided under the Contract Documents. 14. Bids will be opened and publicly read aloud at the time and location as specified in the Invitation To Bid. A tabulation of the amounts of the Bids will be made available to the Bidders after preparation by the Engineer. ' 15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE: All Bids shall remain subject to acceptance for 6C days after the day of the Bid opening, but Owner :nay, at it's sole discretion, release any Bid and return the Bid security prior to that date. Additionally, if deemed necessary by • the Owner, the Owner and the apparent Successful Bidder may enter negot;at:ons to extend the time of acceptance beyond the 6C days, with no changes in the Bid Proposal or Contract ' Documents. 16. AWARD Os CON^_RACT: 16.1. Owner reserves the right to reject any and all Bids, to waive any and all Informalities not involving price, time or changes to the Wcrk, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional bids. The Owner further reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project or Owner to make award • to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability, or of doubtful performance, or fails to meet any other ' pertinent standard or criteria .established by the owner. Discrepancies in the multiplication of units of work and unit prices will be resolved in the favor of the unit 1 00100-7 I I prices. Discrepancies define unit prices wil written. Discrepancies column of figures and resolved in the favor of between words and 1 be resolved in between the ind_ the correct sum the correct sum. figures used to favor of words sated sum of any thereof will be 16.2. In evaluating the Bids, Owner w:;_ consider the qualifications of Bidders, whether or not Bids comply with the prescribed requirements, and such alternates, unit prices, and ether data, as may be requested in the Bid Form or prior to Notice of Award. 16.3. Owner may consider the qualifications and experience of the subcontractors, suppliers and other persons and organizations proposed for those portions of the Work as to which the identity cf subcontractors, suppliers and other persons and organizations must be submitted as provided for in the Contract Documents. Owner nay also consider the operating costs, maintenance requirements, performance data and guarantees of ma;cr items of material and equipment proposed for incorporation in the Work when such data as ' required to be submitted prior tc the Notice of Award. 16.4. Owner nay conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors, suppliers and other persons and organizations prepared to perform and furnish the Work. 16.5. If the contract is to be awarded, it will be awarded to the lowest responsive, responsible, qualified Bidder whose evaluation by Engineer indicates to Owner that the award will be in the best interests of the Project and Owner. 16.6. if the contract ;s to he awarded, Owner will give the Successful Bidder a Notice of Award within 60 days after the date of the Bid opening. If deemed necessary by the Owner, the Owner and the apparent Successful Bidder may enter into ' negotiations to extend the time of acceptance beyond the 60 days, with no changes in. the Bid Proposal or Contract Documents. 17. CONTRACT SECURITY: Article 5 of the Genera_ Conditions, and the associated Supplementary Conditions set forth the Owner's requirements 00100-8 I as to Performance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Performance and Payment Bonds. 18. SIGNING OF AGREEMENT: When Owner gives Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all ether Contract Documents attached. Within 10 days thereafter, Contractor shall sign, execute and deliver the required number of counterparts cf the Agreement and attached documents to the Owner with the required Bonds. Within ten (10) days thereafter Cwner shall deliver one fully signed and executed Contract to the Contractor. 19. COMPLIANCE WITH STATE LICENSING LAW: Contractors must be licensed in accordance with the requirements of ACT 150, Arkansas Acts cf 1965, the "Arkansas State Licensing Law for Contractors". Bidder who submit Bids in excess of $20,000.00 must submit evidence of their having a contractor's license before their Bids will be considered, and shall note their license nu.-nber cn the outside of their Bid. 20. LABOR LAWS: The Contractor shall abide by all Federal, State and Local Laws and Regulations governing labor. The Contractor shall further agree to hold and save the Owner harmless from the payment of any contribution under the State Unemployment Compensation Act, and the Contractor agrees that if he is subject to the Arkansas Sate Unemployment Act, he will make whatever contributions as are required under and by virtue • of the provisions of said Act. 2,. WAGES AND LABOR: ' Minimum wage rates shall be equal to the basic rates as established by common usage n the city and adjacent community for the various types of labor and skills performed. in cases where wage rate determinations are specified in the Contract Documents, the rates as specified shall be the minimum rates which apply to the Project. 00100-9 I I Whenever available, the Contractor shall make use of local common_ and/or sk:_led labor as is practical. The Contractor and each subcontractor, where the amount exceeds $75,330.33 shall comply with the previsions of Act 74, as amended by Act 275 of 1969 (Arkansas State. 14-633;. The provisions are summarized below. The Contractor and Subcontractor shall: pay the minim:m prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor, '• 2; pest the scale of wages in a prominent and easily accessible place at the site of the work, 3; keep an accurate record showing the names and occupation avid hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which records shall be open at a:l ' reasonable hours to the inspection of the Department of Labor or the owner, it's officers and agents. The Owner shall have the right to withhold from amounts due the Contractor so much of accrued payments as may be considered necessary to pay the workmen employed by the Contractor or any subcontractor, the difference between the rates of wages required by this Contract and the rates of wages received by such workmen. If it is found that any workmen employed by the Contractor or subcontractor has been, or is being paid a rate of wages less than the rate of wages required by this Contract, the Owner may by written notice to the Contractor, terminate the Contractor's right to proceed with the Work or such part of the Work as to which there has been a failure to pay the required wages and to prosecute the Work to completion by Contract or otherwise, and the Contractor and his sureties shall be liable for any costs occasioned thereby. I 22. COMP1,1ANCE WITH AC: 125, ARKANSAS ACTS OF 1965: The attention. of Bidders is called to the previsions of Act 125, Arkansas Acts of 1965. This act provides for the ' payment of certain taxes on materials and equipment brought into the State. :t further provides for methods of 33133-13 Li collecting such taxes. All provisions of Act 125, Arkansas Acts of 1965 shall be complied with under this Contract. I 23. WITHHOLDING STATE INCOME TAXES: The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid employees, whether such employees are residents or nonresidents of Arkansas. 24. COMPLIANCE WITH RULES AND REGULATlCNS FOR THE ENFORCEMENT AND A✓MINISTRATION OF ACT 162, ARKANSAS ACTS CF 1987: The attention of all nonresident Bidders is called tc the provisions of Act 162, Arkansas Acts of 1987. This act • provides for nonresident Contractors and subcontractors notice and bond regulations by the Commissioner of Revenues, Department of Finance and Administration, P.O. Box 1272, Little Rock, Arkansas 72203, prior to commencing work or undertaking to perfcrm any duties under contract within the State of Arkansas. I 25. SUBCONTRACTORS BONDS - ACT 190, ARKANSAS ACTS OF 1993: The attention cf Bidders is called to the provisions of Act 190, Arkansas Acts of 1993. In general, this act provides ' for the subcontractcrs to provide to the General Contractor performance and payment bonds, with certain regulations on form and time, when the subcontractor's bid is in excess cf $50,CCC.CC. 26. EXCAVATION SAFETY: The attention of all Bidders is calved to the requirements cf Act 291, Arkansas Acts of 1993 - Excavation and Trench Safety. The current edition of occupational Safety and Health Administration Standard for Excavation and Trench Safety Systems, 29 CFR :926, Subpart P, is specifically incorporated and made a part of these specifications and contract documents as required by Arkansas Act 291 of the 79th General Assembly of :993. The Contractor shall be solely responsible for the implementation of these requirements. A copy of the OSHA regulations is included in this set of specifications as Appendix A. 00_00-:: I Ll I I C1 I I I SECTION 00200 =NFCRMATION AVAILABLE TO BIDDERS Geotechnical investigation In the preparaticn of Drawings and Specifications, the Engineer has relied upon the following geotechnical investigation report fcr the site of the proposed work: Report to: City cf Fayetteville 113 West Mcuntain Street Fayetteville, Arkansas %2101 Repert dated: June 10, 1994 Report on: Township Road Roadway Extension Project Fayetteville, Arkansas Report prepared: ' McClelland Consulting Engineers, Inc. Job # 9438,9 1910 North College Avenue Fayetteville, Arkansas 727G1 A copy of the boring logs is appended. The above information is not a part of the Contract Dcc ments and is provided cnly for information and the convenience of the Bidder. Neither the Owner nor the Engineer guarantees the accuracy of the geotechrical report, and the Contractor shall make further investigation and tests as he deems necessary in order to provide the Work at the contract price, within the ' contract time, and in accordance with the terns and conditions cf the Contract Dcc:unents. END OF DOCUMENT I 00230-1 I Project Owner CITY OF FAYE']TE'':1.LE MCE Pruett No : FY9s;SI9 Description TOWNSHIP ROAD Date Drilled: JUNE IC. Ie94 :.ovation: FAYETTEV:LLE. ARKANSAS Method Drilled SCort ruous Auger Protect Eng.r.eer: R WAYNE JCNES, P E Boring Lecat en. 11:' East of Hwy 265 LL F i .— Li-- LO N . U . - ~ N r c z c v Description Of vIaterial E ? a J = J C a' rJ d m J ' ~ ;Cola:,TypeMamtar & Consstencyi U .N . a O E O o v o o c m m ra COW N m N D Sc S:Igh::y Dense, S::ght:Y Moist Brown `. I Sliy Clavcy Sand 1114 Dense, Si:ght:y Moist Red Silly Said 21509" Sc IDense, Slightly Moist Red SCty Claye' Sand with Grave] 3 150'8 "r' 5.0 4 5013' 60 Completion Depth 5 i Fayetteville. Arkarr<as 9.4 107 I2 Hard Weathered Sandstone End of Bering Depth To Wate• (Final) Dry McCLELLAND CONS:"LYING ENGINEERS, INC. NP NP NP Logged By. D. ROBERTS tl 1 Line Rcck Arkansas I I Li 5 LI LI I I I I I I I LOG OF BORING NO. B-2 Projec: Owner CITY CF FAYE'TTEVILLE MCE Project No . FY94+819 Description TOWNSHIP ROAD Date Drilled JUNE 1C, 1994 Location.: FAYET:EVILLE, ARKANSAS Method Dnllei: ."' C'nrt.ruaas Auger Prole_l Engineer R WAYNE JONES. P E Bating Lccat:cn: 29:East cf Hwy 205 1F LL .- O O 'O —' t' IX L. ' •. t.. I- L C z 0 cia! Description Of vlaterial i 1 v 1V' r ` C T J j— D D y p p N J Color.Type,Maismre fr Can,rslenuyl 7 r C7 ❑ CD 41 E O _ 'o U) N O O N ry 1 N U N p p W (A M (0 7 2 . G d J lLL ❑ SC Stiff and Moist Brown Silly Ciaycy •;.'::°_ Sand with Grave] 1 29 : 12 NP SC Still, Moisl, Red and Yellow Clayey I �, Sand with Grave] ems': 2 2a 11 3 27 16 11 Sc De: se, Moist. BroW'n Tan Clayey is Sand With Gravel ap 0- A 89 39 18 I: 11j: •End cf Boring h. Comp'enoa Depth' 5 p' Den:h a Watcr , Fina'• Dry Logged By. U. ROBERTS Favette e, Arkansas M,CLLLLAND CCNSITT]NG ENGINEERS. INC Little Rork, Arrarsac I I I I C I I I I Ii b I I1 Project Bidder: BID FORM STREET, STORY_ DRAINAGE, WATER AND SEWER TOWNSHIP ROAD EXTENSION PROJECT BID NO. 95-52; CITY OF FAYETTEVILLE, ARKANSAS CCI ENGINEERING PROJECT NO. 94-227 ty Arkansas Cortracto.'s License No. Bid submitted or. Owner: P;;RCHASING OFFICE, ROOM 306 CITY ADMINISTRATION BUILDING 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS '72701 (date; 1. The undersigned Bidder, in compliance with your invitation tc Bid fcr construction of the above Project, acknowledges having received the Drawings and Pre-ect Manual prepared by Development Consultants, LLC and dated July 1995. Also, the Bidder acknowledges having received the following Addenda numbers: I 2. Bidder acknowledges having examined all the Contract Documents and the bidding requirements, the site and locality where the Work is to be performed, the legal requirements and the conditions affecting cost, progress or per_`crmance of the Work, and having made such investigations as the Bidder deems necessary. 3. The Bidder hereby agrees, if awarded the contract, tc begin Work cn cr before the date stipulated in the written .Notice to Proceed and to perform all the Work to Substantial ' Completion within 12C calendar days thereafter. The Bidder further agrees to pay as liquidated damages the sum of $250 for each calendar day thereafter until the date of Substantial Completion certification. 0300-1 I 4. The Bidder agrees to perform all the Work required by and in strict accordance with the Contract Documents which includes ccst of performance, labor and material bonds, fcr the unit prices and lump sum amounts listed in the Bid Schedule that follows. 5. Bid Schedule: Note: ::nit prices and lump sum amounts in both words and figures. In case of shall be shown discrepancy, the amount shown in words will govern. Item Approx. Unit No. Item Qty. Unit Price Amount SCHEDULE "A" - STREETS AND DRAINAGE 1. R&D 24" Oak Tree 1 E.A. collars($ ?$_ 2. R&D Crnanenta�. Trees 6 E.A. Dollars($ $ 3. R&D 12" Metal Culverts 2 E.A. Dollars($ 1$ 4. R&D Stcne Gate & Mailbox 1 E.A. llollars;$ ;$ S. Relocate Existing Fence 470 L.F. Dollars($ 6. 18" Class III RCP 150 L.F. Dollars($ ?$_ 7, :8" RCP Flared End Sections 2 E.A. Dollars($ )$ 8. 8'-0" Concrete Curb inlet 2 E.A. Dollars($ )$ 9. 12'-C" Concrete Curb Inlet 2 E.A. Dollars;$ )$ 00300-2 Item Apprcx. Unit No. :ten Qty. Uri: Price Amount SCHEDULE "A" - STREETS AND DRAINAGE (Continued) 10. 18" Thick R:p-Rap 4 S.Y. Dollars($ i$ 11. 4" Pipe Underdrain 140 L.F. Dollars($ )$ _2. Concrete Air Valve Box 1 E.A. Dollars ($___ 1 $ 13. Unclass:f:ed Excavation 2234 C.Y. Dollars($ )$ 14. Class 7 Roadway Base 540 T.N. _Dollars($ i$ 5. 6" Concrete Pavement 3604 S.Y. Dollars($ )$ 16. 5'-0" Sidewalks 780 L.F. Dollars($ j$ 7. Handicap Ramps 3 E.A. Dcllarsi$ 1$ 18. Seeding 0.60 Acre __ Dollars ($ ) $__ 19. 4" Thermoplastic Marking 2300 L.F. Dollars($ 1$ 2C. 12" Thermoplastic Narking 60 L.F. Dollars($ )$ 21. Thermoplastic Narking Word 2 E.A. Dcllarsi$ )$ 00300-3 Iteri Approx. Unit No. Item Qty. Unit Price Amount SCHEDULE "A" - STREETS AND DRAINAGE (Continued; 22. Thermoplastic Markin.; Arrow 6 E.A. Dollars($ ;$ TOTAL BID SCHEDULE "A" $ SCHEDULE "B" - WATER AND SEWER LINES Item. No. Item. Approx. Qty. Unit Un.t Price Amount 23. 6" PVC Water Main 824 L.F. _Dollars($ )$ 24. 2" PVC Water Main 35 L.F. Dollars'$ )$ 25. 12"x 6" Tapping Sleeves 1 E.A. Dollars($ )$ 26. 6"x 6" Tee 2 E.A. Dollars;$ )$ 27. 6" - 1/32 Bend 1 E.A. Dollars($ )$ 28. 6" Gate Valves & Boxes 3 E.A. Dollars;$ I$ 29. 6" Fire Hydrant (New) 1 E.A. Dollars($ )$ 30. 6" Fire Hydrant (Relocated) 1 E.A. Dollars($ )$ 00300-4 SCHECULE "B" - WATER AND SEWER :ZNES (Continued) Iteir. Approx :;nit No. Iten. O_y. Unit Price Ancunt 31. 2" Flushing Assemblies 1 E.A. Dollars($ ;S 32. 2" Tap and Valve 2 E.A. Dollars($ ;S 33. Single Water Service 1 E.A. Dollars;$ 34. Sewer Service Trench & Backfill 60 L.F. Dollars'$ 3.`.. C-6' Trench & Backfill 105 L.F. Dollars ($ ) $ 36. 6-8' Trench & Backfill 365 L.F. Dollars'$ )$ 37. 4" SDR-26 PVC Service Line 60 L.F. Dcllars($ )$ 38. B" SDR-26 PVC Sewer Line 470 L.F. __Dollars;$ )$ _ 39. Std. Manhole C-4' 3 F.A. Dollars ($ _-__ 1$ 40. Extra Depth Nanhcle 4.6 V.F. Dollars,$ >$ 41. Connection To Existing Line 1 E.A. Dcllars($ $ 42. Class 7 Drive Backfill 67 T.N. Dollars($ 1$ 00300-5 II 1 I 1 II 1 F II 11 II TOTAL B:D SCHEDULE "B" Item Apprcx No. Item Qty. Unit SCHEDULE "C" - MISCELLANEOUS 43. Mobilization 1 L.S. 44. Final clean-up DoliarscS 1 L.S. Do: ars(S 45. Trench Excavation Safety 1 L.S. Dollars (S TOTAL BID SCHEDULE "C" $ TOTAL BID SCHEDU],ES "A"+"B"+"C".......$ Unit Price Amount i$ 1$ 'C The undersigned further agrees that if awarded the contract, he will commence construction work within ten (:0) days after receipt cf written notice of acceptance of Hid Prcpcsal. In submitting a proposal on any or all items of unit costs, the undersigned agrees that the Owner reserves the right to accept or reject any or all proposals, with or w:thout cause, and tc hold and consider as many of these proposals as he so desires for a period of 60 days after bids are opened. The Owner's acceptance of any of. these proposals thereby makes it a part of the contract documents to the same extent as though it were originally included ;,herein. 00300-6 II Further the undersigned agrees to fully and comp:etely submit the detailed "STATEMENT OF BIDDER'S QUAII_ICAT_CNS" as found on the pages immediately following. The undersigned agrees that fai:ure to complete and/or prov_de the "STATEMENT OF BIDDER'S QUA;,IF_CAT_CNS" shall be cause for the Owner and/or Engineer to consider the bid nonresponsive and to re;ect such bid. RESPECTFULLY SUBMITTED: it By: Signature Title Address ess Date Ark. License Number (Seal -if BID is by a corporation) Attest: Q0300-� STATEMENT OF B:D:ER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questicns may be answered on separate sheets and then attached to this statement. The Bidder may submit any additional :nformat:on that he desires. 1. Name of Bidder. 2. Permanent main office address and telephone rumber, 3. When organized. 4. =f a corporation, where incorporated. S. Contractor's License number. 6. How many years have you been er_caged in the contracting business under your present firm or trade name? 7. Contracts cn hand. (Schedu:e these, showing the amount of each contract and the apprcpriate anticipated dates of completions, and a point of contact for references.) B. Have ycu ever famed to complete any work awarded to you? 9. Have you ever defaulted on a contract? If so, where and why? 10. Experience in construction similar in size and scope to this project, along with the project owners and engineers. 11. L,st_ of major equipment available `_cr this ccntract. CC3CC-8 12. Will you, upcn request, fill out a detailed financial statement, including credit wcrthiness, and `furnish any other information that may be required by the Owner? Dated this day of , 19 Name of Crganizaticn: by Title State of County of being duly sworn deposes and says that he ;she) is the ____ of Contractor(s), and that answers to the foregoing questions and all statements :herein contained are true and correct. Subscribed and sworn before me this day of 19 Notary Public My commiss±or. expires (seal) NC OF DOCUMENT 00300-9 I I I I I H I I Li I J I The Contractor agrees tc commence work under this contract within t• ten (10) days of the issuance of the Nct.ce to Proceed and totally compete all work within one hunared-twenty J23) calendar days. The Owner agrees to pay the Contractor in current funds for the • performance of the contract in accordance with the accepted Bid • therefore, subject to additions and deductions, as provided in the ' 33533-1 I.,L I ON C0500 CONTRACT THIS AGREEMENT, made and entered into this L day of - 19 95 , by and between the City of Fayettev:l]e, Washington, State of Arkansas, Party of the First Part, called the Owner, and _Toro b. S,.iae-�Sec I.�G _______,of the City of Fa -_e e�r.11e, NLL. Party of the Second Part, hereinafter called the Contractor. WITNESSETH THAT: Jc1JS� , County of hereinafter WHEREAS, the Owner has called for bids to construct Street, Storm Drainage, Water and Sewer Improvements for the Township Road Extension Prc'ect, Bic1 No. 95-52, as set out ;n the Plans and Specifications for DCI Project Nc. 94-22%, approved by the City of Fayettevilie, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Speciff�cations, the Contractor is the lowest avid best qualified bidder for the ccns=ruct:or. of said improvements; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Street, Storm Drainage, Water and Sewer Improvements for the Township Road Extension Project, including all Work required for a complete and acceptable installation, fcr the unit and lump sum prices stated in the Bid Proposal, all of which become and are a part of .his Contract, the total sin thus being One hundred s:xty- one thousand, three hundred thirteen dollars and thiry cents (S 61,313.3C), such in. being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all :materials, supplies, labor, machinery, ecra:p_neat, tools, supervision, bonds, insurance and other accessories and services necessary tc complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Specifications, the Genera_ Conditions, the Supplementary Conait:ors, and ir. accordance w.th the Piar_s, which include al_ maps, plats, blueprints, and other drawings, and wr:tten or printed explanatory matter thereof. I I L I I L L I L I I I I I I Specifications, and to make payment cn account thereof as provided below. As soon as :s pract_cab;e after the first of each calendar month, and in accordance with the Contract Specifications, the Cwner will make partial payments to tre Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate neing certified by the Contractor and accepted by the Owner. Re'.ainage in the amount of ten (1C) percent shall be withheld from the partial payments by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Filial Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginn:nq, manner of progress and tame of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (l0) calendar days from the date of the Notice to Proceed and to proceec with the construction of .he work and to prosecute the work with an adequate force and in a manner sc as to complete the work within the time stipulated herein. It :.he Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Cwr.er, as .iquidated damages the sum of two hundred - f:fty dollars $2.1D.00) per day for each calendar day of delay in completion, said :rm,cun'.s being fixed and agreed upon by and between_ the parties hereto. Because of the impracticability and extreme difficulty in fix=ng and ascertaining the actual aamages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Cwner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled any tc Lne Final Estimate less such amounts of liquidated damages. If the Contractor is delayed at any time during the progress of the work by any act or neglect of the Owner or of the Cwrer's employees, or by any ether Contractor employed ny the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitrat.on, or by any cause which the Engineer shall decide tc justify the delay, then the time of completion shall be extended for such reasonable time as the Enq:neer may decide. 0JSJJ-2 I a. WI I C I I I r: I I I I I I I I I No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause for delay, only one claim is necessary. In the event the Contractor abandons the work hereunder or falls, neglects or refuses to continue the work after ten (l0) days written notice has been given Contractor by the Owner or by the Engineer, then the Cwner shall have the option of 1) declaring this contract at an end, :n which even: .he Owner shall nct be liable to the Contractor for any work theretofore performed, cr 2) real=ring the surety hereto, upon ten ;1C? days notice, tc complete and carry out the contract of Contractor; and in that event, shcuid the surety fail, neglect cr refuse to carry cut said contract, 3) said Owner may ccmp:ete the contract at his own expense and maintain an action against the Contractor and the surety for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon :.he completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN w'ITNESS WHERECF, the Owner and Contractor have hereto set their hands and seals, respectively. JERRY D. SWEETSER, INC Hy _. Witnesses' THE C TY OF FAYETTEVIhh3 77hR ayy, Fred Hanna, Mayor Traci Paul, City Clerk *If corporat:on, secretary shcu:d -attest. End Of Contract I I. 1 1 1 1 1 1 1 1 1 1 1 1 1 ..-s^'^^^"^^ •^"^i^�^r,... .. ...may..::�...-b..... - . ,...� .....y,..4.'... . .. ..... _ UNITED STATES HDELFJGUARANTY COMPANY (A Stock Ccnpany) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We Jerry D. Sweatser, Inc as Principal, hereinafter called P-inc pal anc .JNITED STATES FIDELITY AND GUARANTY COMPANY a :croporatior organized and exislmg order' the laws of the:State of Maryland and authorizes to do business r the State Qf Arkansas, s Surety. here rafter callec Surety. are held and f rr-ly bound unto...... ... ... City ci ayettevi_le, AYkansas . ...... ... ... ... ...... ... .. .. .. .. .. .. ... .. .. .. .. ... .. .. as Obligee. here nafter ca led Owner, in the amount a' floe hundred Sixty One mhousard Three Hundred Thirteen Dollars & 30/13C .. .............................. ................... Do:lars (S = 61., 3:3.3C ), for :he payr•ent Whereof P'irc pal anc Surety Sind thennse ves, her heirs, personal repoesentat ves, successors and assigns, jointly and severally. li•m:y by these presents. Principal has by written agreement dated ..... ............. .. ............ entered into a contract with Owner for Furnishing all labor and materials for street, storm drainage, water and sewer improvements for Township St. Extension Project, Fayetteville, Arkansas, Project No. 94 227 wn ch contract is by reference r-ade a part hereof, and is hereinafter re'erred to as :he Contract THE CONDITION OF THIS OBLIGATION is BLitt that 1 the Orincioal shall faithfully perform the Contract cn his pad and shall fully indemni'y and save iarrless the Owner frcm all cost and dar.age wh:rb he may st"er by reasor o' failure Sc to do and sha I fully reimburse and repay the Owner at outlay anc expense which the Owner may ncir in makirg gocd any such defau t. ard. further, that if the Pdinc pal shal pay all persons all indebtedness for labcr or mater als furnished or per'orrned under said Contrac: lading wh cn such persons shall have a direct rig-tt o' actior against the Princ pal and Surety, jointly and severally, under this obligat cn. subject to the Owner's pnori:y. then this ob igation shall be null and vo a: otherwise it shall rema n in full force and effect No suit. act'on or proceed rg shall be Drought on *.his bond outside the State of Arkansas No suit, action or proceecing shal be brought on this bonc except Dy the Owner. unless it is Dro.Jghl n accordance with A.C.A Section 22-9-403 (b; anc A C.A Section 18-44-503 (b (Supp. - 987) as arended No suit. act'on or proceeding shall be brought by the Owner a'ter two years from :he dale on which 'ina payment urder the Contract fails due. Any alterations which may be made r• :he terns of the Contact. Or 'r the wor'<to be done under it. or the giving by the Owner of any extension of time 'or the performance cf the Ccntact. ow any other fcrberance on the part or ether the Owner or the Principal to the other shall rat in any way release the Pr ncipa anc the Surety or Sureties. or e theor any o' them, their hers, personal representat ves. successors or ass gns from their liabil ly hereunder. notice to tie Surety or Sureties of ary such alteration. extension or'orbearance being hereby waived. In rc event sha I the aggregate I ability of the Surety exceed the su-n set out here r. Executed on the .......9.th .. day of . August........... 19 `J.5. G' Jerry J. Sweetser, Inc. Principal �'- Pres_denl:' -' UNITED STATES FIDELITY AND GUARA Y ---C MPANY Surety Robert N. Davis Attorney -in -fact •Ri con:rac 158 (Arkansas) (11-89) 1'30742 ' UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY too o SF ' NO. 106636 KNOW ALL MEN BY THESE PRESENTS: That LNiIED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint A.P. Eason, Jr. and Robert M. Davis oftbe City of Fayetteville . State of Arkansas its true and lawful Attomey(s)-iu-Fact each in their separate ' capacity if more than one is named above, to sign its came as surety to. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedi ags allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this i nstmment to be sealed with its corporate seal, duly attested by the sigtuimres of its Senior Vim President and Assistant Secretary, this 22nd day of January A.D. 1993 UN! I ED STATES FIDEL.•TY AND GUARANTY COMPANY • CO (Sigried) By.(Signed) By....... ......:..... \\� ............ Assistant Secretary STATE OF MARYLAND) SS: BALTIMORE CITY ' Onthis22nd dayof January ,A.D.1993 . beforemepersonally came Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Paul D. Sims , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly swom, said, that they, the said Robert J. ' Lamendola and Paul D. Sims were respectively the Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said corporation. and that they signed their names thereto by like order as Senior Vice President and Assistant Secretary. respectively, of the Company. MyCommissianexpiresthe lltt day in March AD. 19 95 ' if Amory r/ NOTARY PUBLIC This Power of Attorney is granted under and by authority of the follow rig Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24. 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds. underrakmgt contracts and other instruments relating to said business maybe signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in ' accordance with them resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman. or the President. or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact forpurposes only of executing and arresting bonds and undertakings and other writings obligatory to the nature thereof, and• unless subsequently revoked and subject to my limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile sigmawre of facsimile seal shall be valid and binding upon the Company and my such power so executed and ccit iced by such facsimile signature and facsimile seal shall be valid and binding upon the Comr•any with respectto Amy bond orunderta►ingto which it is validly attached. ' RESOLVED. that Attorney(s)-in-Fad shall have the power and authority, unless subsequently revoked and, m any one, subject to the items and I irritations of the Power of Attorney issued to them to execute and deliver on behalf of the Company and to attach the seal of the Company to my and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attomeyts)-in-Fact shall be as binding upon the Coup ay as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. IL Paul D. Sims . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect. Ltbe undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. ' In Testimony Whereof. I have hereunto set my hand and the seal of STATES FIDELITY AND GUARANTY COMPANY an this day of• .19 Assistantanc c�rims t Sec • wll a+N ' FS 3(10.92) ' CERTIFICATE OF INSURANCE: CSR SB 08/09/95 PRODUCER I THIS CERTIFICATE :S ISSUED AS A MATTER OF INFORMATION ONLY AND ' Suite THE & Company, Inc. I CONFERS NO R:GNTS UPON THE CERTIFICATE HOLDER. THIS CBRTIP-GATE • I DOES NCT AMEND, EXTEND OR ALTER E COVERAGE AFFCRDEE BY THE 100 West Center, 201 I POLICIES BELOW Fayetteville, AR I-- --------------------------- ----- 7 27 02-42 17 R -- - V -- - I CQMPANIES AFFORDING COVERAGE PHcNE501-521-2233 I - - - - ----- - -------- --- - ---- --- ----------------------------------------------------------------- INIIRED -CMPANY LET=BRA Bituminous insurance Co. --------------------------------------------- ------ ------------- II COMPANY LE-sR B Jerry Sweetser, Inc. I --------------------------------------------------------------------------- 590 W. Poplar I COMPANY IR-ER C 1 Fayetteville AR 7 -------------------- -------------------------------------- COMPANY LE=ER D II I COMPANY LETTER E I' COVERAGES THIS IS TO CERTIFY THAT POLICES OF INSURANCE LILTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE POP THE PJL:CY ' PERIOD INDICATED. NOT'WITHSTAN-Z:NG ANY REQUIREMENT, TERM OR CNL:T:ON OF ANY CONTRACT OR OTHER DOCUMENT WITF RESPEC= wH:CH :HIS CERTIFICATE MAY BE :SSCED OP MAY PERTAIN, THE :NGCRANCE AFFORDED BY THE POLICIES DESCRIBES HEREIN IS SUBJEC - ALL TERMS EXCLUSIONS. AND CCND:TIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CJ TYPE OF 1NSURANCE POLICY NUMBER POLICY EFF I POLICY EXP L:F.ITS ' LTP. ----DA e____ I DATE GENERAL LIABILITY I -GENERAL AGGREGATE $2, BBB, BBB A yy 9 I CJNN FRCIAI. GEN LIABILITY CLP2131174 10/30/94 110/30/95 IPROD_x-P_DP ' A-- I I __ [ CLAIMS MADE IX] CCC IPERS & ADV :NJLRV ,1, 000, 000 [ OWNERS 5 & CONTRACTOR'S I -EACH 3CCURRENCE '1,000,000 11 I PROTECTIVE I I--------- - PI RE DAMAGE 1 [ (ANY ONE FIRE' 50,000 II I I I N: I IMED EXPENSE I 'I II I (ANY ONE PERSON 15, 000 -------------------------------------------------------------------------------------------------- - I AUTOMOBILE LIAR I (COMB s:NSLF L1N1T 11, 000, 000 'I-------------------I -------------- AlIX ANY AUTu CAP1813240 10/30/94 110/30/95 BOIL DY INJLRY I [ ALL OWNED AUTOS I ItPRR PERSON• ' 11' SCHEDULED AUTOS I I I - ----- -__ FIRED AUTOS I IBOC:LY INJURY • 11; NON -OWNED AUTOS I PER ACCIDENT '11. GARAGE LIABILITY -I - I 'PROPERTY DAMAGE I --____---_-_ I EXCESS LIABILITY I I EACH OCCURRENCE 11, 000, 000 Ai ;7G I1MBPRFORM I CUP1850409 10/30/94 110/30/95 I--------- ' :... 1 OTHER THAN UMBPELL.4 PCRM ;AGGREGATE 112, 000, 000 X STATUTORY LIMITS Ai WORKERS' COMP I WC122292 10/30/94 1110/30/95 EACH ACCIDENT 1100,000 I. AND I I DISEASE-POL. LIMIT 11500, 000 • 11 EMPLOYERS' LIAB I I I D:SEASB-EACH EMP. 11100, 000 ---------------------------------------------------I -- --------- OTHER---------------------------------- • A OCP COVERAGE I BINDER 108/09/95108/09/96 2,000,000 I I. ------------------------- DRSCRIPTION OF OPERATICNS,•LOCATIONS "VEHICLES'SFEC:AL TTRMP I ,I I CERTIFICATE HOLDER . ______ _______> CANCELLATION _____________r, - a. = SHOULD ANY OP THE ABOVE DESCR:BED POLICIES BE CANCELLED BEFORE THE EX- 11 PIRATION DATE THEREOF, THE ISS:ING COMPANY WI:.:. ENDEAVOR TO MAIL 30 I - DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. R'JT The City of Fayetteville, = FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OP Arkansas = ANY KIND UPON THE COMPANY, ITS AGENTS OF REPRESENTATIVES. '.113 West Mountain =------------------------------------------ ---------I Fayetteville AR - AUTHORIZED REPRESENTATIVE _AOZ�lJ -93, -- - - Robert Michael CERTIFICATE OF INSURANCE: -. - CSR SB 08109/95 11bUDUCER I T9:S CERTIFICATE IS ISSUED AS A MATTER OP INFCRMAT:ON ONLY AND 'I Eason & Company, Inc. I CCNPBRS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CBRT:P:CATE I DOES NO: AMEND, B)TENU OR ALTER THE COVERAGE AFFORDED BY THE 100 West Center, Suite 201 PCL:C:BS BELOW. Fayetteville, AR ------------------- - ---------------------- --------------- 72702-4217 COMPANIES AFFORDING COVERAGE PHONE501-521-2233 • : NSUREC COMPANY LETTER Bituminous Insurance Co. I -------------- ---------------------- ----------------- 1 rOMPANY LETTER B ' Jerry Sweetser, Inc. I -------------------- 590 W . Poplar I COMPANY LETTER C FayettevilleARI-------- ------------------------------ ---------- 72703 I COMPANY LETTERD --------------------------------------- ---------------- COMPANY LETTER E -_ =HIS :S TO CERTIFY THAT POLICIES CF :hSLPANCE LISTED BELOW HA'JE BEEN :SSEL TO THE INSUPED NAMED ABOVE PCR THE POLICY I ' FER:CD :NInCATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION CF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO I WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THd IN3JRAMCB APFCRLED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THR!!S, EXCLUSIONS. AND CONDIT:CNS OF SUCH POLICIEJ. LIMITS SHGWN MAY HA\E BEEN REDUCED BY PAID CLAIMS CO TYPE OF INSURANCE POLICY NUMBER PCLICY EFF POLICY RXPI LIMITS 'ILTPI LA -E I DATE I GENERAL LIABILITY-- I IGENBRAL AGGREGATh e2 CGG,000 I- ------------I AI X COMMERCIAL GEN LIABILITY CLP2131174 10/30/94 110/30/95 IPRCC-COMP:OP AGG tCLAIMS MADE ,X) JCC PEES & ADV. INJURYI1, 000, 000 CWNERCONTRACTORS 1 I EACH OCCUPPBNCE 1,000, 00II 0 PROTECTIVE I I I----------------- ------- I I FIPB DAMAGE I I I I (ANY ONE FIFE] 150,000 1 ---------------- II MAD. EXPENSE I I I !I I (ANY ONE PERSON) 15,000 ---- - -------------I- - ---------'-- -------I- --------------. . I -------I AUTOMOBILE LIAB I I (COMB. SINGLE LIMIT 11,000,000 --!------ '• A 7G ANY ALTO I CAP1813240 110/30/94 10/30/95 1BODI:.Y INJURY ALL OWNED AUTOS I IIPER PERSON) [ SCHEDU LED ALTOS -I HIRED AUTOS IBODILY :NJCRY NON -OWNED AUTOS I IPER A:C:LEN. I. [ GARAGE LIABILITY II-------------- ------ I[ - [PROPERTY LAMAGE I I EXCESS LIABILITY I EACH CCCLRPBNCh 11, 000,000 I A11X; UMBRELLA FORM CUP1850409 10/30/94 110/30/95 1 -----------I- --- OTHER THAN UMBRELLA FORM I .AGGPE ATE 12, 000, 000 ._______--_ __. ._____1___---____ ______________ I X STATUTOPY LIMITS[ Ai WORKERS' COMP I WC122292 110/30/94 110/30/95 EACH ACCIDENT 1100,000 1 D:SRASR-POL. LIMIT '500,000 EMPLOYERS' LIAB i I I DISEASE -EACH EMP. 1100, 000 i----- ------------------------------------------- ------------- - -------------- -------I i OTHER 1 I I I AIOCP COVERAGE I BINDER '08/09/95108/09/961 2,000,000 ,• ---------I---- ------------- 1 ---------I----- CRSCRIPTION OF CPBRAT:ONS;LOCATIONS VEH:CLhS;SPECIAL ITEMS 1 I> CEPT:F:CATh hOLDER ________—_____________________> CANCELLATION r.=c=====_-_________== 'I - SHCULJ ANY OF THh ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX P:RATION DATE TFRREOF. THE ISSUING rOMPANY WILL HNDEAVOP TO MAIL :AYS h'P:r:aN NOTICE TO THE rEPTIFI CATS HCLLER NAMED TO THE LEFT. BUT = FAILURE TO MAIL SUCH NOTICE SMALL IMPOSE NO OBLIGATION OP :,IAhILITY OF 1 DCI = ANY K:N-D UPON THE COMPANY, ITS AGENTS CR REPRESENTATIVES, '1 1970 E JOYCE BLVD SUITE 1 =---------------- ----------- -------------- ------------I FAYETTEVILLE AR - AL:HOR:ZED REPRESENTATIVE 72703 ;,CORD S 1-�sn1 Robert Michael Davis`_ ,z1 ' -,I j El I ' Project I ' Bidder: I I Owner: PURCHASING OFFICE, ROOM 306 ' CITY ADMINISTRATION BUILDING 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 ' 1. The undersigned Bidder, in compliance with your invitation to Bid for construction of the abcve Project, acknowledges having received the Drawings and Project Manual ' prepared by Development Consultants, LLC and dated July 1995. Also, the Bidder acknowledges having received the following Addenda numbers: 1 - BID FORM STREET, STORM DRAINAGE, WATER AND SEWER TOWNSHIP ROAD EXTENSION PROJECT BID NO. 95-52; CITY OF FAYETTEVILLE, ARKANSAS DCI ENGINEERING PROJECT NO. 94-227 1 'v \C.4vt S State Arkansas Contractor's License No. Daft 4 1039 \p Bid submitted on ;date) 2. Bidder acknowledges having examined all the Contract Documents and the bidding requirements, the site and locality where the Wcrk is to be performed, the legal requirements and the conditions affecting cost, progress or performance of the Work, and having made such investigations as the Bidder deems necessary. 3. The Bidder hereby agrees, if awarded the contract, to begin Work on or before the date stipulated in the written Notice to Proceed and to perform all the Work to Substantial ' Completion within 120 calendar days thereafter. The Bidder further agrees to pay as liquidated damages the sum of $250 for each calendar day thereafter until the date of Substantial Completion certification. CC300-1 I 4. The Bidder agrees to perform all the Wcrk required by and in strict accordance with the Contract Documents which includes cost of performance, labor and material bonds, for the unit prices and lump sum amounts listed in the Bid Schedule that follows. ' 5. Bid Schedule: Note: Unit prices and lump sum amounts shall be shown ' in both words and figures. In case of discrepancy, the amount shown in words will govern. ' Item Approx. Unit No. Item Qty. Unit Price Amount SCHEDULE "A" - STREETS AND DRAINAGE I1. R&D 24" Oak Tree 1.A. 00 '( .zie hund1 PJ ;-@t( Dollars ($ 3S ._) $ SD •� 2. R&D Ornamental Trees 6 E.A. I I I ----- I�yLO rllC�,f,2u.--Dollars(S/(i(J. J$ 3. R&D 12" Metal Culverts 2 E.A. yt U�^ f Po i — Dollars ($ /6O. Z - ' 4. R&D Stone Gate & Mailbox 1 E.A. hU(1 /ec( -----Dollars ($ _J $ t_. ' 5. Relocate Existing Bence 470 L.F. .5O V e (did SJr/_ Dollars($) . 1$_ 6. 18" lass =II RCP 150 L.F. Dollars($3O• ?$�S��� ' 7. 18" RCP lared End Sections 2 E.A. • 1 )/ I! / 7c � ) Q6ur `UVlCkf tI4 Dollars ($ ! ; $ U6. 8. 8'-0" Concrete Curb Inlet 2 E.A. I51+ ' ( ollars ($ /� 50. ,s338 9. 12'--C" Concrete nCurb mid 2 E.A. �1� -1 ' i WJ {���USQn Dollars ($ v . )$ 00300-2 I I ' Item Approx. Unit No. Item Qty. Unit Price Amount SCHEDULE "A" - STREETS AND DRAINAGE (Continued) 10. 18" Thick Rip -Rap 4 S.Y. ' -` D Dollars ($ 3� • ) $ /5. 1 1:. 4" Pipe Uadera_Y aia 140 L.F. 11ff�1 6 (, - Dollars ($ 8 .' ' 12. Concrete Air V lye Pox 1 E.A. t i t+ P /L !1✓J I Dollars ($ /SGC. )$ / OD? •13. Unclassified Excavation 2234 C.Y. J,�� nj(o�---1,ollars($`D. _ 14. Class 7 Roadway Base 540 T.N. ()V ✓t2'2/L --Dollars ($ } S 15. 6" Concrete Pavement 3604 S.Y. I 1 �l� �Q� �Ytd JADollars ($} 16. 5'-0" Sidewalks 780 L.F. %% (( /1 r Q Q CJLQVI� (.x' 7`��UJ—cellars ($ se)s $ �os s - 17. Handicap Ramps 1 — 3 E.A. C® dI/�Q--� Dollars;$ OQ $ GY]�— ' 18. Seeding 0.60 Acre r4e.2 /jc(iU/2 Dollars($OQ J$ i8. ' 19. 4" Thermoplastic Marking 2300 L.F. • ��� 5/jdli'Dollars($/•sO )$395O�� 2G. 12" Thermoplastic Marking 60 L.F. oG� en Dollars ($ ( ) $______ 21. Thermoplastic Mar/kJk'ng Word 2 E.A. JaIMU Dollars ($ )S' ) $ O 1 07'300-3 C P P I I I I Item Approx. Unit No. Item Qty. Unit Price Amount SCHEDULE "A" - STREETS AND DRAINAGE (Continued) 22. mhernoplast-c M�rk:ng Arrow 6 E.A. 1 1% 2h-eJ --! �i�' —Dollars ($ /SO } $ `OV TOTAL BID SCHEDULE "A" SCHEDULE "B" - WATER AND SEWER LINES Item No. Item Approx. Qty. Unit $► ,"103. a0 Unit Price Amount 23. 6"" PVC Water Main 824 L.F. --1 ��C � e✓� _-Dollars ($ 1,50 ) $ ______� ' 24. 2" PVC Water Main 35 L.F. --- —dollars S PQ" S_ ' 25. I2"x 6" Tapping Sleeves 1 E.A. �R f��l�a�`fL---- Dollars ($ _) sDO ' 26. 6"x 6" Tee 2 E.A. co Th..fL-e- hoaQy_e -- Dollars($300 $ blU 27. 6" - 1/32 Bend 1 E.A. Dollars($'SDO.)$3OD 28. 6" Gate Valves & Boxes 3 E.A. ' {� 1�0 k — —Dollars ($ 00, ) $I Dom ' 29. 6" FireHydrant(New) 1 E.A. UP✓tt-22,x, hlN_�I� Pk — Dollars ($/700Th $ 30. 6" Fire Hydrant (Relocated) 1 E.A. 1 n � Dollars ($/) $ 0C300-4 H SCHEDULE "B" - WATER AND SEWER LINES (Continued) Item Approx Unit No. Item Qty. Unit Price Amount 31. 2" Flushing Assemblies 1 E.A. —F-1U-0,�yaAUf �c� Collars($ SD0J )$____ 32. 2" Tap and Valve ( 2 E.A. O3 ' \V X¢ )\UVI ICJ Dollars($5bt%• )$�QOO. 33. Single Water Service 1 E.A. r K)Aay ed Dollars ($ (�� • 1 $ ' 34. Sewer Service 60 L.F. lTrench & Backfill ' �� \ R e� ---- Dollars ($ I ! ) $ l 35. 0-6' Trench & Backfill 105 L.F. 6O Dvilars($/. ?$;_j 36. 6-8' Trench & Backfill 365 L.F. �JJ ' �y� e ( � /It_—Dol-ars ($/ _� 37. 4" SDR-26 PVC Service Line 60 L.F. -- Dol i ars ($ ' 38. 8" SDR-26 PVC Sewer Line 470 L.F. .`i -----_ — Doltars($O. )$ U_ ' 39. Std. Manhole 0-4' 3 E.A. — Dollars ($ /000Th sJO. '4C. Extra}Depth Manhole 4.6 V.F. r� ' )rl R YlUl1d�/g� �I J -(,y llars ($ ) $_ ___ 41. Connection To Existing Line 1 E.A. I 6O Dollars ($ ) $/- 42. Class 7 Drive Backfill 67 T.N. go 3� — —_ -Dollars ($1i•- 33300-5 ' I ' TOTAL BID SCHEDULE "B" $\1 i9o(. Iitem Approx Unit No. Item Qty. Unit Price Amount SCHEDULE "C" - MISCELLANEOUS 43. Mobilization — 1 L.S. uoliars($ I )S I. ' 44. Final clean-up 1 L.S. =,.ollars ($f. $ 7. ' 45. Trench Excavation Safety 1 L.S. OD CO Dollars ($ /. ) S�,_ TOTAL. BD SCHEDULE "C" $ TOTAL BID SCHEDULES "A"+"B"+"C"....... $__________________ \ni,3 I_ - tThe undersigned further agrees that if awarded the contract, he will commence construction work within ten (10) days after receipt cf written notice of acceptance of Bid Proposal. In submitting a proposal or. any or all items of unit costs, the undersigned agrees that the Owner reserves the right to accept or reject any or all proposals, with or without cause, and to hold and consider as many of these proposals as he so desires for a period of 60 days after bids are opened. The Owner's acceptance of any of these proposals thereby makes it a part of the contract documents to the same extent as though it were originally included therein. I 0C300-6 1 Li I Further the undersigned agrees to fully and completely submit the detailed "STATEMENT OF BIDDER'S QUALIFICATIONS" as found on the pages immediately following. The undersigned agrees that failure to complete and/or provide the "STATEMENT OF BIDDER'S QUALIFICATIONS" shall be cause for the Owner and/or Engineer to consider the bid nonresponsive and to reject such bid. RESPECTFULLY SUBMITTED: Bidder Address Address By: a5 9 S Sig. e Date ' �rrz Sid en -E D�� 411 D 39i 0 Title Ark. License Number •' (Seal -if �BID is by a corporation) Attest:}/k e �V Qc 1 -- L I I L I I CC Co I I 7 STATEMENT OF BIDDER'S QUALIFICATIONS 1 All questions must be answered and the data giver. must be 1 clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate sheets and then attached to this statement. The Bidder may submit any additional information that he desires. 1. Name of Bidder. JERRY D. SWEETSER, INC 2. Permanent main office address and telephone number. 590 WEST POPLAR - FAYETTEVILLE, AR 72703 3. When organized. I ml 4. if a corporation, where incorporated. • 5. Contractor's License number. 1 c,?7ylo3y,� 6. How many years have you been engaged in the contracting business under your present firm or trade name? 1 A /Z7 7. Contracts on hand. (Schedule these, showing the amount 1 of each contract and the appropriate anticipated dates of completions, and a point of contact for references.) 8. Have you ever failed to complete any work awarded to you? NO 1 9. Have you ever defaulted on a contract? if so, where and why? `` 0 10. Experience in construction similar in size and scope to 1 this project, along with the project owners and engineers. w£ �r_F t x%f rls� Gls7 +rd A� fS5 11. List of major equipment available for this contract. A i7CAJ ' " 00300-8 I El I L L I H L L I I I L L I I I I 12. Will you, upon request, fill out a detailed financial statement, including credit worthiness, and furnish any other information that may be required by the Owner? Dated this day of / , 19—� Name of Organization: J Y D. SWEETSER, INC by i///J Title /PP ES lnrA ' State of County of _, (ICJ///IAm (i S( Ef S�2 being duly sworn deposes and says that he (she) is the ___ of E2ey A IS���fs�e xtic Contractor(s'), and that answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this 19 9S My commission expires (seal) l�e/6he i/_6G3 END OF DOCUMENT '-3CC-9 c25 day of o ry Public L I Li I I I I I LB I I This document has important legal consequences: consultation with an attorney is encouraged with respect to its completion or modification. GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by Engineers Joint Contract Documents Committee Issued and Published Jointly By ovovllc%� SO r& acIVn f:IL ENONEERi lase ' PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A-- practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL ' AMERICAN SOCIETY OF CIVIL ENGINEERS ' CONSTRUCTION SPECIFICATIONS INSTITUTE This document has been approved and endorsed by The Associated General Contractors of America I I These General Conditions have been prepared for use with the Owner -Contractor Agreements (No. 1910.8-A-1 or 1910-8-A-2) (1990 Editions). Their provisions are interrelated and a change in one may necessitate a change in the others. Comments concerning their usage are contained in the Commentary on Agreements for Engineering Services and Contract Documents (No. 1910-9) (1986 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-17) (1990 Edition). When bidding is involved, the Standard Form of Instructions to Bidders (No. 1910-12) (1990 Edition) may be used. I C ' TABLE OF CONTENTS OF GENERAL CONDITIONS Ankle or Paragraph Page Ankle or Paragraph Page Number & Title Number Number & Title Number 1. DEFINITIONS .................................. 13 2.5-2.7 BeforeStarting Construction; 1 1.1 Addenda .............................13 CON7RACPDR's Responsibility to 1.2 Agreement .. ' ' 13 Report: PreliminarySchedules; 1.3 Application for Payment .. '... 13 Deliveryof Certificates of 1.4 Asbestos ............................. 13 Insurance ..........................35 1.5 Bid ....4..4......44 ................... 13 2.8 Preconstruction Conference ...........35 1.6 Bidding Documents ................... 13 2.9 Initially Acceptable Schedules ......... 16 1.7 Bidding Requirements ...4.44...4..... 13 3 CONTRACT DOCUMENTS: INTENT, 1.8 Bonds ...................44.4...4.... 13 AMENDING. REUSE ........4.4.............44.. 16 1.9 Change Order 444......4 ............ . 13 16 13 3.1-3.2 Intent ................... 1.10 Contract Documents ...4.444..... 3.3 Reference to Standards and 1.11 Contract Price .......................13 Specifications of Technical Societies; 1.12 Contract Times ....................... 13 Reporting and Resolving 1.I3 CONTRACTOR ...................... 13 Discrepancies 1.14 defective 13 13 3.4 Intent of Certain Terms or Adjectives .. 17 1.15 Drawings ..4...4....4........4........ 1.16 Effective Date of the Agreement ...... 13 3.5 Amending Contract Documents 4444... 17 1.17 ENGINEER .......................... 13 3.6 Supplementing Contract Documents ... 17 1.18 ENGINEER's Consultant .............13 3.7 Reuse of Documents .....4 .... 4....... 17 1.19 Field Order ....44 ..................44. 13 4. AVAIIT LABILY OF LANDS; SUBSURFACE AND 1.20 General Requirements ................ 14 PHYSICAL CONDITIONS. REFERENCE POINTS. 17 1.21 Hazardous Waste ..................... 14 4.1 Availability of lands ..... 4 4 4 4......... 17 1.22 Laws and Regulations; Laws or 4.2 Subsurface and Physical Conditions ... 17 Regulations ......4......4.......... 14 4.2.1 Reports and Drawi 17 cgs ................ 1.23 Liens.................................14 4.2.2 Limited Reliance by CONTRACTOR 1.24 Milestone ....4 ................4.4....4 14 Authorized; Technical Data ......... 18 1,25 Notice of Award 444 ..............4.... 14 4.2.3 Notice of Differing Subsurface or 1.26 Notice to Proceed .................... 14 Physical Conditions ................. 18 1.27 OWNER .....4...44...4 .............. 14 4.2.4 ENGINEER's Review ...............4 18 1.28 Partial Utilization ..................... 14 4.2.5 Possible Contract Documents Change . 18 1.29 PCBs................................14 4.2.6 Possible Priceand Times Adjustments . 18 ' 1.30 Petroleum ........444........4........ 14 4.3 Physical Conditions —Underground 1.31 Project 14 Facilities ................IS 1.32 Radioactive Material .................. 14 4.3.1 Shown or Indicated ...................18 1.33 Resident Project Representative ....... 14 4.3.2 Not Shown or Indicated 19 .............. 1.34 Samples ................4444.......... 14 4.4 Reference Points ........... 19 1.35 Shop Drawings .............• •.... 14 4.5 Asbestos. PCBs. Petroleum. Hazardous .... 1.36 Specifications .................4.4...44 14 Waste or Radioactive Material ...... 19 1 1.37 Subcontractor ....................6444 14 1.38 Substantial Completion 14 5. BONDS AND INSURANCE .. _.......4.......444 20 1.39 SupplementaryConditions ........... 4 14 5.1-5.2 Performance. Payment and Other Bonds . 20 1.40 Supplier .............................. 14 5.3 Licensed Sureties and Insurers; 1.41 Underground Facilities ................ 14 Certificates of Insurance ............ 20 1.42 Unit Price Work ...................... 14 5.4 CONTRACIOR's Liability Insurance . 20 1.43 Work ................................. 15 5.5 OWNER's Liability Insurance ........ 21 1.44 Work Change Directive ............... 15 5.6 Property Insurance ................... 21 1.45 Written Amendment .................. 15 iler 5.7 Boand Machinery or Anal dditio 2. PRELIMINARY MATTERS ...................... 15 Property Insurance ................. 21 2.1 Delivery of Bonds .................... 15 5.8 Notice of Cancellation Provisions ..... 21 2.2 Copies of Documents ................. 15 5.9 CONTRAC TOR's Responsibility for 2.3 Commencement of Contract Tunes; Deductible Amounts ................ 22 Notice to Proceed .................. 15 5.10 Other Special Insurance ............... 22 2.4 Starting the Work ..................... 15 5.11 Waiver of Rights ...................... 22 ' ' Article or Paragraph - Page Article or Paragraph Page Number & Title Number Number & Title Number 5.12-5.13 Receipt and Application of insurance 8.6 Change Orders ....................... 29 proceeds ........................... 22 8.7 Inspections, Tests and Approvals ...... 29 5.14 A cceptance of Bonds and insurance; 8.8 Stop or Suspend Work; Terminate Option to Replace ................. 22 CONTRAL'fDR's Services ......... 29 5.15 Patna] Utilization —Property 8.9 Limitations on OWNER's Insurance .......................... 23 Responsibilities ..................... 30 8.10 Asbestos, PCBs, Petroleum. Hazardous 6. CONTRACTOR'S RESPONSIBILITIES .......... 23 Waste or Radioactive Material ...... 30 6.1-6.2 Supervision and Superintendence ...... 23 8.11 Evidence of Financial Arrangements .. 30 6.3-6.5 Labor, Materials and Equipment ...... 23 9. ENGINEER'S STATUS DURING 6.6 Progress Schedule .................... 23 CONSTRUCTION ........ 6.7 Substitutes and "Or -Equal' Items; 9.1 OWNER's Representative ............ 30 CONTRALTOR's Expense; 9.2 Visits to Site ......... .. 30 Substitute Constructione............. Methods or Procedures; 9.3 Project Rohs aInver .. tation........ 30 ENGINEER's Evaluation .......... 23 9'5 Clarifications and Interprets rkns ...... 30 6.8-6.11 Concerning Subcontractors. Suppliers 9.6 Authorized a fect vens im Work ........ 30 9.6 Rejecting Defective Work ............. 30 and Others: Waiver of Rights ....... 24 9.7-9.9 Shop Drawings. Change Orders and 6.12 Patent Fees and Royalties ............. 25 6.I3 Permits ................ Payments 31 ............... 25 9.10 Determinations for Unit Prices ........ 31 6.14 Laws and Regulations ................ 25 9.114.12 Decisions on Disputes: ENGINEER as 6.15 Taxes..........a................a.... 25 Initial Interpreter ......... ...... 31 6.16 Use of Premises ...................... 26 6.17 Site Cleanliness Authority and Responsibilities ...... 3l 6.18 Safe Structural Loading ............... 26 6.19 Record Documents ................... 26 6.20 Safety and Protection ................. 26 10. CHANGES IN THE WORK ..................... 32 6.21 Safety Representative ............ a. a.. 26 10.1 OWNER Ordered Change ............ 32 6.22 Harard-Communication Programs ..... 27 10.2 Claim for Adjustment ................. 32 6.23 Emergencies .......................... 27 10.3 Work Not ntsRe.....red by Contract 6.24 Shop Drawings and Samples .......... 27 Dngemedts ......................... 32 6.25 Submittal Procedures; 10.4 ChangeOrders CONTRACTOR's Review Prior to 10.5 Notification of Surety ................. 32 Shop Drawing or Sample Submittal 27 ii. CHANGE OF CONTRACT PRICE .............. 32 I6.26 Shop Drawing & Sample Submittals 11.1.11.3 Contract Price; Claim for Adjustment; Review by ENGINEER ............ 27 Value of the Work .................. 32 6.27 Responsibility for Variation From 11.4 Cost of the Work ..................... 33 Contract Documents ................ 27 11.5 Exclusions to Cost of the Work ....... 34 6.28 Related Work Performed Prior to 11.6 CONTRACTOR's Fee ................ 34 ENGINEER's Review and Approval 11.7 Cost Records ......................... 34 of Regwnn d Submittals ............. 27 11.8 Cash Allowances ..................... 35 6.29 Continuing the Work ..................28 I l.9 Unit Rice Work ...................... 35 6.30 CONTRACTOR's General Warranty and Guarantee ............ 28 12. CHANGE OF CONTRACT TIMES ............ .. 35 6.31-6.33 Indemnification ....................... 28 I2.1 Claim for Adjustment ................. 35 ' 6.34 Survival of Obligations ................. 28 12.2 Time of the Essence .................. 35 12.3 Delays Beyond CONTRACTOR's 7. OTHER WORK .................................. 29 Control ............................ 35 7.1-7.3 Related Work at Site .................. 29 12.4 Delays Beyond OWNER's and 7.4 Coordination CONTRACI'R's Control .......... 35 8. OWNER'S RESPONSIBILITIES ................. 29 8.1 Communications to Contractor ........ 29 13. TESTS AND INSPECTIONS; CORRECTION, 8.2 Replacement of ENGINEER .......... 29 REMOVAL OR ACCEPTANCE OF DEFECTIVE 8.3 Furnish Data and Pay Promptly When WORK .......................................... 36 Due ................................ 29 13.1 Notice of Defects ..................... 36 8:4 Lands and Easements; Reports and 13.2 Access to the Work ................... 36 Tests ............................... 29 13.3 Tests and Inspections; Contnctar's 8.5 Insurance ............................. 29 Cooperation ........................ 36 II II I I [1 I L 11 I Li I I I Article or Paragraph - Page T• I Number Number & u e 13.4 OWNER's Responsibilities; Independent Testing Laboratory .... 13.5 CON7RACIOR's Responsibilities ..... 13.6-13.7 CoveringWork Prior to Inspection. Testing or Approval .. . ............. 13.8.13.9 Uncovering Work at ENGINEER'S Request ............................ 13.10 OWNER May Stop the Work ......... 13.11 Correction or Removal of Defective Work............................... 13.12 Correction Period ..................... 13.13 Acceptance of Defective Work ........ 13.14 OWNER May Correct Defective Work............................... 14. PAYMENTS TO CONTRACTOR AND COMPLETION ................................ 14.1 Schedule of Values .................... 14.2 Application for Progress Payment ..... 14.3 CONTRACIOR's Warranty of Tide .. . 14.414.7 Review of Applications for Progress Payments ................. 14.8-14.9 Substantial Completion 14.10 Partial Utilization ..................... 14.11 Final inspection .. .......... . 36 36 36 36 36 37 37 37 37 37 38 38 38 39 39 39 Article or Paragraph Page Number & Title Number 14.12 Final Application for Payment ......... 40 14.13.14.14 Final Payment and Acceptance ........ 40 14.15 Waiver of Claims ..................... 40 15. SUSPENSION OF WORK AND TERMINATION 15.1 OWNER May Suspend Work ......... 15.2-15.4 OWNER May Terminate .............. 15.5 CONTRACTOR May Stop Work or Terminate .......................... 16. DISPUTE RESOLUTION ....................... 17. MISCELLANEOUS ............................. 17.1 Giving Notice ........................ 17.2 Computation of Times ................ 17.3 Notice of Claim ....................... 17.4 Cumulative Remedies ................. 17.5 Professional Fees and Court Costs Included ........................... EXHIBIT GC -A (Optional): Dispute Resolution Agreement (Optional) ..... GC -Al 16.1-16.6 Arbitration .................... GC -AI 16.7 Mediation ..................... GC -A2 41 41 42 42 42 42 42 Al LI Ii I I El [1 I I Li I U El J I I U I 1 INDEX TO GENERAL CONDITIONS Article or Paragraph Number Acceptance of — Bonds and Insurance ................................5.14 defective Work ........1 0.4.1.13.13.13,15 13.13. 13.15 final payment................................9.22. 14.15 insurance...........................................5.14 other Work, by CONTRACTOR ...................... 7.3 Substitutes and "Or -Equal" Items .................. 6.7.1 Work by OWNER ........................ 2.5. 6.30, 6.34 Access to the — Lands. OWNER and CONTRACTOR responsibilities.....................................4.1 site. related work .............. ..................... 7.2 Work 13.2. 13.14, 14.9 . .................................. Acts or Omissions—. Acts and Omissions— CONTRAC OR ...........................6.9.1. 9.13.3 ENGINEER 6.20, 9.13.3 ................................ OWNER....................................... 6.20, 8.9 Addenda —definition of (also see definition of Specifications) ........... (1.6. 1.10, 6.19) 1.1 Additional Property insurances ......................... 5.7 Adjustments Contract Price or Contract Times ......... 1.5, 3.5, 4.1, 4.3.2, 4.5.2, 4.5.3, 9.4, 9.5, 10.2.10.4. II. 12, 14.8, 15.1 progress schedule....................................6.6 Agreement - definition of ........................ ................. 1.2 All risk insurance, policy form ........................ 5.6.2 Allowances, Cash ..................................... 11.8 Amending Contract Documents . ...................... 3.5 Amendment, Written - in general .... 1 10, 1 45. 3.5, 5.10, 5.12. 6.6.2. 6.8.2.6.19, 10.1, 10.4.11I--. 12.1, 13.12.2, 14.7.2 Appeal. OWNER or CONTRACTOR intent to ...................... 9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment - definition of.......................................1.3 ENGINEER's Responsibility ........................ 9.9 final payment .................. 9.13.4, 9.13.5, 14.12-14.15 in general .. ................... 2.8.2.9, 5.6.4, 9.10, 15.5 progress payment .............................. 14.1. 14.7 review of ............................. ........ 14.4.14.7 Arbitration (Optional) ......................... ... 16.146.6 Asbestos - claims pursuant thereto ....................... 4.5.2.4.5.3 CONTRACTOR authorized to stop Work ........... 4.5.2 definition of..........................................1.4 OWNER responsibility for ...... ............. 4.5.1.8.10 possible price and times change .. .................. 4.5.2 Authorized Variations in Work ........... 3.6.6.25, 6.27, 9.5 Availability of Lands .. ............................ 4.1, 8.4 Award, Noticeof-defined ......... .... ............. 1.25 Before Starting Construction ............... ........ 2.5-2.8 Bid-4jefinition of .... 1.5 ................... ............. (I.I, 1.10, 2.3, 3.3, 4.2.6.4. 6.13. 11.4.3, 11.9.1) Article or Paragraph Number Bidding Documents -definition of ................ 1.6 (6.8.2) Bidding Requirements -definitions of ...... 1.7 (II. 4.2.6.2) Bonds - acceptance of ......................................5.14 additional bonds ........................... 10.5, 11.4.5.9 Cost of the Work .................................. 11.5.4 definition of .......................................... 1.8 delivery of ...................................... 2.1.5.1 final application for payment ................. 14.12-14.14 general ...............1.10, 5.1-5.3, 5.13, 9.13,10.5, 14.7.6 performance. Payment and Other ................. 5.1-5.2 Bonds and Insurance -in general ......................... $ Builder's risk "all risk" policy form ................... 5.6.2 Cancellation Provisions, Insurance ........ 5.4.11., 5.8, 5.15 Cash Allowances ...................................... 11.8 Certificate of Substantial Completion ......... 1.38. 6.30.2.3. 14.8, 14.10 Certificates of Inspection ................ 9.13.4. 13.5, 14.12 Certificates of insurance .. 2.7, 5.3, 5.4.11, 5,4.13,5.6.5. 5.8. 5.14, 9.13.4, 14.12 6440........4.400 ...................... Change in Contract Price - Cash Allowances .............................. .....II.8 claim for price adjustment ..... 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4, 9.5, 9.11, 10.2. 10.5, 11.2, 13.9, 13.13,13.14,15.1,15.5 CONTRACTOR's fee ............................... 11.6 Cost of the Work general ...................................... I1.4 -I1.7 Exclusions to ............4..........4..4..........4. 11.5 Cost Records ....................................... II.7 in general .............. 1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Lump Sum Pricing ................................ 11.3.2 Notification of Surety ............................... 10.5 Scope of .......................................10.3-10.4 Testing and Inspection, Uncovering the Work ........ 13.9 Unit Price Work .................................... 11.9 Value of Work ......................................11.3 Change in Contract Times - Claim for times adjustment ....4.I.4.2.6. 4.5, 5.15, 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, 13.9, 13.13, 13.14,14.7,15.1,15.5 Contractual time limits .............................. 12.2 Delays beyond CONTRACIOR's control ............ 12.3 Delays beyond OWNER's and CONTRACTOR's con- trol............................................... 12.4 Notification of surety ............................... 10.5 Scope of change ...............................10.3-10.4 Change Orders - Acceptance of Defective Work ..................... 13.13 Amending Contract Documents ...................... 3.5 Cash Allowances 11.8 ................................... Change of Contract Price ............................. 11 Change of Contract Tines ............................ 12 Changes in the Work .................................. 10 CONTRACTOR's fee I I.6 ............................... Cost of the Work ......................11.4-11.7 I I Article or Paragraph Number Cost Records ....6666 .. .... .... ......6666........ 11.7 definition of ............6..........04..6......... .9 emergencies .................. ....... 6.23 ENGINEERS responsibility ....... 9.8. 10.4. 11.2. 12.1 execution of ............ ... .... .. 10.4 ' Indemnification ....... .... . 6.12. 6.16. 6.31. 6.33 Insurance. Bonds and 5.10. 5.13, 10.5 OWNER may terminate .. .... .............. 15.2-15.4 OWNER'S Responsibility ............ .... 6666.8.6, 10.4 Physical Conditions — Subsurface and. ... .... 4.2 6666.. Underground Facilities ... .. ................. 4 .. Record Documents .. .. .. ................6.19 Scope of Change .. .. 10.3-10.4 Substitutes ... ....... 6.7.3, 6.8.2 Unit Price Work ......... .... .... .... 11.9 value of Work. covered by .... ...... ........ d.. . 11.3 Changes in the Work . .... .... .......... 10 Notification of surely ........... ................... 10.5 OWNER'S and CONTRACTOR's responsibilities .... 10.4 Right to an adjustment . .... ............. 10.2 Scope of change .. 10.3-10.4 Claims — against CONTRACTOR ..... ..6.16 against ENGINEER .. . 6.32 against OWNER .. . ... . .... ... 6.32 Change of Contract Price .. .... .... ... ...... 9.4. 11.2 Change of Contract Times .. ........ .......... 9.4, 12.1 CONTRACTOR'S 4. 7.1. 9.4. 9.5.9 II. 10.2. 11.2. 11.9, 1'_ I. 14.8. 15.1, 15.5. 17.3 CONTRACTOR's Fee ...... ........ .... ........ 11.6 CONTRACTOR's liability 5.4. 6.12. 6.16. 6.31 Cost of the Work .. .. 11.4. 11.5 Decisions on Disputes . .. ....... ........... 9.11, 9.12 Dispute Resolution ... .... .. ... 16.1 Dispute Resolution Agreement .. .. .. 16.1-16.6 ENGINEER as initial interpretor ..... . 9.11 Lump Sum Pricing ..........................11.3.2 rn Notice of ... ... . .... .... ......... ........ 17.3 OWNER, . . 9.4.9.5.9,11. 10.2. 11.2. 11.9. 12.1. 13.9. 13.13, 13.14. 17.3 OWNER', liability .... .. ............. ........... 5.5 OWNER may refuse to make payment ....... ...... 14.7 • Professional Fees and Court Costs Included ......... 17.5 request for formal decision on ........ .... ........ 9.11 TubExtension .................................12.1 6666.6.71 1.2 Time 6666 ..-- 122 .1 ... Time requirements ........................9.11. 12.1 Unit Pnce Work ... ... ... .... ................ 11.9.3 ' Value of ......... ........ .... ... ...... 11.3 Waiver of —on Final Payment .............. . 14.14, 14.15 Work Change Directive ......... ... ........ ..... 10.2 wntten notice required ............. .... 9.11, 11.2. 12.1 Clarifications and Interpretations ............ 3.6.3.9.4.9.11 Clean Site ........................................... 6.17 Codes of Technical Society. Organization or ' Association .. .............. ............. ...... 3.3.3 Commencement of Contract Times ...... ........ ..... 2.3 Communications — Article or Paragraph Number general...................................4 Hazard Communication Programs ...................6.22 Completion — Final Application for Payment .....................14.12 Final Inspection ................................... 14.11 Final Payment and Acceptance ...............14.13-14.14 Partial Utilization .. . .......14 4 0 14.10 Substantial Completion .................. 1.38, 14.8-14.9 Waiver of Claims ....... ................ .......... 14.15 Computation of Times ........................ 17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others ........................... 4 6.86.1 I Conferences — initially acceptable schedules ..................6...... 2.9 2.8 preconstruction ...6...........6.....4....... 6666. .... Conflict. Error. Ambiguity. Discrepancy— CONTRAC'lOR to Report ..................... 2.5, 3.3.2 Construction, before starting by CONTRACTOR .... 2.5-2.7 Construction Machinery, Equipment, etc................6.4 Continuing the Work ............................. 6.29. 10.4 Contract Documents — Amending........................................... 3.5 5.1 Bonds............................................... I1.8 Cash Allowances ................4........... Change of Contract Price ............................. I1 .... Change of Contract Times ......... ............... 12 Changes in the Work ........................... 10.4.10.5 check and venfy..................................... 2.5 Clarifications and interpretations ....... 3.2, 3.6, 9.4.9.11 definition of .........6 ...........................666 1.10 ENGINEER as initial interpreter of ................. 9.11 ENGINEER as OWNER'S representative ......... • • • 9.1 general ....................... 3 Insurance............................................ 5.3 Intent ............................................ 3.1-3.4 minor variations in the Work .................6666.... 3.6 OWNER's responsibility to furnish data .............. 8.3 OWNER's responsibility to make prompt payment ....................... 8.3, 14.4, 14.13 precedence .................................... 3.1' 3.3.3 Record Documents .............................6.19 Reference to Standards and Specifications of Technical Societies .............................. 3.3 Related Work .................................... 6666 7.2 Reporting and Resolving Discrepancies ........... 2.5, 3.3 Reuseof...............................4............. 3.7 Supplementing....................4.................. 3.6 Termination of ENGINEER's Employment ........... 8.2 Unit Price Work .................................... 11.9 variations....................4............ 3.6, 6.23. 6.27 Visits to Site, ENGINEER'S ......................... 9.2 Contract Price — adjustment of ................ 3.5.4.1, 9.4, 10.3, 11.2-11.3 Changeof......................6..................... I Decision on Disputes ............66 ..............66.9.11 definition of ........................................ 1.11 Contract Times — adjustment of ...................... 3.5.4.1, 9.4, 10.3. I2 Change of 12.1-12.4 ...................................... 1 5 I Li Li I I I I U C I I I i I Article or Paragraph Number Commencement of ................................... 2.3 definition of ........................................ 1.12 CONTRACTOR — Acceptance of Insurance ............................ 5.34 Limited Reliance on Technical Data Authorized ..... 4.2.2 Communications ............................... 6.2, 6.9.2 Continue Work..........6.29, 10.4 coordination and scheduling ......................... 6.9.2 definition of ........................................ 1.13 May Stop Work or Terminate ....................... 15.5 provide site access to others .................... 7.2, 13.2 Safety and Protection ....... 4.3.1.2. 6.16, 6.18.6.21-6.23. 7.2. 13.2 Shop Drawing and Sample Review Prior to Submittal . 6.25 Stop Work requirements ........................... 4.5.2 CONTRACfOR's— Compensation.................................. 11.1-11.2 Continuing Obligation .............................. 14.15 Defective Work .......................... 9.6, 13.10-13.14 Duty to correct defective Work ..................... 13.11 Duty to Report — Changes in the Work caused by Emergency ....................................... 6.23 Defects in Work of Others ....................... 7.3 Differing conditions .............................. 4.2.3 Discrepancy in Documents ........... 2.5. 3.3.2.6.14.2 Underground Facilities not indicated ..............4.3.2 Emergencies ........................................ 6.23 Equipment and Machinery Rental, Cost ofthe Work ................................... 11.4.5.3 Fee —Cost -Plus ..................... 11.4.5.6, 11.5.11 11.6 General Warranty and Guarantee .................... 6.30 Hazard Communication Programs ................... 6.22 Indemnification 6.12.6.16, 6.31-6.33 ...................... Inspection of the Work ......................... 7.3. 13.4. Labor. Materials and Equipment .................. 6.3-6.5 Laws and Regulations. Compliance by ............. 6.14.1 Liability Insurance...................................5.4 Notice of Intent to Appeal ...... . ........ . . .... 9.10, 10.4 obligation to perform and complete the Work ........ 6.30 Patent Fees and Royalties, paid for by ............ . .. 6.12 Performance and Other Bonds ........................ 5.1 Permits, obtained and paid for by .................... 6.13 Progress Schedule ..... 2.6, 2.8, 2.9, 6.6. 6.29. 10.4, 15.2.1 Request for formal decision on disputes ........... . 9.11 Responsibilities — Changes in the Work .............................. 10.1 Concerning Subcontractors, Suppliers and Others . 6.8- 6.11 Continuing the Work .............. . ......... 6.29, 10.4 CONTRACTOR's expense ....................... 6.7.1 CONTRACTOR's General Warranty and Guartut- tee............................................... 6.30 CONTRACTOR'sreviewpriortoShopDnawingor Sam- ple submittal ..... ............................... 6.25 Coordination of Work .............................. 6.9.2 Emergencies.....................................6.23 ENGINEER's evaluation. Substitutes or .,Or -Equal.. Items .......................... 6.7.3 Article or Paragraph Number For Acts and Omissions of Others .....6.9.1-6.9.2, 9.13 for deductible amounts, insurance .................. 5.9 general ................................. 6, 7.2;7.3, 8.9 Hazardous Communication Prograttts ... ... 6.22 Indemnification .............................. 6,31-6.33 Labor, Materials and Equipment ................6.3-6.5 Laws and Regulations ............................ 6.14 Liability Insurance.................................5.4 Notice of variation from Contract Documents ..... 6.27 Patent Fees and Royalties ......................... 6.12 Permits........................................... 6.13 Progress Schedule .................................6.6 Record Documents ............................... 6.19 related Work performed pnor to ENGINEER's approval of required submittals ................. 6.28 safe structuralloading ............................ 6.18 Safety and Protection ................... 6.20. 7.2. 13.2 Safety Representative ............................. 6.21 Scheduling the Work ............................. 6.9.2 Shop Drawings and Samples ...................... 6.24 Shop Drawings and Samples Review by ENGINEER ................................ 6.26 Site Cleanliness ................................... 6.17 Submittal Procedures ............................. 6.25 Substitute Construction Methods and Procedures....................................6.7.2 Substitutes and ''Or -Equal'' items ................ 6.7.1 Superintendence.........................4......... 6.2 Supervision ......... .............................. 6.1 Survival of Obligations ............................ 6.34 Taxes............................................ 6.15 Tests and Inspections ............................. 13.5 ToReport ......................................... 2.5 Use of Premises .................... 6.16-6.18. 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal .. 6.25 Right to adjustment for changes in the Work ......... 10.2 right to claim .. 4, 7.1, 9.4, 9.5, 9.11. 10.2. 1 1.2, 11.9, 12.1, 13.9,14.8,15.1.15.5,17.3 Safety and Protection ................. 6.206.22.7.2, 13.2 Safety Representative ...............................6.21 Shop Drawings and Samples Submittals ......... 6.24-6.28 Special Consultants ............................... 11.4.4 Substitute Construction Methods and Procedures ..... 6.7 Substitutes and "Or -Equal" Items. Expense .. 6.7.1, 6.7.2 Subcontractors. Suppliers and Others ............6.8-6.1) Supervision and Superintendence ........... 6.1, 6.2. 6.21 Taxes. Payment by ..................................6.15 Use of Premises ................................ 6.16-6.18 Warranties and guarantees ...................... 6.30, 6.5 Warranty of Title...................................14.3 Written Notice Required — CONTRACTOR stop Work or terminate ........... 15.5 Reports of Differing Subsurface and Physical Condi- tions.............................................4.2.3 Substantial Completion ........................... 14.8 CONTRACTORS —other ................................. 7 Contractual I..iability Insurance ...................... 5.4.10 Contractual Time Limits .............................. 12.2 Coordination U Article or Paragraph Number CONTRACCOR's responsibility .................... 6.9.2 Copies of Documents .................................. 2.2 Correction Period ....................................13.12 Correction. Removal or Acceptance of Defective Work in general ....4..44 ...............4.... 10.4.1. 13.10-13.14 Acceptance of Defective Work ..................... 13.13 Correction or Removal of Defective Work .... 6.30, 13.11 Correction Period .......4.4.4 .............4........ 13.12 OWNER May Correct Defective Work ............. 13.14 OWNER May Stop Work .......................1 3.10 Cost - of Tests and Inspections ................ ......... 13.4 Records............4 ....................4....4.4. II 7 Cost of the Work - Bonds and insurance. additional ................. 11.4.5.9 Cash Discounts .................... .............. 11.4.2 CONTRACTOR's Pee ............................. 11.6 Employee Expenses ............................. 11.4.5.1 Exclusions to ..........4.....4....4....4... 4444.. . 11.5 General ............ ........................... 11.4-11.5 Home office and overhead expenses ................. 11.5 Losses and damages ............................. 11.4.5.6 Materials and equipment ....................... .. 11.4.2 Minor expenses ................ ..............4. 11.4.5.8 Payroll costs on changes .......................... 11.4.1 performed by Subcontractors ...................... 11.4.3 Records ..............44....4......4................ 11.7 Rentals of construction equipment and machinery. 11.4.5.3 Royalty payments. permits and license fees ...... 11.4.5.5 Site office and temporaryfacilities 4.4......4.4... 11.4.5.2 Special Consultants, CONTRACIiOR's ........... 11.4.4 Supplemental .............. ...................... 11.4.5 Taxes related to the Work ......... ............ 11.4.5.4 Tests and Inspection ............................... 13.4 Trade Discounts ....... 4.......4....4......4..... 11.4.2 Utilities, fuel and sanitary facilities ...............11.4.5.7 Work after regular hours ..... .................... 11.4.1 Covering Work .....4....4 .....................4.4 13.6.13.7 Cumulative Remedies ... ........................ 17,4-17.5 Cutting. fitting and patching .... ....................... 7.2 Data. to be furnished by OWNER ...................... 8.3 Day -definition of ............4.........444.......... 17.2.2 Decisions on Disputes ..4....4.......44.......... 9.11, 9.12 defective -definition of...............................1.14 defective Work - Acceptance of .............................. 10.4.1, 13.13 Correction or Removal of ................... 10.4.1. 13.11 Correction Period .................................. 13.12 in general ................................. 13. 14.7, 14.11 Observation by ENGINEER ......................... 9.2 OWNER May Stop Work .......................... 13.10 Prompt Notice of Defects ........4.4...4...4....... 13.1 Rejecting ................4.....4.................4.4.9.6 Uncovering the Work ...............4............... 13.8 Definitions ............................................... I Delays ............ .................... 4.1.6.29. 12.3-12.4 Delivery of Bonds .......................... 2.1 Deliveryof certificates of insurance ..................... 2.7 Article or Paragraph Number Determinations for Unit Prices ........................ 9.10 Differing Subsurface or Physical Conditions Noticeof .......................................... 4.2.3 ENGINEER's Review ............................. 4.2.4 Possible Contract Documents Change .............. 4.2.5 Possible Price and Times Adjustments ..............4.2.6 Discrepancies -Reporting and Resolving .... 2.5. 3.3.2. 6.14.2 Dispute Resolution - Agreement ........................ ............ 16.1-16.6 Arbitration ..................................... 16.1-16.5 general.............................. .........4...... 16 M.............. ediation ........... 44...4..4....... 16.6 Dispute Resolution Agreement ......... ...... ... 16.1-16.6 Disputes, Decisions by ENGINEER ..............9.11-9.12 Documents - Copiesof ...........4..........4.....4......4......4 2.2 Record........4...4.44....44 ....................... 6.19 Reuseof ........................4.4....4........4.... 3.7 Irawings-definition of ....... 4 4 ................. 4 4 ... I.15 Easements .................4....444.................... 4.1 Effective date of Agreement -definition of 4 4 4 4 ......... 1.16 Emergencies.............................6.23 ENGINEER - as initial interpreter on disputes ............9.11-9.12 definition of..........................1.17 Limitations on authority and responsibilities .............4....4......4....4.. 9.13 Replacement of .......4............4....44........... 8.2 Resident Project Representative .:......... ENGINEER's Consultant -definition of . 4 .... 4 ... 4 4 ... 1.18 ENGINEER's- authority and responsibility, limitations on ....... 4 ... 9.13 Authorized Variations in the Work .......... 4 ......... 9.5 Change Orders, responsibility for .......... 9.7, 10. I I. 12 Clarifications and Interpretations ............... 3.6.3.9.4 Decisions on Disputes ....4..........44...4..... 9.11-9.12 defective Work, notice of ........................... 13.1 Evaluation of Substitute Items .......................6.7.3 Liability ....................................... 6.32. 9.12 NoticeWork is Acceptable ......................... 14.13 Observations..............4..........4....... 6.30.2. 9.2 OWNER's Representative .............. 4 — ......... 9.1 Payments to the CONIRACIOR. Responsibility for ........4..........4.......... 9.9. 14 Recommendation of Payment ................. 14.4. 14.13 Responsibilities — Limitations on ........................4...... 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions .......4 .................. 4.2.4 Shop Drawings and Samples, review responsibility..............4...................... 6.26 Status During Construction. authorized variations in the Work .................. 9.5 Clarifications and Interpretations ......9.4 Decisions on Disputes ............9.11-9.12 Determinations on Unit Price .............. 4 ...... 9.10 ENGINEER as Initial Interpreter .............9.11-9.12 ENGINEER's Responsibilities ................ 9.1-9.12 IJ Article or Paragraph Number Limitations on ENGINEER's Authority and Responsibilities ................................... 9.13 OWNER's Representative ......................... 9.1 Project Representative ............................. 9.3 Rejecting Defective Work .......................... 9.6 Shop Drawings, Change Orders and Payments...............................9.7-9.9 Visits to Site ...................................... 9.2 Unit Price Deternunations ...........9.10 Visits to Site...................................9.2 Written consent required .........................7.2. 9.1 Equipment, Labor. Materials and ................... 6.3-6.5 Equipment rental. Cost of the Work ................ 11.4.5.3 Equivalent Materials and Equipment .................... 6.7 Errors or omissions ................................... 6.33 Evidence of Financial Arrangements ................... 8.11 Explorations of physical conditions ................... 4.2.1 Fee, CONTRAC'POR's—Costs-Plus ................... 11.6 Field Order — definition of .. ........................... ........... 1.19 issued by ENGINEER ................4........ 3.6.1, 9.5 Final Application for Payment .............14.12 Final Inspection ...................................... 14.11 Final Payment — and Acceptance ..............................14.13-14.14 Prior to, for cash allowances ................... . 11.8 General Provisions ............................... 17.3-17.4 General Requirements— defintion of..........................l.2() principal references to .............. 2.6.6.4.6.64.7.6.24 Giving Notice .........................................17.1 Guarantee of Work —by CONTRACTOR .............................. 6.30. 14.12 Hazard Communication Programs ..................... 6.22 Hazardous Waste — definition of ........................................ 1.21 general..............................................4.5 OWNER's responsibility for ........................ 8.10 Indemnification ........................ 6.12. 6.16, 6.31-6.33 Initially Acceptable Schedules ......... ................ 2.9 Inspection — Certificates of ......................... 9.13.4. 13.5, 14.12 Final..............................................14.11 Special. required by ENGINEER ....................9.6 Tests and Approval ........................ 8.7. 13.3-13.4 Insurance - Acceptance of. by OWNER ......................... 5.14 Additional, required by changes in the Work ................................. 11.4.5.9 Before starting the Work ................2.7 Bonds and -in general ................................. 5 Cancellation Provisions .............................. 5.8 Certificates of .. 2.7, 5,5.3, 5.4.11, 5.4.13, 5.6.5.5.8, 5.14, 9.13.4, 14.12 completed operations .............................. 5.4.13 CONTRACTOR's Liability ........................... 5:4 CONTRACI'OR's objection to coverage ............. 5.14 Contractual Liability .............................. 5.4.10 Article or Paragraph Number deductible amounts. CONTRAL'POR's responsibility .................................... Final Application for Payment ...................... Licensed insurers .................................... 5.9 14.12 5.3 Notice requirements, material changes .................................. Option to Replace .................................. other special insurances ............................. OWNER as fduciaryfor insureds .............. OWNER's Liability .................................. • OWNER's Responsibility ............................ Partial Utilization. Property Insurance .....5.15 5.8, 10.50 5.14 5.10 5.12-5.13 5.5 8.5 Property ........................................ 5.6-5.10 Receipt and Application of Insurance Proceeds .. 5.12-5.13 Special Insurance ................................... 5.10 Waiver of Rights .................................... 5.11 Intent of Contract Documents ....................... 3.1-3.4 Interpretations and Clarifications ................. 3.6.3.9.4 Investigations of physical conditions .................... 4.2 Labor. Materials and Equipment .................... 6.3-6.5 Lands - and Easements ......................................8.4 Availability of ................................... Reports & Tests ..................................... 4.1.8.4 8.4 Laws and Regulations -Laws or Regulations - Bonds........................................... Changes in the Work ................................ Contract Documents ................................. CONTRAC.'IOR's Responsibilities ................... 5.1-5.2 10.4 3.1 6.14 Correction Period, defective Work .................. 13.12 Cost of the Work. taxes ......................... 11.4.5.4 definition of ........................................ 1.22 general............................................. 6.14 Indemnification ................................ 6.31-6.33 Insurance ............................................ 5.3 Precedence .................................... 3.1.3.3.3 Reference to ....................................... 3.3.1 Safety and Protection .......................... 6.20. 13.2 Subcontractors. Suppliersand Others ............ 6.84.11 Tests and Inspections ............................... Use of Premises .................................... Visitsto Site ......................................... 13.5 6.16 9.2 Liability Insurance- CONTRALTOR's.................................... OWNER's........................................... 5.4 5.5 Licensed Sureties and Insurers ......................... 5.3 Liens - Application for Progress Payment ................... Contractor's Warranty of Title ....................... 14.2 14.3 Final Application for Payment ...................... definition of ........................................ Waiver of Claims .................................. 14.12 1.23 14.15 Limitations on ENGINEER's authority and responsibilities ..................................... 9.13 Limited Reliance by CONTRACTOR Authorized ...... 4.2.2 Maintenance and Operating Manuals - Final Application for Payment ...................... 14.12 Manuals (of others). - Precedence ....................................... 3.3.3.1 I I C I I I I I b I [1 I I I I S Article or Paragraph Number Reference to in Contract Documents ................ 3.3.1 Materials and equipment— furnished by CONTRACTOR ...................... 6.3 not incorporated in Work ....................14.2 Materials or equipment. -equivalent .................... 6.7 Mediation (Optional) ................................. 16.7 Milestones __definition of ..................1.24 Miscellaneous — 17 ?. Computation of Times .............................. 17.4 Cumulative Remedies ........ ...................... Giving Notice.................17.1 Notice of Claim.................17.3 Professional Fees and Court Costs Included .......... 17.5 Multi-pnme contracts ................ .............. I .... 7 4.3.2 Not Shown or Indicated ........... .................. Notice of — 14.13 Acceptability of Project . .......................... Award. definition of...................1.25 Claim..............................4..........444.. 17.3 Defects . .... ................... ............. ... 13.1 Differing Subsurface or Physical Conditions ..........4.2.3 Giving...................... ....................... 17.1 Tests and Inspections ..............................13.3 Variation. Shop Drawing and Sample ............... . 6.27 Notice to Proceed — definition of ...................4..............444... 1.26 givingof ............................................. 2.3 Notification to Surety ................................ 10-5 Observations, by ENGINEER ......... ... 6.30.9.2 Occupancy of the Work ... ............ 5.15.6.30.2.4. 14.10 Omissions or acts by CONTRACTOR ............. 6.9,9.13 "Open peril" policy form. Insurance ...................5.6.2 Option to Replace ............. ........ ..............5.14 .'Or Equal" Items ......... ............................ 6.7 Other work ................. ... ...............0.. 7 Overtime Work —prohibition of ........................6.3 OWNER — Acceptance of defective Work ......................13.13 appoint an ENGINEER ..... ........................ 8.2 as fiduciary .....................5.12-5.13 Availability of Lands. responsibility .4 .1 definition of ........................................ 1.27 data, ........................................ 8.3 May Correct Defective Work ....................... 13.14 May refuse to make payment ........................ 14.7 May Stop the Work ................................ 13.10 may suspend work. terminate ...................... 8.8. 13.10. 15.1-15.4 Payment, make prompt ................... 8.3. 14.4. 14.13 performance of other Work ........................... 7.1 permits and licenses, requirements ..4 ............... 6.13 purchased insurance requirements .........5.6-5.10 OWNER's— Acceptance of the Work ......................... 6.30.2.5 Change Orders. obligation to execute .................................... 86. 10.4 Communications..............................8,1 Coordination of the Work ............................ 7.4 Disputes. request for decision ....................... 9.11 Article or Paragraph Number inspections, tests and approvals ..............••• Liability Insurance .............................'....15.1 Notice of •Defects ................................... Representative—Dunng Construction, ENGINEER's Status ............................ 8.7. 13.4 5.5 9.1 Responsibilities — Asbestos. PCB's. Petroleum, Hazardous Waste on Radioactive Material .................. 8.10 Change Orders ................................... 8.6 Changes in the Work .............................. 10.1 communications .............. ..................... 8.1 CONTRACTOR's responsibilities .................. 8.4 evidence of financial arrangements ................ 8.11 8.7 inspections, tests and approvals . •.. ...... _.... insurance ............ •.. ♦. 8.5 lands and easements ............................... 8.4 8.3 prompt payment by ........ .................. 4 0 0.4. 8.2 replacement of ENGINEER .................... reports and tests ................................... 8.4 stop or suspend Work ............••••• 8.8, 13.10, 15.1 terminate CONTRAC OR's services .......... 8.8, 15.2 separate representative at site ........................ 9.3 independent testing ................................. 13.4 use or occupancy of the Work .................................... written consent or approval required .............................. 5.15, 14.10 9.1.6.3. 11.4 written notice required .......... 7.1, 9.4. 9.11. 11.2. 11.9, 14.7, 15.4 PCBs — definition of ........................................ general ........ ................................. OWNER's responsibility for ........................ 1.29 .. 4.5 8.10 Partial Utilization — definition of ........................................ general ................................... Property Insurance ....................... Patent Fees and Royalties .........6 ................. Payment Bonds ..................................... Payments, Recommendation of ....... •..... 1.28 6.30.2.4, 14.10 ...... 5.15 6.12 5.1-5.2 14.4.14.7, 14.13 Payments to CONTRACTOR and Completion — Application for Progress Payments .................. 14.2 CONTRACIC)R's Warranty of Title ................. 14.3 Final Application for Payment ...................... 14.12 Final Inspection ................................... 14.11 Final Payment and Acceptance ............... 14.13.14.14 general ........................................... 8.3. 14 Partial Utilization .................................. 14.10 Retainage........................................... 14.2 Review of Applications for Progress Payments .................................. 14.4-14.7 prompt payment ................................... 8.3 Schedule of Values .................................. 14.1 Substantial Completion ......................... 14.8-14.9 Waiver of Claims .................................. 14.15 when payments due .......................... 14.4, 14.13 withholding payment ................................ 14.7 Performance Bonds ................................. 5.1-5.2 permits..............................................4 6.13 Article or Paragraph Number Petroleum — definition of ........................................ 1.30 general .............................................. 4.5 OWNER's responsibility for ........................ 8.10 Physical Conditions — Drawings of. in or relating to ..................... 4.2.1.2 ENGINEER's renew .....................4 ,2,4 existing structures..................................4.2.2 general........................................4.2.1.2 Subsurface aria ....................................... 4.2 Underground Facilities ............................... 4.3 Possible Contract Documents Change ...............4.25 Possible Price and Times Adjustments .............. 4.2.6 Reports and Drawings .............................. 4.2.1 .................. Notice of DifferingSubsurface or ...................4.2.3 4.2.3 Subsurface and......................................4.2 Subsurface Conditions ............................ 4.2.1.1 Technical Data. Limited Reliance by CONTRACTOR Authorized .................... 4.2.2 Underground Facilities— general..........................................4.3 Not Shown or Indicated ....................... 4.3.2 Protection of ...............................4.3. 6.20 Shown or Indicated ............................4.3. Technical Data.....................................4.2.2 Preconstruction Conference ............................ 2.8 Preliminary Matters .................................... 2 Preliminary Schedules..................................2.6 Premises, Use of .....:........................... 6.16.6.18 Price, Change of Contract .......... .................... Il Price. Contract —definition of .........................III Progress Payment, Applications for ..... .............. 14.2 Progress payment—retainage .......................... 14.2 Progress schedule, CONTRACTOR's ..... 2.6.2.8. 2.9. 6.6. 6.29, 10.4, 15.2.1 Project —definition of ................................. 1.31 Project Representative— ENGINEER's Status During Construction ............ 9.3 Project Representative. Resident --definition of......................................1.33 prompt payment by OWNER ..... ...................... 8.3 Property Insurance Additional ........................................... 5.7 general..........................................5.6-5.10 Partial Utilization ........................ .. 5.15. 14.10.2 receipt and application of proceeds .................................. 5.12-5.13 Protection, Safety and ....................... 6.20-6.21. 13.2 Punch list............................................14.11 Radioactive Material — definition ............. ............................. 1.32 general..............................................45 OWNER's responsibility for ........................ 8.10 Recommendation of Payment .............. 14.4, 14.5, 14.13 Record Documents ......................... ... 6.19, 14.12 Records. procedures for maintaining .................... 2.8 Reference Points.......................................4.4 Reference to Standards and Specifications of Technical Societies................................3.3 Article or Paragraph Number Regulations, Laws and lor) ............................ 6.14 Rejecting Defective Work ..............,9 .6 Related Work — at Site 7.1-7.3 ........................................... Performed poor to Shop Drawings and Samples submittals review .................. 6.28 Remedies, cumulative ............................17.4. 17.5 Removal or Correction of Defective Work .................................... 13.11 rental agreements. OWNER approval required...................................... 11.4.5.3 replacement of ENGINEER, by OWNER .............. 8.2 Reporting and Resolving Discrepancies .... 2.5, 3.3.2, 6.14.2 Reports -- and Drawings..........................4.2.1 and Tests, OWNER's responsibility .................. 8.4 Resident Project Representative — definition of........................................1.33 provision for ......................................... 9.3 Resident Superintendent. CONTRACTOR's ............. 6.2 Responsibilities— CONTRACTOR's-in general ........................... 6 ENGINEER's-in general ............................... 9 Limitations on ....................................9.13 OWNER's-in general .................................. 8 Retainage............................................. 14.2 Reuse of Documents...................................3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ...................... 6.25 Review of Applications for Progress Payments ...................................... 14.414.7 Right to an adjustment..............a......... ... ..... 10.2 Rights of Way..........................................4.1 Royalties. Patent Fees and ............................. 6.12 Safe Structural Loading ............................... 6.18 Safety — and Protection 4.3.2. 6.16, 6.18, 6.20-6.21, 7.2, 13.2 ...... general ........................................ 6.20-6.23 Representative. CONTRAL�IOR's ................... 6.21 Samples — definition of ........................................ 1.34 general........................6.24-6.28 Review by CONTRACTOR ......................... 6.25 Review by ENGINEER ....................... 6.26, 6.27 related Work ........................................ 6.28 submittal of ....................................... 6.24.2 submittal procedures ................................ 6.25 Schedule of progress ..... 2.6, 2.8-2.9, 6.6, 6.29, 10.4. 15.2.1 Schedule of Shop Drawing and Sample Submittals ....................... 2.6, 2.8.2.9, 6.24-6.28 Schedule of Values 2.6, 2.8-2.9, 14.1 ........................ Schedules — Adherence to ..................................... 15.2.1 Adjusting............................................ 6.6 Change of Contract Times .......................... 10.4 Initially Acceptable ...............................2.8-2.9 Preliminary .......................................... 2.6 Scope of Changes .............................. 10.3-10.4 Subsurface Conditions .............................. 4.2.1.1 10 I I Article or Paragraph Number Shop Drawings — and Samples. general .........................4.6.246.28 Change Orders & Applications for Payments. and .................. ............ 9.7-9.9 definition of .........44......4 ...............4..... 1.35 ENGINEER'S approval of .. ... 3.6.2 ENGINEER'S responsibility for review ....4.....44....4 .............. 9.7, 6.24-6.28 related Work ........................................6.28 review procedures ... 2' 8.6.24.6.28 submittal required .......................4. 6.24.1 Submittal Procedures ............44....4...4........ 6.25 use to approve substitutions .. ....... ... .' . •. 6.7.3 Shown or Indicated ............. .. 4.3.1 Site Access ...................... 7.2. 13.2 Site Cleanliness 4444 .:::...........................6.17 Site. Visits to — by ENGINEER ..........................9.2.13.2 by others.......................13.2 "Special causes of loss" policy form. insurance ....... 5.6.2 Specifications — definition of...........................1.36 of Technical Societies. reference to ................. 3.3.1 precedence ...........................4........4.04 3.3.3 Standards and Specifications of Technical Societies...........................3.3 Starting Construction. Before ...4444 ............... 2.5-2.8 Starting the Work ...................................... 2.4 Stop or Suspend Work — by CONTRACTOR ................................. 15.5 by OWNER..........................8.8. 13.10, 15.1 Storage of materials and equipment ... ...... ..4.1.7.2 Structural Loading. Safety ............................. 6.18 Subcontractor — Concerning . ........................44.. 4...... 6.86.11 definition of • • 1.37 delays......................... .................... 12.3 waiver of rights ................... 6.11 Subcontractors —in general .................. 6.86.11 Subcontracts —required provisions ........ 5.11. 6.11. 11.4.3 Submittals— Applications for Payment ........................... 14.2 Maintenance and Operation Manuals ............... 14.12 Procedures....................4....444............. 6.25 Progress Schedules ..........2.6. 2.9 Samples ....................................... 6.246.28 Schedule of Values .. .. 2.6, 14.1 Schedule of Shop Drawings and Samples Submissions .................... 2.6.2.8-2.9 Shop Drawings ............. ... 6.246.28 Substantial Completion — certification of ........................ 6.30.2.3, 14.8.14.9 II definition of.......................................1.38 Substitute Construction Methods or Procedures .......6.7.2 Substitutes and "Or Equal" Items ...................... 6.7 CONTRACTOR's Expense ....................... 6.7.1.3 ENGINEER's Evaluation .......................... 6.7.3 „Or -Equal" ........................................ 6.7.1 Substitute Construction Methods of Procedures ., ... 6.7.2 Article or Paragraph Number Substitute Items.......................4......... 6.7.1.2 Subsurface and Physical Conditions — Drawings of, in or relating to .444....4........... 4.2.1 ENGINEER's Review ...........4...4.....4...4... 4.2.4 general............ ..................................4 Limited Reliance by CONTRACTOR Authorized.........................4.2.2 Notice of Differing Subsurface or Physical Conditions .......................4.2.3 Physical Conditions .4....4 .............4......4.... 4.2.1.2 Possible Contract Documents Change ........... 4.... Possible Price and Times Adjustments ................ 4.2.6 Reports and Drawings ..............................4 4.2.1 Subsurface and ...................It_.. Subsurface Conditions at the Srk ........ 4 ....... 4.2.1.1 Technical Data .......4...4.44 ...................... 4 2.2 Supervision— CONTRACIOR's responsibility .......... .......... 6.1 OWNER shall not supervise ..................... ... 8.9 ENGINEER shall trot supervise ............... 9.2, 9.13.2 ..................... Superintendence .4......4..0.4... 6.2 Superintendent, CONTRACTOR'S resident ........... 6.2 Supplemental costs.......4.......................... 11.4.5 Supplementary Conditions — definition of .........4...........4....4.......4..... 1.39 principal reference to .... 1.10, 1.18.2 2, 2.7, 4.2, 4.3. 5.1. 5.3,5.4,5.6.5.9.5.11,6.8.6.13,7.4,8.11.9.3,9.10 Supplementing Contract Documents .................... 3.6 Supplier — definition of .................. ..................... 1.40 principal references to .................. 3.7. 6.5, 6.8.6.11. 6.20, 6.24, 9.13, 14.12 Waiver of Rights .................................... 6.11 Surety — consent to final payment .............. 14.12. 14.14 ENGINEER has no duty to ..4.....4....4.....4..... 9.13 Notification of .....4.....4.....44........ 10.1. 10.5. t5 qualification of ......44..........4...........4.... 5.1.5.3 Survival of Obligations...............................6.34 Suspend Work. OWNER May .................. 13.10, 15.1 Suspension of Work and Termination— .................. 15 CONTRACTOR May Stop Work or Terminate........................................ 15.5 OWNER May Suspend Work ...............IS.! OWNER May Terminate .......................15.2-15.4 Taxes -Payment by CONTRAC.IOR ......6.15 Technical Data — Limited Reliance by CONTRACTOR ............... 4.2.2 Possible Price and Times Adjustments .............. 4 2.6 Reports of Differing Subsurface and Physical Conditions .............................. 4.2.3 Temporary construction facilities ........................ 4.1 Termination — by CONTRACTOR ................................. 15.5 by OWNER .......................4.......8.8. 15.1-15.4 of ENGINEER's employment ....... 4 ................ 8.2 Suspension of Work-in general ....................... 15 Terms and Adjectives..................................3.4 Tests and Inspections — I II I [1 I 1 I I I I I I I I I 1] r Article or Paragraph Number Access to the Work, by others ...................... 13.2 C0N7RACIOR's responsibilities .................... I3.5 costof .............................................. covering Work prior to ......................... Laws and Regulations (or) .......................... Notice of Defects ................................... OWNER May Stop Work ................. OWNER's independent testing ...................... special. required by ENGINEER ..................... timely notice required ............................... Uncovering the Work, at ENGINEER's 13.4 13.6-13.7 13.5 13.1 ........ 13.10 13.4 9.6 13.4 request .................................... 13.8-13.9 Times — Adjusting............................................ Change of Contract..................22 Adjusting ............................................ Computation of ..................................... Contract Times —definition of .................... day............................. ..................17.72 Milestones ........................................... 6.6 6.6 17.2 1.12 12 Requirements— appeals........................26 clarifications, claims and disputes ............................. commencement of contract times ................... pRCOnstriction conference ........ 4 ...... schedules ................................. starting the Work .................................. 9.11. 11.2, 12 2.3 4 ......... 2.8 2.6.2.9. 6.6 2.4 Title, Warranty of ..................................... 14.3 Uncovering Work ................................ 13.8-13.9 Underground Facilities, Physical Conditions — definition of ........................................ 1.41 Not Shown or Indicated ............................ 4.3.2 protection of...................................4.3, Shown or Indicated ................................ 6.20 4.3.1 claims ............................................ 11.9.3 definition of........................................1.42 general .................................. 11.9. 14.1. 14.5 Unit Prices — general ........................................... 11.3.1 Determination for ................................... 9.10 Use of Premises ........................ 6.16.6.18.6.30.2.4 Utility owners ...................... 6.13.6.20. 7.1-7.3. 13.2 Article or Paragraph Number Utilization, Partial ............... 1.28, 5.15, 6.30, 2.4, 14.10 Value of the Work ..................................... Values, Schedule of ....................... Variations in Work —Minor 11.3 2.6, 2.8-2.9, 14.1 Authorized ................................ Visits of Site —by ENGINEER ......................... 6.25. 6.2. 9.5 9.2 Waiver of Claims -on Final Payment........................................... Waiver of Rights by insured parties ............... 14.15 5.11, 6.11 Warranty and Guarantee. General --by CONTRACTOR .................................... Warranty of Title. CONTRACPOR's ................... 6.30 14.3 Work — Access to ........................................... byothers, ............................................. Changes in the ....................................... Continuing the. ..... . ........................ CONTRACTOR May Stop Work 13.2 7 10 6.29 or Terminate ................................... 15.5 Coordination of ...................................... 7.4 Cost of the ..................................... 11.4-11.5 definition of ........................................ 1.43 neglected by CONTRA_ TOR ...................... 13.14 otherWork ............................................ 7 OWNER May Stop Work .......................... 13.10 OWNER May Suspend Work ................. 13.10. 15.1 Related. Work at Site ............................. 7.1.7.3 Starting the .......................................... 2.4 Stopping by CONTRACTOR ........................ 15.5 Stopping by OWNER .......................... 15.1-15.4 Variation and deviation authorized, minor........................................... Work Change Directive — 3.6 claims pursuant to .................................. definition of ........................................ principal references to .................... I0.2 1.44 3.5.3. 10.1-10.2 Written Amendment — definition of ........................................ I.45 principal references to ... 1.10,3.5.5.10, 5.12.6.6.2, 6.8.2, 6.19. 10.1, 10.4, 11.2. 12.1, Written Clarifications and 13.12.2, 14.7.2 Interpretations ...........................3.6.3. Written Notice Required — 9.4, 9.11 by CONTRACTOR ........7.1.9.10-9.11. 10.4, 11.2, 12.1 by OWNER ....................9.10.9.11, 10.4, 11.2, 13.14 1 12 I I I I 11 I L I I I F1 L] GENERAL CONDITIONS ARTICLE 1 —DEFINITIONS Additions SC 1 Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda —Written or graphic instruments issued pnor to the opening of Bids which clarify, corrector change the Bidding Requirements or the Contract Documents. 1.2. Agreement —The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents am attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by EN- GINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. l.4..•A sbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the pnces for the Work to be performed. 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements —The advertisement or invita- tion to Bid, instructions to bidders. and the Bid form. I.S. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGI- NEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times. issued on or after the Effective Date of the Agreement. 1.10. Contract Documents —The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the.Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Draw- ings as the same' are more specifically identified in the:Agttie - ment, together with all Written Amendments, Change Orders, Work Change Directives. Field Orders and ENGINEER'S written interpretations and clarifications issued pursuant to 'paragraphs 3.5. 36.1, and :3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursu- ant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1.1 and 4.2.2.2 are not Contract Documents. 1.1 1. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (I) to achieve Substantial Completion, and ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommenda- tion of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person. firm or corporation with whom OWNER has entered into the Agreement. 1:14defective—An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty Or deficient, in that it does not conform to the Contract'Docu- ments. or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGI- N EER's recommendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope. extent and character of the Work to be furnished and per- formed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings am not Drawings as so defined. 1.16. _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. 1.17.ENGINEER—The person; fumorcorporation named as such in the Agreement. 1.18. ENGINEER's Consultant —A person, firm or corpo- ration having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or con- sultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written orderissued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Tortes. t 13 I J a 1 5 I I I I I I 1.43. Work —The entire completed construction or the var- ious separately identifiable parts thereof required to be fur - rushed under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and Incorporating materials and equipment into the construction. and performing or furnishing services and furnishing docu- ments, all as required by the Contract Documents. 1.44. Work Change Directive —A wntten directive to CON- TRACTOR, 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 condi- tions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Direc- tive 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 Times as provided in paragraph 10.2. 1.45. 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 nonengineenng or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. ARTICLE 2 —PRELIMINARY MATTERS IDelivery ofBo»dr: I Ci I 11 '1 L 2.1. When CONTRACTOR delivers the executed Agree- ments to OWNER. CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: Addition see SC2.2 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- diuons) of the Contract Documents as are reasonably neces- sary for the execution of the Work. Additional copies will be furnished, upon request. at the cost of reproduction. Commencement of Conaaet Tunes; Naga to Proceed: 2.3. The Contract Times will commence to run on the thirti- eth 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 o Rnceed may be given at any time within thirty days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. Stoning die Work 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run. but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before shutting Consuciion. 2.5. Before undertaking each part of the Work. CON- TRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict, error. ambiguity or discrepancy which CONTRAC- TOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding withany Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Doc- uments, unless CONTRcIOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agree- ment (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review' 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work. including any Milestones specified in the Contract Documents; -2.6.2. a preliminary schedule' of Shop Drawing and Sam- ple submittals which will list each required submittal and the times for submitting. reviewing and processing such submit- tal: 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component pans in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit appli- cable to each item of Work. 2:7. Before any Work atthe site is started. CONTRACTOR and OWNER shall each deliver to the other. with copies to each additional insured identified in the Supplementary Condi- tions, certificates of insurance (and other evidence of insurance which eitherdf them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with para- graphs 5.4, 5.6 and 5.7. Addition see Sc 2.7 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference 1 :15 Consultants and the officers, directors, employees, agents, other consultants and subcontractors of each acid any of them from and against all claims, costs, losses and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage 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 (ii) nothing in this subparagraph 4.5.4 shall obligate OWNER to indemnify any person or entity from and against • the consequences of that person's or entity's own negli- gence. - - J _ 4.5.5. The provisions of paragraphs 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. ARTICLE 5 —BONDS AND INSURANCE Additions see SC -5.1.1 and 5.1.2 Pefonr,asce, hymen and Odor Bonds. • - 5.1. CONTRACTOR shall furnish Performance and Pay- ment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as • provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Docu- ments except as provided otherwise by Laws or Regulations, and shall 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 Reinisuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of.Government Financial Opera- tions, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. .p �- 4>. .. ,.. t .- 1 f. 5.2. If the surety on any Bond furnished by CONTRAC- TOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the 'Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter • substitute another Bond and surety, both of which must be • acceptable to OWNER. . , . ,1 Replacement see SC45.2• s. 'p ' 14 - ,•, 53. Licensed Sauna and i'nrnrrrs; Cerr$icores ojlnmoenn: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the juris- diction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be pro- vided in the Supplementary Conditions. Additions see SC.5.3.1• 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supple- mentary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. OWNER shall deliver to CONTRACTOR. with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRACTOR or any other addi- tional insured) which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7 hereof. Revision see SC 5.3.2 CONTRACTOR's L'atliiry faznaarnee: £4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Con- tract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them maybeliable:. -.. _ , 5.4.1. claims under workers. compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, oc- cupational sickness or disease, or death of CONTRAC- TOR's employees; ' ••'. 5.4.3. claims for damages because of bodily injury, sick- ness or disease, or death of any person other than CON- TRACTOR's employees;. '• 5.4.4: claims for damages insured by customary personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related t to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5.4.5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; arid - 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. r , it I r1 20 A I L+ n I I t r 11 0 I I UT I The policies of insurance so- equired by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of profes- sional liability) OWNER, ENGINEER. ENGINEER's Con- sultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds. and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supple- mentary Conditions or required by Laws or Regulations, whichever is greater: 5.4.9. include completed operations insurance; 5.4.10. include contractual liability insurance coveting CONTRACTOR's indemnity obligations under paragraphs 6.12. 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplemeo- tary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so pro- vide); 5.4.12. remain in effectat least until final payment and at ail times thereafter when CONIRAC OR may be correct- ing, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage wntten on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Condi- tions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). Addition see Sc 5.4,14 OWNER's Iiabi fry Irrsrrruace: 5.5. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.4. OWNER, at OWNER's option. may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arse from operations under the Contract Documents. Replacement see Sc 5.5 Properly Imoruan: as upon the work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 5.6. Unless otherwise provided in the Supplementary Con- ditions. OWNER shall purchase and maintain property insur- Replacement see Sc 5.6 21 5.6.1. include the interests of OWNER. CONTRAC- TOR. Subcontractors, ENGINEER, ENGINEER's Con- sultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 5.6.2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work. temporary buildings, falsework and Work in transit and shall insure against at least the following perils fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage. and such other perils as may be specifically required by the Supplementary Conditions; 5.6.3. include expenses incurred in the repair or replace- ment of any insured property (including but not limited to fees and charges of engineers and architects); 5.6.4. cover materials and equipment stored at the site or at another location that was agreed to in writing by OWNER pnor to being incorporated in the Work, provided that such materials and equipment have been included in an Applica- tion for payment recommended by ENGINEER; and 5.6.5. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER. CON- TRACIOR and ENGINEER with thirty days written notice to each other additional insisted to whom a certificate of insurance has been issued. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. Replacement see SC 5.7 5.8. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and main- tained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with paragraph 5.11. 'I 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR. Subcontractors or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such iden- tified deductible amount, will be borne by CONTRACTOR. Subcontractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. Delete 5.10 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraphs 5.6 or 5.7, OWNER shall, if possi- ble, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. 5.11. Warn of Righss: 5.11.1. OWNER and CONTRACTOR intend that all policies purchased in accordance with paragraphs 5.6 and 5.7 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and all other per- sons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions tothe effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplemen- tary Conditions to be listed as insureds or additional insureds under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. In addition, OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, ENGI- NEER's Consultants and the officers, directors, employees and agents of any of them, for. 5.11.2.1. loss due to business interruption, loss of use or other consequential loss extending beyond direct phys- ical loss or damage to OWNER's property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by OWNER; and 5.11.2.2. loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by OWNER during partial utilization pursuant to paragraph 14.10, after substantial completion pursuant to paragraph 14.8 or after final payment pursuant to paragraph 14.13. Any insurance policy maintained by OWNER covering any loss, damage or consequential loss referred to in this paragraph 5.11.2 shall contain provisions to the effect that in the event of payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of CON- TRACTOR, Subcontractors, ENGINEER, ENGINEER's Con- sultants and the officers, directors, employees and agents of any of them. Realm and ApWitadon of Insurance Proceeds Delete .12 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the require- ments of any applicablemortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agree- ment as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Delete 5.13 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, OWNER as fiduciary shall give bond for the proper performance of such duties. Acceptance of Bondy and Inramrce; Option to Replace: 5.14. If either party (OWNER or CONTRACTOR) has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within ten days after receipt of the certificates (or other evidence requested) required by paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the Bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was n ii I, l 4 I. 22 I CJ 0 I li [I I I r I I I 11 Li 11 required to provide such coverage. and a Change Order shall be issued to adjust the Contract Price accordingly. Throat Udlimaon- ProPeM' fnswann: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work poor to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10: provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insur- ance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6-- CONTRACTOR'S RESPONSIBILITIES Supention and Superadendesee: 6.1. CONTRACTOR shall supervise, inspect 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 Co el tract Documents. CONTRACTOR shall be solely respons ib for the means, methods, techniques. sequences and procedures of construction. but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means. method, technique. sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accu- rately with the Contract Documents. 6.2. 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 CONTRAC- TOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor. Mantis and Equipment 6.3. CONTRACTOR shall provide competent, suitably qual- died personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents. all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the perfor- mance of Work on Saturday. Sunday or any legal holiday without OWNER's written consent given after poor written notice to ENGINEER. 6.4. Unless otherwise specified in the General Require- ments, CONTRACTOR shall furnish and assume full respon- sibility for all materials, equipment. labor, transpoon struction equipment and machinery, tools, appliances, fuel. power. light, heat, telephone, water, sanitary facilities, tempo- r es and ncidentals necessary ary fecfurnisand p rfoemtance titesting.tstart-u-up and compie- for the furnishing. Pe tion of the Work. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Docu- ments. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER. CONTRACTOR shall furnish satisfactory evidence (including reports of 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 instructions of the applicable Supplier. except as otherwise provided in the Contract Documents. 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) pro- posed adjustments to the progress schedule that will not change the Contract Times (or Milestones). Such adjust- ments will conform generally to the proB tss schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. Addition see SC 6.6 6.7. Submmmu as •'OrEgS" Ilea v 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type. function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted. other items of material or equip- ment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: it F4'. I 6.7.1.1. "Or -Equal": If in ENGINEER's sole discre- tion an item of material or equipment proposed by CON- TRACTOR is functionally equal to that named and suffi- ciently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "orequal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a pro- posed substitute item. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supple- mented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Re- quests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written appli- cation to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CON- TRACTOR's achievement of Substantial Completion on time, whether or not acceptance 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 will be identified in the application and available maintenance, repair and replacement service will be indi- cated. The application will also contain an itemized esti- mate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. EN- GINEER may require CONTRACTOR to furnish addi- tional data about the proposed substitute. 6.7.1.3. CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "orequal,, or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CON- TRACTOR shall submit sufficient information to allow ENGI- NEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGI- NEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or - equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be 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 "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submit- ted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6.8.1. CONTRACTOR shall not employ any Subcon- tractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2). whether initially or as a substitute, against whom OWNER or ENGINEER may have reason- able objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the idem tity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the princi- pal items of materials or equipment) to be submitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Condi- tions, OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcon- tractor, 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 sub- mit an acceptable substitute, the Contract Price will be adjusted by the difference in the cost occasioned by such I i I 24 I I I I I I substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor. Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors. Suppliers and other persons and organiza- tions performing or furnishing any of the Work undera direct or indirect contract with CONTRACTOR just as CON- TRACTOR is responsible for CONTRACTOR'S own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor. Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcon- tractor. Supplier or other person or organization, nor shall it create any obligation on the pan of OWNER or ENGI- NEER to pay or to see to the payment of any moneys due any such Subcontractor. Supplier or other person or organi- zation except as may otherwise be required by Laws and Regulations. 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors. Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Sub- contractors. Suppliers and such other persons and organiza- tions performing or furnishing any of the Work to communi- cate with the ENGINEER through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. Al) Work performed for CONTRACTOR by a Sub- contractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Docu- ments for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.6 or 5.7. the agreement between the CONTRACTOR and the Subcontractor or Supplier will con- tain provisions whereby the Subcontractor or Supplier waives all rights against OWNER. CONTRACTOR. ENGINEER. ENGINEER'S Consultants and all other additional insureds for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier. CONTRACTOR will obtain the same. Potent Fees and Royafhes: 6.12. CONTRACTOR shall pay all license fees and royal- ties and assume all costs incident to the use in the performance of the Work or the incorporauon 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 Documents. Co the fulleACT R xtent permitted by Laws and shall indemnify and hold harm - Regulations. CONTRALTO less OWNER, ENGINEER, ENGINEER'S Consultants and the officers. directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorpora- tion in the Work of any invention, design. process. product or device not specified in the Contract Documents. perturb: 6.13. Unless otherwise provided in the Supplementary Conditions. CONTRACTOR shall obtain and pay all con- struction permits and licenses. OWNER shall assist CON- TR'RACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection 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. CON- TRACTOR shall pay all charges of utility owners for connec- tions to the Work. and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Laws and Regdmiora: 6.14.1. 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. neitherOWN ER nor ENGINEER shall be responsible for monitoring CON- TRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations. CONTRACTOR shall bear all claims, costs. losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRAC'TOR'S pn- mary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRAC- TOR's obligations under paragraph 33.2. Tans: 6.15. 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 I ER I! the Project which am applicabltduring the performance of the Work. Use of Premiss: 6.16. CONTRACTOR shall confine construction equip- ment. the storage of materials and equipment and the opera- tions of workers to the 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 dam- age to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitra- tion or other dispute resolution proceeding or at law. CON- TRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGI- NEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste 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 pre- mises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. 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. 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Direc- tives, Field Orders and written interpretations and clarifica- tions (issued pursuant to paragraph 9.4) 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 Draw- ings will be delivered to ENGINEER for OWNER. 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto. including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not desig- nated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify own- ers of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or 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, 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 ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indi- rectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other per- son or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for 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 para- graph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Comple- tion). Sgfery Repram adve: 6.21. CONTRACTOR shall designate a qualified and expe- rienced safety representative at the site whose duties and 5 I 10 $2 [1 I It 0 I le responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and pro- grams. 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accor- dance with Laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto. CONTRACTOR, without special instruction or au- thorization from OWNER or ENGINEER. is obligated to act to prevent threatened damage, injury or loss. CON- TRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant charges in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency. a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drmvi+gs and Sampler: 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quanti- ties. dimensions, specified performance and design criteria materials and similar data to show ENGINEER the materi- als and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample sub- mittals. Each Sample will be identified clearly as to material. Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6.26. The num- bers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sam- ple. CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimen- sions, specified performance criteria, installation require- ments, materials. catalog numbers and similar information with respect thereto. 6.25.1.2. all materials with respect to intended use. fabrication. shipping, handling, storage, assembly and installation pertaining to the performance of the Work. and 6.25.1.2. all information relative to CON RACTOR's sole responsibilities in respect of means. methods, tech- niques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CON- TRACTOR's obligations under the Contact Documents with respect to CONIRACIOR'S review and approval of that submittal. 6.25.3. At the time of each submission. CONTRACTOR shall give ENGINEER specific written notice of such vari- ations. if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Draw- ings and Sample submittals accepted by ENGINEER as re- quired by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means. methods. techniques, sequences or procedures of construction (except where a particular means, method, technique. se- quence or procedure of construction is specifically and ex- pressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Draw- ings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Draw- ings or Samples shall not relieve CONTRACTOR from respon- sibility for any variation from the requirements of the Contract 27 Documents unless CONTRACTOR has in writing called EN- GINEER's attention to each such- variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGI- NEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Wort 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ing resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRAC- TOR may otherwise agree in writing. 6.30. CONT'RACIOR's General Warruny and Guarantee: Addition — See SC 6.30.3. 6.30.1. CONTRACTOR warrants and guarantees to OWNER. ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's.obligation to perform and com- plete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.3. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRAC. TOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of accept- ability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective, Work by OWNER. Addition — See Sc 6.30.3 fndemnificaoon: 6.31. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) 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 (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, 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 caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regard- less of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGI- NEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 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 such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGI- NEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Surviraf of Obfigationr: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with I 1 I II id III I I ,I; O I LJ S I 1 1 1 I the Contract Documents, as well as all continuing obligations indicated in the Contract D bcuments. will survive final pay- ment, comdetion and acceptance of the Work and termination or comp) in of the Agreement. ARTICLE 7 -OTHER WORK Additions see SC 7.5 Related Wort at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Condi- tions similar to these. or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work, and (ii) CONTRAC- TOR may make a claim therefor as provided in Articles I1 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or re- quires additional time and the panics are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the addi- tional 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 other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several pans come together properly and inte- grate with such other work. CONTRACTOR shall not en- danger any work of others by cutting, excavating or other- wise 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 CON- TRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACIOR's Work depends upon work performed by others under this Article 7. CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRAC TOR's Work. CONTRACTOR'S failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACIOR's Work except for latent or nonapparent defects and deficiencies in such other work. coordi : 7.4. If OWNER contracts with i others for the performance will c of other work on the Project �� following forth in Supplementary Conditions: 7.4.1. the person. firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such author- ity and responsibility will be itemized: and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Condi- tions, OWNER shall have sole authority and responsibility in respect of such coordination• ARTICLE g_OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Condi- tions, OWNER shall issue all communications to CONTRAC• TOR through ENGINEER. 8.2. In case of termination of the employment of ENGI- NEER. OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish ref- erence points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing stnrctures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. Delete 8.5 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.10. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. T rZ 8.7. OWNER's responsibility in respect of certain inspec- lions, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work. see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. I 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for. CONTRAC- TOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or perfor- mance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 8.10. OWNER'S responsibility in respect of undisclosed Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Materials uncovered or revealed at the site is set forth in paragraph 4.5. 8.11. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrange- ments have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 —ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Represenmpve: 9.1. ENGINEER wiltbe OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's repre- sentative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGI- NEER deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of CONTRAC- TOR's executed Work. Based on information obtained during such visits and observations. ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. EN- GINEER will not be required to make exhaustive or continu- ous on -site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on -site observations. ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. EN- GINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or 30 observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be respon- sible for CONTRACTOR's means, methods, techniques, se- quences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of the Work. Project Representave: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGI- NEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.13 and in the Supplementary Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGI- NEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplementary Conditions. • , ., j LI.Y. , 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the require- ments of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRAC- TOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as pro- vided in Article 11 or Article 12. Auhotized Variations in Watt 9.5. 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 Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by 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 OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article II or 12. Rejearng Defective Wei*: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or A I I ii U I It El I t I I I I I I I that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspec- tion or testing of the Work as provided in paragraph 13.9. whether or not the Work is fabricated. installed or completed. Shop Drawings, Charge Orden and Paprtnb: 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER'S authority as to Change Orders. see Articles 10. 11. and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment. see Article 14. DerernanaSons for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRAC- TOR. ENGINEER will review with CONTRACTOR the EN- GINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER'S written decision thereon will be final and binding upon OWNER and CONTRACTOR. unless. within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER'S decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A. • Dispute Resolution Agreement:' entered into between OWNER and CONTRACTOR pursuant to Article 16. or (ii) if no such Dispute Resolution Agreement has been entered into. a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWN ER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Digxdev 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims. disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and Claims under Articles II and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly Ibut in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and wntten supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal lunless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal. if any. in accordance with this paragraph. ENGINEER's written decision on such claim. dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal front ENGINEER'S decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A. "Dispute Reso- lution Agreement." entered into -between OWNER and CON- TRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a wntten notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11. 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 9.10 or 9.11 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 14.15) 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 pursuant to Article 16. 9.13. Liauamaa at ENGINEER'S Antharuf aid RegowSNilibm 9.13.1. Neither ENGINEER'S authority or responsibil- ity under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking. exercise or performance of any authority or responsibility by ENGINEER shall create. impose or give rise to any duty owed by ENGINEER to CONTRACTOR. any Subcontractor. any Supplier, any other person or organization. or to any surety for or em- ployee or agent of any of them. 31 I 9.13.2. ENGINEER will net supervise, direct, control or have authority over or be responsible for CONTRAC- TOR's means, methods, techniques, sequences or proce- dures of construction, or the safety precautions and pro- grams incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Docu- ments. 19.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization perforrn- ing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all mainte- nance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and Other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of. and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Doc- uments. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGI- NEER's Consultants. Resident Project Representative and assistants. . ARTICLE 10 —CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety. OWNER may. at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of aoysuch document. CONTRAC- TOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically pro- vided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent. if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Dinxtive, a claim may be made therefor as provided in Article II or Article 12, 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6 except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 32 10.4. OWNER and CONTRACTOR shall execute apprtr priate Change Orders recommended by ENGINEER (or Writ- ten Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9.11; 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. CON- TRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (includ- ing, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's respon- sibility, and the amount of each applicable Bond will be adjusted accordingly. Addition see Sc 10.6 ARTICLE I I —CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensa- tion (subject to authorized adjustments) payable to CON. TRACTOR for performing the Work. All duties, responsibili- ties and obligations assigned toorundertakenby CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjust- ment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim loran adjustment in the Contract Price will ci 1 4 I v I I, I a I t I I I I I I I be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents. by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1 through 11.9.3. inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2): 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRA'TOR's fee for overhead and profit (determined as provided in paragraph 11.6). Coal die wart: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall 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 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without lim- itation superintendents, foremen and other personnel em- ployed full- time at the site. Payroll costs for employees not employed full time on the Work shall be apportioned an 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, work- ers' compensation, health and retirement benefits, bonuses. sick leave, vacation and holiday pay applicable thereto. The expenses of perforating Work after regular working hours. on Saturday. Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost ofall materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CON- TRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materi- als and equipment shall accrue to OWNER, and CON- 'TRACIOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Sub- contractors for Work performed or furnished by Subcontrac- tors. if required by OWNER. CONTRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides 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 and fee shall be determined in the same manner as CONTRACTOR'S Cost of the Work and fee as provided in paragraphs 11.4, 11.5. 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, survey- ors, attorneys and accountants) employed for services spe- cifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR'S em- ployees incurred in discharge ofduties connected with the Work. 11.4.52. Cost, including transportation and mainte- nance, of all materials, supplies. equipment. machinery. appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are con- sumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property ofCONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agree- ments approved by OWNER with the advice of ENGI- NEER. and the costa of transportation. loading, unload- ing. installation, dismantling and removal thereofallin accordance with the teams 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. II .4.5.4. Sales, consumeruse or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 1 33 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have re- sulted from causes other than the negligence of CON- TRACTOR, 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 settle- ments made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRAC AR's fee. If, however, any such loss or damage requires reconstruction and CONTRAC- TOR is placed in charge thereof. CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.43.7. The cost of utilities, fuel and sanitary facili- ties at the site. 11.4.5.8. Minor expenses such as telegrams, long dis- tance telephone calls, telephone service at the site, ex- pressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CON- TRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, ar- chitects, estimators, attorneys, auditors, accountants, pur- chasing and contracting agents, expediters, 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 11.4.1 or specifically covered by paragraph II .4.4 —all of which are to be consid- ered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of C0NTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACIOR's capital expenses, including interest on CONTRACTOR'$ capital employed for the Work and charges against CONTRACTOR for delin- quent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRAC- TOR, any Subcontractor, or anyone directly or indi- rectly 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. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptablefixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2. the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 1 I.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor, 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CON- TRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. 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 11.6.2.1 through 11.6.23, inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 113, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown to- gether with supporting data. it J all I .$ Pt C1 I I I I Li I LJ is I 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be fur- nished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRAC- TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes: and 11.8.2. CONTRACTDR's costs for unloading and han- dling 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 and no demand for additional payment on account of any of the foregoing will be valid. 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. 11.9. Unit Price Wo.t 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price 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 classifica- tions of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACIOR's overhead and profit for each sepa- rately rately identified item. Replace 11.93 with Sc 11.9.3 11.9.3. OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article l I if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and sig- mficantly from the estimated quantity of such item indi- cated in the Agreement; and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work. and 11.9.3.3. if CONTRACTOR believes that CONTRAC- TOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER be• liens that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 --CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and staling the general nature of the claim. Notice of the extent of the chum with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by 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 Times (or Milestones) shall be determined by ENGI- NEER in accordance with Paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. - ' 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from coma fet- ing any part of the Work within the Contract Time (or Milestones) due to delay beyond the control of CONTRAC- TOR. the Contract Tuna (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to. acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires. floods, epidemics. abnormal weather coodt nods or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR 12.4. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Time. (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRAC- TOR. any Subcontractor. any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of CONTRACTOR, or (o) 1 35 11 delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather condi- tions. acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECJ7VE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowl- edge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. rr-r�-r r^a 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdic- tional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such axess and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tatr and lagwed r: .. 13.3. CONTRACTOR shall give ENGINEER timely no- tice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Replacement with SC 13.3 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: Replacement with SC .13.4 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 below shall be Paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Con- tract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other repre- sentative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arrang- ing and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if re- quested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's inten- tion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACIOR's expense. 13.9. If ENGINEER considers it necessary or advisable, that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's re- quest, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article I I . 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 Times (or Milestones), or both, directly attributable to such uncovering, exposure, ob- servation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount orextem thereof. CONTRACTOR may make a claim therefor as pro- vided in Articles II and 12. OWNER May Stop the Wok 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equip- ment, or fails to furnish or perform the Work in such a way that the completed Work will conforrn 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 I 'I I I I I M 11 I C1 It I shall not give rise to any duty on the an of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Canna or Remove! of Defective Wale 13.11. If required by ENGINEER. CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated. installed or completed, or, if the Work has been rejected by ENGINEER. remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Carralloe hriad: 13.12.1. If within ore year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Doc- uments or by any specific provision of the Contract Docu- ments, any Work is found to be defective. CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defer live Work, or. if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (u) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the term 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 claims, costs, losses and damages caused by or resulting from such re- moval and replacement (including but not limited to an costs of repair or replacement of work of others) will be pad by CONTRACTOR. 13.12.2. In special circumsances where a particular item of equipment is placed in continuous service before Substan- tial Completion of all the Work, the correction period for that item nay start to nm from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work land damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.1 2, the correction period hereunder with respect to such Work will be extended foran additional period of one year after such correction or re- moval and replacement has been satisfactorily completed. Aocapmaa of Dsfeeare Wet 13.13. If, instead of requiring correction or removal and • replacement of defective Work. OWNER (and. prior to ENGI- NEER's recommendation of final payment, also ENGINEER) prefers to accept it. OWNER may do so. CONTRACTOR shall pay all claims, costs. losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). 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 respectto the ONER 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 Article II. If the acceptance occurs after such recommenda- tion, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Carnet Defedin Wort 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11. or if CON- TRACTOR 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 the rights and remedies under this paragraph OWNER shall pro- -d expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from 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 toolsr appliances. construc- tion 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. OWNER'S other con- tractors and ENGINEER and ENGINEER's Consultants ac- cess to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR 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 Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replace- ment 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 Times (or Milestones) because of any delay in the performanceofthe Workattributabletotheexert tse by OWN ER of OWNER's rights and remedies hereunder: ARTICLE 14 —PAYMENTS TO CONTRACTOR AND COMPLETION SchSu a of Valera 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and I lit I will be incorporated into a forth of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units com- pleted. i• . I . II-' .'11...1.'. Replacement with SC 14.2 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month). CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equip- ment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and otherarangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. COWrRAC7UR's Wanwuy of Tide: 14.3. 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. Review of Appkcmions for Progress Pggnrrnt Revision see SC 14.4 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to recom- mend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER'S recommendation, the amount recommended will (subject to the provisions of the last sew tence of paragraph I4.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment re- quested in an Application for Payment will constitute a repre- sentation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER'S knowledge, infor- mation and belief: 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accor- dance with the Contract Documents (subject to an evalu. ation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other quali- fications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: () exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRAC- TOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, in- cluding final payment, shall not mean that ENGINEER is responsible forCONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any par of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recom- mend any such payment, or. because of subsequently discov- ered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Writ- ten Amendment or Change Order, 14.7.3. OWNER has been required to correct defec- tive Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the oc- currence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made agarinst OWNER on account of CONTRACTORS performance or furnishing of the Work, I $ I r I I d I I KT9 C1 LJ I El 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. them rue other items entitling OWNER to a setoff against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occur- rence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs .2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWN - ER's satisfaction the reasons for such action. 11th ,„...�, 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items s al all � listed teby COER issue a TOR as incomplete) and request certificate of Substantial Completion. Within a reasonable time thereafter. OWNER. CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work sub- stantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete. ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Com- pletion 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. OWNER shall have seven days after receipt of the tentative certificate during which to make wntten objection to ENGINEER as to any provisions of the certificate or attached list. If, 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 the reasons therefor. If, after consideration of OWNER's objections. EN- GINEER considers the Work substantially complete, ENGI- NEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Sub- stantial 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 certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pend- ing final payment between OWNER and CONTRACTOR with respect to security. operation. safety. maintenance, heat, utili- ties, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER'S issuing the definitive certificate of Substantial Completion. ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the light to exclude CONTRAC- TOR from the Work after the date of Substantial Completion. but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. twSl UdUMMian: 14.10. Use by OWNER at OWNER'S option of any sub• stantially completed part of the Work which: (i) has specifically been identified in the Contract Documents, (ii) OWNER. ENGINEER and CONTRACTOR agree sepa- rately functioning and usable pan of the Work that can beused by OWNER for its intended purpose without significant inter- ference with CONTRACTOR's performance of the remainder of the Work, may be ccomplisSd prior to Substantial Com- pletion of all the Work subject to the following 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- rRACIOR agrees that such part of the Work is substao- daily complete. CONTRACTOR will certify to OWNER and ENGINEER that such part of -the Work is substan- tially complete and request ENGINEER to issue a crib[ irate 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 certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request. OWNER. CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially compkue. ENGI- NEER will notify OWNER and CONTRACTOR in writ- ing giving the reasons therefor. if ENGINEER considers that part of the Work to be substantially complete. the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final lanpeedw 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete. ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all I 39 I particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as am necessary to complete such Work or remedy such deficiencies. Final Appficadotr for ?S.' 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certifi- cates or other evidence of insurance required by paragraph 5.4. certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRAC- TOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (u) consent of the surty, if any, to final payment, and (vii) 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 of such releases or waivers of Liens and as approved by OWNER. CONTRAC- TOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Workforwhich OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CONTRACTOR majfunnish a Bond or other collateral satis- factory to OWNER to indemnify OWNER against any Lien. Final PayiMm and Acceptance: 14.13. If. on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGI- NEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents. ENGINEER is satisfied that the Work has been completed and CONTRAL'IOR's other obligations under the Contract Documents have been fulfilled. ENGINEER will. within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Oth- erwise, ENGINEER will return the Application to CON- TRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after the presentation to OWNER of the Applica- tion and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGI- NEER will become due and will be paid by OWNER to a ri._ytf 14.14. If, through no fault of CONTRACTOR, final com- pletion of the Work is significantly delayed and if ENGINEER. so confirms. OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGI- NEER, and without terminating the Agreement, make pay- ment 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 5.1. the written con- sent 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 Appli- cation for such payment. Such payment shall be made under the terns and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Cloimr: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursu- ant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing ob- ligations under the Contract Documents; and 14.15.2. a waiver of all claims byCONTRACIORagainst OWNER other than those previously made in writing and still unsettled. ARTICLE 15 —SUSPENSION OF WORK AND TERMINATION OWNER May Suspend War*. 15.1. At any time and without cause. OWNER may sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both. directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 1$ and 12. OWNER May Temrfnau: 15.2. Upon the occurrence of any one or more of the following events: I 1' I [1 I I I. 40 I IJ I I LU C1 I Li I I A 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (in- cluding, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6): 15.2.2. if CONTRACTOR disregards Laws or Regula- tions of any public body having jurisdiction; 15.2.2. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any sub- stantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety. if any.) seven days' written notice and to the extent permit- ted 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 machinery 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 materi- als and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and dam- ages exceed such unpaid balance. CONTRACTOR shall pay the difference to OWNER. Such claims, costs. losses and damages incurred by OWNER will be reviewed by ENGI- NEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order. provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so ter- minated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrete. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER. OWNER may. without cause and without prejudice to any other right or remedy of OWNER. elect to terminate the Agreement. In such case. CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effec- tive date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective dace of termination in performing services and furnishing laboc materials or equipment as required by the Contract Docu- ments in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims. costs, losses and damages incurred in settlement of terminated contracts with Subcontractors. Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRAC70R May Sssp Wort ar Tearotasr 15.5. If. through no act or fault of CONTRACTOR. the Work is suspended fora period of more than ninety days by OWNER or under an order of court or other public author- ity. or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER. and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agree- ment and recover from OWNER paynfent on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due. CONTRACTOR may upon seven day's written notice to OWNER and ENGI- NEER stop the Work until payment of all such amounts due CONTRACTOR. including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CON- TRACTOR from making claim under Articles II and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRAC- TOR's stopping Work as permitted by this paragraph. ARTICLE 16 —DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure. if any, aSH be as set forth in Exhibit GC -A. "Dispute Resolution Areement," to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11, and 9.12, OWNER and CONTRACTOR may exercise 41 I such rights or remedies as either may otherwise have under the Conte ct Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 —MISCELLANEOUS Girug Nedw: P.I. Whenever any provision of the Contract Documents requires the giving of written notice, it will 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. 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. lithe last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty{our hours measured from midnight to the next midnight will constitute a day. Nosier gfCidaa: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Caaral in Remedies: 17.4. 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 CON- TRACTOR by paragraphs 6.12. 6.16, 6.30, 6.31. 6.32, 13.1, 13.12, 13.14. 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 17.5. Whenever reference is made to "claims, costs, losses and damages." it shall include in each case, but not be limited to, all fees and charges of engineers, architects. attorneys and other professionals and all court or arbitration or other dispute resolution costs. IThe remainder of this page was left blank intentionally.] I I I I I I eJ I 42 I SECTION 00800 SUPPLEMENT :'C THE GENERAL, CONDITIONS Ii The following Supplementary Conditions amend or supplement the Standard Genera-, Conditions of the Construction. Contract (EJCDC No. 1910-8, 1990 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so O amended or supplemented rema_n :n full force and effect. SC -1 DEFIN:T:oNs AND ABBREVIATIONS: In addition to the provisions of Article 1, the following supplemental definitions apply: A. "Owner" shall mean the City of Fayetteville, Arkansas, acting thorough its duly authorized representatives. Address - City of Fayetteville, 113 West Mountain, Fayetteville, AR %2%0'_. B. "Engineer" shall mean the City of Fayetteville Engineering Division (telephone 531-575-82C6) Note: "OWNER", "ENG=NEER" and "OWNER and ENGINEER" may be used interchangeably. C. "Resident Project Representative" shall be the authorized representative of the "Engineer". D. "Surety" or "sureties" shall mean the bondsmen or party or parties who have made the fulfil=ment of the contract by bonds, and whose signatures are attached to such bonds. E. "Advertisement" shall mean the a__ legal publications pertaining to the work of this contract. F. "Plans" shall mean, collectively, all of the drawings pertaining to the contract and made a part thereof, and also such supplementary drawings as the Engineer may issue from time to time in order to clarify the drawings, or for the purpose of showing changes in the ' work as authorized under the section "Modifications and Alterations," or for the showing of details which are not shown thereon. r,. "Grade" as used in these specifications shall mean and 00800-1 I indicate the established elevations of the paving, flow 1 lines of sewers and other appurtenances as shown on the plans on file in the Engineer's office. H. Whenever the following abbreviations are used, they shall have the corresponding meaning as shown below: AASHTO - American Association of State Highway Officials ACI - American Concrete Institute AGA - American Gas Association AHTD - Arkansas Highway and Transportation Department ASHTD - Arkansas Highway and Transportation Department AISC - American Institute of Steel Construction ANSI - American National Standards Institute APA - American Plywood Association ASA - American Standards Association a ASTM - American Society for Testing Materials AWG - American Wire Gage AWPA - American Wood Products Association AWS - American Welding Society AWWA - American Water Works Association GSA - General Services Administration, U.S. Government NHBA - National Builders Hardware Association NEC - National Electric Code NEMA - National Electric Manufactures Association NFPA - National Fire Protection Association V�' NPT - National Pipe thread SBC - Standard Building Code (also SSBC) SPA - Southern Products Association UL - Underwriters Laboratories A - Ampere cfm - cubic feet per minute CGMP - corrugated galvanized metal pipe DIP - ductile iron pipe gpm - gallons per minute Hp - horsepower MGD - million gallons per day N.C. - normally closed N.O. - normally open ppm - parts per million J psi - pounds per square inch PVC - polyvinyl chloride (pipe) R - motor starter relay RCP - reinforced concrete pipe rpm - revolutions per minute T.D. - time delay TDH - total dynamic head V - volt 00800-2 I I I. "Standard Specifications" as used ir. these Specifications shall mean the Standard Specification I for Highway Construction prepared by the Arkansas State Highway and Transportation Department, Edition of 1993. "Standard Drawings" as used in these specifications shall mean the Standard Drawings as prepared by the Arkansas State Highway and Transportation Department. SC -2 PRELIMINARY MATTERS: Add the fol;owirig to immediately follow paragraph 2.2 of the General Conditions. SC -2.2 COPIES OF DOCUMENTS: IA. Article 2.2 of the General Ccnditons shall be amended to read that Not less than five (5) bcund copies of the proposal, contract, and stipulations shall be prepared and submitted to the OWNER for execution, each containing an exact ccpy cf the CONTRACTOR'S proposal as submitted, the Bcnd cr Bcnds properly executed and the Contract signed by both parties thereto. However, the CONTRACTOR and the surety executing the bond shall not date the contract or the bond upon submission to the OWNER. These documents will be dated the date the OWNER executes the contract. •1 B. OWNER shall furnish to CONTRACTOR up to two f2; copies of the contract documents as are reasonably necessary for the execution of the work. Additicnal copies will be furnished, upon request, at the ccst cf reproduction. ' SC -2.' FURNISHING CF INSURANCE DATA: Delete a-- references tc CWN}:R supplied and OWNER delivered insurance. SC -5 BONDS AND INSJRANCE: I SC -5.1 PERFORMANCE PAYMENT AND OTHER BCNDS: I 00800-3 U I Add the following new paragraphs immediately after paragraph 5.1 1 of the General Conditions which reads as follows: SC -5.1.1 RESIDENT AGENT: A. The CONTRACTOR shall furnish performance and payment bonds as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power -of -attorney. The mere countersigning of the bonds by a resident agent shall not be sufficient. No employers' liability, ' public liability or workmen's collective insurance policy shall be written in any casualty company not authorized to do business in the State of Arkansas. These policies shall likewise be issued by a resident local agent licensed by the Insurance Commission of the State of Arkansas. SC -5.1.2 ADDITIONAL INFORMATION: A. The Contractor shall provide the bonds as described in these sections within ten (10) days after the receipt of the NOTICE OF AWARD. B. For contracts in excess of $100,000.00 the bonds shall be issued by a bonding company listed by the A.M. BEST Rating Book as follows: (1) contracts in excess of $100,000.00, but less than $1,000,000.00. "B+" rating or higher and contract amount may not exceed 2.0% of the policyholder's surplus. (2) contracts in excess of $1,000,000.00 - "A" rating or higher and contracts may not exceed 2.0% of the policyholder's surplus. C. The expense of all bonds shall be borne by the CONTRACTOR. SC -5.2 Delete paragraph 5.2 of the General Conditions in its entirety and replace with the following new paragraph 5.2: SC -5.2 SURETY OF BONDS A. If at any time a surety on any such bond is declared I 00800-4 I IL L bankrupt or loses its right to do business in the State of Arkansas or is removed from the above list of surety companies, the CONTRACTOR shall within ten (10; days after notice from the bond company that conditions are as described in this sentence and/or after notice from the OWNER to do so, substitute an acceptable bond or bonds in sucri form and sum and signed by other surety cr sureties as may he satisfactory to the OWNER. The premiums on such bonds shall be paid by the CONTRACTOR. No further payment shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable bond to the OWNER. SC -5.3 INSURANCE: LICENSE SURETIES AND INSURERS; CERTIFICATES CF SC -5.3.1 paragraph Add the following 5.3.1 of the General new paragraph Conditions which immediately after reads as follows: A. The CONTRACTOR shall furnish performance and payment bonds as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power -of -attorney. The mere countersign'-ng of the bonds by a resident agent shall not be sufficient. No employers' liability, public liability or workmen's collective insurance policy shall be written in any casualty company not authorized to do business in the State of Arkansas. These policies shall likewise be issued by a resident local agent licensed by the Insurance Coamission of the State of Arkansas. SC -5.3.2 :;elete the second sentence of paragraph 5.3.2 ("OWNER shall deliver to Cortracto=. . .") in its entirety. SC -5.4 CONTRACTOR'S ABILITY INSURANCE: Add the following paragraphs immediately after the respective paragraphs contained in paragraph 5.4 of the General Conditions: SC -5.4.14: IA. The limits for liability for the insurance required by paragraph 5.4 of the General Conditions shall provide I 00800-5 I coverage for not less than the following amounts or the , greater where required by law: 1. Workers Compensation: a) State: Statutory b) Applicable Federal: Statutory c) Employer's Liability: $100,000.00 each occurrence 2. Comprehensive General Liability: a) $1,000,000.00 Combined Single Limit 1). Policies will include premise/operations, products, completed operations, independent hazard, Broad Form contractual, personal injury, with employment exclusion deleted and broad form property damage. 3. Comprehensive Automobile Liability: a) Bodily Injury: 1). $1,000,000.00 Each person 2). $2,000,000.00 Each occurrence ' b) Property Damage: 1). $500,000.00 Each occurrence ' or a combined single limit of $2,000,000.00. SC -5.5 OWNER'S LIABILITY INSURANCE: Delete paragraph 5.5 of the General Conditions in its entirety and insert the following in its place: 5.5 OWNER'S AND ENGINEER'S CONTINGENT PROTECTIVE LIABILITY INSURANCE: A. The CONTRACTOR shall indemnify and hold harmless the OWNER and the ENGINEER and their agents and employees from and against all losses and claims, demands, payments, suits, actions, recoveries, judgements of every nature and description brought or recovered against them by reason of omission or act of the CONTRACTOR, his agent(s), employees, subcontractor, 00800-6 I] II I I I 1 I I I C Li L' I Ii P I Li anyone directly or indirectly employed by any of them cr anyone for whose acts any of them may be liable, in the execution of the Work or guarding of it. The CONTRACTOR shall obtain in the name of the OWNER and ENGINEER ,either as co-insured cr by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less that $2,CC0,000.00 for property damage and bodily injury limits, and with such previsions as shall protect the OWNER and ENGINEER from contingent liability under this contract. SC -5.6 PROPERTY INSURANCE: Delete paragraph 5.6 of the General Conditions in its entirety and insert the following in :ts place: 5.6 PROPERTY INSURANCE: A. CONTRACTOR shall purchase and maintain until final payment property insurance upon the Work at the site to the full insurable value `_hereof ;subject to deductible amounts as may be provided in. these Supplementary Conditions or required by maws and Regulations) but not less than an amount equal to the total bid price. This insurance shall include the interest of OWNER, CONTRACTOR, Subcontractors, ENGINEER and ENGINEER'S consultants :n the Work (all of whom shall be listed as insureded or additional insured parties), shall insure against the perils of fire and extended coverage, shall include "all -rusk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse, flood, and water damage, and such other perils as may be provided in these Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to the fees and charges of engineers, architects, attorneys and other professionals). if not covered under the "all - risk" insurance or otherwise provided in these Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are tc be included in an application for payment. The polices of insurance required tc be purchased and maintained by the CONTRACTOR in accordance with this paragraph 5.6 will contain a provision or endorsement that the coverage 00800-7 I afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to the OWNER by certified mail and will contain wavier provisions in accordance with General Condition paragraph 5.11.2. SC -5.7 Delete paragraph 5.7 of the General Conditions in its entirety and insert the following in its place: SC -5.7 OTHER INSURANCE: A. The CONTRACTOR is to protect the OWNER against all loss during the course of the Contract. If, due to the nature of the Project, insurance coverage other than that specified is needed by the CONTRACTOR to protect the OWNER against all losses, the CONTRACTOR shall be responsible for the determination of and procurement of any additional insurance needed. SC -5.8 Delete paragraph 5.8 of the General Conditions in its entirety and insert the following in its place: SC -5.8 POLICY SPECIFICATIONS A. Policies shall also specify that insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to the OWNER or the ENGINEER. B. All polices will provide for 30 days written notice (certified mail shall be required) prior to any cancellation or non -renewal of insurance policies required under the Contract. Any such wording as "will endeavor" or "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company..." shall be deleted from the certificates. SC -5.10 Delete paragraph 5.10 of the General Conditions in its entirety. SC -5.12 Receipt and Application of Proceeds. Delete paragraph 5.12 of the General Conditions in its entirety. 1 00800-8 j II II II Ii I I [1 I I I 11 for Final Payment in accordance with Article 14.13, ' Final Payment aria Acceptance, or the date of Substantial Completion as specified in Article 14.8. •' C. The Contractor shall make a:l repairs or replacements pronptly upon receipt of written order for the repairs or replacenents from the Cwner. If the Contractor fails ' to make the repairs or replacements promptly, the Owner may perform the work and the Contractor and the cc8cc-5 SC -5.13 Delete paragraph 5.13 of the General Conditions in its entirety. SC -6 - CONTRACTOR'S P.ESFONSIBILITIES: Add a new paragraph 6.6.3. immediately following paragraph 6.6.2 which sha_i read: SC -6.6 - PROGRESS SCHFD;;LES: A. Pupdated schedule, in the format specified in the Technical Specifications, shall be required with each submittal for progress payment by the CONTRACTOR. Failure to provide an accurate schedule land/cr updated schedule) shall be reason for OWNER tc refuse progress payment to "'D' I'D SC -6.30 CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE: Add a new paragraph 6.30.3 immediately following paragraph 6.30.2 which shall read: SC -6.30.3 - ONE YEAR WARRANTY: A. For a period of one year, or longer if specified by special guarantees or by law, the Contractor shall at the Contractor's expense make all repairs and replacements necessitated by defects in the materials, workmanship or prosecution of the Work supplied under this contract, and pay for any damage to other works or property resulting from such defects. The Contractor shall hold the Cwner and Engineer harmless from any liability of any kind arising from said defects. B. The effective date for the beginning of the one year warranty period will be as decided by the Engineer and will be either the date of the Engineer's recommendation I I Contractor's Surety shall be liable for all costs thereof. SC -7 OTHER WORK: Add a new paragraph immediately after paragraph General Conditions which shall read as follows: SC -7.5 SEPARATE CONTRACTOR CLAIM: I H 7.4 of the ' A. Should CONTRACTOR cause damage to the Work or property of any separate contractor (or separate party) at the site, or should any claim arising out of CONTRACTOR'S performance of the work at the site be made by any separate contractor (or separate party) against CONTRACTOR, OWNER or ENGINEER, or any such person, CONTRACTOR shall promptly attempt to settle with such other separate contractor (or separate party) by agreement or otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor (or separate party) against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor (or separate party) cause damage to the Work or property of CONTRACTOR or should the performance of Work by any separate contractor (or separate party) at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER or ENGINEER or permit any action against them to be maintained and continued in CONTRACTOR'S name for benefit in any court or before any arbitrator which seeks to impose liability on, or recover damages from OWNER or ENGINEER on account of such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor (or separate party) and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereof, CONTRACTOR may make a claim for an Extension of Time in accordance with Article 12 of the General Conditions. An extension of 00800-10 I I I I I I I I I I I I I I I I the Ccntract Time shat: be the CONTRACTOR'S exclusive remedy with respect to OWNER and ENGINEER for any delay, disruption, interference Cr hindrance caused by any separate contractor (cr separate party). This paragraph does not prevent recovery from OWNER or ENGINEER for activ'.t'es that are their respective contractual responsibilities. SC -8.5 - Celete paragraph B.L. of the General Conditions in it's entirety. SC -1C CHANGES IN THE WORK: Add a new paragraph IC.6 immediately following paragraph 10.5 of the General Cosa ditions to read: I Fl I 11 I I I SC -10.6 IjIM'TS OF AUTHOR_^._': A. CCNTRACTOR shall note and abide by the following OWNER'S and ENG:NEER'S limits of authority for changes Ira the Work which require a change ir. the Contract Price and Contract time. B. Except in the case of extreme emergency to protect public safety, public welfare or substantial Work, the following limits of Authority to the CWNER and ENGINEER shall apply: :}. Engineer's Representative - Nc authority 2). City Engineer - $5,000.00. 3'. Public Works :irectcr - $1C,CCC.CC 4). Mayor - $20,000.00 (Accumulative). C. All accum;a ative changes which result in Contract Price changes in excess of $20,OO0.00 shall require the forma apprcva c`_ the Fayetteville City Counci_. SC-il CHANGE OF CONTRACT PRICE: SC -11.9 UNIT PRICE WORK: Paragraph :_.9.3 of the General Conditions is hereby deleted in ' its entirety and the following is substituted in its place: I I A. The unit price of an item of Unit Price Work shall be subject to reevaluation and adjustment under the 00800 -ii C! following conditions: , 1). If the total cost of a particular item of Unit ' Price Work amounts to 25 percent or more of the Contract Price and the variation of the quantity of that particular item of Unit Price Work performed by CONTRACTOR differs by more than 25 ' 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 OWNER to an adjustment in unit price; then: 5). Either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 of the General Conditions if the parties are unable to agree as to the effect(s) of any such variations in the quantity of Unit Price Work performed. SC -13 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK: SC -13.3 TESTS AND INSPECTIONS: ' Paragraph 13.3 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: A. CONTRACTOR shall give the ENGINEER proper notification as detailed below and cooperate with the testing and inspection of the Work. 1). All tests require a minimum notice of 24 hours. The 24 hours is a minimum only, the exact time for testing and required inspections shall be determined by the Engineer. 2). All field tests required for a project shall be witnessed by the City Engineering Division representatives in the presence of the ENGINEER 00800-12 LI C III H El I I I I I El and CONTRACTOR, or their approved representatives. SC -13.4 Paragraph ;3.4 of the General Conditions is hereby deleted in its entirety and the following substituted in its place: A. CONTRACTOR shall emp]oy and pay for the services cf an independent testing laboratory to perform all tests as required by the Contract. Documents. CONTRACTOR shall be responsible for the cost of all equipment, materials, labor, testing procedures and lab work fcr all tests as outlined in these specifications. ENGINEER shall have the right to approve or reject CONTRACTOR'S proposed lab based upon sound Engineering pr:nciples. Ccpies of all testing reports must be forwarded directly to the Engineer by the testing laboratory. B. OWNER shall provide all inspection services required by the Contract Documents and ncrmally associated with the diligent progress of the Work (Except as detailed in paragraphs 13.4.1,2,3.) Prior to final acceptance by OWNER, the project shall be subject to a final inspection by designated representatives of the OWNER and CONTRACTOR. ' ARTICLE 14 PAYMENT TO CONTRACTOR AND CCMPLETION: SC -14.2 APPLICATION FOR PROGRESS PAYMENT: Paragraph 14.2 of the General Conditions is hereby deleted in its entirety and the following substituted in its place: IA. Monthly estimates will he prepared to include al. work accomplished for the period ending the third Friday of each month; or: B. Progress payments will be prepared at regular intervals, as scheduled by joint consent of the CCNTRACTOR and the ENGINEER at the pre -construction conference. C. The ENGINEER, based upon data gathered during the construction process, will make an estimate of the • value of the Work done and materials furnished in • place during the previous estimate period. The CONTRACTOR shall furnish to the ENGINEER such '• detailed infcrir�aticn including invoices from material suppliers as the ENGINEER may request to aid in the ' 00800-13 I I preparation of the progress payment estimate. All ' payment requests are subject to retainage as determined by the ENGINEER. Retainage shall be 10% of said estimate until 50% of the work has been fully completed. At 50% completion, further partial payments shall be made to the contractor in full with no additional ' retainage unless the ENGINEER determines that the project is not progressing satisfactory, in which case additional retainage may be retained to a maximum of 10%. When the work is substantially completed, any retained amount may be paid to the contractor except the OWNER shall retain an amount sufficient to cover any work not yet completed. The release of retainage will be determined by the ENGINEER. If the OWNER or ENGINEER shall at any time fail to make the CONTRACTOR a monthly estimate at the time herein specified, such failure shall not be held to violate or void the Contract. Note, the failure of the Contractor to provide an accurate and current schedule update shall be reason to , reject CONTRACTOR'S request for progress payment. SC -14.4 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENT: Delete the last sentence of paragraph 14.4 of the General Conditions and replace with the following: ' A. After the required internal reviews and processing by the City of Fayetteville, the City will diligently proceed to make payment to the contractor, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the City cannot guarantee the 30 days maximum time. END OF DOCUMENT , I I 1 00800-14 , rJ I r 1 U Ti El I I II I SECTION CC860 lj: ST r1. CDRAWINGS STREET, STORM DRAINAGE, WATER AND SEWER IMPROVEMENTS TOWNSHIP ROAD EXTENSION PROJECT A Public Works Capita- Improvement Prc'ect City of F'ayettev_ile, Arkansas Prepared By Development Consultants, LLC l9%0 East Joyce Boulevard, Suite 1 Fayetteville, Arkansas July 1995 ' Cover Sheet & Vicinity Map I Township Road Extension Roadway Plan & Profile 2 Township Road Extension Roadway Sections Sta 0+00 to 2+80 S township Rcad Extensicn Roadway Sections Sta 3+20 to 6-80 4 Township Rcad Extension Roadway Sections Sta +20 to 8-62 5 Paveir.ent. Marking and Concrete Jointing Plan ' 6 Street and Storm Drainage Standard Details Water and Sanitary Sewer Plan 8 Sanitary Sewer Main Plan and Profile 9 Domestic Water and Sanitary Sewer Standard Details I 1l I C Ii L_ I CC86G-1 I I SECTION 01010 ' SUMMARY OF WORK: 1. SCOPE OF WORK: A. The work shall be as shown upon the contract drawings and defined within the contract specifications, and shall include the furnishing of all materials,_ equipment, tools, supplies, plant, labor and others as necessary in the construction of work generally as follows: Street, Drainage, Water and Sewer Improvements Township Road Extension Project Fayetteville, Arkansas B. No attempt has been made to segregate work to be performed by any trade or subcontract. Any segregation between the trades or crafts will be solely a matter for agreement between the Contractor, subcontractor, and their respective employees. C. The Specifications as a whole will govern the construction of the entire work. The applicable provisions will govern work to be performed under each schedule. 2. SEQUENCE OF THE WORK AND CONTRACT TIME: A. After the contract bonds and certificates of insurance have been delivered to the Owner, and the contract has been executed, the Engineer will issue a Notice To Proceed in accordance with the General Specifications which shall designate the date the contract will commence. B. The Contractor shall complete the project within 180 calendar days from the date specified in the Notice To Proceed. C. Additionally, the Contractor shall be responsible to submit a schedule of construction, in accordance with the General and Supplemental Specifications. D. The Owner may require the Contractor to add to his 01010-1 H I I I I plant, equipment, or construction forces, as well as increase the working hours, if operations fall behind the approved schedule to an extent that the completion of the work within the specified time appears doubt`_ul. E. If conditions beyond the control of the Contractor justify, and the Contracting Authority approves an extension of contract time, the Contractor shall revise the censtructicn schedule in accordance with the approved extensicn. 3. SBMITTALS: A. The fc,llowina submittals shall be required for this ' specific project: _) Shop drawings for all reinforcing steel. 2) :Manufacturer's data for traffic signal equipment. 3; Aggregate, Paving and Ccncrete Mix designs to be used on the project. 5: Schedules as ncted below. i :rY 4. nC:3 •JJ L...u. A. Before work is started, and in accordance with the General and Supplemental Conditions, the Contractor under each schedule shall prepare a detailed schedule ' of all construction operations that shall nct only ndicate the sequence of the work, but also the time of starting and completion of each part. The schedule ' shall be submitted tc the Engineer for his approval. B. For projects with a total estimated costs of up to • ' $1 CC."C the Contractor may submit a schedules; based upon bar charts, narrative or Critical Path Network Diagram. C. For Projects with a total estimated costs in excess of $100,000.00 ;.he Contractor shat_ submit the schedule(s) in the form of a Cr:t_ca= Path Method (CPM) Network Diagram. D. The contractor shall also be required to submit an updated version of the schedule(s) with each submission of a periodic payment request. C1C1C-2 5. LANDS AND RIGHTS OF WAYS: I A. The necessary rights -of -way and easements for the project and to carry out the work along the project will be provided by the City of Fayetteville. Copies of the proposed right of way and temporary construction easements are included as Appendix "B". The Contractor will be advised of all acquired right-of-way and temporary construction easements, should they vary from those attached. The Contractor shall confine his construction operations to the immediate vicinity of the locations shown on the plans and shall use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. The placing of such tools, equipment, and materials shall be subject to the approval of the Engineer. The City of Fayetteville will not be responsible for haul road to and from the right- of-way. B. The Contractor shall be responsible for all damage to all property outside of the rights -of -way and easements, and shall make satisfactory settlement for the damage directly with the property owner and tenant involved, a: their interests may require. C. All work performed, and all operations of the Contractor, his employees, or his subcontractors, within the limits of railroad and highway rights -of -way shall be in conformity with the requirements, and be under the control (with the City of Fayetteville), of the railroad or highway authority owning or having jurisdiction over and control of, the right-of-way in each case. D. All existing fences which interfere with the construction operations shall be maintained by the Contractor until the completion of the work affected thereby, unless written permission is obtained from the City of Fayetteville thereof to leave an interfering fence dismantled for an agreed period of time. Where fences must be maintained across the right-of-way, adequate gates shall be installed therein. Gates shall be kept closed and locked at all times when not in use, with duplicate keys furnished to the Engineer. E. Upon completion of the work across any tract of land, the Contractor shall restore all fences to their original or to a better condition and quality, 01010-3 I I I I I n J L I LJ Li H i ' purchasing new material and replace all materials lost, damaged, cr destroyed. Temporary gates installed by the Contractor in any fence line nay be left in place with the permission of the property owner and tenant of the property. All materials used in fence repairs or replacements shall be approved by the Engineer. 6. PROTECTION AND MAINTENANCE OF PUBLIC AND PRIVATE PROPERTY: IA. The Contractor shall protect, shore, brace, support, and maintain all underground constructions uncovered or otherwise affected by the construction work performed by Shim. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, and other surface structures affected by construction operations in ' connection with the performance of the Contract, together with all sod and shrubs in yards and parking removed cr otherwise damaged, shall be restored to their ' original condition as determined and approved by the Engineer. All replacements shall be made with new materials. The Contractor shall be responsible for all ' damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public cr private property or facility, regardless of location of character, which nay be caused by moving, hauling, or otherwise transporting equipment, materials, or men to or from the work or any part or site thereof, whether by him or his subcontractors. The Contractor shall make ' satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property cr facility concerning its repair ' or replacement ci payment of costs incurred in connection with said damage. • B. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. 7. MAINTENANCE CF TRAFFIC: A. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, the Contractor shall at his own expense provide and maintain suitable and safe • bridges, detours, or other temporary expedients for the accommodation of public and private travel, and shall 01010-4 1 give reasonable notice to Owner of private drives 1 (minimum of 48 hours, one week suggested) before interfering with them; provided, however, that such maintenance of traffic at any designated point thereon and for the duration of whatever period of time as may be agreed upon. B. In making open cut street crossings, the Contractor shall not block more than one-half of the street at a time. Wherever possible, the Contractor shall widen the shoulder on the opposite side to facilitate traffic flow. Temporary surfacing shall be provided as necessary on shoulders. It shall be the responsibility of the Contractor to provide a minimum of 72 hours advance notice to the Engineer, Traffic Department, Police and Fire department prior to cutting or blocking any public street or roadway. C. At the time of the preconstruction conference, the contractor shall provide to the Engineer a detailed traffic control plan indicating detour routing, signage and other traffic control features. Traffic control , shall conform to AHTD Standard Drawings and the Manual on Uniform Traffic Control Devices. 8. UNDERGROUND INSTALLATIONS AND STRUCTURES: A. Unless noted otherwise on the plan documents, pipelines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the Engineer. The Engineer and Owner does not guarantee to accuracy of such information. House sewer connections, water and gas services, and other utility lines may not be indicated on the plans. The Contractor shall make every effort to locate all underground pipelines, conduits, and structures by contacting owner of underground utilities and by prospection in advance of trench excavation. The moving of planned improvements to avoid conflict with existing pipelines and other existing , installations and structures in the vicinity of the work to be done for the convenience of the Contractor shall be accomplished at no additional cost to the Owner. 1 L 01010-5 I 1 I 9. L:NES AND GRADES: A. All work shall be done to the lines, grades, and elevations shown on the plans. The Contractor shall keep the Engineer informed, a reasonable time in advance, of the times and places at which he wishes to work, so that reference points in accordance with General Conditions Article 4.4 may be established, and/or, measurement for record and payment may be made ' with minimum inconvenience to the Engineer and m:n:mum delay to the Contractor. ' B. The Contractor shall `furnish competent men from his force and such tools, stakes, and other nater:als as may be required for staking and construction layout. The Contractor will not proceed with the work unless there is an accurate grade stake at a maximum distance of 50 feet. Any restakirg or other field layout work required ' `from. loss c`_ stakes shall be the sole responsibrlity of the Contractor. C. Any work done without being properly located on grade or off alignment, may be ordered removed by the Engineer and replaced at the Contractor's expense. 10. PUBLIC NOTIFICATION: A. The Contractor, on the basis of the schedule and progress shall be required to notify all adjacent property owners a minimum of 48 hours in advance of ' occupying, storing materials on, or performing work on any right-of-way or easement. B. :t shall be the responsibility of the Contractor to provide a minimum of 72 hours advance notice to the Engineer, Traffic Department, Police and Fire department prior to cutting cr blocking any public street or 'roadway. 11. STORAGE OF MATERIALS: A. in general, the Contractor shall be responsible for the ' all material furnished by him and shall replace at his or. expense all such naterial found defective in manufacture or damaged in handling. This shall include the furnishing of all material and labor required for the replacement of installed material discovered 0:0:0-6 I defective prior to final acceptance of the work. 1 B. The Contractor shall be responsible for the delivery and distribution of materials at the site. The Contractor shall be responsible for the safe storage of materials furnished by or to him and accepted by him, and intended for the work, until it has been incorporated into the completed and accepted project. All materials shall be stored in strict conformance to the manufacturer's recommendations. ' C. Materials shall be stored so as to ensure the preservation of their quality and fitness for the Work. When directed by the Engineer, the materials shall be placed upon a wooden platform or other hard clean surfaces and not on the ground, and shall be placed under cover when so directed. Stored materials shall not be located so as to impede work or inspections. D. Pipe and accessories shall be loaded and unloaded by , lifting with hoists or other equipment so as to avoid shock and damage. Under no circumstances shall material be dropped or dumped. Pipe handled on skidways shall ' not be skidded or rolled against pipe previously unloaded onto the ground. In distributing pipe material at the site, each piece shall be unloaded opposite or I near the place it is to be laid in the trench. The interior of all pipe, fittings and other accessories shall be kept free from dirt and foreign material at all times. E. Pipe shall be so handled that the coating and lining will not be damaged. However, if any part of the coating or lining is damaged, the repair or replacement shall be made at the Contractor's expense in a manner satisfactory to the Engineer. 12. SATURDAY, SUNDAY, HOLIDAY AND NIGHT WORK: , Refer to paragraph 6.3 of the General Conditions. A. All work shall be performed during the normal work hours of the City of Fayetteville Engineering Office, 8:00 a.m. - 5:00 p.m., Monday through Friday. No overtime work, no work on Saturday or Sunday, nor work on any legal holiday will be permitted without specific written pre -authorization by the Owner and Engineer. I 01010-7 13. MCN:HLY ESTIMATES AND PAYMENTS: A. Refer to Article 1.4 of the General Conditions and the associated Supplemental Conditions. 14. CONNECTIONS TO EX:sT:NG FACILITIES: IA. Unless otherwise indicated or specified, the Contractor shall provide for all necessary connections to existing utilities such as water, sewer, telephone and electric. In each case, the Contractcr shall receive permission from utility owner prior to providing for connections. Contractor shall protect facilities against deleterious substances and damages. B. Connecticns to existing facilities which are in service shall be thoroughly planned in advance, and all required equipment, materials and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuous (around the clock) as necessary to complete the connections in minimum time. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of 'the cwning utility. C. All connections to the water and/or sewer fac:lities • owned by the City of Fayetteville will be coordinated • with the City cf Fayetteville's Engineering :ivision and the Water/Sewer Department. 15. TEMPORARY FACILITIES: A. Utilities: ' 1). All water, e:ectr_c.".y and other utility services required by the Contractor for operation of Contractor's pant or equipment, or for any other 1 use by the Contractor to conduct or to expedite the wort: shall be provided by the Contractor at his sole cost and expense. The Contractor shall ' arrange for service at his discretion from the appropriate utility company, and shall assume liability for all charges until the improvements ' have been accepted by the Owner. When applicable, the Owner will request the transfer of the service 01010-8 I on that date, and assume the liability for charges incurred by the Owner from that date forward. B. Sanitary Facilities: 1 1). The Contractor shall furnish temporary sanitary facilities at the site for the needs of the Construction workers and others performing work or furnishing services on the project. 2). Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically -treated type are used, at least one toilet will be furnished for each 20 workers. The Contractor shall enforce the use of such sanitary facilities by all personnel at the site. 16. OPERATION AND MAINTENANCE DATA AND MANUALS: , A. Adequate operation and maintenance information shall be supplied to the Engineer for all equipment requiring maintenance or other special attention. The equipment supplier will prepare an operation and maintenance manual for each type of equipment indicated herein. Parts lists and operating and maintenance instructions shall be furnished for all equipment. 17. TREE AND PLANT PROTECTION: , A. No trees or cultured plants shall be cut, trimmed or removed unless clearly shown on the plans or marked by the Engineer. All trees and other vegetation which is so marked and must be removed to perform the work, shall be removed and disposed of by the Contractor. No on -site burning shall be permitted. B. All protection of trees, trimming and repair of trees and plants shall be performed by qualified nurserymen or horticulturists in accordance with the City of Fayetteville's Ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION". 18. SECURITY: ' A. The contractor shall be responsible for protection of the site, and all work, materials, equipment and existing facilities thereon against vandals and other 01010-9 Li L. II I I I I I I H unauthorized persons. Security measures shall be at least equal tc those usually provided by the Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, lighting, barricades, watchman's services and other measures as required to protect the site. B. No claim shall be made against the Owner by reason of any act of an employee or trespasser, and the Contractor shall make good all damage to Owner's property resulting from Contractor's failure to provide adequate security measures. 19. SAFETY: A. The Contractor is further notified and reminded cf the presence cf pedestrians in the general vicinity of the project. B. The Contractor shall take all measures necessary and as required by the General Conditions (Article 6; to protect the General Public, animals and property frorn harm, due to the construction activities including the project site. 20. PARKING: A. The contractor shall provide and maintain suitable parking areas for the use of the construction workers and others performing work or furnishing services in connection with the project, as required, to avoid any need of parking personal vehicles where they may interfere with the Owner's operations or construction activities, or normal traffic operation on public roads. 21. DST CONTROL: A. The Contractor shall take all reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or application of an approved chemical dust suppressant. Dusty materials in piles or transit shall be covered to prevent blowing. B. Buildings or operating facilities which may be adversely affected by dust shall be adequately protected. Existing or new machinery, motors, instrument panels or C1ClC-iC I I similar equipment shall be protected by suitable dust , screens which include adequate ventilation features. I 22. TEMPORARY DRAINAGE AND EROSION CONTROL PROVISIONS: A. The Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in the performance of the work. Drainage facilities shall be adequate to prevent damage to the work, the site and adjacent properties. B. Existing drainage channels and conduits shall be cleaned, enlarged or supplemented as necessary to carry increased runoff attributable to the Contractor's operations. Temporary dikes shall be constructed as necessary to divert increased runoff from entering adjacent properties (except in natural channels or storm sewers), to protect the Owner's property, facilities and the work, and to direct water into natural channels or conduits. Retention shall be provided as necessary to prevent downstream flooding. C. The Contractor shall prevent the erosion of soil on the site and adjacent property resulting from the construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation or other operations that will disturb the natural vegetation or protection. Erosion measures may include hay bales, silt fencing, jute mat, fast growing vegetation, and ponds. D. Work shall be scheduled on exposed areas subject to erosion for the shortest possible time, and natural vegetation shall be preserved to the greatest extent possible. Temporary storage areas, construction building and access shall be located to minimize erosion. E. The Contractor shall be responsible for application and , acquisition of all necessary permits, including coverage under the Federal/State NPDES Regulations for Storm Water Management and the City of Fayetteville's Excavation and Grading permit. F. Unless specifically included as separate bid item(s), all Work necessary for the control of storm water runoff 01010-11 I I shall be considered as subsidiary to the project and no separate payment shall be made to the Contractcr. 23. POLI;,;TION CONTROL: A. The Contractor shall comply with all requirements of the General Conditions and all Federal, State and local laws and regulations governing pollution. Additionally, the Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment debris and other substances resulting from construction activities. No sediment, debris or other substances shall be permitted to enter any sanitary sewers, stcrin sewer, nor any drain of watercourse. 24. CLEAN-UP DURING CONSTRUCTION: A. During construction, the Contractor shall keep the construction area in a clean, neat and workmen like condition at all times. Pipe, equ:pnent, and all other materials shall be stored and protected in an area away from the construction activities. As soon as practicable, the area around a]] structures shall be backfilled, and the entire area maintained :n a neat condition. 25. ACCESS: A. The Contractor shall provide for safe and ready access to the construction activities during working hours or as requested tc authorized representatives of the City 1 of Fayetteville and other State cr Federal Agencies as required. 26. CONSTRUCT:CN CBSERVA:ION AND INSPECTION: A. Construction observation and inspection shall be by the ' City of Fayettev_e Engineering Division and/or it's designated representative. The Contractor shall provide a detailed construction schedule tc the Engineer ' noting the scheduling of all work phases and tests required by the specifications. The Engineer shall have no responsibility to the Contractor cr subcontractor for the supervision of personnel or layout of work. C1C1C-12 B. Prior to final acceptance by the City, the project shall 1 be subject to a final inspection by designated representatives of the City of Fayetteville and the Contractor. 27. TESTING: A. The Contractor shall be responsible for the cost of all equipment, materials, labor, testing procedures and lab work for all tests as outlined in these specifications. The City of Fayetteville shall have the right to approve or reject the contractor's proposed lab based upon sound Engineering principles. Copies of all testing reports must be forwarded directly to the Engineer by the testing laboratory. B. All field tests required for a project shall be witnessed by the City Engineering Division �, representatives in the presence of the Engineer and Contractor, or their approved representatives. C. All tests require a minimum notice of 24 hours. The 24 hours is a minimum only, the exact time for testing and required inspections shall be determined by the City of Fayetteville Engineering Office. 28. MEASUREMENT AND PAYMENT: ' A. It is the intent of the Bid Schedule, as submitted, to cover all work shown on the contract drawings and required by the Specifications and other Contract Documents. All costs in connection with the work including furnishing of all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing of all necessary labor to fully complete the work, shall be included in the unit and lump sum prices named in the Bid Schedule. No item of work that is required by the Contract Documents for the proper and successful completion of the Contract will be paid for outside of or in addition to the prices submitted in the schedule. All work not specifically set forth in the Bid Schedule as a pay item shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the pay items so named. 01010-13 I II B. The method of measurement and basis of payment for each item listed in the bid schedule shall be as stipulated under the specification for each iteir. of Work. 29. EXPLOSIVES: A. Explosives shall no- be allowed for excavation or any other purpose unless a plan for such use is apprcved in writing by the Engineer, proof of blasting insurance is submitted, and experienced personnel licensed in the State cf Arkansas for blasting is utilized. The plan must include as a minimum a pre -blast survey and the utilization cf qualified seismographic procedures. 30. EXCAVATION SAFETY: A. The current edition cf Occupational Safety and Health Adm;n;stratron Standard for Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is specifically incorporated and made a part of these specifications and contract documents as required by Arkansas Act 291 of the '9th Genera_ Assembly of 1993. The Contractor shall be solely responsible for the implementation of these requirements. B. A copy of the OSHA regulations is included in this set of specifications as Appendix A. 31. UTILITY MIX - SLURRY MIX '%?CURABLE" BACKFILL: A. Where shown on the plans or directed by the Engineer, a "pourable" bacsf_ii, also called utility mix, shall be used. The utility :nix shall be a low strength ccncrete mixture that is readily digable with standard equipment. The mixture shall be in the ratio of 3400 ;bs sand: 150 lbs cement: 100 lbs flyash. B. The mixture shall be plant _nixed and shall have compressive strength of 300 psi at 28 days. END OF DO'_'Si_EtiT 0:0:0-;4 I SECTION 01505 , MOBILIZATION PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED I A. Preparatory work and operations necessary for movement of personnel, equipment, supplies, and incidentals to Project site. B. Establishment of temporary offices, storage buildings, sanitary facilities, and other facilities necessary to undertake the Work of Project. C. Work and operations which must be performed, or for expenses incurred, prior to beginning Work on the various construction items of Project. D. Pre -construction costs, exclusive of bidding costs, which are necessary direct costs to the Project and are of a general nature rather than directly attributable to other pay items in the Bid Schedule. E. Costs of maintenance bonds and other bonds and permits required by the Owner and the City of Fayetteville. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract. B. Owner -Contractor Agreement. C. Section 01010 - Summary of Work. 1.03 METHOD OF PAYMENT A. Mobilization will be measured as a complete unit and will be paid for at the lump sum price bid for "Mobilization", which price shall include, but not necessarily be limited to, the description of requirements included in Article 1.01 above. B. Allowable partial payments for this item will be completed in accordance with the schedule below. The percentage of the original Work completed will be based on all items exclusive of the item"Mobilization": 01505-1 1 J II PART:AI. PAYMENT SCHEDULE Percentage of Craginal Percentage of Bid Price Contract Sum Completed for Mobilization Allowed First Application for Payment --------------------------25 10-----------------------------------------------------53 C. The amount completed for this item will be paid for on regular Applications for Payment and wi_; be cons_dered the same as other pay items ir. the determination of retainage to be withheld. Payments on percentages of the original contract sum other than those set out above will not be considered. No adjustment in the amount bid for this item will be made for additional quantities cr items of WORK required to satisfactorily complete the Project. D. =n no case shall the amount bid for the item of "Mobilization" exceed 5% of the total contract amour_;, for all other items listed in the Bid Schedule. Should the amount entered in the Bid Schedule for this item exceed 5%, the Owner will reduce it to the maximum a_.owed amount to determine the correct total Bid. E. Nothing herein shall he construed tc limit or preclude partial payments otherwise provided for by the Contract Documents. PART 2 - PRODUCTS ;NOT USED) PART 3 - EXECUTION iNOT USED) END OF SECTION C15C5-2 I SECTION 01700 1 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED. I A. Closeout Procedures. B. Final Cleaning C. Project Record Documents. D. Warranties and Bonds. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract. B. Owner -Contractor Agreement. 1 C. Section 01010 - Summary of Work. D. Section 01720 - Project Record Documents. 1.03 CLOSEOUT PROCEDURES A. Comply with procedures stated in General Conditions of the Contract for issuance of Certificate of Substantial Completion, except: 1. When the Architect/Engineer determines that all or a designated portion of the Work is ready for substantial completion inspection as represented by the Contractor, subcontractor, and the Owner, if Owner so desires. 2. When it is determined from the results of the group inspection that the Work or designated portion thereof is substantially complete, the Architect/Engineer will process a Certificate of Substantial Completion. B. When Contractor considers Work has reached final completion, submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for '. Architect/Engineers inspection. C. In addition to submittals required by the Conditions of the Contract, provide submittals required by governing authorities, and submit a final statement 01700-1 1 1 F of accounting giving adjusted `final quantities, total adjusted Contract Sum, previous payments, and sum remaining due. D. Architect/Engineer will issue a final change order reflecting approved adjustments tc Contract Sum not previously made by Change Order. 1.04 FINAL CLEANING A. Execute prior to final inspection. 1.05 PROJECT RECORD DOCUMENTS A. Refer to Section 31723. B. Store documents separate from these used for construction. C. Keep documents current; do not permanently concea: any work until required information has beer. recorded. D. At Contract cicsecut, submit docu_-nents with transmittal letter containing dates, Project title, Contractor's name and address, list of documents, and signature of Contractor. :, of WARRANTIES AND BONDS A. Submit proof of compliance with requirements of governing agencies. PART 2 - PRODUCTS NOT "cr;.;SED PART S - EXFC:;TION NOT USED END OF SECTION 01700-2 I SECTION 01720 r PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site for the Owner one record copy of: 1. Drawings, Specifications, Addenda, Change Orders and other modifications to the Contract. 2. Approved Shop Drawings and Product Data. 3. Field Test records. B. Record actual construction on a clean set of Drawings furnished by the Architect/Engineer. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract. B. Section 01700 - Contract Closeout. I 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents apart from documents used for '! construction. File documents and samples in accordance with Specification format. B. Maintain documents in a secure, clean, dry, legible condition and in good order. Do not use record documents for construction purposes. C. Make documents available at all times for inspection by Architect/Engineer. 1.04 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters with felt tip marking pen. B. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. C. Legibly mark clean set of Drawings to record actual construction: 1. Horizontal and vertical locations of underground utilities and appurtenances, referenced to 01720-1 I permanent surface improvements. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and access:ble features of the structure. 2. Field changes c`_ dimension and detail. 3. Changes made by Field Order or by Change Order. 4. Deta::s not on original contract drawings. 1.05 SUBMITTAL A. At Contract closeout, deliver Record Documents tc Architect/Engineer `_cr the Owner. PART 2 - PPOIYJCTS NOT USED PART 3 - EXECUTION NOT : SED I I END OF SECTION C1720 I SECTION 02110 SITE CLEARING PART 1 - GENERAL 1.01 WORK INCLUDED A. Clearing and grubbing street right-of-way. B. Removing and Disposing of culverts. I C. Removing and Disposing of driveways. I D. Removing and Reconstructing fences. 1.02 RELATED WORK I A. Section 02212 - Roadway Grading. 1.03 UNIT PRICES 1 A. Payment for removal and disposal (R&D) or for removal and reconstruction (R&R) Will be made at the unit price bid for each item, which price shall include all labor, tools, equipment, and incidentals necessary to complete the Work. PART 2 - PRODUCTS 0 No products included. I PART 3 - EXECUTION 3.01 SITE PREPARATION & PROTECTION A. Protection of Existing Improvements: 1. Provide protections necessary to prevent damage to existing improvements indicated to remain in place. 2. Protect improvements on adjoining properties. 3. Restore damaged improvements to their original condition, as acceptable to Architect/Engineer or other parties having jurisdiction. B. Protection of Existing Trees and Vegetation: 1. Protect existing trees and other vegetation, indicated to remain in place, against unnecessary cutting, breaking or skinning of roots, skinning and bruising of bark, smothering of trees by stockpiling construction materials or excavated materials within drip line, excess foot or 02110-1 1 I ' vehicular traffic, cr parking of vehicles within drip line. Provide temporary guards to protect I trees and vegetation to be left standing.2. Water trees and other vegetation to remain within limits of contract work as required to maintain their health during course of construction 1 operations. 3. Repair Cr replace trees and vegetation indicated to remain which are damaged by construction ' operations, in a manner acceptable to the Architect/Engineer. Employ qualified tree surgeon to repair damage to trees and shrubs. 3.02 SITE CLEARING A. General: Clear street, right-of-way and construction areas of vegetation, improvements, debris, or other obstructions interfering with installation of new construction. Remove such items elsewhere on site or premises as specif_cal v indicated. Removal includes digging out sumps and roots. B. Removal of improvements: Remove above -grade and below -grade improvements necessary to permit constriction, and other work as indicated. C. Abandonment or removal of certain underground pipe or conduits may he shown on water cr sewer construction drawings, and is included under work of those sections. Removal of all ether abandoned underground piping or conduit interfering with construction is included under this section. 3.03 DISPOSAL OF WASTE MATERIALS A. Burning is permitted on Owner's property only as permitted by City Ordinance and with the approval of the Engineer B. Renove cleared waste materials from Owner's property and dispose of at an off site location secured by the contractor. END OF SECTION I I ' 02110-2 I r SECTION 02212 1 ROADWAY GRADING PART 1 - GENERAL 1.01 WORK INCLUDED I A. Stripping and stockpiling surface layer of topsoil and organic matter in all cut and fill areas. B. Excavating and grading open drainage ditches. C. Placing and compacting excavated material or borrow material to required density and at required subgrade and slope for roadway embankment and other compacted fills. ■ D. Removing and disposing of excess excavated material. 1.02 RELATED WORK I. A. Section 02110 - Clearing. B. Section 02220 - Structure Excavation and Backfill. C. Section 02515 - Portland Cement Concrete Paving. 1.03 SITE CONDITIONS A. Establish positive surface drainage during and I following stripping, embankment construction, and roadway grading by proper ditching or sloping. B. Provide measures to prevent mud and silt from flowing onto adjacent property. C. Erect sheeting, shoring, and branching as necessary for protection of persons, improvements, and excavations. 1.04 UNIT PRICES A. Unclassified Excavation: Completed excavation for new roadway and back slopes to required subgrades and slopes shall be unclassified and will be measured on a cubic yard basis as determined by Architect/Engineer from cross -sections on the Drawings and the quantity shown on the Bid Schedule. The Work will be paid for at the unit price bid per cubic yard for "Unclassified Excavation", which price shall be full compensation for stripping, excavating, loading, hauling, placing, and 02212-1 I I I I f I II I I I I I I n I compacting; for _garnishing and applying water and aerating of soils; for trimming of slopes; for disposal of surplus mater_a_; for maintaining positive surface drainage; and for all labor, tccls, equipment and incidentals necessary to complete the work. PART 2 - PRODUCTS 2.C1 SUITABLF. MATER:AI. F'GR COMPACTED EMBAN}c1EN^_ A. Select fill consisting of sandy clay, clayey and, or clayey gravel having a liquid limit less than 40. B. On -site excavated soils meeting the requirements of Paragraph A above. C. Material meeting the requirements of selected matera: as described in Section 210 of the Arkansas State Highway Department's Standard Specifications for Highway Construction, Edition of 1993. 2.C2 ;.'NSUITABLE MATERIAL FOR COMPACTED EMBANKMENT A. All areas: Organic topsoi., so_;s containing roots, vegetable matter, or trash, and cobbles and fractured rock more than 4 inches in greatest dimension. PART 3 - EXECUTION 3.01 PREPARATION A. Remove visible unsuitable materials from the site before beginning stripping and site grading operation. S. Notify Al,_hitect./Er.gireer when work .s ready to be staked. C. Notify the geotechnical engineer representing the Owner's selected testing laboratory at least 48 hours before planned time to begin placing embankment material. 3.32 EXCAVATION PROCEDURES A. Excavation, General: 1. Strip topsoil in cut and fill areas to whatever depths encountered in a manner to prevent intermingling with anderlying subsoil or other objectionable material. Remove and dispose of heavy grcwt'_i c_` grass and surface debris from areas prior to stripping topsoil. ,22 . 12-2 I I a. Where trees are indicated to be left standing, stop topsoil stripping a sufficient distance to prevent damage to main root system. 2. Stockpile topsoil in storage piles in areas shown, or where directed. Construct storage piles to freely drain surface water. Cover storage piles if required to prevent wind-blown dust. 3. Remove soft or spongy material at the exposed sub -grade of cut and fill areas and replace with approved material and compact. 4. Use all suitable excavated material, as far as practicable, in the formation of controlled fills and fill slopes. 5. Keep all excavations dry by pumping or draining water from the work. 6. Grade excavated slopes to a neat, smooth condition with no loose material or scars left on the surface. 7. Protect existing asphalt paving and structures designated to remain from drainage by excavation and grading operations. 8. Dispose of debris, excess topsoil, excess fill material and unsuitable material at an off site location secured by the contractor. I B. Excavation, roadway: 1. Excavate and grade to within + 0.1 foot of required subgrade elevations. 2. Grade back slopes to the slope shown on the Drawings. 3. Remove soft or spongy material at the exposed subgrade of cut and fill areas and replace with select material and compact to the same density as required for compacted fill. Identify soft areas by proof -rolling with a loaded tandem axle �. dump truck or similar equipment. 4. Do not allow subsoil in roadbed area to become saturated. Maintain positive surface drainage during and following excavation, grading, and filling operations. 5. Where compacted fill is required, scarify I stripped surface to a depth of at least 8 inches, adjust the soil moisture, and recompact to the same density as required for each layer of compacted fill. II 02212-3 I 3.33 COMPACTED EMBANKMENT `l I I LJ I I I H 5 A. Star embankment full width of bottom of embankment cross-section and construct to specified grade over full width :n uniform layers. B. Place fill material :n lifts no greater than E inch loose -lift uniform thickness and compact to a nininum of 95% of maximum dry density at or near optimum moisture content as determined by the Standard Compaction Procedures, AS:M D699. 1. Add water when the soil is tcc dry and mix with the mater'_a: before compacting. 2. Aerate material when too wet by manipulation with suitable equipment before compacting. C. Do not place the next lift until the in -place density and moisture content of the preceding lift has been. verified. D. Gectechnical engineer will inspect and test soil for suitab=lity for use in embankment and for need to perform additional "Proctors" as soil composition changes dur:nq progress of excavation. Dc not compact layer of soil that geotechnical engineer has deternined to be a "change :n soil composition" until :t has been determined to be suitable and a "Proctor" has been run. E. Coordinate with the gectechnical engineer and provide the necessary assistance to perform the tests. The cost of the testing will be borne by the Contractor, and shall be performed by an independent laboratory approved by Owner and Engineer. =. Maintain stab:l:ty of compacted embankment. Replace or repair portions which have eroded due to elements or to Contractor negligence. G. Grade for slopes and other embankment areas not to be paved, to neat, smooth condition with no loose material or scars left on surface. Fill and grade slopes to w:th:n three inches of finish grade elevations to allow for topsoil, sod and other Tandscap:nq. I I LI 32212-4 I I I 3.04 PROTECTION ,' A. As soon as embankment is completed, proceed with riprap work and notify Architect/Engineer that slopes are ready for erosion protection by landscaping contractor. I r, END OF SECTION I 02212-5 I I SECTION C2220 STRUCTURE EXCAVATION AND BACKFILL PART 1 - GENERAL ].01 WORK .NCLU E� A. Excavate for the following structures: 1. Air Release Valve structure. 2. Drainage structures. B. Shore and brace excavations as required. C. Backfxli and compact structures to required elevations and densities. 3. Dewater excavations. 1.02 RELATED WORK A. Section 02110 - Clearing. B. Section 02212 - Roadway Grading. C. Section C3CC1 - Concrete Work. 1.03 PROTECTION A. Protect trees that are to remain, and other features remaining as part of final landscaping. B. Protect bench marks, site corner pins, and existing street paving against damage from equipment and vehicular or foot traffic. C. Protect_ excavations by shoring, bracing, sheet piling, underpinning, or other method, as required to prevent cave-ins or loose dirt from falling into excavations. D. Underpin adjacent structures, which may be damaged by I excavation work, inc:uding service lines and pipe _.nes. E. Notify Arch:tect/Engineer of unexpected sub -surface frJ conditions and discontinue work :n area until Architect/Engineer provides notification tc resume work. F. Prefect bottom of excavations and soil around and 02220-1 [1 beneath foundations from frost or freezing and water , inundation. G. Grade around excavations to prevent surface water run-off into excavated areas. PART 2 - PRODUCTS I 2.01 SUITABLE BACKFILL MATERIALS A. Gravel: Angular crushed natural stone free from, , shale, clay, friable materials, and debris. B. Pea Gravel: Clean natural stone free from clay, shale, and organic matter. C. Sand: Clean natural river or bank sand free from silt, clay, loam, friable or soluble materials, and organic matter. D. Under areas not to be paved: Sub -soil free from roots, rock larger than 3 inches in size, and building debris. E. Under structures or areas to be paved: Material t• meeting requirements for controlled fill as specified in Section 02212. F. Drainage fill: Evenly graded mixture of crushed stone or washed crushed or uncrushed gravel with 100% by weight passing a 1-1/2 inch sieve and not more that 5% by weight passing a No. 4 sieve. PART 3 - EXECUTION 3.01 PREPARATION AND LAYOUT A. Establish extent of excavation by area and elevation; designate and identify datum elevation. B. Set required lines and levels. 1 C. Maintain bench marks, monuments and other reference points. 3.02 UTILITIES A. Before starting excavation, establish location and extent of underground utilities occurring in work area. 02220-2 5 I 3. Notify utility companies of lines which are in the way of excavation. C. Protect existing utility lines to remain which pass through work area. D. Protect utility services uncovered by excavaticn. 3.03 EXCAVATION v 11 A. Excavate sub -soil in accordance with lines and levels required for construction of the work, including space for forms, bracing and shoring, and to permit inspection. B. Do add:tiora: excavation only by written authorization of Architect/"Engineer. C. Adjust footing depth when directed by Architect!Engireer to reach satisfactory bearing. • D. Hard trim excavations and leave free from loose or organic material. E. Keep all excavations dry by pumping or draining water from the work. F. Pour footings the same day that excavations are made, and do not allow water to stand in excavated footing I trench. G. When excavation is complete, allow Architect/Engineer to inspect sub -soil bearing condition before placing concrete. H. ;nderci:t unavoidably submerged footing excavations to unaltered soils. I. r_ _ over -excavated sub so. for re se where directed. Remove excess or unsuitable excavated sub - 50 from site. I. Jo not interfere with ncrical 45 degree bearing splay of any foundation. J. Stockpile excavated sub -soil for re -use where directed. Remove excess or unsuitable excavated sub- soil from site. K. Do not disturb soil within branch spread of existing trees or shrubs that are to remain. 32223-3 t I I 3.04 BACKFILLING A. Ensure areas to be backfilled are free from debris, 1 snow, ice, and water, and that ground surfaces are not in a frozen condition. B. Backfill areas to grades, contours, levels, and elevations. C. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. D. Compact backfill with mechanical tampers approved by Architect/Engineer. E. Place and compact backfill materials in continuous I layers not exceeding 6 inched loose depth. F. Maintain optimum moisture content of backfill I, materials to attain required compaction density. G. Backfill free-standing structures on both sides at I the same time in thin, equal layers to provide balanced pressures. H. Prior to placing slabs on grade, provide a 4" thick bank run sand fill, screed and level to required grade. Place a 7 mil Polyethelyne vapor barrier, lapping joints 6" and sealing joints and penetrations with pressure sensitive tape. I. Where temporary unbalanced pressures are liable to develop on walls, erect necessary shoring to counteract imbalance. Leave in place until their removal is approved by Architect/Engineer. 3.05 FILL TYPES AND COMPACTION A. Backfill under areas not to be paved: Compact with Ii mechanical tampers until material is as firm and unyielding as the surrounding material undisturbed by excavation. B. Backfill in compacted fill and under paving areas: Compact to top of subgrade to density requirements specified in Section 02212. C. Fill under landscaped areas: Sub -soil to within 3 inches of finish grade elevation. 02220-4 p I I SECTION 02272 1` DUMPED RIPRAP PART 1 - GENERAL 1.01 WORK INCLUDED A. Dumped stone riprap at locations shown on the plans and as designated by the Engineer. 1.02 RELATED WORK A. Section 02212 - Roadway Grading. 4 1.03 QUALITY ASSURANCE A. Architect/Engineer may require written certification that the stone meets the abrasion resistance requirements as determined by the Los Angeles Machine Test. 1.04 REFERENCES A. Arkansas Highway and Transportation Dept. (AHTD): t 1. Standard Specifications for Highway Construction, Edition of 1993, hereafter referred to as "AHTD Standard Specifications". 1.05 UNIT PRICES A. Method of Measurement: Dumped riprap in place as shown on the Drawings or as directed by the Architect/Engineer will be measured by the square yard, the amount of which will be obtained by measuring the actual area covered by the riprap. B. Basis of Payment: Completed and accepted dumped .II, riprap measured as provided above will be paid for at the unit price bid per square yard for "Dumped Riprap", which price shall be full compensation for furnishing materials; for preparation of the surface to be protected; for hauling and placing the stone; for excavation including toe trench and backfill; and for all labor, tools, equipment and incidentals necessary to complete the Work. C. Payment will not be made for excess thickness of riprap, for materials required to dress embankment, nor for material to replace embankment lost due to action of the elements. , 02272-1 1 PART 2- PRODUCTS 2.C1 MATERIAL, A. Stone: Stone for dumped riprap shall meet the requirements of subsecticns 816.C2(a) and 8:6.02(2; of the AHTD Standard Specifications. PAR: 3 - EXECUTION 3.02 INSTALLATION A. Inst_a]l dunped riprap in accordance with the construction methods specified in sub -sect on 816.03c) of the AIITD Standard Spec-fications. B. Maintain the riprap protection until accepted, replacing displaced mater=a:. END OF SECTION C2272-2 I I SECTION 02510 1 SIDEWALKS PART 1 - GENERAL 1.01 WORK INCLUDED A. Providing 4 inch thick concrete sidewalks where shown on Drawings or designated by the Engineer. B. Providing 6 inch thick concrete handicap ramps where shown on Drawings or designated by the Engineer. 1.02 RELATED WORK A. Section 02212 - Roadway Grading. I B. Section 02220 - Structure Excavation and Backfill. C. Section 03001 - Concrete Work. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM D 1751, specifications for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 1.04 UNIT PRICES I A. Completed and accepted sidewalks will be measured by the lineal foot based on designated width. Payment will be made at the unit price bid per lineal foot for "Sidewalks" of the designated width listed in Bid Schedule, which price shall include all materials, labor, tools, equipment, and incidentals necessary to complete the Work. B. Completed and accepted concrete handicap ramps will be measured on a per each basis. Payment will be made at the unit price bid per each for "Handicap Ramp" which price shall be full compensation for all materials, labor, tools, equipment, and incidentals necessary to complete the Work. PART 2 - PRODUCTS 1 2.01 CONCRETE A. General: Materials for use in sidewalk construction 02510-1 i I I I shall conform to the requirements for Section 03001 - Concrete Work, and shall be 3000 psi concrete. 2.02 JOINT FILLER A. The joint filler for all expansion joints shall be manufactured according to ASTM D 1'51 and shall be elastic waterproof premclded compound that w l_ not become soft and push cut in hot weather, nor hard and brittle and chip cut in cold weather. The straps shall be 1/2 inch in thickness except where shown otherwise or. the Drawings; .heir width shall at least equal the full thickness of the slab; and their length shall at least equal the width of the slab at the joint. 2.03 FORMS A. Forms shall be steel or 2 inch nominal thickness lumber true to proper dimensions, smooth, sufficiently braced to resist springing out of shape, and accurately set tc proper lines and grades. Used forms shall be free y�of dirt and mortar. Cross forms shall be :!4 inch steel of the full width and depth of the concrete work and left in place unt�i the ' wearing surface has been floated and has obtained its nrt:al set. 2.04 CURING COMPOUND A. Liquid membrane forming curing compound conforming to ASSHTO M148, Type 2, white pigmented ;all -resin base). FART 3 - EXECUTION 3.01 GRADING AND SU3GRADING A. Prepare subgrade or walks by excavating or filling to a depth below the top of an intended pavement equal to the thickness of the finished walk and in exact conformity to the grade approved by the Engineer. Remove vegetable matter or material that will not compact properly and replace with suitable material. Place al. fi._ required to bring the subgrade to the proper level in thin layers not exceeding 4 inches deep, and thoroughly ram, tamp, or roll until it has been made compact and solid. Bring subgrade to true grade in a uniformly firm condition before the placing of the concrete. Do not place concrete on the subgrade until the Engineer has 025:0-i I I inspected and approved both grade and condition of !I. the subgrade. 3.02 SETTING FORMS A. Stake forms and hold to the established lines and grades. Provide minimum one -eighth of an inch per foot fall away from structures or as shown on the Drawings. 3.03 TREATMENT A. Wet wood forms and coat metal forms with oil, soft S soap, or whitewash before depositing any material against them. Remove all mortar and dirt from forms that have been previously used. 3.04 MARKINGS A. Cut surface of concrete walks into flags by marking ++ with an edging tool having a radius of 1/4 inch. Make flags not longer than 6 feet on any side nor longer than the width of the sidewalk. Round the slabs on all surface edges, including the cross - marking between flags, to a radius of 1/4 inch. B. Score surface or ramp as shown on Standard Detail - Drawings. 3.05 JOINTS A. Provide an expansion joint 1/2 inch in thickness, extending full depth of the concrete and with filler as herein specified, at intervals of not more than 25 feet. Provide a similar joint 1/2 inch in thickness in each walkway at intersection of walkways. Also, provide an expansion joint 1 inch in thickness at each intersection of sidewalk and street curb and at such other points as may be designated by the Engineer. Separate sidewalks from abutting structures by 1/2 inch expansion joints. Place expansion joints 1/2 inch in thickness extending full depth of the concrete in a square outline around each object in sidewalks, such as fire hydrants, utility poles, light standards, etc. 3.06 PLACING CONCRETE �\ A. Place concrete only on a moist subgrade and not, adjacent to or around utility structures until such 02510-3 1 b I structures have been set tc the proper grade. ' B. Transport from the mixer and place by such means as will not cause segregaticn of materials or loss of ingredients. Deposit successive batches :n one layer by a continuous operation, completing individual sections tc the required depth and width. Do not use concrete that has taker its initial set. Fill forms avid brinq the concrete to the established grade by ' means cf a strike board or straight edge. Thoroughly tamp concrete until the mortar :s flushed tc the surface sufficiently to finish and mark the surface. C. Spade and/or vibrate the concrete sc that it will flow together and completely fill all void spaces, especially along forms (including crcss forms of joints; to prevent honeycombing and shall be struck off and tamped in an approved manner, until dense surface is obtained, free from porous or rough spots and at the required section and grade. D. U•se method of placing the various sections so as to produce a straight clean-cut joint between them, '_n order to make each section an independent un.t. Do not use any concrete in excess of that needed to complete a section at the stopping of work. E. Do not pour concrete when the is temperature is below 35 degrees F., and do not place concrete cn frozen subgrade. Take all necessary precautions to prevent damage tc concrete from freezing, rain, storm damage, etc. ' F. At all times during construction period, maintain proper drainage, by natural flow or pumping as required, so that water will drain away from excavated areas. Do not allow water to stand in any excavations, or elsewhere, to be covered by concrete. Provide and maintain in proper working order a,! necessary pumping and other equipment required tc maintain drainage. 3.07 FINISHING A. After the concrete has been brought to the established grade by means cf a strike board and tamped to bring the mortar to surface, float to a true even surface and finish with steel trowel. After the trowel finish has taken its initial set, brush surface lightly at right angles to center line of sidewalx with a soft bristle brush. 02510-4 I I B. Do not apply neat cement to the concrete surface to I hasten its hardening. 3.08 CURING AND PROTECTION A. As soon as the concrete has hardened sufficiently to prevent damage, apply specified liquid membrane - forming curing compound in accordance with manufacturer's written instructions. B. Protect the freshly finished concrete from hot sun and drying winds until the curing compound is applied. Do not allow the concrete surface to be damaged or pitted by raindrops. Provide.and use, when necessary, -sufficient tarpaulins to completely cover all sections that have been placed within the preceding twelve hours. Erect and maintain suitable barriers to protect the concrete. Repair any section damaged from traffic of other causes occurring prior to its official acceptance. Before the sidewalk is opened to traffic, remove and dispose of the covering. 3.09 FREEZING TEMPERATURE w • A. If at any time during the progress of the work, the temperature is predicted to drop to 35 degrees F. within 24 hours after placement, heat the water and aggregates and take precautions to protect the work from freezing for at least five days. {� M I END OF SECTION, 02510-5 1 I I 1 It I I SECTION 025:5 PORTLAND CEMENT CONCRETE PAVING PART I - GENERA: 1.01 WORK INCLUDED A. Prepare subgrade tc receive base course. B. Provide compacted base course. C. Provide six (6)inch thick concrete paving with integral curb. 1.C2 RELATED WORK A. Section 022:2 - Roadway Grading. B. Section 02400 - Drainage. C. Section 03001 - Concrete Wcrk. ' :.03 REFERENCES 17 U P I I I I A. Arkansas State Highway and Transportation Dept. (AHTD): Sections 3C3 and 5C1. 1. Standard Specifications for Highway Construction, Edition of 1993, hereafter referred to as "AHTD Standard Specifications". 1.C4 UNIT PRICES A. The completed work of providing "Class 7 Base", will be measured by the ton (1 tcn = 20CC pounds) as determined by the sum cf the net weights of materials shown on truck delivery tickets received by the Architect/Engineer at the project site for each bid item. The Work will be paid for at the unit price bid per tori for each, which price shall be full compensation for hauling, spreading, compacting and for all labor, tools, equipment, and incidentals necessary to complete the work. The unit price bid for the class 7 Base sha'l'l include subgrade any preparation_. B. The completed work of providing "Concrete Paving" will be measured by the square yard. The width for measurement will be the width as constructed in accordance with the plans and typical cress sections or as directed by the Engineer. The completed work 02515-1 I will be paid for at the contract unit price bid per square yard for Portland Cement Concrete Paving, of the thickness specified, which price shall be full compensation for preparing the subgrade, for furnishing, transporting, and placing materials, including steel bars for joints and all other joint materials, for spreading, curing, and for all labor, tools, equipment, and incidentals necessary to complete the work. PART 2 - PRODUCTS 2.01 PAVING MATERIALS A. Crushed Stone: Class 7, meeting the requirements of section 303 of the AHTD Standard Specifications, or approved equal. B. Concrete Paving: Materials meeting the requirements of Section 501 of the AHTD Standard Specifications. I PART 3 - EXECUTION 3.01 SUBGRADE PREPARATION A. Ensure grading of the subgrade to the required elevation. B. Scarify the subgrade to a depth of six inches where the base course is to be placed. C. Water and thoroughly mix subgrade until optimum moisture content is obtained when deficiency of moisture content exists. When excess of moisture exists, rework and aerate subgrade until optimum moisture content is obtained. D. Re -compact the subgrade to a minimum of 95% of the maximum dry density at or near the optimum moisture content as determined by ASTM D 698. E. Before final rolling, shape the entire area to the required cross section, adding additional subsoil as required and compact the subgrade surface to the required density. 3.02 PLACEMENT OF BASE COURSE A. Place the crushed stone base material over the prepared subgrade in accordance with the construction methods described in section 303 of the AHTD 02515-2 U L IStandard Specifications. IS. Add water during compaction tc bring the base course materials to optimum moisture content. When an excess moisture exists, rework the base course materials until optimum moisture content is obtained. C. Compact the base course tc minimize voids. 3.C3 PLACING PORTLAND CEMENT CONCRETE PAVING A. Construction Methods: Section. 501, AHTD Standard Specifications. B. Joint Materials: Type 3 Joint Sealer, consisting of a one part silicone formulation that does not require a primer. C. Temperature of air: Do not place concrete when air temperature is below 4C degrees ID. Place concrete pavement to minimum depth shown on Drawings. E. Cure concrete according to methods described in AHTD Section 501. F. Ensure points made during paving operations and at connection to existing pavement are straight, clear. vertical and free of broken or loose material. G. Ensure surface of completed concrete pavement is true to lines, profiles and elevations indicated, and is free from depressions when measured with a 10 foot straight -edge. U H. Final Finish: Following the straight edging, and after excess moisture has disappeared, finish surface as per AHTD Section SC1, including final application with a metal tine finishing device. I. Do not allow vehicular traffic on newly paved areas until surface has cured and achieved a minimum of 1 3CCC psi compressive strength. 3.05 FIELD QUALITY CONTROL A. Testing laboratory will make in -place tests of density and moisture content of the subgrade and the base course in accordance with ASTM D 2922-78. Tests • shall be taken every 300 feet. 02515-3 I I ' SECTION 32.`;88 ROADWAY AND PARKING MARKING FART 1 - GENERAL 1.01 WCRK INCLUDED A. Providing pavement markings as shown on Drawings. 1.02 RELATED WORK A. Section. 02515 - Portland Cement Concrete Paving. II I J I 1 1 1.33 REFERENCE STANDARDS A. Arkansas State Highway and Transportation Department, Edition of 1993, Sections 718 & 719. B. Manual on Uniform Traffic Control Devices CN.;.;TCD), except as mod:f_ed by these specifications. 1.04 SUHMITTP.LS A. Ccmply with the requirements stated in the General and Supplemental Conditions. 1.35 DELIVERY, HANDLING AND STORAGE A. Deliver primer material in sealed show the designated name, formula number, batch number, color, date manufacturer's name, formulation directions, all of which shall be the time of use. containers that p=aanly or specification of manufacture, number and p..ainly labeled at B. Furnish paint in containers not larger than five gallons. C. Store paint on project site. Stcre emulsion paints to prevent freezing. 1.0E SITE CONDITIONS A. Unless otherwise recommended by the manufacturer apply thermoplastic pavement marking and primer materials only when the ambient temperature is between 40 and 95 degrees F. 02588-1 I I 1.07 UNIT PRICES , A. Completed work of thermoplastic pavement markings will be measured and paid by the linear foot for each width and type of striping listed in the Bid Schedule. Payment for thermoplastic pavement markings will be made at the unit price bid per "word" or "arrow" as listed in the bid schedule, which price shall include all materials, labor, tools, equipment, and incidentals necessary to complete the Work. PART 2 - PRODUCTS 2.01 MATERIAL I A. The materials used shall be products especially compounded for traffic markings. Each container shall be clearly marked to indicate color, weight, batch or lot number, and type of material. PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Allow new pavement surfaces to cure for a period of not less than 30 days before application of marking materials. B. Thoroughly clean and prime concrete surfaces to be marked before application of paint. Remove dust, dirt, and other granular surface deposits by sweeping, blowing with compressed air, rinsing with water or a combination of these methods as required. C. Completely remove rubber deposits, surface laitance, existing paint markings, and other coatings adhering to the pavement with scrapers, wire brushes, sandblasting, approved chemicals, or mechanical abrasion as directed. D. Where oil or grease are present on old pavements to be marked, scrub affected areas with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinse thoroughly after each application. After cleaning, seal oil - soaked areas with cut shellac to prevent bleeding through the new paint. 3.02 EQUIPMENT A. General: Use only approved machines, tools, and equipment. Maintain equipment in satisfactory 02588-2 H operating conditicn. Hand -operated push -type machines cf a type coamonly used for appiicaticn cf paint to pavement surfaces will be acceptable for marking small street and parking areas. Use applicatcr machine equipped with the necessary paint tanks and spraying nozzles. Equipment shall be capable cf applying paint uniformly at coverage specified. Provide sandblasting equipment as required for cleaning surfaces to be painted. Use hand -operated spray guns for use in areas where push - type machines cannot be used. B. Sandblasting Equipment: Sandblasting equipment shall include an air compressor, hoses, and nczzles cf proper size and capacity as required fcr cleaning surfaces to be painted. The compressor shall be capable of furnishing not less than 15C c.f.m. of air at a pressure of not less than 90 psi at the nozzle fcr each nozzle used. 1 3.03 APPLICATION A. Rate of Application: Apply paint evenly to the pavement surface to be coated to a thickness of 90 m'_ls is minimu.-n of 1584 pounds per mile of 4" line). B. Paint: Apply paint in stripes of specified width to clean, dry surfaces, unless otherwise approved, only when air and pavement temperature are above 40 F and less than 95 F. Ma:nta:n paint temperature within these limits. Apply paint pneumatically with approved equipment at rate of coverage specified herein. Provide guide lines and templates as • necessary to control paint application. Take special precautions in marking numbers, letters, and symbols. Sharply cutline all edges of markings. Maintain the maximum drying time requirements cf the paint specifications to prevent undue softening of bitumen, and pickup, displacement, or discoloration by tires of traffic, if there is a deficiency in drying of the markings, discontinue painting operations until cause of the slow drying is determined and corrected. 3.04 PROTECTION A. Prevent damage to newly painted surfaces by either placing small markers along newly painted lines or controlling traffic to keep vehicles away from area of newly painted lines. END OF SECTION 02588-3 I SECTION 02616 DUCTILE IRON PIPE AND FITTINGS PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnishing ductile iron pipe and cast iron or ductile fittings for utility line construction. 1.02 RELATED WORK A. Section 02640 - Valves and Hydrants. B. Section 02713 - Water Line Construction C. Section 02732 - Sanitary Sewer Gravity Lines. 1.03 REFERENCE STANDARDS A. AMERICAN WATER WORKS ASSOCIATION (AWWA): 1. AWWA Standards. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. American Cast Iron Pipe Co. B. Griffin Cast Iron Pipe Co. C. McWane Cast Iron Pipe Co. D. Pacific States Cast Iron Pipe Co. E. U.S. Pipe and Foundry Co. 2.02 PIPE A. Ductile Iron: Pipe manufactured in accordance with ANSI A21.51 (AWWA C151). 1. Working pressure: 200 psi. 2. Metal wall thickness class: a. Size 6" - 24": Class 50 or 51. b. Size 30" and up: Class 52. 3. Cement mortar lining and seal coat: ANSI A21.4 (AWWA C104). 4. Joint: Mechanical or push -on conforming to ANSI A21.11 (AWWA C111). 02616-1 fl 2.03 FITTINGS I A. Design working pressure: 250 psi in accordance with ANSI A21.10 ;AWWA CI:0;. B. Cement mortar lining and sea] coat ;except sleeves and plugs): ANSI A21.4 C. Joints: 1. Mechanical joint: a. Manufactured according to ANSI A21.11 (AWWA iill) . b. Furnished with cast iron glands, cast nor - bolts and nuts, and plain rubber gaskets. 2. Push -on joint: a. Body thickness and radii of curvature: ANS= A21.10 (AWWA C110). b. Joint: ANSI A21.11 (AWWA ). 2.04 ANCHOR FITTINGS A. Design work_nq pressure: 250 psi. B. Designed to fit standard mechanical 'cint fittings (AWWA C111}. C. Furnish with 36C degree rotating gland on one end and integral cast follower gland or. the other, with protruding p;a'-n ends. PART 3 - EXECU'=CN 3.01 INSTALLATION A. All iron pipe and fittings shall be wrapped with 8 mil polyethylene sleeves and field taped with Polyken #900 or Scotchwrap #50 at leas:, 2 inches wide in accordance with ANSI A21.5/AWWA cos. Sleeves shall be applied prior to backfillinq and concrete Mocking installation. No galvanized `fittings will be allowed. B. Install water and sewer pipe as per Section 02713 d Section 02'32. END OF SECT;CN C2616-2 SECTION 02640 VALVES AND HYDRANTS PART 1 - GENERAL 1.01 WORK INCLUDED A. Gate valves at pump station discharge. 1.02 RELATED WORK A. Section 02616 - Ductile Iron Pipe and Fittings. B. Section 02732 - Sanitary Sewer Gravity Lines. 1.03 REFERENCE STANDARDS A. American Water Works Association (AWWA): 1. AWWA C500 - Gate Valves - 3 inch through 48 inch For Water and Other Liquids. 2. AWWA C502 - Fire Hydrants for Ordinary Water Works Service. 3. AWWA C504 - Rubber -seated Butterfly Valves. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Gate Valves: 1. Mueller Company, Decatur, Illinois. 2. Clow Corporation, Oskaloosa, Iowa. 3. American Valve and Hydrant Company, Birmingham, Alabama. B. Hydrants: 1. Mueller Company, Decatur, Illinois. 2.02 MATERIAL A. Gate Valves 3 inch through 12 inch with resilient seat: 1. Conform to AWWA C509. 2. Design working pressure: 200 psi. 3. Bronze mounted iron bonnet, non -rising stem, double -disc paralled seat type, O-ring stem seals. 4. 2 inch x 2 inch square operating nut. 5. Valves shall open when operating nut is turned clockwise. B. Gate Valves used with tapping sleeves: Use resilient 02640-1 ' seat type. ' C. valve Bnvn- 1. Equal to Mueller Cc., OM -10364, 562-A. 2. Two-piece, sliding type, 5 1/4 inch shaft, 24-36 inch extensions. ' 3. Drop cover with word "WATER" cast into top surface. D. Hydrants: 1. Fire Hydrant shall he 5 :/4" Mueller A423. 2. Hydrant to have 1 1/4" pentagonal operating nut. ' 3. Hydrant to have 2 1/2" hose nozzels & one 4" pumper nozzle. 4. Fire Hydrant to be painted white with reflectorized beads. ' E. Concrete and Steel for thrust blocks and collars: Refer to Section 03001. ' PART 3 - EXECUTION 3.01 INSTALLING VALVES A. Setting valves: 1. Place valves in pipe lines at points designated. ' 2. Cut pipes to proper length and bevel ends as specified in this section. 3. Place valve with stern vertical with clearance for nstal;ation of valve box. ' 4. Place valve on firm soil or on blocking as shown on :eta:: Drawing. ' B. Jointing valves: I. Joint valves in accordance with methods of Jointing pipe as specified in this section. 2. Joint valves with mechanical joint ends as specified in this section fcr mechanical join_t pipe and fittings. C. Setting valve boxes: 1. Install valve boxes over operating nut of each valve. ' 2. Ensure that box is of adequate length to reach finish ground or paved surface. 3. Provide va:ve stern extension on valve when height to finished surface exceeds five feet. D. Setting Hydrants: 1. Install hydrant as shown on Standard Detail. 2. Pumper nczzle should face the street. C264C-2 17 [ L I L I SECTION 02713 WATER LINE CONSTRUCTION PART 1 - GENERAL 1.0: SECTION TNCLUDES A. Providing water line pipe, fittings, and a'fl urtenan'_.es. 1.02 RELATED SECTIONS ' A. Section. C2616 - Ductile Iron Pipe and Fittangs. B. Secticn 02640 - Valves and Hydrants. 1 C. Section 030C1 - Concrete Work. C I C I I I I I I 1.03 SYSTEM DESCRIPTION A. Install tapping s]eeve and valve and extend existing water main of Fayetteville Water Works water distribution. system. 1.t4 :,"NIT PRICES A. Water Lines: Completed and accepted ductile iron and PVC water line wil] be measured by the lineal foot of pipe with the total length of each segment being determined by measuring parallel to the far end of the last pipe section laid. measurement will be made through valves and fittings. Payment will be made at the unit price bid per lineal foot for the various sizes and type of water line which price shall include excavation, bedding and backfili for water line, the caskets and lubricant, all other materials and a.. labor, tools, equipment, and incidentals necessary to complete the Work. B. Fittings: Cast iron fittings will be measured by the pound based on nominal weight of each type as published in the latest edition of the DIPRA Handbook, or by each fitting if so stated on the bid form. Payment will be made at the unit price hid per pound or per fitting, and shall include all labor, tools, equipment, and materials necessary to complete the Work. C. Flushing Assembly: Completed and accepted flushing assemblies will be measured on a per each basis and will be paid for at the unit price bid per each fcr 02713-1 I "Flushing Assembly" of the size indicated, which ,. price shall be full compensation for excavating and backfilling; blocking; furnishing all materials; assembling and installing; and for all other labor, tools, equipment, and incidentals necessary to complete the Work. PART 2 - PRODUCTS ' 2.01 MATERIALS A. Ductile Iron Pipe and Fittings: Refer to Section 02616. B. Valves and Hydrants: Refer to Section 02640. C. PVC pipe, 2" through 8": , 1. General: PVC (Polyvinyl Chloride) pipe shall be made from Type 1, Grade 1 , Polyvinyl Chloride plastic conforming to ASTM D1784 or AWWA C900, with outside dimensions of ductile iron pipe. The pipe shall conform to ASTM D2241 as it applies to Type 1, Grade 1, Polyvinyl Chloride plastic, SDR 13.5, water pressure rating of 315 psi at 73.4 degrees F. for 2 thru 8 inch nominal pipe sizes. The pipe and fittings shall conform to the specifications of the National Sanitation Foundation Testing Laboratories, Ann Arbor, Michigan. 2. Pipe Joints: The joints shall be designed so that the pipe and fittings shall be connected on the job with the use of rubber gaskets. The pipe and fittings shall have a push -on joint consisting of a single rubber gasket designed to be assembled by the positioning of a continuous, molded rubber ring gasket in a recess in the joint, thereby compressing the gasket radially to the pipe to form a positive seal. The gasket and the angular recess shall be so designed and shaped that the gasket is locked in place against displacement as the joint is assembled. Gasket dimensions shall be in accordance with manufacturer's standard design dimensions and tolerances and shall be of such size and shape as to provide an adequate compressive force against the plain end and socket after assembly to effect a positive seal under all combinations of joint and gasket tolerances. Gaskets shall be vulcanized natural or vulcanized synthetic 02713-2 I rubber. The joint shall be designed to withstand 1 the sane pressure required for the pipe. A:: plait', ends should be extended into the socket. The joint sha.l be designed so as to provide for the thermal expansion or contraction experienced ' with a temperature change cf at least 75 degrees F. Plain end by plain end pipe ccnnected by a coupling provided with rubber gaskets and a center stop will be acceptable. 3. Pipe Length: Manufacturer's standard lengths of ' lE to 20 feet. 4. Fittings, 6" & 8" ?:pe: Fittings and specials connecting with pipe shall conform to AWWA short • or long bodied cast iron fittings using a mechanical joint system with hardened or duck tipped type of rubber gaskets in accordance with AWWA specifications C-110 and C -Ill. Refer to Section 02616. 5. Markings: A:: PVC pipe and 4" and smaller fittings shall have the following data applied to • each piece: a. Nominal size. ' b. Type of mater. • SDR or lass . . d. Manufacturer's name. e. NSF National Sanitation Foundation) seal of approval. 1 PART 3 - EXECUTION 3.fli 01 INSTA:,:.A ON A. Where unstable conditions or rock formations are found at pipe grade the trench shall be undercut at leas: six inches and filled to proper grade with stable material such as crushed rock, grave_, or sand. A minimum bedding of 6" is required regardless of trench conditions when laying PVC or DIP. Al: trenches shall be graded with depressions for pipe bells so that no pipe will ' be supported on its bell; pipe support shall be continuous and uniform along the entire length of the pipe barrel. B. Bedding and stabilization will not be a separate item but will be considered as part of the bid ' 02 713-3 Li I price per foot for pipe. 1 C. Ductile Iron pipe shall be layed in accordance , with AWWA Standard O600-77. PVC pipe shall be layed in accordance with ASTM Standard D2774. All pipe shall be layed with a minimum of three feet of cover from finish grade. Where shown on the Plans or as directed by the Engineer, additional cover may be required to provide for future grading of the site. Water pipe shall be laid to straight and uniform alignment with a minimum deviation from the alignment shown on the Plans and as staked by the Engineer. D. Horizontal and vertical deflections per joint shall not exceed the manufacturers recommendation. Installation and blocking shall be shown on the Standard Details. E. Pipe laying will not be a separate pay item but shall be considered as part of the bid price per foot of pipe. F. DIP and PVC pipe shall be backfilled with sand, silt or small -grained material of which 100% will pass a 3/4 inch sieve to a minimum of 6" above the top of the pipe. G. Backfill material from 6" above the pipe to finished , grade shall be select material, free of large rocks or boulders and organic material, and placed in six to 12 inch lifts and tamped to the density of the native material. H. Backfill will not be a separate pay item but will be considered as part of the bid price per foot for pipe. 3.03 TESTING AND STERILIZATION A. Allowing a lapse of at least five days after placement of thrust or backing blocks, all newly laid pipe and its appurtenances or any valved section thereof shall be subjected to pressure and leakage tests. The equipment shall be provided and tests shall be conducted by the Contractor in the presence of the Engineer and/or city representative. 1. Pressure Test. For the pressure test, the pipe 02713-4 ' segment shall be filled with water, taking care at such time to expel all entrapped air. Thereupon, the pressure measured at the high point cf the line shall be increased by pumping tc 2CC PSI or 1 1/2 times the working pressure, but not less than. 2C0 PSI, and shall be maintained at this level for two hours or whatever longer period as may be necessary for the Engineer to complete inspection of the line under test and to locate any and all defective joints and pipe line materials. If repairs are needed, they will be made, the line • refilled, and the test procedure repeated until satisfactory results are obtained. 2. Leakage Test. Thereafter, the force main and appurtenances or a section thereof shall be subject to a leakage test. The pressure shall be maintained at 150 PSI or 1 1/2 tames the working pressure, whichever is the greater, at the high point of the line, and the water being lost by leakage from the main shall be metered continuously for a period of not less than two ;2) hours. Allowable leakage shall be as per AWWA Standard C6CC-77, or the latest revision thereto. B. Testing will not be a separate pay item but will be considered as part of the bid price per foot for pipe. After acceptance by the City for use and maintenance, the Contractor will be liable for a period of one yea= for any defects that occur due tc installation or material. C. All pipes are to be sterilized, after laying is completed by holding a chlorine solution of at least 50 PPM strength in the pipes for 24 hours. Sterilization may be carried or. at the same time the leak test is made as outlined in the paragraph above. After the lines are sterilized, samples ' shall be taken from each of the respective sections of the lines and tested in an approved laboratory. The lines shall not be placed in operation until • two consecutive samples showing negative reports are received on each of the respective sections. 1 EN: CF SEC'::CN 02713-5 I SECTION 02720 STORM DRAINAGE PART 1 - GENERAL 1.01 SECTION INCLUDES A. Pipe culverts. I I I B. Concrete curb inlet structures and junction boxes. I C. Connection to existing concrete drainage structures. 1.02 RELATED SECTIONS A. Section 02212 - Roadway Grading. B. Section 02220 - Structure Excavation and Backfill. C. Section 03001 - Concrete Work. 1.03 UNIT PRICES A. Pipe Culvert: Completed and accepted pipe culvert will be measured by the lineal foot of pipe with the total length of each segment being determined by measuring parallel to the pipe flowline from the open end of the pipe to the far end of the last pipe section at the inlet or outlet structure. Payment will be made at the unit price bid per lineal foot for the various sizes and types of pipe culvert, which price shall include excavation and stone backfill, the sealant and primer, connecting bands, and all other materials, labor, tools, equipment and incidentals necessary to complete the Work. B. Curb Inlets and Junction Boxes: Completed and accepted curb inlets, and junction boxes will be measured on a per each basis. Payment will be made at the unit price bid per each for curb inlets or junction boxes, which price shall be full compensation for all excavation and backfill, all other materials, and all labor, tools, equipment and incidentals necessary to complete the Work. PART 2 - PRODUCTS 2.01 PIPE CULVERTS A. Reinforced Concrete Pipe (RCP): ASTM C76-78, Class 02720-1 I I I I I I I I E I I LI I III. 1. N.aterial: Concrete and reinforcing steel. 2. Shape: Circular. 3. Sizes: As shown on raw:ngs. B. Joint Material: 1. Cold -applied preformed plastic gasket type • sealant conforming to Federal Specification SS-5- CC21G. 2. Primer: As specified by the manufacturer. C. Bitumincus Coated Corrugated Steel Pipe(CMCP):AASHTO M36 and AASHTO M190. 1. Material: Steel ;polymeric precoated galvanized, type B 1C mil both sides) 2. Type: Helically corrugated 2-2/3" x 1/2", 16 gauge or as specified on Drawings. 3. Sizes: As shown or. Drawings. D. Corrugated Polyethylene Pipe (CPEP): AASH_'C M-294 and ASTM-1248, Type III. 1. Material: Virgin. Polyethylene compounds, uniformly pigmented, with no cracks or creases. The pipe shall have a minimum pipe stiffness at five percent deflection as follows when tested in accordance with M294: Diameter Pipe Stiffness • 12 inches 45 psi • 15 42 18 40 • 24 34 30 28 36 22 2. Type: "S" - Fu_: circular cross-section with an outer corrugated wall and a smooth inner wall. 3. Sizes: As shown on draw'_ngs. E. Couplings for CPEP :. Couplings shall be corrugated to match the pipe corrugations and shall provide sufficient longitudinal strength to preserve pipe alignment and prevent separation at the joints. Couplings shall be be:: and spigot, split collar, or screw- • on collar. 1 2.02 CURB INLET STRUCTURE ANC JUNCTION BOX 02720-2 L.� I 7 1 A. Concrete and reinforcing steel: 1. Refer to Standard Detail. 2. Refer to Section 03001 and ACI 301. B. Manhole rings and covers: ASTM A 48, Class 30A. 1. Material: Cast Iron, solid cover. 2. Size: 24 inch diameter with ring depth equal to concrete thickness. 2.03 BEDDING AND BACKFILL MATERIALS A. Select Backfill Material: Soil excavated from trench or sub -soil from site that is free of rocks larger than 1-1/2 inches in greatest dimension, and free of frozen soil, large clums of soil, muddy soil, organic matter and foreign materials. B. Class I Bedding Material: Angular, graded stone, 1/4 inch to 1-1/2 inch size. PART 3 - EXECUTION 3.01 CONCRETE PIPE CULVERT INSTALLATION A. Excavate and backfill the trench in accordance with the provisions of Section 02220. B. Grade the bottom of the trench to provide a firm bedding surface of uniform density along the entire length of the pipe. C. Shape the bottom of the trench to conform to the bottom one quarter of the outside diameter of the circular pipe. D. Lay the pipe beginning at the downstream end with the groove end of the pipe placed facing upstream. E. Join pipe using specified cold applied preformed plastic joint sealant. Clean the pipe joint surface and prime, if recommended by the manufacturer, brush on and allow to dry. Remove protective wrapping from one side of the rope. Lay rope strip side up on the surface of the pipe joint and press the strip firmly to surface of pipe joint end to•end continuing around the entire circumference of the joint. Remove the remaining protective wrapping and force pipe into connection until material fills the joint space. F. To insure an even and well filled joint, accomplish the final joining of the pipe by either pushing or 02720-3 I I I I II I I I I I I I [J I I 1 I I pulling by mechanical means each joint of the pipe as it is laid. G. In cold weather, either warm the joint material in a hot water bath, or by other approved methods, tc the extent required to keep the material pliable for placement without breaking or cracking, or use butyl rubber type joint sealant. H. In areas not under pavement of structure "slice -in" the bedding material under the haunches of the pipe with and then hard tamp or mechanical tamp the backfill up to the horizontal centerline of the pipe. I. Under pavement and structures, compact Class I. backfill on the sides of the pipe to the required densities specified in Section 02220 using mechanical tamps • with the top 12 inches of subgrade compacted to 95% of the soils Modified Proctor maximum dry density at or near the optimum moisture content. 3.02 CORRUGATED META:., PIPE CULVERT :NS:ALLA=ON • A. Excavate subsoil to depth and grade line as required • for proper installation of the culvert pipe. Keep trench as narrow as possible but sufficiently wide to permit tamping under the haunches and installation of connecting band when sections are joined. Keep sidewalls as vertical as possible, at least tc an elevation above the top of the pipe. B. Grade bottom of trench to provide a firm bedding surface of uniform density along the entire length of the pipe. Remove rock or soft, unstable material • encountered at the excavated grade line to a minimum depth of 6 inches and replace with Class I bedding material. C. Shape bottom of trench to conform to bottom one quarter of the outside diameter of the circular pipe • and up to the widest part cf arch pipe, allowing a • uniform blanket of loose material to cover the shaped bedding to a depth sufficient to allow the • corrugations to be filled with the material. D. Place corrugated metal pipe or. bedding with longitudinal laps or seams, if any, at the sides. To assemble sections of pipe, place corrugated connecting band around or under the first pipe, then lay the second pipe section with the corrugations matching and the adjacent ends butting together. Keep dirt and gravel out of joint so that C2?20-4 I corrugations fit snugly. Fasten bolts on band 1 tightly and uniformly. E. Place backfill material in 4 inch layer under haunches alternately on both sides of pipe, using Class I bedding material. Slice -in with a shovel under the haunches to eliminate voids. Using select backfill material, place material in 6 inch lifts alternately on each side of pipe up to widest part at arch pipe, and using hand tamps or mechanical tampers, compact each lift to a minimum of 90% of optimum density for the material as determined by Standard Proctor procedures, ASTM D-698. If Class I bedding material is used, place the material in such manner as to eliminate voids and consolidate and interlock the material to form a stable side support for the pipe. , F. In locations not in traffic areas, hand place select backfill to a level 12 inches above the top of the pipe in such manner as to minimize voids. Backfill up to surrounding ground surface or finished subgrade with subsoil containing no rocks or boulders larger than 6 inches in greatest dimension, except do not allow rocks or hard clumps larger than 1-1/2 inches in greatest dimension within 12 inches of the subgrade. Leave top of backfill slightly mounded to allow for settlement. G. Under traffic areas, backfill trench from horizontal bedding of pipe up to top of subgrade using Class I bedding material. Place Class I bedding material in such manner as to minimize voids and interlock the material to form a stable fill that will support the pavement structure and subsequent traffic loads. H. Patch cut edges and surface -damaged areas with specified patching material to restore protection to metal surface originally provided by polymer coating. 3.03 CORRUGATED POLYETHYLENE PIPE CULVERT INSTALLATION A. Follow proceedures outlined above for corrugated metal pipe installation using appropriate couplings for CPEP pipe. - Ii 02720-5 3.04 CONCRETE STRUCTURES INSTALLATION A. Forn:ng concrete, placing reinforcing steer and placing and curing ccncrete: Refe_ to Section 03001 and AC. 301. B. Excavation and Sackful: Refer to Section 02220. END OF SECTION 02723-6 I SECTION 02722 PIPE UNDERDRAINS PART 1 - GENERAL 1.01 WORK INCLUDED , A. Excavate trench as shown on the plans. B. Install 4" pipe and backfill. C. Tie curb inlet box shown on the plans. I 1.02 RELATED WORK A. Section 02212 - Roadway Grading. , B. Section 02400 - Drainage. C. Section 03001 - Concrete Work. 1.03 REFERENCES ' A. Arkansas State Highway and Transportation Dept. (AHTD): Section 611. 1. Standard Specifications for Highway Construction, Edition of 1993, hereafter referred to as "AHTD Standard Specifications". 1.04 UNIT PRICES A. The completed Work of providing 4" Pipe Underdrain will be paid by the linear foot, measured parallel to the flow line of the pipe. Work completed and accepted will be paid for at the contract unit price bid per lineal foot for 4" Pipe Underdrain, which price shall be full compensation for excavation and backfill, for furnishing materials, including necessary fittings, bands, or joint filler, and for all labor, tools, equipment, and incidentals necessary to complete the work. PART 2 - PRODUCTS 2.01 PIPE UNDERDRAIN MATERIALS A. Pipe: Corrugated Polyethylene Tubing. The tubing shall be the heavy duty type and shall conform to the 02722-1 II 1 L requirements of AASHTO M252. In addition, the pipe 1 shall have a stiffness of 30 psi at 10% deflection. I B. Granular FL: Granular filter material shall meet the requirements of AHTD subsection 403.01 and 403.02 for Class 4 Mineral Aggregate. PART 3 - EXECUTION 3.01 PIPE INSTALLATION IA. Excavate trench at the location shown on the plans or as directed by the Engineer. I 1 I I r J I B. Excavate to a depth to intercept subsurface water flow or as directed by the Engineer. C. Lay pipe as specified with perforation down and the pipe sections joined securely with the appropriate coupling fittings or bards, or joint filler. The high end of the pipe shall be closed with suitable plugs to prevent entry of soil materials. D. After the pipe installation has beer. inspected and approved, granular filter material shall be placed to a minimum height of 12" above the top of pipe. The remainder cf the trench shall be backfilled with excavated material and compacted with mechanical equipment. E. Tie downstream end of underdrain to curb inlet boxes as shown on the plans. Maintain positive flow through pipe underdrains at all times during construction. END CF SECTICN 02722-2 I I SECTION 02732 1 SANITARY SEWER GRAVITY LINES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Providing sanitary sewer gravity lines and related appurtenances shown on the Drawings. 1.02 RELATED SECTIONS A. Section 02616 - Ductile Iron Pipe and Fittings. B. Section 02736 - Sanitary Sewer Manholes. C. Section 03001 - Concrete Work. 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM D3033 Specifications for Type PSP Poly Vinyl Chloride (PVC) Sewer Pipe and Fittings. 2. ASTM D3034 Specifications for Type PSM Poly Vinyl Chloride (PVC) Thermoplastic Sewer Pipe. 1.04 UNIT PRICES I A. Trenching and backfilling: Completed and accepted Work of trenching and backfilling for sanitary sewer lines will be measured on a lineal foot basis according to depth. Depth of trenches will be determined from the cut sheets given to the Contractor, using the difference in elevation between the ground elevation at the centerline and the designated flowline elevation of the pipe. Length of trenches will be measured horizontally through manholes, wyes, and fittings. The Work will be paid for at the unit bid price per lineal foot for "Trenching and Backfilling" for the applicable range of trench depths listed in the Bid Schedule, which price shall be full compensation for trenching, backfilling, dewatering, compacting where necessary, maintaining top of trench, grading surfaces and cleaning up easement. B. Sanitary sewer gravity line: Completed and accepted , Work of bedding and placing pipe will be measured on a lineal foot basis and will be paid for at the unit price bid per lineal foot for "Sanitary sewer line" of the size and type listed in the Bid Schedule, 02732-1 1 I which price sha] 1 be full compensation for preparing the bedding; furnishing the pipe; handling, placing, and jointing the pipe; providing fittings except when listed separately in the Bid Schedule; and fcr all other materials, labor, tools, equipment and incidentals necessary to complete :.he Work, including providing bedding material for the type designated, and leakage testing. C. Connection to existing manhole: Completed and accepted Work of breaking into the existing manhole and correcting new sanitary sewer line will be 1 measured on a per each basis and will be paid for at the unit price bid per each for "Connection to existinc manhole", which price shall include breaking cut the existing wall, removing of damaged material, setting pipe, rebuilding manhole wall to achieve watertight joint, backfillirg, all other labor, tools, material, and equipment necessary to complete the Work. PART 2 - PRODUCTS 2.01 PIPE MATERIAL A. Ductile Iron Pipe: Refer tc Section 02616. B. PVC Sewer Pipe: D3034 (PSMO; Material: Poly vinyl chloride have cell 1 classification of 12454-B, with minimum tensile modules of 50-3,333 psi, as defined in ASTM D17E4. 2. Minimum wall thickness: SDR-26. 3. Joints: Compression -type flexible gasketed joints with gasket confined in machine groove in spigot end of pipe. 4. Length: Manufacturer's standard length not to exceed 20 feet. 2.C2 CONCRETE MORTAR A. Mix one part portland cement with four parts sand and add minimum quantity of water as necessary to provide workable mortar. 2.03 BEDDING AND BACKFILL MATERIALS A. Select Backfill Material: Soil excavated from trench or sub -soil from site that is free of rocks larger than 1-1/2 inches in greatest dimension, and free of frozen soil, large cluurps of soil, muddy soil, organic matter and foreign materials. ' 02732-2 I I B. Class I Bedding Material: Angular, graded stone, 1/4 I inch to 1-1/2 inch size. PART 3 - EXECUTION 3.01 EXCAVATION - GENERAL A. Excavate to line and grade shown on Drawings or as established on the site. B. When excavation is carried below that required, fill space with concrete, approved gravel, or compacted select material. C. Provide sheeting and shoring where necessary to ■ protect workmen,. the work, or adjacent property. 1. Leave shoring in place until backfill has proceeded to point where it can be safely removed. D. De -water excavations before undertaking any , construction therein. 1. Place concrete only upon dry, firm foundation material. 2. Lay pipe only in dry trenches or on dry bedding. 3.02 EXCAVATION - TRENCH A. Excavate trench widths within limits established as follows for pipe size used: Nominal Pipe Min. Width Max. Width of Trench Diameter of Trench 12" Above Top of Pipe 6" 1'-6" 2'-6" I 8" 1'-8" 10" 1'-10" 2'-10" a B. If necessary to reduce earth load on trench banks to prevent sliding and caving, cut trench banks on a slope above an elevation two feet above outside top of pipe. C. Keep sides of excavation vertical from bottom of trench to 12 inches above top of pipe. D. For rigid pipe, excavate trench to a minimum of 6" below design grade of bottom of pipe to allow for Class 1 bedding material. Ensure that trench bottom is firm, dry, and free of loose.material. If water is standing or flowing into trench bottom, attempt to provide dry, firm soil foundation for pipe by pumping 02732-3 fl 1 water out of below -grade sump before over -excavating and bac:kf_l_:nq with gravel. E. Where granular bedding material under pipe is specified, excavate to below designated grade of pipe barrel tc allcw for depth of bedding material. Grade bottom cf trench approximately level across, and within 0.05 foot of designated slope of line at any point. Ensure that trench bottom is firm, dry, and free of loose material. F. If soil in trench bottom below pipe barrel or below bedding material is mucky, or too soft to properly support the pipe, or in such condition that it cannot be properly shaped and graded, excavate to a minimum depth of 6 inches below normal subgrade elevation to firm soil avid refill with Class I bedding material to the pipe subgrade elevation. G. Where water occurs in trenches after placement of bedding material cr gravel backfill, and the foundation :s otherw-se stable, pump water out of trench from sump below gravel so as to hold water level below bottom of pipe until joints have beer. placed and pipe firmly bedded in position and jointed. This Work of dewatering shall be included in the price bid for sewer line constriction. B. Dc not excavate more than. 100 feet ahead of pipe installation and backfill, except by permission of Engineer. I. Direct surface runoff water away from trenches into • existing drainage structures and ditches in such a • manner as tc prevent flooding of streets or private property. C. ?_=e excavated material in a manner that will not endanger the Work and that will avoid obstructing sidewalks and driveways. Keep street drainage swales clear or make other satisfactory provisions or street drainage. K. Remove excess material and material unsuitable for backfilling from public rights of way and utility line easements. 3.03 BEDDING AND BACKFILLING SEWER LINES A. 3edding of rigid pipe: _. Grade trench bottom of bedding material to 02%32-4 provide full length support of pipe barrel to 1 designated slope of line. 2. Excavate for bells or other joint protrusions. 3. Bed ductile iron pipe using a minimum of 6" Class I bedding to a point 6" above the pipe. I 4. Lay pipe as specified in this section. 5. Hand -place bedding material in trench bottom on ' each side of pipe using Class I material at proper moisture content. 6. Slice -in bedding material with shovels under pipe haunches to eliminate voids and provide side support. 7. Bring material up evenly on each side of pipe along full width of trench. 8. Backfill using select material from 6" above the pipe to the surface, in maximum 4 -inch layers and consolidate with up to pipe centerline. I B. Bedding flexible pipe: 1. General: Refer to Standard Detail bound in Drawings. 2. Use Class I bedding material for bedding, haunching, and initial backfill. a 3. Grade bedding material to provide full length support of pipe barrel at designated slope of line. a 4. Excavate for bells. 5. Place and joint pipe as specified in this section. 6. Hand place Class I material in thin layers on each side of pipe without disturbing line or grade of pipe. 7. Slice -in bedding material with shovel under pipe haunch to eliminate voids and provide side support. 8. Bring material up evenly on each side of pipe and above top of pipe a minimum of 6". 02732-5 1 u C. Back`_illirg rigid pipe: Li II U, I 11 II 11 1. Begin backfilling immediately after pipe laying and embedment. 2. Hand -place select material beginning from a point of 6 inches above top of pipe in such manner as to minimize voids. 3. Backf::: trenches not under structures or paving areas with excavated material or sub -so:: up to surrounding ground surface. a. Do not use material of a perishable, spongy, or otherwise unsuitable nature and do not place rocks larger than 6 inches in greatest dimension within 36 inches of top of pipe. b. Do not place rock larger than 1-1/2 inches in greatest dimension within :2 inches of top of surrounding ground. c. Leave trench slightly mounded above top of pipe to allow for settlement. 4. Under structures cr vehicle traffic areas, backfill trench frcir. abcve ton of initial backfill to top of subgrade with Class I granular material: a. place material in uniform layers of maximum 6 -inch loose thickness and compact each layer up to subgrade elevation to a density of 95% of optimum density as determined by ASTM u69E, Standard Proctor procedures. D. Backfillirg - flexible pipe: 1. Hand place select material from a point 6 inches above top of pipe in such a manner as to minimize voids. 2. Continue backfilling in same manner a described above for hackfilling rigid pipe. E. Maintaining trenches: 1. Maintain top of trenches during warranty period of contract., adding material as backfill material setCes. 2. Maintain road and sidewalk crossings -until pavement has been placed. 3.C4 LAYING PIPE A. Placing gravity sewer lines: C2732-6 1. Carefully inspect each joint of pipe before it is placed in trench, making sure no foreign material is inside pipe and that it is sound and free from cracks. Plainly mark damaged joints in such a manner that marking will not rub or wash off and remove joint from site as soon as possible. 2. Lower pipe carefully into trench in such manner f that spigot and bell will not become contaminated. 3. Grade bedding material to provide full length support of pipe barrel at designated slope of line. 4. Excavate for bells. 5. If cutting of pipe is necessary, make cut r straightly and smoothly without damage to pipe, removing all burrs. 6. Lay sewer pipe with bell facing up -stream 7. Lay pipe to designated line and grade, using batterboards and topline, or laser beam grade light. 8. Do not lay pipe in water or when trench 1 conditions or weather is unsuitable for such Work. 9. Place pipe on bedding prepared a specified in this Section. B. Jointing push -on joint pipe: 1. Check inside of pipe barrel for cleanliness. , 2. Thoroughly clean bell and spigot ends of pipe; especially the gasket seat, using wire brush as necessary. 3. Clean and insert rubber gasket in seat within bell 4. Apply lubricant as recommended by pipe manufacturer. 5. Insert spigot end into bell of pipe to which connection is being made and force to firm contact with shoulder of bell. 02732-7 [1 I 6. Embed pipe and begin initial backfilling immediately after each joint has been laid and jointed. C. At end cf each day's Work, and when laying of pipe must be discontinued for an appreciable period, cicse open ends cf pipe temporarily to prevent foreign matter and water from entering. 3.0` SEPARATION O= WATER ANC SEWER LINES A. Do not lay sewer lines closer horizontally than 1C feet from any water line. B. Where gravity sewer lines cross water lines, lay pipe with minim-ar. 18 inches vertical separation between pipe barrels. Lay so that a full joint of pipe :s centered on water line sc as to have the maximum distance between joints. 3.06 CONNECTION TO EXISTING MANHOLE ri I I A. Do not make connection to existing manhole until other manhole and sewer lines have been completed, cleaned, tested, and approved for connection to existing manhole by the Utility or the Owner's representative. B. Cut hole of sufficient size in wall of existing manhole tc permit proper installation of proposed pipe at designated line and grade. C. Extend pipe entirely through wall of manhole and fall opening around pipe with concrete or concrete mortar, plastering surface on both sides with concrete mortar so that no leakage will occur. 30? AIR :ES^_NG IA. Genera:: Perform air leakage test of joints of sewer mains in presence of representative of the Utility. Notify Utility 48 hours before planned time to begin testing. B. Perform low pressure air test in accordance with ASTM C828. C. Leakage testing by low pressure air loss: 02'32-8 L1 C 1. Plug all pipe outlets with suitable test plugs. i Brade each plug securely. 2. Pipe air supply to pipeline to be tested so that air supply may be shut off, pressure observed, and air pressure released from the pipe without entering the manhole. 3. Leave a valved branch in the supply line past the shut-off valve terminating in a 1/4" female pipe ,. thread for installation of the test gauge. 4. Add air slowly to portion of pipe under test until test gauge reads at least 4 psig, but less than 5 psig. 5. Shut air supply valve and allow at least two minutes for internal pressure to stabilize. 6. Determine time in seconds for pressure to fall 1 psig so that pressure at the end of time of the test is at least 2.5 psig. 7. Compare observed time with minimum allowable times in the chart at the end of this section for pass/fail determination. 8. Where groundwater level is above the crown of the 1 pipe being tested, test pressure should be increased accordingly. (0.434 psi for each foot of ground water above the crown of the pipe at its lowest point.) D. Securely brace plugs used to close sewer pipe for the air test to prevent the unintentional release of a plug which can become a high velocity projectile. Locate gauges, air piping manifolds, and valves at the top of the ground. Do not allow any person to enter a manhole where a plugged pipe is under pressure. E. Repair all joints that fail air leakage tests. Re- test joints that have been repaired. F. If no separate item for sewer line testing is included in the Bid Schedule, include the cost of low pressure air testing in the price of the item of which it is a part. 3.08 FLEXIBLE PIPE DEFLECTION TESTING 02732-9 A. Test PVC sewer pipe for obstruction due tc excessive deflection after it has been aid and backfilled. B. Perform test by hand -pulling a mandrel through the pipe. The maximum deflection allowable shall not exceed 5% of the pipe's internal diameter. C. Ccrrect al] obstruction exceeding the allowed deflection. J. Submit in_`crmat.ion to the Architect/Engineer verifying that the mandrel design configuration will detect the maximum allowable pipe deflection. 3.09 CLEANUP A. General: Cleanup ground surface along route of sewer lines and round manholes immediately following completion of backf__:;ng operations. Restore to original cor_ditioc terrain features in all areas disturbed or damaged by the Work. B. Smoothly grade ground surfaces disturbed by the Work, leaving tops of trenches not under pavement replacement areas slightly mounded to allow for settlement. Remove and dispose of all excess excavated materials including rocks larger than 1-:/2 inch size, trash, and unused materials. in turfed areas normally maintained by mowing, rake surface clean, spread any stockpiled top soil and organic natter, and re -seed or re -sod as necessary to restore the surface to the condition of adjacent mowed areas not disturbed by the Work. C. if no separate item for sewer line cleanup is included in the Bid Schedule, include the cost of cleanup Work in the price of the item of which it is a part. C2732 -1C 3.13 CHART LEAKAGE TESTING OF SEWERS BY LOW PRESSURE AIR TEST ASTM C 828-80 (TIME PRESSURE DROP METHOD) MINIMUM TEST TIME FOR VARIOUS PIPE SIZES Nominal Pipe Diameter T (time) inches min./100 ft. 4 0.3 6 0.7 8 1.2 10 1.5 12 1.8 15 2.1 18 2.4 21 3.0 24 3.6 END OF SECTION 02732-11 SECTION 02.730' SANITARY SEWER MANHOLES PART 1 - GENERAL 1.01 WORK INCLUDED A. Providing Sanitary Sewer Manholes. 1.02 RELATED A. Section B. Section C. Section 1. F 33 REEREN WORT{ 0220 - Structure Excavation and Backfill. 02 32 - Sanitary Sewer Gravity Lines. 03001 - Concrete Work. �E STANDARDS A. American Society for Tes:.inc and Materials (ASTM): 1. ASTM A48 Specifications for Gray Iron Castings. 2. ASTM. C478 Specifications for Precast Reinforced Concrete Manhole Sections. 1.04 UN-"' PRICES A. Standard Manholes: Completed and accepted Work of providing sanitary sewer manholes will be measured or. a per each basis regardless of depth plus an allowance for every foot of "extra depth" over four feet deep measured to the nearest 0.1 foot. Total depth of each manhole will be measured from flowline of cutlet pipe to rim. Payment for standard manholes will be made at the unit price bid per each for "Standard Manhole" cf the depth range for the various diameters listed in the Bid Schedule. Payment for extra depth will be made at the unit price bid per vertical foot for "Extra manhole depth". Each unit price shall include all labor, materials, tools, equipment, and incidentals necessary to complete the Work. B. Drop manholes: Drop manholes will be measured and paid for as described above for standard manholes, except that an additional payment will be made for every foot of drop depth, measured vertically from the flowline cf the cutlet pipe to the flowline of the inlet pipe projection through the manhole wall at the top c`_ the drop. Payment will be made at the 02736-1 1 I unit price bid per vertical foot for "Drop manhole", which price shall include all labor, materials, tools, equipment, and incidentals necessary to complete the Work. PART 2 - PRODUCTS 2.01 MANHOLE MATERIALS A. General: Refer to Standard Detail Drawings. B. Precast Concrete Manholes: 1. Manufacture in accordance with ASTM C-478, except that lift holes shall be cast completely through the two walls of each section for the purpose of handling and laying. 2. Concrete strength: 4,500 psi. 3. Reinforcing: Steel mesh of wires not less than 0.17 inch diameter. 4. Riser and grade rings shall be in one foot increments up to four feet in length. 5. Cone section shall be eccentric except that manholes four feet or less shall have flat slab tops. 6. Construct precast manholes with one foot section of pipe immediately below cone or top section. 7. Cutouts in bottom sections shall be appropriate for pipe being laid and shall have identifying markings to facilitate their being used in correct locations. 8. Furnish natural or artificial rubber gaskets for joints below water table. I 9. Manhole steps may be precast in manhole sides of holes may be left for field grouting in place. I 10. Concrete for base: Refer to Section 03001. C. Poured -in -place Manholes: 1. Refer to Section 03001 for concrete requirements. 1 02736-2 I U r] 2. Concrete strength: 3,000 psi. 3. Forms shall have cut-outs to fit around sewer pipes so that forms rest upon concrete base. 4. Cone or top section hall be concentric. L. Manacle Rings and Covers: ASTN A48. 1. Weight: Not less than 250 lbs. combines. Ly 2.02 A 2.03 2. Inside diameter: 24 inches. 3. Height; 5 inches, .minimum. 4. Cover shall have removal slct and pin cast into it. 5. Words "Sanitary Sewer" shall be cast in top surface of cover. Manhole Steps: 1. Corrosion resistant coated and reinforced; accepted manufacturers: Perm Step _00-2 as manufactured by Utility Products, =nc., San Antonio, Texas, cr polypropylene coated and reinforced steps as manufactured by 1CM, inc., Jacksonville, Arkansas, or equal. 2. Tread Width: a. Manholes 10 feet and deeper: 10 inches wide. b. Manholes less than 10 feet deep: Minimum 6 inches wide. CONCRETE MORTAR Mix one part portland cement with four parts sand and add minimur. quantity of water as necessary to provide workable mortar. BEDDING AND BACKFILL MATERIALS A. Select Material: Scil excavated from trench or sub- s o__ from site that is free of rocks larger than 2 inches in greatest dimension, and free of frozen soil, large clumps of so, muddy soil, organic natter and foreign materials. 02,36-3 I B. Class I Bedding Material: Angular, graded stone, 1/4 1 inch to 1-1/2 inch size. 1 PART 3 - EXECUTION A. Excavate to line and grade shown on Drawings or as established on the site. B. When excavation is carried below that required or authorized by Engineer, fill space with concrete, or gravel drainage fill, or compacted select material. C. Provide sheeting and shoring where necessary to protect workmen, the work, or adjacent property. 1. Leave shoring in place until backfill has I proceeded to point where it can be safely removed. D. De -water excavations before undertaking any construction therein. Place concrete only upon dry, firm foundation material. 3.02 EXCAVATION A. Excavate for base of manholes only to that necessary to provide base of minimum required depth with sides poured against undisturbed earth. If soil foundation below base is mucky, or too soft to properly support the manhole, excavate to a minimum depth of 6 inches below designated soil foundation elevation and refill with drainage fill material. If this Work is necessary because of condition not caused by Contractor negligence, as determined by the Engineer, it will be paid for as "Extra Gravel in Trench". B. Excavate above base to provide minimum 24 -inch space between outer surface of manhole and embankment or shoring. 3.03 INSTALLATION A. General: 1. Refer to Section 03001 for poured -in -place concrete requirements. 2. Refer to Standard Detail Drawings. 02736-4 1 1 U I 7 Pre -cast Manholes: 1. Place concrete base allowing for construction of invert. 2. Position pre -cast sections carefully upon concrete base and raise in truly vertica= pane. 3. Fill space between sewer pipe and periphery of cut-out with mortar or concrete. 4. Fork concrete collar approximately 8 inches wide around pipe against outside of manhole. 5. Construct all pre -cast manholes with one -foot section immediately below cone or top section in order to lower manhole for any future change in grade. 6. Set manhole rang and cover in brick and mortar to required grade and provide concrete cap on outside perimeter. ?. install natural or artificial rubber gaskets for joints below water table. 8. Make other joints watertight using cement grout or other approved method. Poured -in -place manholes: 1. Place concrete base, allowing for construction of invert; or, p=ace base and manhole monolithically. 2. If manhole is poured separately from base, fill cut-outs around pipe with concrete. 3. Pour concrete in forms in no more than l8 -inch lifts with each layer being vibrated to achieve geed bend with prior layer. 4. Set manhole ring and cover and concrete cap as required for pre -cast manholes. Manhole inverts: 1. Extend pipe lines entirely through manhole to joints approximately 6 inches outside manhole except where change in direction, .n pipe size, or in slope makes such construction unfeasible. C2736-5 U 2. Do not extend pipe through manhole in manholes at I upper end of line or discharging into an existing manhole. 3. In all cases, extend pipe or pipes through manhole wall so that a joint occurs approximately 6 inches outside the manhole wall. I 4. Make depth of invert along line of flow approximately one-half the diameter of abutting pipe. 5. Form curves in inverts with a radius as long as feasible to facilitate flow. I 6. Shape invert to approximate bottom half of pipe and brush invert surfaces smooth. 7. Slope surface of mortar fill upward from edge of invert to manhole wall. 8. Make upper half of any pipe extending inside manhole wall flush with wall. 9. Smooth rough edges with mortar. 10. Make mortar for forming invert by mixing one part portland cement and four parts sand and adding minimum quantity of water as necessary to make mortar workable. E. Manhole steps: 1. Refer to Standard Detail Drawings. 2. Place first manhole step approximately 27 inches down from top of manhole ring. 3. Set steps horizontally and extend into wall a minimum of 4 inches. 4. Stagger steps 8 inches and set not more than 16 inches apart. 3.04 BACKFILL A. Allow poured -in -place manholes to cure at least 48 hours before backfilling. I 02736-6 I I n{ B. Make initial backfill up to E inches above top of sewer line using Class I bedding material, carefully working material under pipe haunches to provide side support to pipes. II I It I I I] I Backfill `- manhole or structures compaction 3.C5 CLEANUP rcrc top of initial backfill to top of subgrade as specified for backfilling cf in Section C2220 for .he type of requirement applicable. A. General: Cleanup ground surface around manholes irz ediately following completion of backfilling operations. Restore to original condition terrain features in all areas disturbed or damaged by the Work. END OF SECTION C2736-7 I SECTION 02931 SEEDING PART 1 - GENERAL 1.01 SECTION INCLUDES A. Topsoil work, liming, fertilizing, seeding and mulching of finish -graded slopes and areas disturbed by construction Work. 1.02 RELATED SECTIONS A. Section 02210 - Site Grading I 1.03 QUALITY ASSURANCE �. A. Furnish seed labeled in accordance with current rules and regulations of Arkansas Plant board. 1.04 SUBMITTALS A. Submit results of soil analysis of samples taken from seeding area and imported topsoils. B. Submit labels from seed bags, lime and fertilizers. I C. Submit sample of mulching material. 1.05 REFERENCES A. Federal Specifications (FS): 1. FS O -F-241 Fertilizers, Mixed, Commercial I 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver grass seed in original containers showing C analysis of seed mixture, percentage or pure seed, year of production, net weight, date of packaging, and location of packaging. Damaged packages are not acceptable. B. Deliver fertilizer and lime in waterproof bags showing weight, chemical analysis, and name of manufacturer. 1.07 UNIT PRICES A. Seeding: Seeding in place as specified in this section and shown on the drawings. Payment will be made at the unit price bid per acre for "Seeding", 02931-1 I which shall include subgrade preparation, native topsoil spreading, seed, lime, fertilizer, mulching material, and water. PAR= 2 - PRODUCTS 2.01 MA i ER :AL S A. Topsoil: Use topsoil excavated from the site only if conforming to the specified requirements. 1. Existing Topsoil: Natural, fertile agricultural soil capable of sustaining vigorous plant growth, not in frozen or muddy condition, containing not less than 3% organic matter, and corrected to pH value cf 5.9 to 7.0. Free from subsoil, slag, clay, stones, lumps, live plants, roots, sticks, crabgrass, ccughgrass, noxious weeds, and foreign matter. 2. Imported Topsoil: Natural, fertile, agricultural soil typical of locality, capable of sustaining vigorous plant growth, from well -drained site free of flooding, not rn frozen or muddy condition, not less than 3% organic matter, and pH value of 5.9 to 7.0. Free from subsoil, slag, clay, stones, 'Lumps, live plants, roots, sticks, crabgrass, coughgrass, noxious weeds and foreign matter. 3. Very fine sandy loans and silt loans are not allowed. 4. Have topsoil analyzed and submit written analysis stating the nitrogen, phosphorus, and potassium requirements, organic matter content, and pH value of the soil. B. Fert:=izer: Commercial type conforming to FS O -F- 241, proportions :ON -202 -:OK. C. Lime: Line, if required, shall be agricultural grade ground limestone ground to pass an 8 -mesh sieve with 25 percent passing a 100 -mesh sieve.Calcareous lime -stone shall contain not less than 50 percent calcium oxide, and dolomitic lime -stone shall contain not less than 40 percent magnesium oxide. Coarser materials will be acceptable provided the specified rates of application are increased proportionately, on the basis of quantities passing the 8 and 100 mesh sieves. No additional payment 02931-2 Li will be made for the increase quantity. D. Seed, General: 1. Labeled in accordance with current rules and regulations of Arkansas State Plant Board. 2. Minimum 98% pure seed and 85% germination by weight. 3. Allowable noxious weed seeds: 50 per pound -of seed with no Johnson grass, wild onion, wild garlic, field bindweed, or nut grass seed allowed in any amount whatsoever. 4. Furnish seed in sealed, standard containers. I I E. Mulching material: I 1. Wheat straw, clean and free of noxious weed seeds. 2. Submit any alternative materials proposed for approval by Architect/Engineer. F. Water: Irrigation quality, free of impurities that would be detrimental to plant growth. 2.02 APPLICATION RATES Lime: Apply lime at rate recommended by soil analysis -lime requirement testing. Seed mixtures shall be composed of the varieties and amounts by weight as shown below. Variety Period Rate 1. Turf Mix Hulled Bermuda 4-1 to 8-15 1.5 lbs/1000sf Grass 2. Erosin Control Mix 4-1 to 8-15 75 lbs/acre Weeping Long Grass (10) Hulled Bermuda Grass (15) Tall Fescue (25) Perennial Ryegrass (25) C. Fertilizer: Apply fertilizer at rate of 600 lbs/acre 02931-3 I I I It H n:nimun cr at rate recommended by soil analysis. PART 3 - EXECU71ON 3.01 PREPARATION A. Have the seeding areas tested for lime requirements by the County Extension Agent, other public service agency, or private test:ng service at Contractor's expense. At least three soil samples shall be taker. from each area. Submi;, a report of the soil analysis and recoirr.endaticns tc the Architect/Engineer. B. Verify that seeding area has been cleaned up and dressed to final shape. 3.02 INSTALLA^_;ON A. Subgrade Preparation: 1. Fire grade sub -grade, eliminating uneven areas avid lcw sects. Maintain lines, levels, profiles, and contours. Make changes in grade gradual. Blend slcpes intc level areas and rake until smooth. 2. Remove foreign materials, undesirable plants and their roots, stones and debris. Do not bury foreign material beneath areas to be hydronulched. 3. Remove sub -soil which has been contaminated with petroleum products. 4. Scarify and inches wher pulverizing hauling and soil. pulverize sub -soil to a depth cf 3 topsoil is .o be placed. Repeat in areas where equipment used for spreading topsoil has compacted sub - 5. If lime is required, apply at rate determ:ned by soi: analysis, uniformly spreading on areas prior to their being scarified. Thoroughly mix lime with sub so to the scarified depth. B. Placing Topsoil: 02931-4 I 1. Spread topsoil to a minimum layer depth of 3 1 inches over entire area to be seeded. 2. Place topsoil during dry weather and on dry, unfrozen sub -grade. 3. Remove stones, roots, grass, weeds, debris, and other foreign non -organic matter while spreading. 4. Lightly compact area after application of lime and fertilizer. C. Lime and Fertilizer Application: 1. Spread lime and fertilizer at specified rates or as recommended by soil analysis. Apply after. fine grading and prior to compaction. Mix thoroughly into topsoil layer. 2. Lightly water to aid breakdown of fertilizer and lime. 3. Apply within 48 hours before seeding. D. Seeding: 1. Prior to seeding, lightly firm seeding area with a cultipacker. 2. Verify that seeding area is ready to receive seed application and notify Architect/Engineer of schedule for application. 3. Apply seed mixture to achieve complete coverage at the specified rate. E. Mulching: 1. Spread wheat straw mulch evenly over entire area to obtain 60%-80% coverage of the ground surface. F. Watering: 1. Water seeded areas sufficiently to saturate upper 4 inches of soil surface. 02931-5 I I 3.03 :MAINTENANCE A. Maintain seeded areas by watering, fertilizing, reseeding, and repairing as necessary for a period cf 9C days after germination, to provide a healthy, growing stand of grass. Water seeded areas to maintain adequate moisture levels for vigorous germination and growth. Apply additional granular or liquid fertilizer every 45 days following germination. B. Mow turf type grass areas to a height of 3 tc 4 inches when height cf grass reaches 6 inches. Mowing is not required in areas seeded for slope protection. C. Repair and reseed damaged ground surfaces outside of normal work areas due to negligence cf the Contractor. D. It is intended that an established live and growing stand of grass be provided with no bare spcts larger than one 3 square feet in area. The Contractor shall re -seed areas as necessary to obtain this result. E. The time required for maintenance after the Contract Time ends will nct be assessed as liquidated damages provided all ether Wcrk under the Contract has been completed. End of Section 02931-6 SECTION 03001 CONCRETE WORK PART 1 - GENERAL 1.01 WORK INCLUDED A. Formwork, complete with required shoring, bracing and anchorage. B. Control joints and expansion joints. C. Concrete reinforcing, complete with required supports, spacers, and related accessories. D. Cast -in -place concrete. 1.02 RELATED WORK A. Section 02220 - Structure Excavation & Backfill. B. Section 02510 - Sidewalks. C. Section 02515 - Portland Cement Concrete Paving D. Section 02720 - Storm Drainage. E. Section 02736 - Sanitary Sewer Manholes. 1.03 QUALITY ASSURANCE A. Performed cast -in -place concrete work in accordance with ACI 301, unless specified otherwise in this Project Manual. B. Keep copy of ACI 301 - 84 in field office for duration of project. 1.04 TESTING AGENCY A. Field testing of the concrete mix will be performed by an independent testing laboratory. 03001-1 B. Provide free access to work and cooperate with the appointed laboratory. C. Tests of cement and aggregates may be performed to ensure conformance with requirements stated herein. 1.05 REFERENCE STANDARDS A. ACT 301 - 84, specifications for Structural Concrete for Buildings. B. ACT Manual of Concrete Practice, Parts 1, 2, and 3. _.06 ENVIRONMENTAL REQUIREMENTS A. Allowable Concrete Mix Temperatures: ACT 301 - 84. 1. Cold Weather: Minimum 55 degrees F. 2. Hot Weather: Maximum 90 degrees F. B. Dc not place concrete during rain, sleet, or snow unless protection is provided. C. Keep accurate thermometer in area where work is proceeding. PART 2 - PRODUCTS 2.01 CEMENT (AC1 3C1 2.1) A. Portland Cement: ASTM C15C, Type 1. B. Use one brand and type of cement throughout project unless otherwise specified. 2.02 ADMIXTURES (ACI 301 2.2) A. Add air entraining agent as indicated in AC: 301 Table 3.4.1. B. Use of accelerating admixtures such as salts, chemicals, or other foreign_ materials in cold weather will not be allowed. Use no other admixtures without prior approval of the Architect/Engineer. 03001-2 I 1 C. Use of set -retarding admixtures during hot weather will not be allowed. 2.03 STRENGTH (ACI 301 3.2) A. Provide concrete of following strength: Compressive strength (28 day): 3,000 psi, except where noted otherwise in the Contract Documents. B. Portland Cement Concrete Paving: Compressive strength (28 day): 4,200 psi Minimum Cement Content: 6.0 Sacks (1 Sack = 94 Pounds) Maximum Water Cement Ratio: 0.49 (5.5 gallons per sack) 2.04 AIR ENTRAINMENT (ACI 301 3.4) A. Add air entraining agent to concrete mix for concrete work exposed to exterior. B. Air content shall be 6.00% plus or minus 1.50%. 2.05 SLUMP (ACI 301 3.5) A. Contractor shall provide slump cone and test slump for each load of concrete. B. Minimum slump for structural concrete work: 3 inches. C. Slump for consolidation by vibration: 4 inches maximum. I' D. Slump for slabs and consolidation other than by vibration: 5 inches maximum. 2.06 PROPORTIONS A. Selection of proportions for normal weight concrete Method 1, Method 2, or Method 3, Contractor's Option. B. Fine aggregate shall conform to the requirements of ASTM Specification C-33, latest edition, and shall consist of clean, fresh water sand graded uniformly to conform to Paragraph 4 of the above referenced Specification C-33. '` 03001-3 I II I 11 I Li C. Coarse aggregate shall conform to the requirements of ASTM Specification C-33, latest edition, using standard grading size 1-1/2" to No. 4 of washed gravel or crushed stone meeting requirements above and soundness requirements of ASTM C-33. D. Water: Clean and free of injurious amounts cf oil, acids, alkalis, organic materials, or other deleterious substances. 2.07 REINFORCING STEEL (AC I 301 5.2; A. Reinforcing Steel: 60 ksi yield grade; deformed billet steel bars, ASTM A615; plain finish. B. Welded Steel Ware Fabric: plain type, ASTM A185; in coiled rolls, plain finish, 6x6 - W1.4 x W1.4 or 6x6 - W2.9 x W2.9 as shown on the Drawings. 2.08 ACCESSORIES A. Premolded expansion join fillers: ASTM D1751, 1/2 inch thick. Refer to ACT 301.6.2_. 2.09 CONCRETE MIX A. Mix concrete in accordance with ASTM C94. B. Mix concrete until there is a uniform distribution of the materials and the mass is homogeneous in consistency and colors. Continue mixing for at least _-./2 minutes after all the ingredients are in the mixer. IPART 3 - EXECU:ICN I I A. Notify Architect/Engineer at least 24 hours before the planned time to pour concrete. B. Inspection: Ensure that excavations and form work are completed and within the allowed tclerances. 2. Ensure that ice and excess water are removed, 03001-4 [1 I no frost is present, and that ground is not I frozen. 3. Check that reinforcement is secured in place. 4. Verify that insulation, anchors, and other embedded items are secured in position. C. Install concrete work in accordance with ACI 301 except as amended by this section. 3.02 FORMWORK (ACI 301 4.2) A. Obtain Architect/Engineer's review for use of earth forms. When using earth forms, hand -trim sides and bottoms, and remove loose dirt prior to placing concrete. B. Tolerances for Formed Services: Comply with ACI 301, Table 4.3.1. 3.03 FORM SURFACES PREPARATION (ACI 301 4.4) 1 A. Apply form release agent on formwork in accordance with manufacturer's recommendations. Apply prior to placing reinforcing steel, anchoring devices and embedded parts. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. 3.04 FINISHING FORMED SURFACES A. Formed Surface Finishes: Provide rough form finish (ACI 301 10.2.1) at all surfaces not exposed to view, provide smooth rubbed finish (ACI 301 10.3.1) at all surfaces exposed to view. 3.05 REMOVAL OF FORMS (ACI 301 4.5) A. Do not remove forms, shores, and bracing until concrete has gained sufficient strength to carry its own weight, construction loads, and design loads which are liable to be imposed upon it. Verify strength of concrete by compressive test results. 03001-5 It II II I Ii I D. Wire dowels to longitudinal bars and place top bars in perfect alignment by the use of wood templates placed 2 inches from the top cf the form. ' E. Support wire mesh on concrete brick bats, or other approved means, at no greater than three feet on center way to hold reinforcing in the center of the 1 slab or as shown on the Drawings. Do not depend on lifting mesh as concrete .s being poured. 2. Lap sides and ends not less than one wire spacing in slabs on grade and not less than 12 inches in structural slabs. F. Provide 3 inches of concrete between reinforcing and the ground, unless detailed otherwise, where concrete is poured against the ground. 3.06 PLACING REIN:ORC=NG A. Reinforcing shall be unpainted and uncoated, free from rust or scale and shall be cleaned and straightened before being shaped and in position. B. Position reinforcing accurately and tie securely. C. Support footing reinforcement on concrete brick bats or concrete grout at maximum 3 feet on center each way to insure proper depth from bottom. I G. If, after the reir.cval of forms, concrete surfaces are to be in contact with the ground or exposed to the weather: 1. Bars larger than No.5: Protect with 2 inches of concrete. 2. Nc.5 bars and smaller: Protect with 1-1/2 inches of concrete. H. Concrete covering for any reinforcing at surfaces not exposed directly tc the ground or weather: Protect with 1-1/2 inches of concrete. I I G3M-6 E1 I 3.09 PLACING CONCRETE I A. Convey concrete from mixer to final position by method which will prevent separation or loss of material. B. Maximum height of concrete free fall: 60 inches. 1, C. Regulate rate of placement so concrete remains plastic and flows into position. D. Deposit concrete continuous operation until panel or section is completed. E. Do not use concrete that has set and do not re - temper or use concrete that has been mixed for more. than 1-1/2 hours. 3.10 CONSOLIDATING CONCRETE: II A. Use mechanical vibrating equipment for. consolidation. B. Vertically insert and remove hand-held vibrators at points 18 inches to 30 inches apart, inserting to within 6 inches of bottom of freshly poured concrete. C. Do not use vibrators to transport concrete in forms. D. Minimum vibrator frequencies: 6000 impulses per minute. E. Vibrate concrete minimum amount required for 1 consolidation. F. Keep spare vibrator on hand during concrete placing operation. G. Make sure the concrete is thoroughly worked around the reinforcing, the embedded items, and into corners of forms. 3.11 SLABS (ACI 301 11.1) A. Finish concrete slab surfaces in accordance with 03001-7 I ACI 301: 1. Uniformly spread, screed, and float slabs. Do not use grate tampers cr mesh rollers. o not spread concrete by vibration. 2. Licht broom finish exterior surfaces, except exposed aggregate. B. Sidewalks: Finish sidewalks in accordance with Section 02510. 3.12 CURING A. Cure slabs: Use damp method as per ACI 301-24. B. Cure Walls above Grade: Use moisture -retaining coverings as approved by Architect/Engineer in accordarce with ACI 308. 3.13 WELDING (ACI 301 5.3) A. Welding Reinforcing Steel: Not allowed. 3.14 CONSTRUCTION JOINTS A. Install construction joints in accordance with ACI 3C1 6.1. 3.15 INSERTS, EMBEDDED PARTS AND OPENINGS A. Provide formed openings where required for pipes, conduits, sleeves and other work to be embedded in and passing through concrete members. B. Coordinate work of other sections and cooperate with trade involved in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. 3.16 REPAIR OF SURFACE DEFECTS (ACI 301 9.;) A. Allow Architect/Engineer to inspect concrete surfaces immediately upon removal of forms. 03CC1-8 I B. Modify or replace concrete not conforming to •1, required lines, detail, and elevations. C. Repair or replace concrete not properly placed resulting in excessive honeycombing and other defects. Do not patch, repair, or replace exposed architectural concrete except upon express direction of Architect/Engineer. 3.17 FIELD QUALITY CONTROL I I A. Four (4) concrete test cylinders will be taken by the testing laboratory for every 40 cu. yds., or fraction thereof, of concrete placed. Not less than one (1) set of test cylinders shall be taken for each day's pour. B. One (1) additional test cylinder will be taken during cold weather concreting and be cured on job site under same conditions as concrete it represents. C. One (1) slump test will be taken by the testing laboratory for each set of test cylinders taken and Ifor each separate batch of concrete placed. D. Compression test cylinders: Test cylinders shall be cast on the project site by a representative of the testing laboratory. 1. Make cylinders according to ASTM C31. 2. Make additional sets of test cylinders for curing under job conditions: a) When it is needed to determine when to remove forms. _. b) When to put a structure into service. c) When temperature extremes are expected during the curing test period. 3. Make test cylinders in the presence of Architect/Engineer. 4. Properly mark prepared test cylinders and fill out the card supplied by the testing laboratory 03001-9 II II It I I F with instructions on when to make test breaks and where to send the test results. 5. Transport in a protected condition, each set of prepared and marked test cylinders to the designated testing laboratory for curing and testing as soon as the cylinders can be transported without damage. E. Compression Testing Concrete Cylinders ASTN C-39: by commercial testing laboratory. 1. Cure cylinders in laboratory until time for testing. 2. Test each set of cylinders at 7 days and 28 days after pouring. 3. Tabulation of breakage schedule and action: Specified strength of 3,000 psi at 28 days. Test Break 7 day Less than 2400 Ps: 2400 - 3000 psi over 3000 psi 28 day F Less than 3CCC psi Lr'finn Contractor notify A/E Break 28 day cylinder Stop Testing Contractor notify Architect/Engineer, investigate reason for low break and report in writing to Architect/Engineer. 4. For testing cylinders for specified compressive strength other than 3,003 psi, see the Architect/Engineer. In Case of :,ow Compression Test Results: 1. Architect/Engineer will have the right to order change in the mix design, costs to be borne by the Ccntractcr. 2. Architect/Engineer will have the right to order core tests of the concrete in accordance with ACI C42, or load tests of the structure, the costs to be borne by the Contractor for either 03001-10 I test. 3.18 PROTECTION OF COMPLETED WORK A. During curing period, protect the concrete from damaging mechanical disturbances, water flow, loading, shock, and vibration. END OF DOCUMENT 03001-11 i I: I ii 'I I I II I 31aa I� R Iii 8 3a 1 10 3s u aQQ a �3 se ii �883 Fa°o�a!g`�83Q '��'8�0 a.„ d a s°i th . '1 �Q� I! liii gg 1°q$ .c QUMLiY(a �g a o sad ° � < Emil a �ssm mod sa;;�doddd�d�d sa;m�a ass s d $N�� Mm mm mmamma0 ti a3om�m Cl a• CI mom ...1H...1ti...1^ ...1 ^ ^^ N JG B O O� O" rr Y a s a2 .2 � hi eHey ? S° eY ;3 1li'ji ; e.0t I°i pa°� -:ih: g`� e : LLL111 pep zg e�p�ca g��� �• sa J$oe�Y.r a G ayy ° a h wi g�w�y N (�o � t :� L7 .c Z11 GMel s^ nn nsm�tand m�1 ^ of, � .^ a O^� e, d o^M'n. o • 00a000 000 ....... nn i i e. .l. ! !.. .!! l.�. 5 ... gSS�d t nan9nn 0 a ^ a a a a 8a A a a a ea 0 a e 0 b Y O on O O m O a C OO a b O 0 m m aw aaww w nww aww nw w w w n wan awn title. lit'0 a1 0 ata m a mom 0 0 0 0 m a a a 0 0 0 0 0 o 0 moo ma ° b L' S a ,rt�, Jo 2 2 ! n ji gQ O •0 oE an dd5 n o_ -goy °3 In P S 11111! IM all�3 3 J ! an 8J a`� m 5 3 i�:! `_ a l� HI;!HI Y YSYa7, Y y Y C Hg C g Y Y Y L Y 0WNAgo �a0 rrw a H$ o . roM ciaga °e0. gs��<ati a o > 3° I. Z 8p..aaeLneo- t O^n p!^!n is p rnw�j O^'Yw a 0000000Yy nnn.�.a not a u 0004 t nnYn 0000001 nn nnrna 2 46 we ava ..1r.r a .. .. ..�.. .. .. a eInww we. n nwwCln Ol ww nwYwm 0 0 m m 10 0 O b G O o O ass O m a W o o= a O 0 waw.. aaw wwa w (ICI a waa0 and n aaaaww waaa a as as Q• Ot 0 W OI ems OI 01 01 at a W o 01 01 01 01 �� ^o^r= ^m ...1^- a ^.4 ti ...1H^ •.�^ ^ ...1^^^^^ ^..1^N N Z - Y to ° u CC ; 7 1 �? Y e ,.cx vv Q 9 < v a Y o d e `� e = hil 4 Eo a a �°E�ez_ 5 eII 5 o °'o'o c3 'a �Y9 �7 ° v$�v Y '°�§ 0ed 4 Yd `Y c ° 8sou 2 .R 9 e�.o �o ya €_3 o... o C I W N 0 g Ti J Y ;' L V O F" J • J • J B Y C• J q -J O P r a C7 o JI1 pa E'a °1e NNO 5 MP O a� MC C� ov 3 u `• a m_o?�oa,� 4 0i �o o a.IfliUiluui E "mY .qY YJ�1YY Y�G_'�S"� S c5E �O rYU 6 Y °�g >�2z'or 8 �,o3a �� a"��z ; o mgW ' d.°•zo,a>Zy I C ID v C a ' 49 J. c 0 A V rt iftaIto1$ jd! tl��5�g 29��aM m eg� ,�Ho JyM •• b $ q inn 1s3J m°$s3 5 8m4 °j 9i gl'�s ea�a b, H`°i s H"$"_• ° ° �p� �r�i°c� y9 .o 93g•�m«m 8�q mpS3fl�` I1flMnU MVJ' �°j5 yWE 8'•m«nYS��w m5�' a s � am°5E� �lipm° 9 $A 658 a�o{m� qF sa qfl oo"om u • 96E�mE�e' 1ae abooa�m�vmea ti� g $iil ]IV! yrng x �y�e3p�9So� $,�qdl� eC !iggfl�. ag54�a3Cp >B � a R•mgo s � A tai Go � ¢�� X - 2E�p>�J a"i>YH>nb 69m6 HnBpt: �sJ�H m5�m m.°m86odsao mH��B H85&es�d9 m�58� �d9�S w�°9��ac5�ga`3 0� �S Y 3E8J - "0Y•ooyog=,44'�� av E°Ae.yymaY" �0 08��ooamQ�E H m E5H �1 Y y&� 5 Wo t H YJ�°> ;.". m'—tlO°°'C�' py'C5t•ry�'J� °.r", .q°, a59ac p� 68mJ tH�� H $ uq wma°ido'm �m g og' ° w.mm'�M m m�O>w ngo vcJo?�q@ c3maq Aom«No,", co05°cpLaQvo�> �v °w1 p«8181 Iva 4u EYs� ^ " SO«yl°i' 8°9 HnYV��°+i �6 O6g HifOpq mH B i'� a3 H'1�'Tci W'wAZCJ S ad9P�� '°tl g�3H 3��8 �,7�OIMS ate. �a ° �go ni8E}§m d O°��O��H��C gFE59„—•ciF77-�i •�•�mm°�.� $8$ ggtl o B3 '"3 5�aK«Ta �$9Hsm8oa6 °3..-0°6mq�A, o°4°K c`J'�ggsC`km.m9d°onm UvE3 A pO0Em�'°=�R^'o n$$4aGdwC'm vagi�tl6'+Ny3mtl�aio39YO.ti"H�oJ°°gmE �m�SY�UmSg5o� 93^''88.>u�E7�5EI`ueS9u�'F�B-iasABgiEef a F �3bp oao flu;°Oma 3 C 3 9 mo � a 6 w'O ° Ii o� 9 e ■ Y��qY+ FY qA0 15 epm 5�nVGn 6.4 Vr p� IL ,`Woo" tl— O F Y cy�49 S E It ^, CC�E°E maY a g<rJOVISV V.o GY Ytlm6OL. tlM p aw d'.O WO O m p bm— A�> a u"�a E5°O-3cC r " Y msaa Jy_ ih°ti!h CM�3 Y>- dtwGe 5'm3� E�m� ro $F7m 'dQ5-0 a'gA0 Y tl a.YL C o isJL 'd050 �im5`�q�Y11 �OFpm.YY E9 °> Y�amH m 'OGR 2.8A Hilt rim Y Yms G ..mp.,yV W<mov�anaH,=La'omw„-'ti nE.2 b EO..Y mnaa�v9Y o�Ja • • ap •-. JJ • • u J JJY�Y m Y •n Y -' e Yiytl�m �3y5o7 3Y d0p 3iS6z224gjg &AS2 '5mn�m�� ry5 oam �S 9 �oP�—G �y .o p0Ys3 m� .aJ.a0n J.-. oampp0O t O«Q�u `� mSJLm�"m.^.•C� Cm'O � '�.Yi 'u° �_ _GY �J Ys YI+Jm mm k�� W YU Ul099 Ym-« Y5 m om coe pOa'i; -a g�pCnam�a J t Eq d flEa •• yYJ °w °'m0 GS�tLp3 YJ a� gOmiVJOGOV Y i>E o Y°m a'Egmson.n•�?e wgJtix Y,cotY ..mJ5 ? 9 O ma p ayn86yp°em B Qi pa�i .9 «�5V wk_ pBtlYU��j+ _w a F 5 °mL a m 9To->pt 7 I..7 tl f'��Aptl�CD N °r.° ii L �3°t'CiN ?o O C '" mc- mm"Y°— t7oaOJ �'p " NSF �oE1O m5°mYN `�.�� mu(Q�Y.Y. yY=� �y°�y�p��'m «°Z�t i'gOY�mQO e�Jg t�Y3$noieHe'��m T�p`Y5m`��6° m °-mmv' ".: 2 o3m J 7 mr .00.0E m•°St m$5 v > Etlo t p mYY a� J O's m9 6Y—+« �J — Y «a.-7� m•O mV> O— cw �CrEmao a off$ g� 3 `d� v ra n>LF•ooa0 v Lm Cmr°— YO UJ n Y v= Y Y y�> y9 mm 5J °YY❑O Yt0t! ma A wY LJ Es90 v m JwY -i of o> Yom•—� Y )JO_Y Vs O a •„• Z„E� "vuoi�imm�9�� noq DIV51 amH�HE Y5�o.Y t and dgm•ooE�3o nN S 'E ys °mEmYgy y"O $gg«� qY—p1m«rt'.�-� g .L ��ooa3GCmC YaOY < nlm- 1..1 pp gg pO 8 5"V•..9 9at $ g m�em5g�x�aG�Co��anm�p9dM9d �Yvc�O v'o`m'o5"'°EYL�d��jpWCa� " vMv.J. v3 >v g'�H r v „' « ii K ��yga—fU�Y .L 1yQ4j' �7 ❑L'J T+vL L V� ° 7� nh my a a AO aYi°YS «8 3e 3&»Ra YV� Em aJ °— ..,J Jan Um.a ... A a N oy� . 2$mggvE 83�o c $aka ^' $m " .39 9g •s 11h iIIIft0 3 S a o $ ce fl°J! Ym'8'�°v°e �$''>� 8a , aiYSa �ka° '° a$� s• o�sdQ 8•5.82a 6 i�° 6 a EE�d Y dd 5 s� a LBO 8 o m gYY �0•`Y-�>� 0 '[F Y A gegmg8�+ oQ_3aa� = oscY8v wg "8° JIHUhlIJI g i g ° Y cm� •"o�$9q�.. $89q 5 mYn«v a ai3o� v3aeo8N Sn:�oa A eSim a8imm�3i.. nAS'$: a�ev p OOyA p�•p�3•' SS .y �.. •iii 0a Y'CI 4 �• ." . .. I o°Ymyp�pt6y `fig a°� 9 �3g]5o�..� d4^wo3o�v$"o 6 ..$30fl rMi _ Y 5p 1Q v Y �.e w > �. vyM�Q n4> vwA 'Ow $p�OZ, m4 m^ Y O N .� = vN°Vma oYb �ao� �os �BY�ty v1�Ea8 Yfl'u oeBi�•S"�ao c O �.� ° piOtlp3: F'E �' m6 9''' g �* aK� V�i" mo$ F��5"'�$ � RB tlE 8&eo5Y SxEvi3pY� aR1'�yG° " S ° ap0a�;!I !'!1 a,.C�0 f�10 °� •�•�.a� 4IIIHUsPS � —vs�B 8q �a E 68 Y ° • �g8wi5n.. eiadg'5�!�a�°°sas9°a° a $e6u ac7J � �Y a:c� U`�� m a'� �o — u3Ecampa 6$"�E$E'm� n �,°,�YEJIll '6k ate^ 3rS°cBmm �g eqo^ „ gg.�v„gqqg"i a v'o S jr. 11 _�' �•' m '=q y 3nU�LuAU.N.S141ms viR9r �0'— IC YY 00 •na ^'"O ppGm,'�.YYN Y p q Ogc vao Y. f.•.Y•00 Yw w -p Y 'O • w• •Y c.c°P •3mUy3; `q " do : Uao vm -Q8 n�° °oY.fi°ut' t$'a° '1 •rya x togomd m�°'> o. Y �mE�Fa x..38 EE ui a�Aaim L°Q'Sv'$8o�9 ..mtivEmo°Kaai aacAY�oa$ .�aiaip •°o �"�. oYLi p v a�mv0Sv�_3 ofifi� � 0312 S ,0_ c' oA°6m�M2Y' m —.gv4 Ad aii YOWa00 .+e0 GmG .r >a�p 00�t A !illit 0 ,8:0 111111 °u O_yd° �"" C•°eei agNov00 �0gpc 5 Jy °Y���e� EGA 92Yy i `08f l mti� aioa �3'a�i '�e�s „ p A p =Y$t 990.^: to g ma�q pavy a u ar'a7A 0 �+�004"Om•a7 ADO>vG7 VOA"O" =v O� 0�{^Am qL ^�Ney `p>v� v9pU a vfi.. G O pQ. a'•p ymm O",..,Fi OtOw yep mYf' a,r aqp ° -'° as+� �t'.000y.noE � t3$C �Top%p,0° •U�-•a�� �p,$m�-t-4) > E0�$p �0 C� ydm��.QO �V m.A. ma SoG OL'J' V iY°v8V vMe V9 � v�7 !W EDm040 Om u 0V MvEB 5vm.�0�055> Sod °y$ fluagc°2�se go� s°�'$3E�ro!jwol Ea9VtmWe ��mO flu m" �m oo p$m EoY9aomEoE aE �EvEDEi$ d^aE "�goho a6F7• m0 ys53�°d8a°��Y..�'mgcEdsc c •..°'da,�=WE%° Elmo .00�3pp'aa n�,A.Y��m0PC �°9m m>~YY.a"MmNFUN o -l.C mtSOmpa 'a''d E;'s?Va; �no Ea6>o�e5"�a 6N 5E '' 5'c�°$�e mtE Em 7 am ovyV i� m3 v�gqaES EgEv°wE�'n�� at -° °6�y�BcmdEYm��$m�5 Yr 4)to �'m'Dm °ia°n�RE`O tl'°go0mvma'.Yc'i'' >�'�'m�y,yEaciaSFm.a°iym�..>E w '9gYA • wESsESO 4) imd .6�'csXa�.`�..,�c"oguEmc Jm 0 O m C �• O O° a o n m V u r a w p ., m y= r r r m '� 8 S _ m o mA .p 2En ooa�yacim c .°;2uiLc�tg'ogo.$smEa.ouuu„ o„ O'' ma e�i p catwS--d n�c2 ��oOov G„6 8`EA."� w q°8=c Ec�om5��i >o ha y Y yU° F. aoyy m o"��q( a' : y4 opo '9m22a 0do C, E-O.mm OOa mode= owo O..VEWe OMo �.0.Ym Y5 aS GpSO aa�am I I I, r I 1 UAH 8 � a1 �n gi g 0 o a �Q a ;il q1g1ibr ..M V 9 9g p�8ii d oaq�0 � O�°g pR RO « e4 .oaG cJbJ YiN S5 °g %6 5 MVp qS SSStt ° °a RaA $ p 2 w3i fil 1Hiu1 q va a la 'mv oo'� �!3$ o�Y3Y':�gp3s°9" �mCo��o a' ogd�m `o 9 11, —�i ea yti 'rd 8� a ° °fi T�q�$oam m�5a ,d �� 'yCf°,�og M`Bp.i,pm A«�OG� moQ6u�,d�� °T O R F w a N B ['� y n .. .awa ^��� � ga O6YdAyyoa • !':I'Ilgh- '� "v«V«LLp00 � tl � p e. m r« •. at0� Od 27dm Q�63 9�CaP dQam"vd aaa a ADv ma�aY b ta.., om yy a 0 ?} id ���gL' BpII 2°r A 8y� Fes' «R„G ymQ tea Imo o 6•c o8�g a opS a �S ;� n��5 mgvasYammeey Ko6'5 m 00000 a $g m n� rga R 8n —m�6ppd�� L SSEm°Ko gm��A�pq�m y ,Gq U«q a i� �y Oi' O p J %r••A as 4� aO aY a qG v. 9 Q mope°�Bn$m�gp7 Oy�•9�>mq s y°J Om3 C .'"O iig�'A'C °°OAi .CJ oeiC 0°04 m30R S $5,� a a of $ 5$;a �� Ti� 9monax �py�x&gg� '_8,olge ¶E, ag$ 63 �o 8 m�5jisg$g^'ga�d� �Y«� �� 88g�$ °gp 'o�aeegz ° $�5 ado9 ° Z3mm8 3 .. ie °851�swJa dsro9°9mbo$50 EtiQp°'8 m 40 y m� anm >eA1r q gg y gg O V:?�W 5a - Q>a�a 3 �°08 gag ?; E QflogO oQc�oyo°54nFogEo8r� - Qo�aF ama oho°pm 6 '� F m 0 Ia'',=oo5v�4q800��o�oBmYoy�aFoaom—d3°3�YE"°° m ,� $ a aZ58�v5 pAYY 9a $3,��m m qa y�o$dQ yyv YE L Fg$ .0 o maQ gat F—°�.«6>c 13°5==�88v8 g °Y q 5A5 o7 �x y qa°° «�5'o°Qg ma8iIEF y5s��m�'O�'yoQ$n'QjgIV.8 &S5m°vyy g ' .i m o v mgpy o x'O�j'mLmgj ��ym« •°.0 ppX 5 Ea>�° E g ..omp �.a e $o ;o = a@y m p°gQ�y gs °5 o�mm'°v c��ajryq 1 2m °°m IW'L?r °E ji yn Cv gg$�E g ., •�D Yp� {3 aF pFo q p Gap a'O Y o n ay g e�33:'_b 88� g3 �4$ LEO m1i1N ° gai3 m.,9�poy� ampR .'° mat g3°� v and Trt y�^ mas >Ti•JmTi C. m ��Y .FaOJ Ye'' i,R at BW Lg9m °�aq m3�ryE' QIIm r5agma��To; o�YE m my E.m c `o �oppo ggg�m—o>° �g°p006"d�c�oF�mWtd .mo samg5odm b5wmed"$ �� �k ' Q El -''h�QGl m°c mocmmc E >,. cm tan v a of 4, ym y 42 pgpy, n �E .�M « y $ QS2 $'oin •C �y jQ°�� 'y'aQ 1 " >6 n, Q o m 3 m Q T-«Qp0 yF F°�g E 5m«Y7FYmm —y 30vb so59�6R y «�« EFYa«A OA U a°iS n6ym 0tlF� 0 «L0d dJam A o.+ Q m—° o> ❑:, av v ...o m m_°S' ymF Ti �g ay 0, Y5 F0 •S�T«axpx y Y m�A":a mm.—. aC00 m>> YJa �y,a0 Qa'YFpOm>�� U°V Im.•O�yOV ^°. vy n O II'�m °mt GOE Nm�p �m«yy 1�Mp.Fi `�j pt °.UjE>9dd �IIm Oom� O� mg 0� F0 OYy °$ Y O ♦lg �W;Ua« V O U My 7n v Ud� M .� rami �m �QE" s mks mmvm mm ° ComcF•..«pmoO a c 9°om v dr mo y oL_o yAgvp5 +✓ F mT n NTL.°. 2.C> �N0d . 55 — « md, V a�W, . 7` f. ❑ d C r A Yy Ja m> d a `•. " o F a . „Vr, a 6 m y 0 G$ 0 a d 3 Y s .� i V N6 i c 9 E= o U m CD QmE nOG« CI°o'Ec G 70>F po «o my mym R ay uu a.+o a>y ap �y�$�aioa�5•°.°. apy°941y.:`o'.°Y.«ay.0oKm5Fas T9 °o'c:°+ Eiu'U'axim da.°i;m o�jmmn • 3QsmL95pg'psmum�m"8$do �5 °a+.9a.� no°P.y.�00 t'o0V sw0UPPCD, mnf0.0 0m0 va�m�L3�5o�> �ddd m°� Yg��5�F°m5�a° p Egx mv: a ba°Ym°�� o a>g p 8Q .aF> 2 v.. �. avm yt,gay� Ci �myU a> wmmE a+m ep w,q 00 4.Y agE m.•mv F .. dT'O .+m OF N V Lm5aEE y axi YnF �.Qd�� ts0 m7�'O KLmnm meoOmF GE 0 <.c m E ° 5 a « Q•3Fg« II° "m nCc«Wo5dm.. q F _F•om o..q�F'p� qm 7py j�ayCp pn4 yC• An°ydMmm^ aV, aCie~ayi tam aYi>� 8,dq•° a vqd rd5 tGt q {i1ii1;9 .ywr •..dC dJ.+3 'ajc°Sa' °�'•Lti�P°d8>S�9°"AOq��•''�� A 3gY S 3 O&aYi:01 .4Op0 u« oc.E?�BbAa uC a >i'o a >85 9^�g� L o dv°E 03 FA °9E q8 1i Ea a SE n-•o3'a So c 'CEO° LELO_ ° 18°o a a wl II 3 �Ca� J3Cppp�-aa 1 � a� L!do08? ..c i. m °u pm04�+mJ a L�rS H rah y�'� � of T J oruu�o o < n3 Y 9n ffi ni mq m�• ° _ TA>a.n o qOF d.'dF O qm Sr E'p m L V -�i ��y XqS E-• .. X OBOOy y$ V1 cdq M 900 �9 .. w..wKK p_ > u �. $Xd r imam y3�° paLO 8 E� �6 owe 0 9 nar8=FQ9$ng.�oa°og�$�Y5 �may 8ym��mu°aci °_^Sdf��E Vid a AK � Kamm m ar "a n9QE`o8n '�ogpE'ds33 °�@8�5m�>°�Eao�d�EeEm �'°5°E°B�taEgoEr88"4 En • m a.. M m G0 3 m E L J .. w A 5 m .. A a m V J J M Y m m E 9 m v c n 0 m O i' Y w E u-9 4 0 a m d. .O h q w. 9 5J°cS �oo aoY ai5mgf50 O a0i 5Ca53a ��doE> 30 gce.c��.eo.�Q..ggB. E° 38 s7 ,�J EM am dudWA A A "..gym m K d� yY $^T'JL-0Gy g''c qL i°vGG; 4?i 3W :Ed �$ ''o>B$c"n5r'° a.L m5$, �p Fa ymm w 04° e'^� OE 8 oA J ce ^ dm `C�yOm mJ' aY d • p'a Q1YG'oay A G1 .Ti r �'0 a so r=0 0 Q 1=000 �'n1, rP r.0 �m 0O'D 6 p 4 = FgO m E Axlg4y 3 E cmEO 5°% om.. v Eo-3m o E2ia°0 d ami 5 a>a d3E°d3�db mn3' I, •L ogg� Sara spa d AE T eN 5.1t m t1 q ti5 Ems Tu� s d�dOda°o aoEs$L,E"9 $O Yam°'y A' I;`C� d g 1r m S °° ESB*d$E ° �o�cQ�o8C do E3�3o 03 ad °orE o 3ESawe y>.°FOO °yd`s �E°vq E�da°c _ _ 80" x4 a 8^ad a 8 L S �° LXoiw gJa�°TEn C$$ aTwESaJI. 3o�EE°88 yO� � Emov� �E3 a�1�yYdc�ocoxS=m5�g�„m^„e md6 w v � M In $ d SdY fiEd 400 ood �'+�mTiYL E$ u u O ° - m S �A•�m O,°]p'q .. a��°7q O �mgm+:wgpNOmEEwwi„ Q,G a�"�i .�. �r''wF d3 v�0EFq G Ca '"E3,LdEoo m�vm°d°o�'�� o6��3ms �5�5��(x cNB"OZ Ees"'>wEE,°T�.m3 o a ey DC V mO�o; °•3> 5,-pF Y4�V'' QY7^J a."a, e°` >9 °'^51">��0 y�'oaA2 1�. �C 1�. •°i awl —m-u 9�.^4 O m S m 4E d g d i$ d ai O r0 m m d a v a •Aa U S V Ea > m A 5 W m & W 0� S m 5 •°.. 5 5 a v Y v s if y y y• q Op d q d pd d m• • y w q m. 9 a d 6 d 0 J •� an d — 0 0 � 7 mcu=flt°S3'�w y30mAo6 t�d ma�>a ad4N L'0_�F°u a! �;; emqa 0�,°�j�B Noo d4 0 E4d AE°maYSEc EocO A mEy d05gdya0a OwJ m—YJ E u5 m9inm� �Eo 3da52o,rcu•a'$ n`�7"'pE� 3'6od.dc�°. m> d..,yd S�„nq,.� ;fl o. ammaciOC.� LS o5a mVm'yEaa4Y^a -0 diOFJ,� �J�+5ea 4V JaJ�EdiMDEa ry5Y�jJE �mSF6fJ d°O" mY4im .J.'yY 03,o'., .ae Ya.Faj 6�m0d Fd'G 0~'rd.. odG 'Oy�f �J 6ma,tlJ4>Fr7o tam o_ Oy °m i. may a4 r eqL J YJ e•+AO d �pp?5J E^��•VoV yp�"' �" a;= dC r. EO 505 C.J r TmM Fd_a'�. .�yu EOmd 6 yyaW wY a' Od0 n G 'Omw q3 r yti�0 e.w 4 a. .c 'J pJwL wEJm a3uO J�. 0 0 L F am d c((,,�11 4 _JaJ• O OI•p O y•gym Lu 7 G?yF VGu Eq mA E4q y1 Q _T°A AL'o x 3o O voad_mW3md I�Lmropy�J51q Y.� g5°a►�aE $ °ai'O mmxm 4;r =I WA'+C .�.y. ym JL•i L. oV _�'n5'mJm G''Yy'O °C4imm4 v 8L4� Jr3yYJUr—mddAw Ym--Ogmop`F]� dd Y�EwoytlgoLAOmdo��4E°»Ema o.dmV b CJV 4q N�nLm•'«-577 d�'O mG'OE �4 YY J E a J 3 odddp ac_G5n S'nC a dE�yy3 d3ng9 «ppd�Jvm°dd9 . V FUEF3p�JE4; "LpEn "�a0 rd 'O dG mL O Y d Y o K m �'°OOK��i"��OJ+.Oa°; t0i" pRm 6�dm�a 4'0.4 (~ 6A d'md:QvOc V��'°gd�Gp m.m.•a<..v O4iv^bo �_Am^e�'�d" �_=,F�jm•EA T� mmq da^G... E5T^mo yC$, �.•'" 't4?. E«+F•.dC 7aaVgppa iniT�4 dVLyTm OA� W�4M�CL ,°^°"Mm @a YY 0 Arm d.� amJJAm47 3naO m.. m J wm at mq mEd m uJoa dm Eon n .L.a'O a6L gg p N m t•'A m dL LL0 Kd"'q nd mndyd �ho0Id•,° 0•°CF mrc�dy m'OCJd�r Ed 9I tt6 E St WA—uJu�.. 0.A q mQ5 mw7 w•q a0 «� d0 yaAaJ GOd�'O F'Od Lm v G1°. w atmO°mTmL O �. ..m dd i 9 T.diV W5__'� dr. •°d5xLmca'E $Q 9••o�md �'—�5�a mWcv mTm TV o$a4igo AL - �mUF4 Y4 GL.ddr'mmMm O G •mar�a�L a. •.. d0 .EcmEnd C mL dA •-•" L 7 m 4 0 0^ O m U ^ O J r_ u m O OA^nEOd Y TuY dNT m5Em, um a aA'470d dm ^"� O r,�J f._ > ccL X .. y7�.• �C�(�j.�jm A m mUm d'OM dYq"U �yand •qq' q°^ ma 00_. XUUv f"a'A�'YJ mm9a0E5 �d0 %Em Cq J TOG mJa 41a7 adi�q 7'L' F 00°�a d U ^ 00 g 4.20.00 it-�m'0CAdtg7 ma ya6{m.{mo{..� gQ 'CdC'aci3E5ov❑ gdmmCCa°.. oo ,°4,mvdy Emomo°a�yd Q 2mm'am•05 ,S 04gmOCmm qUd Ev oqJ m nyLda dq CmA u mU'"idddaP VT.4gdm aLJ4F m4Y4 I FY� 50dd0Q I °S_55Ed ii 9E�I U2 V_VLv a mm 4QA•„''n n O w 6 E d 7 ., d 5 E § A h wq �0U 6y dd rV5 ~4a Cad �F�F �maoE�'e�p > aqi=7 5g7m moa.A., as pvi m�� N OF U. .,• Fq ...- mmw:m wEau24 di�7mJ�s Yd'n ��E.•• FYd7�•y m T5L 00 •0 mdnm oJJJ R m� yOdpJ.dp .Am $a`AU°id.Q L�L �m' E$L5Y0JOgN RV m '°J ,o AE nmmm pec ��-A m mO°w'a m —Yo m..> yY o— m40 dS'm Vim, mad5EEEm�do�Eava�m�`��O=Cv5E^o5E"OddEc 73—> 5 LdL C i>7.�9'`•C tmJ a_ V__ G"�i E_ w.4.,Jsd6�C a. �i5m a d Y d v J 4 m E r 0 0 O y v mh QY mYA Eamm_ bmEY nm H2J \O Oq'O m_7 YYYEm ME..YJ • Sppe �JF'�$mo ag >uu$ 8>s°=uS$ $�$3 .3s$au ve "o3$m °099° b'a6r• til 0 3 °$ 3aiy oy 8 9 Hoggg°nLh�!3wm g5 505l SKr>5 A5$cp�E5 ��c� u 7g e. iVA o m wo 9 E Es°'a 8 is • kF d mjtff «tMIE o9a Y goings 80 ;s L a�9 5 08093 9 "°��" 's°'3�•V`Nd�°d9�e-r3� mai«il«a�e�i�"37m°� cH5 �$ Y O Li �■l �• od77 F O Y m Y Y Y F O m m 9 ^ S $ Y a F o °yo 7a « w �c yEo E�'° 7 8 _ 9 _ adYa0 al yS�$ °330�078o°$ a � 3a88�°q99$g rS9�yg`��y$5 !�g 5oa.•g=REs- �5$?�3 8o85w�3'5 Yo $saF�so°w, 89o°° aaa °gsF=�a^�0-' 1 11119 t 3Eea i3 'eo «$5 oe9oQa'•3Y Y�g a'e5 �r �o 5E5 4kYg$ �' F.. iijfHllftl!fjih � oSLgggQewr so$3593�°O$�'S3�a� Yy_nR 0S`«�°os>°�sosS°3m�939^mg r C4 C 4 y = a 9'o3e=gomAr' 5$a oeYtlga5a�, �j E=doA _aaE85 ° golYFa F1!J1I LsB°X33 a5$YC\2 V °ti m6 g?, L °rog `3u 8'v C .. im 3 dr Yo 5 0 _ =apa�F9LCg $°.:5044 ag$ 9 °° Ho op5 eL sRyd[Fm�E e9 aS0> ro w.a Ct6 L $e anyy. $ 8 s Ry�R 2EaFL tl1e $_two aig5a°gYHY^g g�Wu ga xTefso, r3No8� oeiuo:w °�o�g8y= a °ma8e S'53 IISH,L 3YH8 F oE .o wLERa 8 r R °�9 ayc`0 a zest °� ^SgS��ga9$e8aa�C�e�wYa8'�5'sasm°a9H°°o°°$ I i8q"qppY °oo`3a Bg ° r w °� yY0 ga2 to F, �8-8 0 8 FOut 9 44Lo3a°e .�00mq �8`�a�° R�pgg"'8.�tl5G 0—a.m°Vyk a'��ay5 iu� °ia �R a6 70 ��o'v R 5�y T�$559s oo�n 88 9— L HygL3R$F E58 '583# $6 mao3>;8u�ags5 gy°` tl.1Litl �1FI.p 3Y 8o5 pEq °.•^tl 9q≥=eUo°p0a4 �oeL5<°u 3egf3 °w�ey T—gu pp�y g�+Ya e_JSs n3 O5 a9� V r1Y SeJ OaYo �gZd Gi: °�"q FyYC3YF y'> sl�Sr p :a-�..4u't•RCO�jt 5O?CY Y ± a g O 5?d C 9'a �� IId5a E9 a: er p. �;_ v and TE L u aj °1�. 5d— 0 5a/�(g p+TUn$ E8>E 3$y,9 0 em8 �$ EL _«02� Eg �5 •� / fd � FW VF vo `V T eO�ffig W 00 '...� K $ R Ver W •mj °� > G n �:u mad e: O° d 0 ti C—°i m •4 Q u i d d L� a 3��� Q O B R m u d S 58s � �;ae$snu Ey S ass $� 8°^5qoS��g '5c1oa Lo5u E 3m$8F F Y $ ID op �5a R o3� °— $JY $$ 8 rvag °ca$° •� 0o.0C5ucOC ;L a 's5° 30 g�$L'Sa.q ce a r°o3 .�.. ro dgwo $ ,peg .. d,>gd=< L3° a °+�. o�g `'~'g�du$'� 56« 30m3� °� 0 $ mp P as $ggr 5� ° eR`o3 Aasa��V�5 98, o9.go� 55 v °`o$33a k 8i5$° ° �5am $� ,,; '� td'yo$;a otn L E .L,o i• 9° .850F8y r hers ^9 7 $°R 9m 97u o a a5°SS"$�r8�e5�3 �a� $$Ltle°a EVF i' 9Hp$g$tlr$8y `F �CLdR Ydd p� r>y uE�y ••L 03t m im (1 mV yl o d y> o E fir• �+ u a Y 0 8 E ..ww Wp L E d t r 4\ tlFm$�LC Ce Y`.n {J^a <m,e O€y'BrWdOR�py5F B3F.LRO N NVe%rm.e a U.�m PT -e or=30.0t }} N 0eTe� h=�' > >$E'o3 Js�+U'yRO`doYtl'u ... ys Um>5o p``Yga�prcY qU= DL _. .. __ xM dytivy r �F 5 Y u . 5G»>a x o f -O —L a^ _ �-� d meSE 6m B 8So mEd9 Lo Y mYY pJdV5em �F nE3 iv.e°�$ vLo`ov5 B sas m 8 [j5om ��oo c«3d $gym7 Lab«e;= noa aged Lag dm. L gw N aL i Y_L m gaL oa aR o a_>c$a egg > L8o ro o=<Y5 Y5 �Lv—o5mm— pmt— mpm vb.! L -S°— =v6 3c.°.�o 3mLa'S ,� dy„T,03�y� �BLv5a rU TuK Ldaa Loge x°� g5+devv `-'°4rd3� Los "d 3`'F8 K O p O .. 2P ° c g L tl N L L R o_ B E 8 y F m° i G e e Y �+V 5L O�UYjO augLyn yc$L9 Lm5"' CO6 dL $:5 �6 °�di a$R dm L�"pE `�•d�L _c to e e a •C8 5Sg"0 r 0, uEe a5 5°° uQ 6m3 5"aaaa $o?: say ° oL5F $aocg5n�fiV` eTrgt tc>�ELma�c$a o Loa co •d.$e mvm 5�cLmo mao3 mdZ �t ° =R0$— 8a�cBavv0etc $$ exit g— o L e m ^m L TNc L"v9?5a s3d8ed'p.Y--. $5$Y 3y g 5`$- °€� 'omLEo Ee5 a'R oc5dede"S:p?� a$5°� tor Ba e09d�3:omm meY'0 m�F'a yg`5�9<e Ko ey. $ mt ���Bg uY Ea o3 `�� ygo ko�5 �,`, d 8�a _upo tlaL t =oF Via• -,Cg 6)77g nv_ 6L �x5g955s�$yracYE$`� E EgBL 3eY''v Sae°?oo d2 6 •,uocO�F <F cL0 > m7a F�=S 5c ° mL d` O�Y Ey c yOg6�9 tlb�No C m— rym . ' O g aJ' Y gR dO m A d Y Y m e o �9 g ELmE°E "eo$8 �5 $ m.Eoa.5Yn d eyg°gu �$ Y QEc ,.� m yy 3 atl a L SS.ztdt�Om a co a gs dR du u•=.d.0 'q'„ f �e�Y my,e TYdY Zim�LL yy Owa�dEmrp PLC .. E9 e5 COO 6 Fe G 07�6C VY d0{°ltL°$G�w d,y 0W 9 CV.0'ev wY �Otl Ruo m.J Ii jfl >gdmR Y-e5o 0: °- E-EL�8m3a 0 Lo..E�Ze 05 LVy�V Y. egeLB Ua$ov>Ki�C ��Le r`�OeFE°'o d V --- E..g53my?..c 0ed,°a5m5 N 0.:. uONm:. u6 � apr tlSG 55py $ $E000 maw OOO rO. O...) n I a V w Y 4 4 e $ = o , H N � O v W =p a 1. Jo x =y{ Q h y m a N N N W N. L d J - -C- o .t Y p C 0! C L w • J r S Y Y y d J• ¢ •+FI- if L •Y q Y 0. _J < _ $i '0 rmj r N W -- m yO. V �yA7i SW < O QV ~ vh p G m 2. W >•�iH lO -• V t ..-'_ _. 4 0 - V t _Y,„ C J a �y C, nv 3 C m Y .' Y j mm TO M a x Ec ° e o •Y !J O w O N • s• 0`` $ C Y • ¢ -X gYtiY P O .c d _ ca 'a YM.+.A 1... -a q• n 41 n w qs > • W Coo M O y S 1 yO a $ C zC q<tiY 4 Z _a W K> C K .-. e O M'• .E 8 i o V `� w �! L C I o` a c Q Q° soe� • O W¢ U I M Y. 1.C 3r J Ca 4 U4)e ° p E O OWWW aY g 4a- 0 L q Y u LL HTTT N E N S> O V O V Y NrtiT W JY LY O mid Y O p <Ymw R ^m 1, o 0 p L i C> U L� 6 0 0 m d ,� S O .. G O — Y p _ O o 5>5 L o d o5 d o c Y d� u $°y nwoou.Yw,m0 a" -pp �s r ndw 5y•' ma o3m$�t g�At� Xp W d9 a 5`o m3e5EE te��E`o m o �, �' , nG s 9JOroy�°y•+EJ�m E >> G � 60 aU� ^F & y Y O vrm—yO—J O— QQO �• m q p DE g m5�5ES5>piE m:.t �� �wt Jxs 2m &Y•Oo �a be o .. YCCE c Ys=E YUrm obV o Y" $' < m6y000aE yS—�jY .. A II so =iurd G�aV OS YtY C�i5VO -°• 4i EJ y� •�Mp and oa ��m q�p!y�G �.G�ra�m �[ 2 �J9 Y=yO `o O t°1. -y ps7�S YJ ° �7 .^imC C:d €yY d^Gd"j•"S0 2Aa99 • �e �vr99> ss m�E0� d�5>i°5e7."a 9 a� ..r FJ y gg qy9 p 7 8° a V 0t5 x; Ea9iJaa�w�v cbE �.5�CGii ^�O>•JOY 6�+.9g G6 ° a 96VV0N Doiuo�W �3 O Y�dddtY � �g of �m 3J 5..g�xD v �ED°edm m _ y 6 _ y o E v ..o •' 2do> o ? .ea— as m o V "$oc.cEYOm am°1d$5 NvzpF -.°.i 9..gya E6g"� P m'�• OyY` wwttw 6p m^Ks y5�n9 .Y V0 OY YO `•0 smycy^' w Ag-L°+�=0�+.� �L Y�•g ,5� a rt�6�t YtE5a6°c�mD��Y6�oK�m��tGom �t�"e>�3�om�oo�e Z CEPQy>q�•a°drJCO•"'r YT. 8� .� mG y J p Jp•OY-O99 �• m t°Ja�e UYjC cc 034EOG•YaY5r, Oyn yyN pY Y,S°•y>.�—p y�-.n �a6en'Ol .n dyh �y cJ�T•y'°V_'J m,y,rq��'OV '� 5S5 v'$°ct�>rmo75�EEovn°n�w3cu3y�kwt%1i4'Entv°e9=ArS °.EvSEW= = od~55 5 r D�.._,,Y mm . a O V D D 6 O w t G 5 t '°s'mt Zap nc Eeg„ �d�� .cc �E DL q°i YD•63.Yc Kp:.E5O OscKmm nil Dd Pi>.avCU Ec° cn�W. �5 YCt is V �y7 uEoo2MaO 1'`Tmu mY0•a°Y mit Jv aw= ow mDY .�•O LSD EO •.•Vtd p 6n�'•y OOmp mdtpra�5� 8s;9C Mry60 assE.•959�' (Djm 'qpOdt H Q d y E o S F c m E aYi Y e c V' t u C Y> .V . ` Z 0 Y°`• w O O u$dgwoyE>»�°�ffiu $>�m Cu3�'iY en9`' w7a'd�E$Ln oFta Qta pv ua�5a �I, 5npc��°c" °� dY�dut al F-os°t`orn n3mcY?Y-?ova on mvwwy ft pOJO Q 8aao>$5La`oo`-d�dtGo yEsa o90a�nt5 w�ZG$E�5 n$0�YYIQ 5� �< vUr W w d ttc�dD�da•m mctr �"D:5 mo° `owsE0u..tiEo.cpo�.m - axa TL� t= a e3 6 !—�_ p yLY' �.Y n•a Y e CE ee 3 CpO9 Y 'AEOE Na G 0. 5uD..a5�L�aL—YSY,�cg=CO5DYYQCEEpGC' re DwYriE�r"`=aY3JmY'a u 0 Ga t— 05>C't--'•°cmp$�°z>p•nY—o""<EmC m.,yo.,nY my y2t E5�a N ',EoYYoao_=YmnEC3-u$V $m.b 5- » a'•"'[ d` -m -m n�,�I-.� '0vs9mros-m LS'>E Y m F] I] E I Ii PC ] k |. � )� \ # ■ 3 | \ ( !§ p. " )§ !! ] � \ & ) .! FD i § It )� ) - f) �| C 6 e a a 3 N II • .t L a C O O J V Y M a O LL x C 0 C Y m Y O C Y / O 0. o. 0 N V 'U m K "_ 0 I I !J i ,[ r I c1 w 0 a I i•. C u 0 O m 9 W - a 0 e a at 4 qx i j N O V 0 E op V O b O Rn 3 U L '' a r n t" U ' Vo p a xs By G O 6 ttrp O G - .Cma 00 p. m� - r O W m 5�E C i r 2 W 2 mya •? zE o a • w V K m n m0 0J i X K m 0•C a. D� jp a 00 u -- t. �m �g — ----2— - rimes o N — m N ib C •• y IL r m �! m m — iY • 1i d II 11 m M o 4 0 a p. In Jf I, 0 ru O N7 N M N C V V 6 .`ka�tr End &o EE oX ��iBP 5j5kg^E'S9L'JAago=5o0O • P oo Iv a �u uOs O LN Y YY — u YCOJ $...tipp Y ymYY mZ•yu u 8� y5y >5iJ y S 9aQ d° BYa°.Y a0 0 >d010 O r L�3aO0o _EY$8$—r aaa0 l7" n o aL[rj 4 259L�b ' 41111111�ad�a.°$y o Y<aerd i 0 ^ a@ m O u Y -7�$r3Y X MtS Y Fv O m - '$Y5Y7{95�!E=yY^'eY ^,9 e8•po`�� y'a�E$6$B+r.3��iaquymd��'•5U�Q9a /$a�5gjY$gYCJj`C�yq�is� 9 {raj r Y ��.yda l��i GE��9Oa yd+ Ym a p'4 =6Yo .u,�$3�•SGmo FS3��•pgg �.uim�ef m .. -- E09o4Y8d8.'g sm 55°s°6�G p�g�$9�.5e3 s°docgdt0ogYeo@ < Y .-. p u Y T O a Y a g O vq L 8 Y .C...N CJpyt B �5mayi� y V r my5..Y.8 dn Y4' OupdNp O 3 ti$ 8yy o�=s 3>yyrpC v °r9k @o°eGF�osd.�a Yo a' "�'Y5ea�L�°°S+t. ti F � o@°m'a 9hma=au@ ey,o8..$95= SS'�� 5@Y ,v 8E5 °d$°j$�:' MIISOw Cia5a:L + .. yEeu �y�e o° t� dem�E5d�o.agm � Sma En�sota3`�rn.Ca b��QEq`pyyypppwo�o$ a �. <emg�3�a a$�arrm °mago:5Cis °`K85am°A@ g1a �=E°= EmmL�nCnd4F= x" vd8ui: =°IM 12 UOOv �'Yy u Ol..9.sma dyy$„o aomuay= u�u�'dI u ��� maIo H$M�; �9 L vOci�'^uaC OFm Or .. .. Co �aEu a�093 s Od 0400 Z'o��%4Zi }°.e n_T a y��Ola '4pC61 —E'� O=L to =o b� m�m.iL10 E .1 S E d= E d Ta� t " u u, U y L9 gr� Y r O'Y 9r Y d Y� d Y Y u d d Y L yy b Q p m r. q$m L da>a3g d °OS °s °y ^^aYE'O °�• T3YU LJnv W ao�;Sr ba 0^=da oa b=5 Ssa5L�o m g O f 9—p kL y S�— $ dcvdajoU f' YooY� @[.. Vmig—55?vaLa=teE�a'�L`@-+3'�9so°cde 'v5w�y''a K .Co cY aia yy�� .. @ 9,.+Y s� Y .a b ".S"udd �'3y= y �� v > YAp OG E5. c e SY.5Q °ofaaEeBao�$Y ayr5k�• e$ = A a+ y fiafi e�°� {•l' .1°� s IJ Y Y V Jm ≥ ggE° �5gga y5p 15 o50K $.yd s7 IiuIit'L'T WRTXWe3 .—°.°esE�ft82 it =�ooY6dy$�$8 pvao a�c aUy cGs 9�pL'�ts:°° '$,m`8d �°a'T_Gr•°� o���ii�::, o m g jf1 $955 8 3a�ps fQ��o ypaa 8 ' a �1g�' 58m\Lv5^=sz@.'0d, y��'^ C.yd+a>°i5 aTys Ycbi°�gC OE D pu3c5k OR ON""Op ^O �Q���aS m.�� d,ti tr=y`b` °c4l$O Lp auYaN LyY�aa�u3 a'L yu a0•�a0 Y m9 o Y3L O'[` stll ^ +`O =�j� a `� bo $l. 0Epa O = @ 0+ O 0o i d[+ O�'• m 5 mo �l m•. .y, .,���" n u39 Ybd�=�.�y �9�g��95y3m a Am 5'a �oBu�5- ... .a 83 9y �c38L oe ID c Y � LLFj a b0 mYu�Bti wCm .�Y`Su` p Y�Op;O O tlM s _gO gf amc ^� iIj r� � �-•�F�`�m.. a: [a.5��5�• 8C �s'tl� Y'"a3 tl�l� � 5o Gi35 cg ANA] .. I S�Oy d dO ba I y o _ ��I __: u MO� �umSm Ga'�•-i O r qy < 9Y hla+tlu as.i7 I �� I �.a = 0 OWE"�yEaBL?ac�5 o 5 k�85a$Ea�5.. 1.)Y s$5o �'e o =0 oUU, 5 U. $E=tl�i��qq��lm� 8 8 lwl mlO7m3dvv3E aa`�v3F• m e E;m m°uc5 `v am.n3 C W 0 . o o o o c p m°�• O d 9 V a ¢ XEa9 m�'O^mod—>.a y t+ a I m� "dayHEgI'de V OO full LI K°m d�`9�" _ U 5r auk oca5Ee ..-. m 3 m •• .. h 0. y o y G b B •° = LL rim < mmO�dydu`o8'm r vEnB::��mmaW� u C'poo"dao} palnilisgn$ 1'q Xwi 4 0uaais 3uataalnba; 0 SJ uam 0SB uaV1 slat Sou 43guauis 6O u a aq J nnoOpau9N .. 4p ag 431m 1OatY�tnba rb no partN J 1 310N 33S 02 R X ► oire 6 0 X X 8XB BXg H3 AO I I 9X( 8 Z U 0l Di On 9XF Y BYB 6 BX9 01 dO Oz Bk9 9X9 9X9 Y9 B 01 91C0: BY9 6 B19 8X9 9X9 9X9 Ol d0 f9 9 S1 SIC Y 0 Y0 6 9X9 819 9X9 9X9 gX9 01Z10 9Y2 G1 dO S1 9% Y BYB ► 9X9 9X9 9X9 9X0 01 do 4Y6 0: 01 011 C ip/ Xf ► b ► '9 01 E 9Y2 Y Oks 0 9X9 9x9 9X9 9Xb C1 d0 9X1 21 O1 do BYZ 01 do 01 Y --- p. baY ► 9X9 9X9 9XY bXb 9X6 8 01 01 dl C ___ low Y X Y S a 1333) (N1) (1333) 0. do r 9Ni]Yd5 IYiNOl1N13 3 911107d5 Ills 9NI3Nd5 01 d0 O1 d0 01 dO 01 d8 C10 (1333) S IBtlNOT_ MN_IXYH •1B3k 01113A 9N13VdS 31333) 1333 How3N1 30 H1CIN 421SON ON3N1 w 30 OW C(Wflfly;$1030 c 0 `p (aBjvyl.nS 1) Z) fsd ZL + H X S2 Pd V 3dA1 II CS 3 . S1N3S31o03B B3BHIl HIIMININ -- 9NIa)HS HON3B1 a3BNi1 0 _ 1t) 318Y1 A^C� o a;5gw E°a5"r o w 3 $W Y C1 a Y g a mr YVrmmm Vr E ° 17Y 9.. ° mvl L,« �FEe mt�rJ' « ., rJ ° o .,>g5 a 8 S' his 9Es �,w°o F CC 8 m V 4 m O n W O m Ta $ m Ml v V �g ��a V..a F3S°y .. =«VYF5b P R�cgm w > V tmS OC : ggam, ..8u 5Fs ,gE s N ma � a55 yGGB t o�g aLZitd w �o 9 E gDc uF+ s er .�.r a umau S «V a� F igp y y gUlm o9m"'° 8 E�3GSg5SA p 8' go � �'E �° AC$� ^I g �Ym mcM1 , a 43 ! mao " F:i$' OW `O°'J'aTO a a..«°p�xBakao s.. e ag 3m��5m 'a :mmu FvO9: .. $BE5 ao we,m "y by as ,y $ l�FYb: GYYb�sN 2`u �i��_OYd LG UU GmYuEC� i UO ss W -'XCFt +1'°y Yu�O.e."rro Sm3 pp, m�w G"F�' Egm`ami r±S Xp�XaF y 1qv8yy 8 A G �O`mC Y 3 > E '� m F F� aai a� a Ok Oa. eHc"�nUQm M..X«uoE3q u33a;585L�m^dmw $,tGaGm Biooa���Q$uo�so 33yyymmrJY �tili m.�m7733m li �_ m•gg.Vm m YmVtm riV^.. Y.. t.� y r E Oqq 02 F rmY ur V i ° w NVV^C.9 y�F 22 "2 Vm«ZLa 'J EY'pa V,� yVm Vt�� $ 86it SEOH2 S gr3 E.. a..m a.. am mt 3 E 05 EVUL50m.V+ 5 ..+a«Ta.. $ Lo aG C omC a_T mpa ti C a v a b OC Y S C� t T TG L g$ U fi Y T g U G wFu Od i ?s° O �� c0 it E a i 0E t 9� i d c as m pp v .+ a . u 0 � Vy bA',=y ti V•FW+ >y"yy -. « w V Y.. n o Ny pvvv9" .,. k �O m m i! e m r ,.. 0 C g a: m •u $ m O; E V brd� y mi.w0 V mTli. Ot qj mq�«� �m19 F. yya�e y$t..e gu.,,m U ob L1 .,S L't L� a0at v >mr 14>; c Cu;s G„89 Cy�� -I dad x° u sE F K a r j9i L m IL c" �07o «�'an �a� .ar m 3°L °:° a�iis $4 _ ! ' 3 g° G„g0 a O F .L�a a "? a e a. og m LJ r..m V u BO ..90 V«IaO mrj p' V.,pm % .�r 0mk xOom x.20. Xv AO�6 mamm m.O Km m��em qE ..�u maXh E 0. n p r5me� mameXi ..EGV omn m2.O.n m`:≥n Et�aE XC0 a�wv IC 1 y 1 ym -'WW. mW mCWm m'-OJWE< WIS u p3 M N V 6 0. Q d A N r 0 C C Si 9 i C 7 C O It O C 0 S C n Y Y u :i J Lr •pooh in; paln3T3sgns oq 1m q 2ualge 30.TuATnba ;o saagmsm pa:n33e)nmvg as •Sad 059 sg3 seal 300 g38ma13e SuTpuaq Y g3Tn 3uaTeATnba :m men naw , 1 31AN 33S or H3A0 I a3oN ass I a3oN OZ was io 01 aa5 91( S L11Z1 S 01x01 OIXB 01X8 Oi18 0118 9 S1 01dfl I a3oN aa5 I aloN S1 aa5 91Z S tint S OI10I 01%8 Oi%8 0118 0118 8 01 01411 9xz S MOT S OIXB 8x8 8X8 B%8 8x8 OI g - 01 an I aaoN aa5 9%Z 5 anti S OtlOl 0119 OIYB OIYB OIYB of 01 Olin 91r S rtxoi S OIXB 818 818 818 8%9 8 01 OS an 91Z S ' 0118 S 818 818 819 819 819 9 S Olin 35011 1334 ONIJYds 1334 7 (1334) L a3oN aa5 - 1334 3ZI5 0N10Y45 01,E OL an 01 in OI an H 31 JNIJY15 'IYZNOZIHOBY1g11Y )NN11YN 183A i83n Cld0 JNIJYd5 (1134) 51HOISdf1 (1134) IL1N3H1 30 HJAIH 'zIHOH HON381 53]X88 S503 d0 asazis HSd30 s (aSaegaan5 '3) Z) Isd Z[ • H )C 08 a a J 3dA1 1IOS S1N3N33I➢ 3X 835WI1 H11NINIW -- JNIXOHS HJN381 3391111 C1-3 318X1 pooh :0) pavn3T3sgns Aq Lm g38uaans 3ualeATnba )o saagmam paan3ee)nusN •1 'Ted OCR Urng3 88aT 300 U1BUaAAQ Amin v ,, --------------- 1310N 33S OZ 83A0 I a3oN aa5 91E S Lt$1 S OlYOI 0119 OIls I%8 OI%8 01 OZ Olin 91E S ZTIDI S 01X8 RIO 919 819 RIO 9 01 Clan 91E S Otis S US 8X8 8X9, 819 919 9 ST 01 411 1 a2oN 91Z S Ztx0101 5 aa5 SI cain 92Z S Ot%01 S 8X8 8X8 819 819 BX9 8 01 9%Z S SIP S 819 819 919 919 919 01 an 9 01 Olin aa5 9XZ S OIX01 S 8X9 8%9 919 919 919 0I 01 0140 S 0i%8 5 919 819 919 919 919 Olin 91Z S 919 S 919 919 919 919 9X9 9 S Olin E Z 3S (13'dd) CNI) (1331) SS at 6 9 y (1334) JMIMS 32IS JNIJYMS 01 an 01 d0 01 do OL do (�1) (1334) ONIJYdS 1YINOZIHUH 318YHO/1Y WIDCXYN i83A •LM J SSHJIB (1232) RJg1n &0N •IHNIDvas 20H HJX1 ° S3JYH S 01 d 10 as H1d30 (a8:eg3:nS '33 Z) Iod LL ♦ III So - e d B 341.1 7I05 a sliacIznbn 838NI1 NNIININ -- 3N1fl4s HJN311I. 839NI1 2•l -J 319X1 'I It SI I I II I I ii I I V ']P0 OOSl1 P Inaeasgns eq £n 438ualga Iualenjnba )o slagmam Palnlle)nuep as 4 1 Iou 438ualla Bulpuaq a 43Tw luaTuATnha to.171 sel8no0 e O. 0 131ON 335 0Z It 83AC 919 N a]os S ZIYZI S aa5 818 818 819 8X8 g1g Cl OZ 9X9 S Z1%O1 S OI Jr 8X9 818 8X9 919 :719 9 01 9X9 S 0119 S axe 8X9 0.1 do 8Y9 859 Ii X9 9 S1 01 an 1 alaX 011, 9YC S Z IY01 S aa5 d 9X8 9%8 US 819 0X9 01 SI 0:x9 9YI S 01X01 0] do S BY8 8X8 9X9 ax 8¢9 9 C1 'P OIY9 9%C S 8YB i B%9 01 d0 8X9 919 9X9 9k; 9 01 £ 0 dr. 1 a lop 8 ' S DIX9 $ -S8X9 9X9 919 9X9 9X9 0; Cl I r RI, 9Yx = S 818 S 9x9 9X9 9Y9 9Y9 9Y9 01 9 an 01 Z]Y9 8X9 s 01 an Y 9 9 fliC BY9 S 9Y9 9Y9 9x9 9X9 qYl' 9 S Z 3s07J Q7]) (J33a) an 1934 9NIOYds 3YI5 9NIJYds ox ZI 6 9 (1333) 08I0Yds lvllloz 808 378Y11037y Iu1811vw '1a3A 01 an ox an 01 an p1� ',I8y1 d1 'JN17YdS 1133!) YI NJN3a+ AC HId IM ZION NJN3aI C o 53330 NIO d (cc is 30 O a RId30 C (a8vual n8•IJ Z) acd ZL . N a X S9 • S;Na,n]n 31 838X11 101NINIY -- DN]10NS N)N381 138NI01 � J Tavz HI C O 'poon ci pan ]11sgns aq Rem 1Z8ua.ais2u;pu quel gTTnla Jo siaqwnTnba 2 pan seTnu0N .a 'csd 7051 ueg3 ssa; leu 4g9aa ns BUIPua9 e VITn qualenTnha qo sT3 sei8no0 1 AWN 33S 0` 83.10 Z 1X9 9YC 7 ZIXB 9 9X9 BX9 9X9 9X9 9X9 Z1 01 OZ 9XC 9 OIXB 9 BX9 919 919 919 9X9 01 C]. 21X9 91C 9 B%8 9 919 919 919 919 9X9 8 01 01 a, • 91r 9 £9 9 919 919 919 919 919 9 S1 Cl 01X9 919 9 0112 n 919 919 919 919 9%9 ZI Cl A S1 8X9 9 axe 9 919 919 919 919 9X9 01 01 dli 9X" BX9 9 9X9 919 9X9 9X9 9X9 9 of an 3IX> p5 box ajbox 9 9X9 9X9 'ix', 9X9 9X9 9 C1 71 All 9x9 SIB 9 919 919 9X9 9X9 9X9DT 01 Zi d7 9X9 319 9 9X9 919 9X9 91, 9Xn 01 dr 01 BX9 p box P bag 9 9X9 9X9 9%9 9X9 9%9 9 Sap ioN 0;. an 9X9 a , ba8 p, ba8 n 9X9 9X9 9X: 9Xn 9X9 9 S ION lop 01 do 9 9 S 35077 1333 9 9 (1333) DNIJVJS 3715 DNI3Yd CI an 01 do 01 d0 01 do 01 all 9N1JYJS (1333) DN7DVJS r1N02110N 319YN01r Nnl]I YYN 113A '183h '2: a0N NJh381 8; 0 Ollf SI 111 .I S3JY98 SSOND 30 •a (S& , ZIS 41d3C a (ab lavvr5 u; Z) le[ IL• N X SZ • d V 3d.U. IIDS Sl.l3'r3tl1: 38 savi; N,7NIN]N -- ON:80N5 NJN381 93BNI1 I'Z-) 31"1 _7E fl j bdtw o"5 Y YYa qqm> � J� J O Y •, J Z• O J ytsa°�$ Qepg�pS�B pC m; J o a\ • y Gy y Y .4 C O q Y Y •JO m9E Lm °gon b`JZV G aaaa888JJJISO e o v J Yl Q oBS�os8's$, a��gg �Ea o�o$Cau�gE J OQ O K> a 0 L a'Q J r Os'°5'«IIg 5: 4o °Y8 Oc '..Y $?J'adm° ado °o>aSo1Ei4 `t o cy-f-o BEyd ��a'9��'e�Y.°y� LcvY uy q�ro dko 3pna ��.aC�mppg�G p„Yyon^Zvp�36w^Y aE6aVLOFb W e�YDaV �L'�Y CALM ,r eo 03��oEE n96'�57�,de5de=3tosaSe8Eo5d�d0 Cfl v Q.{ o .� Yovs roEoui 9 E < 3 do i Yg °88�m�&o a•�a���S s jaya8p3aiy5r8� ad at 5, �g $ X906 r� N L�SQ �dg.rd7 7$0019 qq p dd �LY,�a g Y g a O°0�$9 =[°+�e�,e�c $3 5e��sY$o�.r3Y9 �ao�;xa�$d°°;a8,"c=eIIp mo91�-oL�l�Y acs ° e � s �ev.Fa >t badsF5c`H°EEt Ed�9ESYY YY c qti coo a-5.80aL` 6Sm •a$y� «J�G'mHG�1�A � YuddY? O� Ya Swo QY�o Ed.."�°Y$o'�iIIYL'S� rc9 o A Esau.°.67� •9 'go"°.C E932 OOm �'gards. oY9yd«9� g RI6oGc«L JrYY�`+mcYci 8..,° "�€on�oeo«B E Eo E« oaa dL?s �E'° ..a YOo.aS Ca.00,..... 'Gt�u°Ea �ma�o €≥��om'.sYar ,s° .sY.° U=Ode �$E° �o;?�c�e agig �EE �Emg gcm5m G°��Em`Wo$rG°v�oo `o� e� mdK�y°�o c$°� c�eaBoa�YEYE 3 3mjro.c?�d��IIm �EYg62fi$ L Y Or.2 �sRio `oaudti ?yE q'oy�Y"YOS W�"s s sY3}a'� g'o°Y°5�= �eYs sE= °[[..'SEgL' fii 8as�maJ Q gg0^�� • fiWu�05Vow." Y vFld Yd3p `' Fr�� 3°r''s dY a "� ''� S.am. a�.sY,-°gd36�� EIIf3sg ;dS��? j £a 5 ge `o hoc o�LyF9dSfi@�dp?�g�d m8y `•-� °d s$v`oa YS.: 7g°tE a IIvg .Q 3eo' gp4�iY6 ?9�^g9rgE. � °�Y6a� gg o0. E^° oee�ae9oeX(S'�°o ei a �YSggqq°F.00 De�cc°YN� vYa t ;3 aa3Se Q p >Q "om?o°maomycoE�ogc�g a'a�B�dFB�o99ro��o�°°Ego$d->m$Eax�opvEo9' VQ (1 Y��� ..d a,�sLEr�$resa`8'€�^� pq,oC'ao«..$cn Yffi ga oJ9Sc9e7j�Cmco� �3o.. �pp,a _7 cednos ....�ESS$`ed003 'pooh 10) paln3Asgns aq hew g19ua11s IualeATnba )o szagmam painlae)nueN as •Tsd 0051 uegq seal sou g38ua11s Sulpuaq a g1Tn 0ualeATnba 10 273 seT9no0 1 310N 335 OZ BOZO I ago as I a3o OZ as flot 01 gas S ZMX01 S 01X9 OIXB 8X9 8X8 8X8 9 51 01 an 1 308 aa5 1 3308 51 gas S ZIXZI C 8X8 axe axe figBXB 8 01 01 an 19399SO103 5 01X01 5 BXB BXB 8X9 8X9 8X9 01 of an 7 a]ON gas 5 21X01 S 9X9 axe 8X8 9X9 9X9 01 01 0.1 in 5 01x07 5 8Xe 8X8 9X9 9X9 9X9 B 01 01 do S BXB S BXB 9X9 9X9 9X9 9x9 9 S 1333 9NI)YdS '1B3Z 32IS 33 9NI)YdS 'iH3Z SI 01 dll 6 O1 d0 01 do 9 01 d0 7 01 a0 01 en (1333) DNIJYdS '2IHOx (1333) N)tC3H1 (1333) 9NI)Yas TVLNOZIN 318Ye011Y NIINIXvw 0 018 s1x9ifan oHD 30 x1d30 • S1N3H3HIno39 H3BNI1 NONININ -- DDNIHOHS H]N3H1 H39WIl E a a O J C E Q i_ Si 7 C a a C 0 as aI w w V a • Y zl N z� ' w q M ant a_ LLi[ Vi ._ -•. 0 O Vti Y 5 V t1 eYt a •.. T . %T 9 my m Dw w O�EKDO "'�E i�ggoa m 5 Fm W r` DO wv4mntlV2u q!hI a20 o a—ew S Yy�N0 0e� @�WZ3 a Lu° mp'1 dt• w° abd—Ls omv m^L1 •m `l �' ^5Vm OCme-_mGr L — 8� n� a n ���o8 it VV 8��00° v mw 0 .4ya9;Z E C? Da7osF��00 � OEeym$ u rm a 9' oqptcoV � °v r0 F t K oY„e�or5 va�id�85g W�sNm r"o�s"d5�mg5��?S oo O 49 YI f1d �� ch ['Y"�m�.[jm`Day �5J flA Fm@ !I. g I MC : �D n so V �p� O e wS9pp C mr'1 m G ^ O i�+�$Y'awe��5oXa�Ry�5 ia��3'mDvw°S k���i�—may°+�.°C9amo° ec� Vy uuyp 5 D k ty m V�4 �'�5eJ rem ri,m,L u�w�y °6,p D��Cgmg u u s; mVO Ta A Fmp$p a 0 o Da —'2 Li F—h{Q{Nv3'wo^mC`a195o�u°a1558•r �m �.o ��e=.wa.S �,E ^m um�m �4p�5 •� J C I• V v S ey D m 5 Y D a E ei Q 5 o E V n V e% V .Q v E u V$ 3 n 6@ w V Y v V V Y C 5 q g Yy rT wy'mm^ qw ai ov 911 m^ ' .S0 Emei e -p U 99i••+ L N . ;. . c'ao0 5n��5°r'SayrGOL u.V.u0L t)V^ �=Jr.D0�gao at vya.m ysm.. l L9�pJ 6 m�F 0i0 w °m V (Qm rwL.ed a+V V� •-i'. O _ QQ _ m lu�rg rJ mmi F yr rYiw Lq w♦ V .S' FVr Yam mWji. .aG VUVO��u9 w.n93 yLm5L mam4L_Y =Y`[.1 EEv 9ti� thio..3 IA °vv&� �aw 5Y� 0 'a v'a F °8�g8�og 9aa�d�`o2°FL m�oFy;`3wm v 5all %w` m� ti a L m L �� r� � ... .E5i$- rF »r,•, aC�$ '•m D.0 m m�0 mY p e qdm^� vL'r 5vw., ��ww me°Lr-dz ''vw �°'c3 <5wE0 ao�ui0v y°� ma t rCa m%°n p.9 mhv� C O���u�t Om^hGCLm 3�r .°.F�r��5 a��L •5L s n .. .0.m..Y flEiL°& re0.0uo §v0er��E; .`0.g4.n:o mgYcaoQyaSo �r° D I. F ; F� _��.Fmw m�Y F�'HkE Qe'!e.o�-<cS�ha u °c �FW9aFmCdu o�'g we rfeimoFcvw 4a. `ate<v�ov^<pvv ra.°OgoF E58n °:F �vi$m,c v`iwC ��,qq� K F m n e 7 c vwh nrYn0..,•���5 term :a$ .' .. --.• • ":r • ^J '\l meaty mq•Sq (8) Ywl •a xtpYaddy w(I)(� arn) •0 Ygmaddy aaS .(U aroN P J am uogs alfov$4 uo smou Iewa2 pus •saigm or sM mood C. t a S•) F a a. . (I) 31ON OZ M3AO- 0Z CLan cc sl l3AO (Z) 310N a3J�+1Vla H3J3WVIa a3uwvia sl HDNI E HDNI Z HDNI Z 4 S'9 of do 01 13A0 01 S Otan s a3AO (.raga) U33d) (radar St o1 flo.1. do ZI a3A0 do S HHAO S 01 do DNDVdS DNDVdS HDN3a1 IYJLLH3A WnwD(VW 'IVINOZIaoH wnmxVw do H.Ld3a U33•UFDN3a1doH1a1M naaunnADannvaaAFl 9 3d,LL'HOS Hod S3MOHS1VDI1H3A DNIMOHSDnfVHGAH WQNIWn'iV Z'1 -a319d1 (Z) (3) marl'a xgmaddy aoS :(z) a]YN (1) (S) urarl •a xtpuaddy aaS (U a3OM (S) marl •0 xryuaddy ul punoJ ant 'Suuoys aqtitsphq uo sarou lvaua8 put •salgei or nlotnood (1) 310N OZ a3AO 0Z Olaf) L sl a3AO (Z) 3LON a3L3WVla a3J3WVIa a3J9nMa SI HOME HDM Z HDNI Z q S 01 dfl 01 a3AO 01 Olaf) S H3AO SI 01 2101 i1 (133 U33d) do ZI H3AO do 9 H3AO 801 do DNIDVdS DNDVdS HDN3H1 "I YJLLH3A 1VINOZR)OH j0 Ua31)FDN3a.LdO;ECUM wnwlxVw Wnwncvw HJdda Sa3aNnADDnnVaaAH V 3dLL rHOs Mod S3MORS IVDI1743A DNIHOHS DfflVaaAH WfN611nly 1'1 -0318%'I 'sa[av, algellene)o snlnlap{y uoyaag ID; naulsua pajgen6 IDfl a n) timlo em anpwd Ipesllo, . (Z) (8) 1 '0 xryuad V aas :(Z) s"°N 6 usal .O xcpuaddv m pun y an Buwl(1) (8) un11.0 x8xsad V bS :(I) saa"N 6 ys alpse�,Cq uo saou Ioa.a8 Pus's 1q33 saomood 3 a (I) 310N OZ 1I3A0 NIE 0'9 NI £ 09 N1 F 09 0491 OZ ZIxE Nil OY Nil O'S NIL 6S 0'L P 01 do Nil S'£ Z N SI NIZ S'E NIZ S'C cc N3AO Nil 08 NIE 0'8 Nil 08 0391 S1 • — ZIx£ NIE S'S NIC S'S NIE S'S 0'L O.Ldfl P 01 Nil 0'P Z N op NIZ 0'0 SY N3AO NIZ 9 — Nil 001 NIE D'01 NIE 0'01 0491 0. C r— ZINC Nlf S'9 (Z)N33AN 59 NIZ S'9 0'L p I Ol d1 5 ' p NIf 09 ZaLoN 09 NIZ 09 S'C 113AO • NI Z = RL3flYlG ONUvds flL11V1c 0NOVdS VIO ON:JvdS (SNU (1333) (.L333) �80H 830fi1w a80N 17hJ 2IHOH C • .141 Id? 5101doZ1113A Z101do8X3AO SoLdo NOl1J3S Dho SO'If1OOS TVS T:)u OLL 30 ' r N MOWS zrv(W XVW 0333) IDN31LL 30 H10IM Hdd30 SUIDINdn R3®1LL I Io 8 Y Y 1° 1� 0 O pW 6 a 3 MAX 'IIOs If O. SH31SAS H31VM DNf11OHS Jnnvwuhll WfNIWn1V PI - a3'IBVl 'Salem 31gvllene Jo snlnpol% upn,aS I0J uaaul8ua pag•1en5 mlpue nm)nlnusw nnl Did q,suo3 (Z) (8; wall '0 xlpuaddv : aS Cl) swop (I)(8)waq'Oxryuaddv:IS (IISasoN (8) wal'0 xmuaddv w puno; am'8uaoys minrzp(4 uo Salon Ielaua8 pue'sulgs o1 smowno3 :1) 31ON 0 Nil 0.6 Nil 0.6 Nil 06 DPI — — ZINC NIL 0'9 NIL 09 NIC 09 OL P NI f S -S Z7310N NIZ S"S NiZ S'S S'E VIE 0.01 NiE 001 Nli 001 on — Zlxf NIL 08 Nil 08 NI F ox 0 L ! NIC 0 Z310N NI? 09 Nli 09 SE Nil 0Z1 NIL 0;: Nit ON 0 -PI ZINC NiL 06 (Zt3LON 06 Nli NIZ 06 0 L p f NIL 08 ZaLON NIZ 08 NIZ 08 SE SaE 'd3Z In1ay1vIu U1L6S10Sdn 13QNI1AD ONllvd5 ZIMOH gllMvIQ 3GNflAD ONIJVdS ailOH li3flY.VIQ N3ON1 OwUVd5 ZI,OH ,NI)(J333) An-UGOW NUVAS OEL C.. H Z:1f3AO ZIOLdn8H3AO 801 da lX3:N3) NO) ONuvd5ZIM f t a'a s) 10fr311L 30 MOM Sn1DMdf. X3®vu 51130NnAJ Jnl1V80AH 531vM H 34A1711oS NO3 SW3ISAS U31VM DN1110H5 Jn.'1VNOAH WnNTWf'TV I'I0318V1 3AO OZ u da SI 3AO SI Ida Ol 3A0 01 Lda S 3AO 333) N3111 30 d30 O U, N I' Os 6 a N 0 a C C E 9 t C a C c C 0 r d Y O L 4 -ow N Y a'. L T Y EC O C Y J O Y w m N J O E W C Y 0= `N Y m e W C >0O C u -N U C K C I&300 m O Sr to Co Si CC L m^ O •U U. L p Y J L ,00 a.. e Y M r. Y • ^ + ^ C -.e. COL ..r, M -+ •'•+ Y W r,-- w1.4 L p 0 -Si L p u 9 9 Ova O•O Y N N Y J Y N e O Y N m Y O PN 4 Y PN @im.- •+ 00 O O • 0.01..-- 0 •O J OP4 ] m W Cd 0&J o' Y L c'4,04 w N m .. N z a � Yel L w O C L N C 04_a 0 •N m m C T S V p Y ^ % W YoO v 0'. ^ Y C O• La.c S OV VM•V CC - V ry m V M M PN y Q 4 Y O.O Y .4w • Y m C P U 0 4? U C C M u V Si m C b N m '> m b .N 0. m o Y Y Y O U .Z O C.-' C c •N Y u b m w b p C U m Y m - m p E 9 E 4 m LO Cl C .N m C O L Q• Cl 0_c . m -• .4-S C) C V Y m • b 9 9 H • I m m Y m 6 4 y 00 w e Y Y> U 0.5ii m n m .y T ^o n Q > X�d 5os • dQ%dE°d a ccBd 00dg R � v flh X� o.. .,�«366ovW E �I� va ° Bo °� a p v $ odd„ W 3 p ^m Ca O�w m� •° Spyrgc 8d i o00 Ead'� n5,$'o ���,° • . '� 5 e g2d 6A S! = y°rggrwg 9 E x CXOO JN �oq W04� a m pis m •p � � L°� ^tiO oggA mo ota �tlCt Q°8,, .p, 39 .�,eP?�'•'•m spa.Glyo Q"G atp?�gad'aQ ^gym •4' �"Q q0 Ea°omA>�i,Q�dO$7a raD kA07O�yECd bOMd Sf.20^� gooxZELa�B omp )a: Lv1 W Cr 'coo a b�Od an dMaq O m�° 7 d-•�1dyd� 3.; ,, d v do39�6 O 'yg m K ►•Om6aL'amg C dI Og O 2> d Ji9 Ov S�4��p 5y �.Co G �i G7 cioo�8�q.� .3 �C. d� •y�s•n �'Q 6 «+�� 3n25EQ�a' & pbb SuS �e—ep�'•demQ S�E o L�a 61M E �y a ti Vpmm ..Oj!CA WAm� — FO m70 .1 �A L �t A o o8^.man k — 14 Iii o oor $$mms��Cda3 L$d� d �d dvQ6lEm-^�� •8C m W ^ as>�m ma odi�i'Vdy QN y'^O ��y'�d0 �Nd e3 v" a ei ma m 0 $ s yL° 3 OM M O Q d0 C m lW di `� EE dd LM d6p Oa "OpgO ° °. 1d�y "Q 6�..0V 6w aA �i>vJJ .aOm up Jdd'nd500 LdJ6 �.a�0 dGO 6tJ Aomap 'In C e� d$Q e Z �2.<YVya a�5dNLdao $05 3 �o.Ado�Fe cpo � 9�a � o N < C tYjmm� V mo �W $•°mdypEp�C� o a AoE$�goCLvr o e m 0kt �a �jp y �,• Q O O c�yU un.. A C Fs 000030 9 G ~ y�O" EOr Fr' 0•°"�d mD v".a C dr. ! .J ►Idaa as o d J o 0ii a d L a c 9v 402. NA igs A 6m CO d ai m Edi. • 1 d da d r0 a6 r+ Q B•°.a (�.� — d C o<m Cam• r GO oQddyy LO a n0-Co'O'0 C.Sc,y=W 6ulUM`S• d •-� m6Va d •C U •! .:A d Om.~.dd Oivp•..E .XS"0 00 umr —O {:>A d — .+ O. • ty ti IIdnzog `� _� �6 d�•p1. ��q.•vp a3N� ad.L3 gg mBc^ NQ 6�aE • o ~�mLp + rnBo dWmA a "���•' LEd ma � b�o.4 -- 5J!fl r v2 Pme;m ,,; e3 Q6 o as nQm, d°p 6w°idw°•Qww o�.+� oEfl �a OUd o 3` j; 'Iogm p�py=r Q�Zo�m5opp,�° yy�s6��ti8g°''� dOc �m2 k,1v2E.¢. (g )1 ., I$S8 a S nom p�°g��=$iaK�Scc �5 ,•cd,6`� '-0n. o� a9 o �W �� t r t hJm •md�abm^• bC 8 9 Y M� E .� O»Q •.. �' md.Q mt�be�pm w+Ol° �' �' / mM o u .r9 L',>oii��r-' 00M mtQ .0 GCTI FOQO�ddV - $ 0 °5m oj �� �m o,'n d,o.,pq.iwoEowoa ^Wu 0a� 0 od L° act a'I 3 wmgo m 6� �_y0o�cd�En�: �o Wn EA°a04 yydm ��n>1 S mEao e m •+m C� H••• n d(ym�OF/�d�r pG ... �ii�m�d—•n 001„• •-• n L^� Gp yd .... V N 'Co O 0�r +��y•.CCO $% w �ly O'Y'C.�ij OL�•°JMv 4Nv0 099%.0 �dO≥pvd�.•�y6�N.-'iLOJm ma 5o Smm o a OL cE:U O> mm 4 bd0 m mnE m6w V V d a m� V W E Vw° Gv I c 0 pW i P — I1 X 0 • T O '0 d v a E F ^• d ac v w o o u° w° c WO Ou viam w v 4)i C J-.i Yw .,4i O -.i O Ed% I..I 4 d ^ •? m^ •.. G m v Z Z 00 P u 0 w m•. J W Y m -tu m m y P P ^ 9 P C T O Q W .-E O O r u 4 C C WW d d OOr m a m ~0 E • 4 L^ 4 L N y W m 0 4 o m .w 4] d 9 9 m m O L dd EC O W0 .4 Y C 0000 LU • 9 Y d y q C 4 0 ... -.• r ..• ..• -N L •.+ y d •r4.0 0 O 0 O. .� O L Y O 3 O U M i y m 0 £0 d u a • m; w •m t COW 3.. .d. ? u a q 6 u to 4J0 0 0 m d ^ C m n •p •.+ 4 •� 0 0 U L r m N r 0 rt L 9 --IX u r v M N v m J L • •l v Y C)b �y v O 1.00 2 m LO C d '1-' n6 Y n 4 m m —w7.j n..+ 6• w 4u m•w m0 OvmE Ov y-pM Cum0 Cuuum O .. d O� 0 m v O OW m 4L •.. •9rL •.. >.� Z E m 01-' C •' Y N Y Y Y N Y L 'm Y N C) 0 Y Y N m m 4 y G d Y m C m 6 /1 ... Y O.Y W p • Y d d^ .wL OCO •C • '0 •W • - O•o.N 4 O.O X4 mE I 4 Y ^ C o L .w •O 7 y X •O J L o. .O d m •w u n O .,. d m 1, Y N 6 N C •U P1.0 N d m m h U)? , a o. d O• m d m a. W a a s tt a a a a 1