Loading...
HomeMy WebLinkAbout137-95 RESOLUTION• • • • • RESOLUTION NO. 117-95 A RESOLUTION AWARDING BID NO. 95-62 IN THE AMOUNT OF $1,708,000, TO OAKRIDGE BUILDERS, INC.: APPROVING A CHANGE ORDER NO. 1 WITH DEDUCTIONS REVISING CONTRACT AMOUNT TO $1,530,165: APPROVING A 10% CONTINGENCY AMOUNT OF $153,017 ANI) AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE SAID CONSTRICTION CONTRACT; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT $663,853, ALL OF THE ABOVE IS CONTINGENT UPON THE ISSUANCL OF PROPER PERMITS BY ARKANSAS DEPARTMENT OF POLLUTION CONTROL AND ECOLOGY. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The Council hereby awards Bid No. 95-62 in the amount of $1.708,000, to Oakndge Builders, Inc.: approves a Change Order No. 1 with deductions revising contract amount to $1,530,165: approving a 10% contingency amount of $153,017; and authorizes the Mayor and City Clerk to execute said construction contract. A copy of the bid tabulation, change order and contract are attached hereto marked Exhibit "A", Exhibit "B". and Exhibit "C" and made a part hereof. Section 2. The Council hereby approves a budget adjustment in the amount of $663,853 increasing Solid Waste improvements, Acct. No. 4470 9470 5816 00, Project No. 93098 by decreasing Use of Fund Balance, Acct. No. 4470 0947 4999 99. A copy of the budget adjustment is attached hereto and made a part hereof. Section 3_ Approval of §1 and §2 above are contingent upon the issuance of proper permits by Arkansas Department of Pollution Control and Ecology. PASSED AND APPROVED this 7th day of November , 1995. ATTEST: By: Traci Paul, City Clerk APPROVED. By: red Hanna, Mayor 4.08 °• • 0 0 0 • • • n F c 'n 3 = m D _ m f . _ a O i s m • • • a 0. • • • a n n :wino3 poanro° • 1 c• r c c 6 rC 7 a ( m 3 a • m a )-. w m , r O m a N m n o o O OIG 3 m 3 Co' y m (b C O • 0 a s CD f O Q H O • T O n , •Z = m Fa X A o m N m< 5 1 s a• 1 3 o fp N 3 o. 1 m 3 OIG -iV101 • 2. Lump Sum, Trench or Safety Excavation System 0 > r aZ a m I m CO m d m rcif O : I010ailuop IN O oo'000'voe'L$ 44 O I 8 O O p O O 06000'iof L$ I 51 a a S iNp Io t0 18 o p Io ' 0 001996'6fe'Z$ OI.LZL HV'Uownoyy O 0 1K0 0 n N 5 N V • N.0 b o O O 0 8 0 1 a y 9172 -AJ 'ON SNV1C1 PLANS DATED: AUGUST 1995 SVSNVNHV J 1 1IA3113AVJ MATERIALS RECOVERY FACILITY z c SOLID WASTE TRANSFER STATION • • TABULATION OF BIDS RECEIVED OC1OBER 3, 1995 • • • • • CHANGE ORDER (Instructions on reverse side) • 1 No PROJECT Solid Waste Transfer Station and Materials 72ecovery Facility DATE OF ISSUANCE EFFECTIVE DATE OWNER City of Fayetteville, Arkansas OWNER'S Contract No. Fy-24 5 CONTRACTOR Oakridge Builders, IncENGINEERMcGoodwin, Williams and Yates, Inc. You are directed to make the following changes in the Contract Documents. Description: See Attachment A. Reason for Change Order: To reduce the funds availabl Attachments: (List documents supporting change) contract amount to within the e. Attachment A and Contractor's letter dated November 6, 1995. CHANGE 1N CONTRACT PRICE: Original Contract Price 1 703 000.00 $ ' ' CHANGE IN CONTRACT TIMES: 0 'sinal Contract Times NO CHANGE Subst. .tial Completion Ready f. final payment. days or dams Net changes from previous Change Orders No. to No. — Net change from .revious Change Orders No. to No _ $ _ days Contract Price prior to :his Change Order 1,708,000.00 S Contract Tames prior to this . ange Order Substantial Completion Ready for final payment. days or da Net jpgdpp (decrease) of this Change Order $ 177,835.00 Net increase (decrease) of this Change Ord deys Contract Price with all approved Change Orders 5 11,530,165.00 Conirad T.rnes with all approved Change Orders Sub>tantial Completion: Ready tor fi na' payment days ur d.nn r•.+.r inf. :avrttr+villa. AR nakrirlee Builaers, �r 1C:VV VUyf 11:, sy.1.i a lu. RECO IAN DEDs Y tes r I ny Lit` Lilt_ Ry. rs.Krrr Charier, )t .2k_e, P.E. Er Date: Dur AI'I'ROV /St _/A )erns ACCEPTED 1J c. S.. ''Yi�lf�s'Y"LTh Manager Date EJCDC No. I9I0-8-I) (1990 Edition) Prepared by the Engineers Joint. Contract Documents Committee and endorsed by 1 he Associated (kraal Contractors of America. i CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. • If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM - Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. • • • • ATTACHMENT A Fayetteville Solid Waste Transfer Station Change Order No. 1 Project No. FY -245 1. CIVIL/SITEWORK $ 18,416.00 A. Reduce chain link fence by 80 L.F along eastern side of project and relocate closer to gravel parking area Delete extension arms and 3 strands of barbed wire from all chain link fencing. B. Delete all concrete curb and gutter, except at the entrance to Armstrong Avenue. C. Delete flagpole. D. Delete new 6' high chain link fence at Southwest corner of site adjacent to Animal Shelter. E. Delete one lane of concrete paving at the north side of truck scale. F. Delete concrete sidewalk adjacent to truck scale 2. STRUCTURAL $ 11,641.00 A. Reduce 17 concrete piers from 36" dia. to 24" and provide three reinforced concrete tie beams 13. Change the spacing of all the steel rails shown on Drawing A-1 to 3'-0" o.c. C. Delete two concrete walls at Room 127 - Newsprint and eliminate thickened slab in this arca. 3. ARCHITECTURAL $100,638.00 A. Delete insulation in all overhead and rolling service doors and delete Door 118. Change surface preparation from paint to galvanized. B. Delete the concrete block wall along west and northwest sides of Room 125 - Electric. C. Replace the flush -profile metal building wall panels with "r" type wall panels. D. Delete painting, except for miscellaneous unprimed steel. Delete drywall tape and finish. E. Utilize FRP panels on gypsum board in lieu of FRP panels on 1" plywood. F. Reduce locker height from 72" to 60". G. Delete counters and cabinetry in Room 102 - Reception and Room 113 - Training Room. H. Delete eight roof vents. ATTACHMENT A Page 2 4. PLUMBING $ 25,122.00 A. Change two DIP force mains and water line to schedule 40 PVC. B. Delete 440 L.P. of 6" DIP and fire hydrant. C. Reduce size of the 2" gas piping to 1-1/4" and increase the system pressure from 1/2 psi to 5 psi. D. Substitute model of shower enclosure in Room 110 - Shower. 5. ELECTRICAL $ 22,018.00 A. Change PVC coated electrical conduit to EMT in the office and rigid steel in other areas above grade. B. Change rigid steel conduit to schedule 40 PVC in the slab and underground. C. Change manufacturers and model numbers of switch gear in Room 125 and fluorescent lights in office area. D. Delete special lightning protection overhead. E. Delete wiring to one electric door operator. TOTAL DEDUCT $177,835.00 AGREEMENT THIS AGREEMENT is dated as of the 7tA day of A/avenl6et- in the year 19 93- by and between City of Fayetteville, Arkansas (hereinafter called OWNER) and Oakridge Builders, Inc. • (hereinafter called CONTRACTOR). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Solid Waste Transfer Station and Materials Recovery Facility for the City of Fayetteville, Arkansas, including sitework, excavation and compacted fill, grading and drainage, truck -type platform scale facilities including scale house, concrete and asphalt paving, conveyor and baler equipment, stormwater and washdown pumping facilities, mechanical, plumbing, electrical, fencing, topsoiling, seeding and mulching, and other miscellaneous items including all items as set out in the Bid, these Specifications and Plans No Fy-245 dated August, 1995, for the lump sum prices bid in the Bid, including all work required for a complete installation. Article 2 ENGINEER The Project has been designed by McGoodwin, Williams and Yates, Inc., who is hereinafter called Engineer and who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIMES 3.1 The Work will be substantially completed within one hundred ninety-five (195) days after the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within two hundred twenty-five (225) days after the date when the Contract Times commence to run. 3.2 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed 6-1 • • • • within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner five hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner five hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds for the performance of the Contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, for unit and lump sum prices in the Bid, the total sum being One Million Seven Hundred Eight Thousand and No/100 ($ 1,708,000.00 ) (use words) (figures) As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by Engineer as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions Article 5. PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1 Progress Payments; Retainage. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below. All such payments will be measured by the schedule of values established in paragraph 2 9 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. 6-2 • • • • 90% of Work completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 95% of the Work completed. 100% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 14.2 of the General Conditions). 5.1.2 Upon Substantial Completion, in an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 14.13. Article 6. INTEREST NOT APPLICABLE TO THIS CONTRACT Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including •technical data.' 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.3 Contractor is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. 7.4 Contractor has carefully s'udied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identfied in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. Contractor accepts the determination set forth in paragraph SC 4 2 of the Supplementary Conditions of the 6-3 extent of the "technical data" contained in such reports and drawings upon which Contractor is entitled to rely as provided in paragraph 4.2 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents 7.5 Contractor is aware of the general nature of Work to be performed by Owner and others at the site that relates to the Work as indicated in the Contract Documents. 7.6 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.7 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 8. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between Owner and Contractor concerning the Work consist of the following: 8.1 This Agreement. 8.2 Exhibits to this Agreement. 8.3 Performance. Payment and other Bonds. 8.4 Notice to Proceed. 8.5 General Conditions. 8.6 Supplementary Conditions. 64 • • 8.7 Specifications consisting of divisions and sections as listed in the Table of Contents. 8.8 Drawings consisting of 26 sheets. 8.9 Addenda numbers 1 to 5 inclusive. 8.10 Contractor's bid. 8.11 Documentation submitted by Contractor prior to Notice of Award. 8.12 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 9. MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 9.4 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 6-5 • • • IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One counterpart each has been delivered to Owner, Contractor and Engineer. All portions of the Contract Documents have been signed, initialed or identified by Owner and Contractor or identified by Engineer on their behalf. This Agreement will be effective on Noel 7 (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: ,1996 City o Fayetteville, Arkansas Oakridge Builders, Inc. /ACe1414'2A- Pin AV. By: Fred Hanna, Mayor B. San Hollis [Corporate Seal] Attest /& [Corporate Seal] Attest 0104 k.ktLultit Address for Giving Notices Address for Giving Notices 113 West Mountain P. 0. Box 3598 Fayetteville, Arkansas 72701 Tulsa, Oklahoma 74101 6-6 • City of Fayetteville, Arkansas Budget Adjustment Form Budget Year 1995 IDepartment: Sales Tax Construction Fund Division: Program: Date Requested 95 Adjustment # Project or Item Requested: Solid Waste Improvements Project or Item Deleted: Use of Fund Balance Justification of this Increase: Funds required to encumber the entire contract amount which is necessary to issue a notice to proceed. Justification of this Decrease: The cash will be expended in 1996. 1996 CIP has funding set aside to complete this project. Account Name Amount Solid waste Improvements Account Name Use of Fund Balance Increase Account Number Project Number 663,853 4470 9470 5816 00 93098 Decrease Amount 663,853 Account Number Project Number, _ 4470 0947 4999 99 Approval Signatures /1 tequeste&By 4 J a Budget Office Use Only Type: A B C D F Date of Approval Posted to General Ledger Entered in Category Log Budget Office Copy 1 AGENDA REQUEST_ XXX CONTRACT REV:EW GRANT REVIEW For the Council meeting of STAFF REVIEW FORM • • FROM: Cheryl Zotti Na"'e Solid Waste Pubic Works C.••s,icn Department ACTION REQUESTED: Approval of change order #t2 to the construction contract for the Solid waste Facilities. See attached docuTenraticn, COST TO CITY: $ 3,497 Cost of this request 4470-9470 5816.00 Account Number 93098-1C20 Pr of ect Number SIfl,753 Solid Waste Facilities ateaory Protect s,:dget .ateeory.Pru)ert Name Capital Fu -i 3s Used to ;:ate Prcgra:n :arc aY`4 Re-ma:rang Lalance Fund Solid Waste BUDGET REVIEW: Budgeted Item Budget Adjustment Attached Rudget ooldinatorAdcrres;ratnae Sercrres Director CONTRACT/GRANT/LEASE REVIEW: tater -,/V J j/24 i lli] , 4-11J »rti y : GRANT AGENCY' Arc..untrng t.i u Date d# kb 44 :It AttcLney ., ute Purchasing Officer a -a1-9(.0 Date „ Coordinator t 1 rrai Au :.ate Dale STAFF RECOMMENDATION: Aum:r. S May< nal e cam ross Re ererce Item: Yes No Dite % a ).7 Prev OrdgRes aJ: :a -e P\r 14 /ilk Oriq Contract ;.ate: nate McGoodwin. Williari►s and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville. Arkansas 72703 Telephone 5011443.3404 FAX 501443-4340 February 13, 1996 Re: Change Order No. 2 Solid Waste Transfer Station and Matenals Recovery Facility Fayetteville, Arkansas Project No. Fy-245 Mrs. Cheryl Zotti Environmental Affairs Administrator City of Fayetteville 113 W. Mountain Fayetteville, Arkansas 72701 Dear Cheryl: Enclosed are three copies of Change Order No. 2 in reference to plumbing changes, all as discussed with you at our meeting Thursday, February 8, 1996. Could you please review these documents, have the Mayor sign them, retain one copy for your records, and return two copies to our office. If you have any questions, please do not hesitate to call me. Sincerely, Th - Joh,: - -n Architectural Designer JS.hn Enclosures • CHANGE ORDER (Instructions on reverse side) No 2 PROJECT Solid Waste Transfer Station and Materials Recovery Facility DATE OF ISSUANCE 2-9-96 EFFECTIVE DATE .. Z-9-.96 OWNER City of Fayetteville, Arkansas OWNER's Contract No. Fy-245 CONTRACTOR Oakridge Builders, Inc. ENGINEER McGoodwin, Williams and Yates, Inc. You are directed to make the following changes in the Contract Documents. Description: See Attachment A - Plumbing Revisions Reason for Change Order: To alter :lose Bibbs from in ground to wall mounted, to modify venting, to relocate & add an additional RPZ, to include additional cleanouts & to instal' Attachments: (List documents supporting change) ADA shower. Attachment A and Contractor's letter dated January 16, 1996. CHANGE IN CONTRACT PRICE: Original Contract Price $ 1,708.000.00 CHANGE IN CONTRACT TIMES: 0 :'nal Contract Times Subsl :. tial Completion • Ready f. final payment• days or dates Net changes $ -177,835.00 from previous Change Orders No. to No 1 Net change from •revious Change Orders No. to No _ _ days Contract Price prior to this Change Order 1'530,165.00 S Contract Times prior to this c t ange Order Substantial Completion - Ready for final payment• day. or dat Net Increase Qmfdtdh140 of this Change Order S 3,497.00 Net Increase (decrease) of this Change Orde du,. Contract Price with all approved Change Orders 1 533 662.00 S ' ' Contract Times with all approved Change Orders Substantial Completion: Ready for final payment: day. or date, McGoodwin, Williams RECO E 'ED & Yates By Date: Er. ores IAmhomed Signa ural Charles R. Nickle, P.E Fred'lianna, Dale: e) �. —/ b City of Fayetteville, AR APPROV By: Oakridge ACCEPTE By: an IC^Uar Oath rindrindS lmel urtl Sam Hollis, Area Manager Dale: o?-- 44:2 -9/ uilders Inc. EJCDC No. 1910-8-8 (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America • ATTACHMENT A Change Order No. 2 PLUMBING REVISIONS Hose Bibbs Fayetteville Solid Waste Transfer Station Project No. FY -245 February 9, 1996 Description Material Labor Major Sales Overhead Quotes Tax Total Ball Valves Copper KLM Pipe Expendable Hangers Pipe Insulation Hose Bibbs Direct Indirect Hose Bibbs (Credit) Direct (Credit) Total 40.31 121.28 13.50 27.58 35.85 0.00 0.00 0.00 - 1,371.08 0.00 - 1,132.56 0.00 0.00 0.00 0.00 0.00 0.00 427.75 37.50 0.00 - 385.44 79.81 0.00 0.00 0.00 0.00 0.00 179.82 0.00 0.00 0.00 0.00 179.82 2.82 7.88 0.88 1.79 2.33 11.69 0.00 0.00 -89.12 0.00 -61.93 11.78 35.43 3.94 8.06 10.47 52.54 50.05 4.39 - 354.83 -45.10 - 223.07 54.71 164.60 18.32 37.43 48.65 244.04 477.80 41.89 • 1,814.83 - 430.54 -1,157.93 Venting Description Material Labor Major Sales Overhead Quotes Tax Total CI Pipe Expendable Sch. 40 PVC DWV Fittings Direct Indirect CI Plpe (Credit) CI Fittings (Credit) Direct (Credit) Total 187.18 13.50 18.55 0.00 0.00 -412.95 -99.11 0.00 -292.83 0.00 0.00 0.00 427.75 37.50 0.00 0.00 - 385.44 79.81 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.17 0.88 1.21 0.00 0.00 -28.84 -6.44 0.00 -19.03 54.69 3.94 5.42 50.05 4.39 -108.81 -25.84 -45.10 -59.08 254.03 18.32 25.18 477.80 41.89 -546.80 -131.19 - 430.54 -291.11 RPZ Relocation Description Materia! Labor Major Quotes Sales Tax Overhead Total Back Flow Preventer Copper Fillings Expendable Direct Indirect Total 210.02 77.81 13.50 0.00 0.00 301.13 0.00 0.00 0.00 427.75 37.50 465.25 0.00 0.00 0.00 0.00 0.00 0.00 13.85 5 04 0.88 0.00 0.00 19.57 61.36 22.87 3.94 50.05 4.39 142.42 285.03 105.33 18.32 477.80 41.89 928.37 Cleanout Additions Description Material Labor Major Sates Overhead Quotes Tax Total CI Fittings Expandable Specials (Cleanouts) Direct Indirect Total 213.62 13.49 1,107.21 0.00 0.00 1,334 32 0.00 0.00 0.00 427.75 37.50 485.25 0.00 0.00 0.00 0.00 0.00 0.00 13.89 0.88 71.97 0.00 0.00 86.73 62.41 289.92 3.94 18.31 323.49 1,502.66 50.05 477.80 4.39 41.89 444.28 2,330.58 ADA Shower Description Material Labor Major Sales Overhead Quotes Tax Total ADA Shower Shower (Credit) 0.00 1,560.68 101.44 -316 85 -20.60 455.97 21118.10 -92.57 -430.02 Total 0.00 0.00 1,243.83 80.85 363.40 1,688.08 TOTAL INCREASE: $3,497.00 January 16, 1996 H U I L DEE S Mr. John Siversen McGoodwin, Williams and Yates, Inc. 909 Rolling Ilills Drive Fayetteville, AR 72703 Re: Subj: Dear John: Solid Waste Transfer Station Feayetteville, Arkansas PR No. 1 Plumbing Changes l'lease reference Proposal Request No. 1. Attached is our itemized cost breakdown indicating an increase in the contract amount of 'I'liree Thousand Four HIundred Ninety Seven and no/100 dollars ($3,497.00). This proposal includes labor and materials for plumbing changes as revised P1 and P2 drawings. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincer l Sant Hollis Area Manager c PR No. 1 hile 2200 IIWY 765 SUIIF N (72764) v P 0 BOX 188 SPRINGDALE. AR 72765-0188 v 501 750-4665 v 1 AX 501 750 4690 • Jo.5'.4000p1011P :;ORD PR II 1 :PLUPIDING ['MANSES • ;MULTICRf1CT :ORD :T & 1 .33 • • • ORE ORE LABOR MATERIAL ;Subtotal :o/ligan 15% :Subtotal : frcf1t-Subs' Subtotal ;GO Subtot1il Costs :Subtotal I01drs Risk 25.4h/21000 .Dond 4.10.00/21000 :Total ORD FIRM 1 SUD DID 111111E $7,131 CO 13,131.00 $3,131.00 $3.131.00 $31:5.10 23 ,444,10 '1.0.00 1.3,444.10 t1©.I3n 1134.41 13.49; S STAFF REVIEW PORN AGENDA REQUEST XX CONTRACT REVIEW GRANT nEVIEW For the Council meeting of FROM: • Chery Zotti So1'd Waste _ public Works _ Name. ..pis -]r ACTION REQUESTED: Rev.ew and approve_ of the attached change order t -o the contract with Oakzidce Builders for the csnstructicn o: our Sclid Waste Facility. m charge crder has two separate components. Please zev'ew attached doc'unentat=on for detaa.ed information:, specifically review the -range order cover Sheet and the letter frcx Grubbs, Garner & Hoskins. both of which exp:ain the need for ihaddition_ work 1,' We will •e using the ro-ect�-- I contingency for payee 4t -.` of this adc.ticna1 dorx. Fo,�SF a 4 tS "'°°" So: �d '�✓�• COST TO 12.323.65 ::..s regtest 4470-9470-S8:6.:.- 5500 5060-58:6 tc':;unt Nt.nh.r 5398-1020 Pt-- eCt Nur:'i BUDGET REVIEW: coat-nyencV! $153,317 late S': Solid Waste Facilit-es Pry: cct Ndz•, •o- rr Fr ...F: :f live: ^rtanoe cv 4`+ 5-^ XX Budgeted IteT _ yYI� dq. C,.crdinst1 CONTRACT/GRANS/LEASE REVIEW: (,• L� r..( U ,i zj 1.t Are r:nn N raadr 9_)•-5<_ C:ty 3♦ 1 1 P-oarar Na-.e Solid Waste B.:dget Adjustment Attached Aer.:^.: e•I it.cr :;e.•Jrea O, GRANT AGENCY: P,1;; 1.'/hl -atP- ta1 L! i t STAFF RECOMMENDATION: 6d Jr ;,,. ,, Cross Reference vir New Item: Yes No CP 1x: tPr; :ale • _3:e Yi �Q � itiY� ,•. ���' :lc con t iaCt '+aye r . a' P S (Instructions on reverse side) CHANGE ORDER PROJECT Solid Waste Transfer Station DATE OF ISSUANCE April 2, 1996 No. EFFECTIVE DATE April 2, 1996 OWNER City of Fayetteville Arkansas OWNER's Contract No. Fy-245 CONTRACTOR Oakridge Builders ENGINEER McGoodwin, Williams & Yates, Inc. You are directed to make the following changes in the Contract Documents. Description: (1) Drainage of subgrade to north end of scale area and (2) to provide additional 4" conduit from power pole to transformer pad. Reason for Change order.. (1) Leaking water line has saturated the ground and this water has to be drained out of the area to establish a satisfactory subgrade for superimposed paving loads. (2) Four inch conduit recommended by SWEPCO for Owner's benefit in case of power outages. Attachments: (List documents supporting change) Gamer and Hoskvn letter with documenta CHANGE IN CONTRACT PR original Contract Price (1) Copy of Oakridge Builder's letter with documentation and copy of Grubbs, m (2) Copy of letter from Merit Electric, Inc. $ 1 708 000.00 Net changes from previous Change Orders No. ____ to No _2 $ - 174 338.00 Contract Price prim to this Change Order $ 1.533.662 00 Net Increase (Qof this Change Order $ 12 323.65 Contract Price with all approved Change Orders $ i545 985.60 CHANGE IN CONTRACT TIMES Contract Tunes / Sub tanti Completion Ready for fin�yl payment: days m dates Net change from pm evia Change Orders \ �o. Contract Times prior to this Change Substantial Completion Ready for final payment: or dates\ Net Increase (decrease) of t(ns Change Order days Coniracttmes with all approved Change Orders Subslant.ai Completion: Ready for fatal payment: / days m dates McGoodwin, Williams & Yates, Inc. City of Fayettville Oakridge Bui ders RECD ED: Charles Nickklle, PEA APPRO : Fred Hanpa, Mayor ACCEPTED' am Hollis, Manager Z/1 tip IIy. L By: gin ee (Au t orized Signature) Owner �Authori&ed Si iature) Contractor (Authorized Signature) �r Dale: Date: ✓ +� -_ Dater— a_�/�F EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated Genera] Contractors of America. S • ,, CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. rr3'28196 15:40 0AKR I S 4 0 110.516 P002 March 28, 1996 Mr. John Siversen McGoodwin, Williams and Yates, Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 Dear John: Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 3 Drainage at Scale Area Please reference Proposal Request No. 3. Attached is our itemized cost breakdown indicating an increase in the contract amount of Eleven Thousand Four Hundred Fourty Six and no/100 dollars ($11,446.00). This proposal includes labor and materials as required for drainage of subsoil at the scale paving area. Refer to Grubbs, Garner and Hoskyn's letter dated March 27. 1996 for their recommendation for containing the differing conditions. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sinter y, am 1-bils Area Manager c PR No. 3 File ,J'CO'JO 1J•MVJ Irvin 'r • ,71D Y_IL'J r w Y((. 1 1'iY �{ ur`yv j wT£ • •{' r �� ,1T .i1 11'1���t��)�T; Iy'{I•'� 'ti:♦: ,r J(Yu IW•r '1#r RTri S,^ui}]�" • .� Jr r• .yr •i j❑yC,' r u • r,R r. i, ' all' { , 1 r.r'r S r,( 1' a!f^••,pY 4If P1iT1 �...]rr.r 1 rY Is ;.1 ({ •'•• • • • it r S il • �(I ,� .[ I , • ? ' 11.� F'! • r},jj ri�22 II l Sirt'i -I 1. I • r 1 .r :•l•L.! fP'(,:. '{ S jl 1 4, ,10 •t45C0p].0WFt.• _e.. ir. l'a Ii.•. �jIi yIr• J.{I*}• i r r '"-1f11lflflfbM`S```S`S`S FI hT}u, IIdIf .. I -_—__--__1mmL.TiYLCSa�f.9 a_C__—____ co:n=axa—^. _E_J ....Y___—a'i^�^. eeenml C:avam-nr r9 �.�:avn]aasamlv.I tYrlatle'I CCeeL,]�Cn, I ; ORB r--,13 to I I t, ;(DRAINAGE AT SCALE AREA ORB 0RD ; f I LAPUF� ; I1 TERIAI_ ; SUE' T0TAL.(T0TAL. f cxao__e=oc_ a^_ II I aa _c-=o=_aav__a. _aay.^.ac_eaam=-es==caan+^imvn mm�eevur_•unan rllm:aalnm• : " I ; 29,997.40 I 29,997,4() I I I I .l !,I II 1 ' GGM-( TESTING I• I I $2250.00 I 'x230.00 II ' I I II I ' J'J; I, I I I I I I ill II II I •I I I I I I I I I I I I , I , I I , I I ; r 1 I I ' , , I , I I i I I I I I ; I I I I I I ' , I I I I I I I I UIS I I I I I 210247.40 :Subtotal I I I0/HaP 15% I I I I 310r24740 " (Subtotal I ffi1"<) 4_?4 :Profit -Subs' Costs I I ' I I 211,272.14 (Subtotal. 20.00 I IGC Subtotal I I I I _ I F11":27:'.14 :subtotal I T1drs Risk 25.46/41000 21152,7E Inond $1Q.0Q/IC1o0o 1 lm eemmmeavaa maoealammwmaem n'+nn en.v ssom,vaea rymeveapmeva cruel se mea+m,m*�1 mvnm ra ra rv, va tnvmomcl ; er.a-mis vamnafiflmainelnaae et 211,446 :Total ORB PR4 3 ; nlmtn tit: F7 Ci et L^—•1tttC=ec _s^ m=ev.•ac^Jvs•sxaa=cvas_.C^xa=-a'�->•"xaoa.�•-^—x=a-_x—_s_:x•^'-T••u_.evyc••:: c:_:=_, ae ••-. I H3/28/9G 15:41 OfKR• i • 110.516 P004 : 03/27/96 15:03 5014424894 TEL No.SO14422904 TO: SAM HOLLIS F'110M: XBITH AUSTIN Mar i7. 15:04 P.01 PROPOSAL. POI/ ROCK DRATTI AT NOR1'HHXH AI'YROACH OF SCALE AREA Rook ]'rain encompasses an area of 'x epproxteli 1 ', 31 3O'wtb 3O'w tb lace a bleeder ditch approximately 75 00x The to depth of approximately 1" with a filter fabric cp3mplatoly encasing the rock fill. ,'. '•4 F1LTE11 FABHIO: Approximately 917 BY Material Coate = $292.00/Roll x 2 Rolle r. $ 664.00 Taxes = X __ Total = 621.98 Labor Coats c 2 Men 6 $16.40/1ir/EA x 20 Hr. + . $ 058.00 ROCK FILL! Approximately 260 Tons Materiel Coate z 250 Tn x $7.70/Tn Texas = Total c $2,063.44 $quip. Costs r Traokhce 0 $75.00/Hr x 20 Hre - $1,600.00 Daokhoe !9 $46.00/Hr x 20 Urn = $ 900.00 Dozer @ 7µ60.00/14r x 12 lire = $ . 5OD...0 Total n $3,000.00 willto bearequiredin fromnaroundethexoavflton of exietinp. watereIW0bfor�ull approximately 100 L.F. and placement of the rook £111 undnrnnath it will be required. $quip. Costs = Trankhos @ $76.O0/Hr x 20 Mrs = $1,600.00 Scraper ® $76.00/1Ir X 20 lire a ta'p0 O Labor Costs r 2 Tien • $18.40/Hr/EA x 20 Mrs = $ 658.00 TOTAT. OP ALL COSTS c $9,907.40 NO11S: 1. No mark -Up Ties haan applied to materials coat in - order to help keep aorta down. 2. Equipment hourly rates include owner -operator costs, payroll overburden, overhead, and. profit. 3. I.dbur hourly rates include payroll overburden, overhead, end profit. • II r ..L. Grubbs, Garner & Hoskyn, Inc., Consulting Engineers 202 Greg Street P.O. Box 1248 Springdale, AR 72765 (501) 756-5999 Fax: (501) 756-1749 MEN1ORANDUM TO: Sant IlolUs; Oakridge Builders FROM: Mark Wyatt, Grubbs, Garner & Hoskyn SUBJECT: Site Preparation - Truck Scales, Transfer Station, Fayetteville, Arkansas • r G COPY TO: John Siversen; McGoodwin. Williams and Yates Y om✓ ✓• \��ro JOB NO.: 95-5930 r sZ DATE: March 27, 1996 Sam: This memorandum will confirm our recommendations made at theTrausler Station project site. These recommendations were discussed in the field with Mr. Leon Lowe, of Oakridge. and Mr. John Siversen, of McGoodwin, Williams and Yates on March 26, 1996. During die site visit of March 26, 1996 the undercut excavation was observed. In the north- cenu al portion of the scale location, an existing water line traverses the scale location cast W west. A water leak in this line was observed which has apparently been leaking for some time. In addition, water has evidently been trapped in utility trench bedding and perched in the near -surface soils. As a result, water was seeping into the undercut. This is considered likely to he the r eason for the localized occurrence of the soft and wet soils in this area. The undercut south of the existing east -west water line extends through the organic, very wet and weak clayey near -surface soils to stiff clay. The undercut had not been deepened on the north side of the existing water line. Based on grades determined at that time, the undercut bottom is at about El 1195.20 to 1195.55 and existing grade is at El 1198.95 adjacent to the water line. Because of die current seepage of water into the midercut excavation, as well as the potential for future seepage. it is recommended the bottom of the undercut be covered with a suitable "B" nonwoven filter fabric and a roughly 12 -inch- title k layer of clean drainage stone, such as Stone. A nonwoven polypropylene fabric meeting or exceeding the properties of Mirali 140N is considered suitable. The stone should cover the excavation bottom and be covered by fabric. 'I he red chcrty clay may he placed on the fabric -covered stone layer. Drainage of the stone -tilled zone must he provided. A bench drain extruding South to an existing ditch is considered suitable. The drain should be sloped for positive discharge from the bottom of the stone fill area. The ticue h diain should consist of filter stone completely encapsulated in filler fabric. The drain should be located on die west side of the existing undercut excavation where it will also serve as a french drain, intercepting seepage from die higher landscaped areas to die west. Though not currently excavated, we believe the area immediately north of the existing water line is likely to be saturated and weak, much like the location discussed abo%e. Consequently, similar procedures ate expected to he requited for some distance north of die water line. Geotechnical And Materials Engineering/Construction Surveillance r E I AFP.-01-'96 NON 15:54 ID:I1ERIT ELECTRIC TEL TEL NO:501-443-0312 4320 POI MERIT ELECTRIC INC. •u... ii n wn4n 2301 South School Btreel a Fayenevnia. MKaneaa ialva - .� w- • •,o•• _ _. --. __ - Tom E, Campbell Gary W. Rakes April 1v 1'396 Mcaoodwin, Williams. R YatEin 909 Rolling Bills Drive FayettcVillev An 79705 Attnn Scott Zotti Re. Fayetteville Rrvcyc3e Center Addition 4" Conduit per Swepro Mr. Zotti. Plmnale accept this letter ills our propuraal to ru'rnirh and install one additional 4" Conduit for T•rnnasfprme•r Pad to power paiRR. Swepce has requea•brd this for *,ht owne•rn benefit. Materials w/Tarns - $ 5„A.63 Labor w/I.Abo•r Bunten .. 4• 17?.7;5 0/H A Profit 0 20% - n 146.e7 m np n -..,a Ii 677.651 Clary W. naiLeD, are Vice-Preitidnnt STAFF REVIEW FORM AGENDA REQJF:S':' XX COX^RACT REVIEW GRANT PFV I E. For the Council meeting of _ FROM: ::heryl Zctti Solid Waste Public Works Na-.e c1s ; ep.P ;;,...• ACTION REQUESTED: Rev_ew and approval of the attached change cyder to the contract with Oakridge B::ilders for the ccnstr'..ct ion ci the So:id Waste Facility. PTh:ase review attached documentation for deta:_ea 1^.r:T o'- . We F:__ use the project cont.naency for paynert of this a3ditio:.a. work, `undinc '_: r,-- the ec, id waste fund. COST TO CITY: 515.430 f t:::9 ] egUeSt 44 i::-94C-SH75.00 5500 5:6c -5816.0O Accor! N:ml r: 93098 10 BUDGET REVIEW: ontinpencv) 153. OYI udgeted _ten _ n 3get cocxa3.r.a• :r CONTRACT/GRANT/LEASE REVIEW: _ Solid Waste Facilities Can"ai PT :.Jf an tia^.e Solid Ware F.:� 3cdget A3ju:!.rent Attached A3-:::. e•ra5exv_:es Lx•':S cr SRAN' AGENCY: :A jni ..tL]r . ,+:3: : -ate i :111.: ::.j v. f. iCet i.' ti• 1 STAFF RECOMMENDATION: tpa. ,; , Cress Reference �4 V New ; tern: Yes No en . rrec cr f'e ] _h r ly,. 'r•S,t !lr Yrev Or: / Res r: Ox iq Cont not Date:_ CHANGE ORDER (Instructions on reverse side) PROJECT Solid Waste Transfer Station DATE OF ISSUANCE May10, 1996 OWNER City of Fayetteville. Arkansas -- -- - OWNER's Contract No. Fy-245 -- CONTRACTOR Oakridge-Builders _ -- No. 4 EFFECTIVE DATE. May_10,1996 1996 ENGINEER McGoodwin, Williams & Yates. Inc. You are directed to make the following changes in the Contract Documents. Description See Attachment I - Description and Costs Reason for Change Order:. See Attachment 2 Attachments: (List documents supporting change) Attachir..er.t 3 and Copies of Oakridge Builder's letters with documentation CHANGE. IN CONTRACT PRICE: CHANGE IN CONTRAC r TIMES Original Contract Price Original Conrad Tires SuhslantialCorpletion: ._ Jane16.1996.-- $ - 1,708.000.00 _ __ Ready for final payment: JulI j 1996 — days or dales Net changes from previous Change Orders No. -_ I in No __- 3 _ Net change fiom prev0u9 Change Orders No. - -- to No. $ - 162.014 40 — - -- dues ------ — Contract Price prior to this Change Order Conrad Tines rr:or to II, a Charge Order Suhslani1 i1 Completion' June 1G, 1996-- - $ 1.545.985 60 - -- — _ -- __ Rendyfor final payment July 1611296 - days or dales Net Increase (&ere ce of this Change Order Net Increase (de Tr1I ) of this Change Order 28 $ 19,410.00 --- -- ---- - duns ---- ---- Contrail Price with all approved Change Orders Contrail Times with all apprmed Change Orders Suhstanlial Completion _- July 14.199.6_ ___-- --- $ 1,565.395 60 - _ __- - _ - Ready for final payment _August 13.126 _ _ - _ days or dales McGoodwin, Williams & Yates, Inc. City of Faye:leeille Oakridge Burs RT•.CO ED Charles R Nickle, It APPRQVj� Fred it 1 a, Mayor ACCI'.PfF , am I Tolls, ,1re+t Tana er By.; 1I !.(.+ By , LG tiLW' Bv' Engineer (Aulhorir Signature) ry (MI •r veil Signature) Cm`rtrndar (Author iv d S P,nnlum) —`'__ Date L1 6` Dole: r7 — - - — Dale: — �-- -- EJCOC No. 1910-S-13 (1990 Edi::on) Prepared by the Engineers Joint Contract Documents Coma Ice and endorsed by The Associated ()cneial Coitraclols of Amerca ATTACHMENT 1 DESCRIPTION AN!) COSTS Change Order No 4 Solid Waste Transfer Station Fayetteville, Arkansas Project No Fy-245 Adjustment to Change Order Contract Time Amount l Termite Treatment Vapor Barrier (PR No 4) 2 days $ 2,086.00 2 Additional Rebar and Steel (PR No. 5) 1 day 2,068.00 3 Baler Pit Changes (PR No. 6) 3 days 4,345 00 4 Plumbing Revisions (PR No. 2) Vacuum Breaker Transfer area drain lines revised MRF & Baler drain lines revised 3,204.00 5 Electrical Revisions to transformer (PR No. 9) 886 00 1 day 6 Electrical Revisions at Baler (PR No 7) 2,603 00 7 Additional Fill Material (PR No 8) 5 days 4.218.00 8 Weather delays 16 days TOTAL 28 days 19,410.00 ATTACHMENT 2 REASONS FOR CHANGE ORDER Change Order No. 4 Solid Waste Transfer Station Fayetteville, Arkansas Project No. Fy-245 1) Requirement for providing termite treatment and vapor barrier under slab. 2) Revised and additional structural changes requiring rebar and miscellaneous structural steel. 3) Selection of alternate baler and baler location which resulted in concrete changes and the requirement for the provision of bollards. 4) Request to change vacuum breaker being installed, relocate drain lines away from rolling service door locations and relocate floor drains in MRF area adjacent relocated baler pit and equipment. 5) Delete electrical transformer to scale house and add service to scale house. Provide conduit from scale house to office reception and conduit from service pole to northeast area of site. 6) Revised electrical requirements for baler and conveyor, 7) Excavated material was unsuitable for replacement. 8) Inclement weather and site conditions. McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Telephone 501!443.3404 May 17, 1996 Re: Solid Waste Transfer Station and Materials Recovery Facility Fayetteville, Arkansas Project No. Fy-245 Mrs. Cheryl Zotti Environmental Affairs Director City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 Dear Cheryl: FAX 501/4434340 We have enclosed for your review three copies of proposed Change Order No. 4 to the referenced project. Attachment No. 1 sets out the description of the various changes, cost of the change, and adjustment to contract time. Attachment No. 2 lists justifications for the proposed changes, all of which you have previously been made aware. The total amount of the change order request is $19,410.00. The recommended adjustment to contract time for these changes is 12 calendar days. In addition, the contractor has requested a time extension for weather delays incurred during December, January, February and March, in the amount of 34 calendar days. We have reviewed this request, and also enclose Attachment No. 3 which summarizes the actual dates of inclement weather precluding any work on the project. We are recommending 16 of the 34 days claimed as inclement and "abnormal" weather be included in this change order. We also are including our resident inspector's daily reports with the specific days highlighted, verifying weather conditions on the project. Our review of comprehensive climatological data provided by the Fayetteville Experimental Station, covering over a 100 -year period, verifies that December and January had excessive precipitation both in rainfall and snowfall. While the precipitation records do not reflect excessive amounts in February and March, the first two days of February were well below freezing and had snow cover, and three days in March were continuous rain. After reviewing the work affected by the weather on these days in February and March, we recommend that these dates be granted for time extension. Mrs. Cheryl Zotti May 17, 1996 Page 2 Had the contractor been allowed to work on the project soon after the contract was awarded and not been delayed by the 30 -day referendum period required by ADPC&E prior to issuance of the construction permit, construction would have been much farther along, especially since November turned out to be a dry month. This would have meant that the work in February and March of this year would not have been as significantly impacted. Therefore, we are recommending a total of 16 days to be added to the contract for these weather delays. Knowing your concern about contract time extensions, and the cost to the city using the city sanitation trucks to haul to Tontitown, we met with Mr. Sam Hollis, Project Manager with Oakridge Builders, to review the schedule for completion of the work. Mr. Hollis stated that with the contract time approved in Change Order No. 4, Oakridge will have the transfer station portion of the project substantially complete and ready for operation by Sunray Sanitation on or before July 14, 1996. More specifically, the transfer area and truck loading area, outside concrete paving, scale and scale -house facilities will be completed. The remainder of the facilities will be completed within 30 days after that date, for city staff and full operation. We trust this change order meets with your approval. If you have questions, please give me a call. Cordially, Ce Charles R. Nickle, P. E. Vice -President CRN:sc Enclosures April 19, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 4 (REVISED) Termite Treatment and Vapor Barrier Dear John: Please reference Proposal Request No. 4 Attached is our itemized cost breakdown indicating a increase in the contract amount of Two Thousand Eighty Six and no/100 dollars ($2,086.00) and copies of all applicable backup. This proposal includes labor and materials for termite treatment and vapor barrier as required by the City of Fayetteville. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, "Is Sam Hollis Area Manager c PR No. 4 File 2233 -I'VP 265. Si TE NJ (72761 v F 3 BOX 188 S'RINGDALE AR 72765-0' 88 v 501 750-4565 v FAX 501 750-4690 April 19, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 5 (REVISED) Additional Rebar and Steel Dear John: Please reference Proposal Request No. 5 Attached is our itemized cost breakdown indicating a increase in the contract amount of Two Thousand Sixty Eight and no/100 dollars ($2,068.00) and copies of all applicable backup. This proposal includes labor and materials for additional rebar and steel as required. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 5 File 2200 I-Wv 265 SL E N 172,16th v PO. BOX -•86 SPR NGJA_F. AP 72765-0188 v 5C1 753-4565 v FAX 5C' 750-4690 i - Ge3ii it L - iAi - -- 7TT Ii LIT tt±: ±:'TE if -- SOtitDU ' r }i` :I:Ic: # i"Io cT' 4 ;f c C- 0 / -4 tcu � 2AS Q Iw 0 J r o W 1 ,o r fir/ ]v) y1 1' In ImIC • cyL�1 1 t • IC •n — I5� 04/15/96 :0:22 316 232 3014 FROM 316 232 301 d UNIQUE MEAL APR . 1 S . 96 11:21 AM P.001 METAL FABRICATIQNS INC. April 15, 1996 Mr. Sam Hollis Oakridge Builders 2200 Hwy. 265, Suite N Springdale AR 72765 FAX: (501) 750-4690 RE: Solid Waste Transfer Station, Fayetteville, AR Revisions as of 4-15-96 CHANGE ORDER 1. Redetar7 embed plates A2 to A24 S 96.25 2. Change piece marks A1, B 1, & Fl to hot dip galvanized 150.00 3. Add (7) W12 x 22 column supports to push wall, per approval drawings 902.00 4. Add (1) W12 x 19 to operations building, 121.50 per approval drawings. $ 1,269.75 Sales tax 3'27 TOTAL DUE $ 1,363.72 Please furnish U.M.F a change order in the amount of $1,363.72 and submit to us as soon as possible for work already completed Sincerely, UNIQUE METAL FABRICATION iC. 44122) Mike Hartzfeld 0 UNIQUE METAL FABRICATIONS, INC. • BOX 201 * PRTSBURG, KANSAS 66762 a (316)232.3060 • FAX (316) 232-3014 PS April 19, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 6 (REVISED) Baler Pit Changes Dear John: Please reference Proposal Request No. 6 Attached is our itemized cost breakdown indicating a increase in the contract amount of Four Thousand Three Hundred Fourty Five and no/100 dollars ($4,345.00) and copies of all applicable backup. This proposal includes changes at the bailer pit to date. This includes 17 additional bollards as requested. There will be additional costs for steel items at the bailer pit once this information is available. We will forward these costs to you at that time. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 6 File 2200 H,b" 265, SLEE N (72764: v P3 BOX 188 S'RIN ,:ALE. Aq 72765-088 v 501 750-4565 v FAX 501 750-4690 tt C. WRIGHT REBAR CO. (918) 682-9295 • FAX: (918) 682-0507 N° 09259 7105 Wainwright Road •. Oktaha, Oklahoma 74450 • DATE 3/22/96 e Oakridge Builders o 2200 Hwy. 265 p Suite N T Springdale, Ark. 72764 O L MS C37ETOMERf ORD OI f11 NET 30 DAYS 0 AMtt77 ORDERED SHIM= OUR ORDER NO.. 3/22/96 IW8 DESCRIPTION 13,324# 3,324# Extra to contract `_cr bit boiler Total :nvoice r S H P Fayettville, WTP T o Fayettville, Ark. SERVICE FEE OF t'h%PER MONTH WILL 8E ADDED TO PAST DUE CHARGES. . 9110 customer UNIT PRICE I AMOUNT 22 Icwt 3731.28 $731.28 04'15'96 ..:38 501 471 8696 APR -15-96 TUC 11:38 PIERS,INC. 501 471 8696 Wee with 772 0U-0•VUP EnvebDe— ,ere, eddraoeing time oaMIGGIC•m/oelo. W»Oun', er.tAlLL .aGalNlie TyDewIta,Iee Stops PIERS, INC. Foundation Drilling 1234 HIGHWAY 282 VAN BUREN, ARKANSAS 72956 (501) 474.3690 FAX (501) 471.8696 Oakridge Builders P.O. Box 188 Springdale, Arkansas 72765 STATEMENT I•Ln'-e___Lttlff. TERMS: RLEASC Domes. AND PCfURN win.YOUR REMITYANCO $ 450 50 • O0 BATE INVOICE NUMSER / DESCRIPYICN I CHAROES I CREDITS ( BALANCE BALANCE FORWARD 4/11/96 Drill Piers: Solid WastE Transfer Station Fayettevil e, Ar P.O. #6528 3 hrs. @ $150.00 TOTAL AMOUNT DUE PIERS, INC. 450.00 " $450.00 r:. tf „NIV.+ l�ew R..Y LAST AMOUNT (l IN •wa COLIII.N 04'15/96 09:43 FROM OZARK STEEL .:0. 1 501 442 53'70 PHONE NO. : 1 5a1 442 5370 Apr. 15 1996 09:33AM P01 OZARK STEEL COMPANY Highway 471 South P.O. Drawer 1167 FAYETTEVILLE (501) 442.AA NO ARKANSAS 72702 N� ❑At'F cUSfOMC1'v Oki) I i_ 4 4.. A11UNf sr, .. _. _ ,ie/')L;''`—kJ�J�I S/�OL(-!'✓ i1 I `rl / lr� �'o �l�l �I I lilt Qn�Q TAX D I UTAL All claims and rrtunlorl n<lnds Thank You! I MUST tie acrompaolcd by this till.. __ March 18, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 2 Plumbing Revisions Dear John: Please reference Proposal Request No. 2 Attached is our itemized cost breakdown indicating a increase in the contract amount of Three Thousand Two Hundred Four and no/100 dollars ($3,204.00) and copies of all applicable backup. This proposal includes labor and materials for adding vacuum breakers per Don Osborn and other field changes as directed by John Siversen and Alan Hughes. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 2 File f,'..&R 19 1396 .c ':Gca�I in 12a 2203 WY 265 SLITS N 727641 v ° O BOX 188 SPA NGDALE. AR 72765-3188 r 501 753-4565 v FAX 5Q4 750-4690 Multi -Craft a V Cr.A.VGE ORDER Contractors, Inc. To: Oak Ridze Builders Attn: From:Demosev Lewis Jate: 2-27-96 Sub ect:,kB2 Vacuum Breaker Description: P'ione 501-75--4330 Post Office Box 1760 2300 Lowe:l Road Sprirgdale, AR 72765 Sam I-:ollis -ob, 650C7-00C2 Installing a series 300>14Qt Watts vacuan breaker in lieu of the Febco model 710, as requested by Do., ?shorn witn the City of rayettevilie '.eater Dept. ',required in two places). Add/Deduc, $ 291.00(Two hundred ninety-one no/100) Authorized Signature '7 Pressure Vacuum Breakers Series 8O0M4QT Size'/z" -2 BACKFLOW PREVENTION FOR 41GH HAZARD CROSS -CONNECTIONS and CONTAINMENT — installations with Continuous Pressure, No Backpressure Ces,gned to prevent pack-sio ionage o` con - laminated water into a safe drinking water supply. Ideally su table 'or industrial process water systems and other continuous cressure piping system applications where the water enters the eauipment at cr below its flooc rim. The cisc fcat and check valve are suitatie fo- teroera:ures up to 140° F. The durable slicone disc on the float and the cneck valve have high. heat and shock resistance. Applications Pressure vacuum breakers must be installed utilizing good plumbing practice. Use of a cneck valve to damper out and snocx arrestor where •equ red is recommended. This valve is designed Icr installation in a continuous pressure potable water supply system 12" above the overflow ;eve: of the co'lta rer be- ing supplied. The valve'-..ust oe installed with the supply connected to the bottom and in a vertical position where it :s avai:able 'or oeriocic inspection, servicing or testing. IMPORTANT: This is a continuous pressure vacuum breaker. When there is less than I 2 PSI water pressure on the vent disc, some spiUage cf water may occur. Therefore, use Series 008QT valves in con- cea;ed areas or where spillage of water wi:I cause damage. tmoortant Note: Vacuum breakers are not designed, tested or approved to protect against backpressure backflcw or water ham- mer shock. For protection against backpres- sure backflow, install a Watts 909 cr O09 Re- duced Pressure Zone Backf;cw Poeventer. For protection against water harrier shock, in- stall Watts 05 or 15 Water Hann-ner Arestcr. Materials Veal Otsc Disc 1o;der Float Check Valve Oisc Check Valve Seat Body Shutoff Valves - Siicare rubber -'ctyethylene •Sil.ccne rubber -Plastic - Naryl -9rcnze -Quarter-lure ta,l type Features • Reylaceaale olasl.c seat • Easy mainterance of internal parts • Serves as art anti -siphon valve • Ball valve test cocks icr easy testing to insure proper 3a eralion • Quare'-turn ball valve shutoffs • '•:' hand,es cn ii'- 1' How it Operates When the line pressure drops to I BSI or beicw, Inc spring load- ed d.sc `loat opens the atmospherc vent and the spring loaded check valve closes the inlet. This prevents :he creation of a vacuum :n the discharge ;me and prevents back-siphorage. As wate-'lows through the valve, it pushes the check valve open and •.if:s :he d:sc float which c.oses the atresonerc vent thus preven- t r.g eakage. The disc float is free floating without close fitt•ng guides which assures freedom from sticking. COMPACT MODEL 80CMCT, SCCMCCT :cn act eesign -model teal icr institutional. OEM and other applications requiring nin:num space- Features built-in ball valve shut-o'ts. Sizes ym",'h". •1- r`., Boom.ai SOOMQT - bronze body 800MC0T - chrome finish r DIMENSIONS Inches} Size A 8 C 0 E F Weight 112,314 4r!1 51!4 lrla 31!4 231a — 2'i2 lbs. C1 22 _ Multi -Craft �7L CHANGE CRD Contractors, Inc. Tc: Cak Ridge Builders Attn Fran: De psev Lewis Date: 3-15-96 Subject: Solid `.taste Transfer Project Description: Phone 501-751-4330 Pcst Office Box 1760 2300 Lowell Road Springdale, AR 72765 Sam ilolli's Toi4 65007 -CO -003 Relocation of sleeves alcng col-.rn line 2. Rerouting 611 drain lines between column lines C & D as directed by John Siverson and Alan Hughes with Mc Goodwin, Williams & Yates, Inc.. Addy9evdect $ 1,162.00 Authorized Signature Dempsey Lewis Mechanical Superintendent a': NP BID jcb :d SYTS Sclid Waste Transfer 9125l9S SIS Ca03 SSAH-PH"v :1/95 Bid 4 :5 30-003 "tench )rair. h3 Subtotal Material 1501 .r. P:PE B+S Material 258.)0 Labor Adj ).)J + ACS; 1 ACj A. Adj Ad, JVr •1; V,• .IM'FGS 3.5 ?ate:is, 71,S4 :aacr 2.0 Nis: 3.CO dJ j r..V x Acj V. + aV, ) 0 + .Y Adj Mt: 49.51 4c; :b: 2.40 kcj M:sc C.30 1 491` V. V YICAYA7M Ma ve..e♦ I:C. YPC JaJC: ..5) M_:c C.O Ad` Adj 0.0) + 4c; 0.30 + Adj M+1 171'.V ALj Lbr ..5) Aaj Misr V DD I p .`C . VJn Il e:e::ai 7C2C J•J7 Vi -c Ad, C.CC r Adj 0,7) �._; Q.DO + ----------- Adj MU ------------ 2C .7C 4cj L r ------------ :2.0) Acj Nisc 0.90 Fri Mar 01 10.4544 :996 PAGE : : La5c: 7,60 C.59 t 2.48 exxifr:::::xs x:xs:=:xstxmr 'Cta. M.1 5,8.:9 "':al Lbr :8.43 "cta. Nisc 0 00 rRX 3IJ ?ri Far )l ;0:15:91 :9SE Tab Id SLATS soliG 'caste ":ansfer Sr�5!9S PAGE SIS 0"JJ TARrRCC :ii3S Sid 1 15 CO -003 "rea )rain Fun )escri?flan Ref Ref AaaJ]t Gn Rate 4nount ----------- --- ---------- -- ---- 1 MATERIAL "V AL :Its 558.:7 I,GO S58,1� ISC, ".CTRL 1U' 3.0 IATER CAFAC::? - 3AL .59 ).)C = 1.J0 W3IGFT ;BS. Sfi J.CC :.CO- SEOF :ARCR 7SE J.)C -------------- J Y YIY .J 3 = ?AJCR Q1.'JE5. _ . 0 i:XI4Rnu t::: J .s = 1 0 .+ AVE uPVVLALS 99n I • 9 ?:)N3InG 5rrEC:ALS 3393 ) CJ = :.:J '"OE TABES 93?? O.:J = 4 EXFAA'SICN "AFS 399? J CJ = 5 ?7E TA5ES 39S3 O,CJ ;,CC S iSC. TA5S5 399? 313 = :.`C 301x.3 O :J = :.:C u... "'iF 9999 Ya: YVGJi1'G ? ;9::,:3:5 5?3 JO = J3W 'c 9999 C.CO : • ?:3S =L YE:NG 9993 J•CO - :.:S ?2 Fa4?S--2EAi!OOOL:NG 9999 .,• L' S ?)NFS--;EED 9999 J.O ?1 ?Ui^rS--SEWAGE 9999 C.v@ = JD 8?a J.bGER :959 C..•9 = Jr rV 15 ?'JN FS--ji?T 9.93 :.o r) 7JfYPs ?iRE 9999 C.:O = :J :LNrS__I,c.NIJAi, 9EEJ 393 ;;0 = ..:J +E :uNr"S 3WTERIFG ?99g CA = ;) LA A:R , 9999 L.,O = ..4 VAFRESS a ?IRE 3053 CAc1NET5 99S9 3.:0 = :•CJ ?? ACCESSORIES 9939 5.:0 = AIR 99 C:O = i.CO .4 FAN :.OIL .iNiTS 9999 ).CJ = I.JJ :5 CHLORINATION EQUI?, 9999 ).CO = 1.00 :E CLAR:?_E••S 3999 J.3C = i.J9 :: n'uE:OIEI3RS 9999 J.:o SFCCL ___R t' S? ?5 J.:. .5 a5AU QJL Si,,.A.,J -. 9r • _ �.rV - • ..�L 1 :A^C;; EASINs ?393 '.': _ :. o -------------- •L uL�.J.hL 11 = CALES 'AX: _ 1= 6 HATER:AL 'C'L )a 555.: f; ;Ei9 9AiCR • I •.VV'.A'.JhS S!c J... C 8 EU5TCTAL .5.33 (RUNT R:O Fri Jar 31 1C:1":21 :?96 ko :d SYTS S91i: 'Yas:e "rarlsfer ?iZ'Y19S PAGE : 3 S:S 0"3J 'TAR-F,CC 3:d 4 ;S CO -003 rent^ Jrai: Nun Jescrirtion Ref Ref Amount 3p Rate Acoua: --- ;J ----------- t C:RECT LABOR: t --- ------------ ---- ------ Si :2 4VERAGE RATE 1499 ;9.38 = 2S.JG eSi.SO :4 FOR.EHEN 3RS 1:499 18.38 :: :3URNE°EN cRS :(99 :8.38 $6 ;APPRENTICE 'r. RS :+99 :8.38 :' iA"E :SS+ 9.73 + EOP.EHEN .8 :3JRNETHEN zA"8 :555 7.77 ?Pi.NT:;R .... !YY. 3,33 .• 1 A .$)GE JABC? 3..J YeCF YY ,9 3 YY ULL,,s t. . -n :: rp n -I .AL -------------- :o.u7 CN r1I ' ' 'i', : r.sS Yn9Ca 1 :s" "RAVEL ';�!? ?559 C.CO 44 SJPE...-sON 9??? 0.30 34LANC.YG ?999 0.30 ! •S �� JJtANLP 1 Y3 JAI'r? rtAm S A TA•;s ?9?: ].3 9 START :E Ev^UCPET :999 J.:3 ".EST:NG 9999 3.33 :J PFE :C 9999 3.7C dl SCAEr J3 •'' JRYJp. J6 V.. :2 SGB"OTA -------------- + 0f?ECT YO :AF:NSE IJ r1R MAX " J.:9J1 !C4- - ?!R "AX : a. :Sey9 '5.:) ..ECT ',a TAX " - qO9-2WJ J.2J :VY2 S5 SPEC:AL :gI74A5CE EvU:rHENT EN TA 5i E^ wUiPgENT,EXPENCABLE 93 . A3LE lJOLSd.a , 93 ';:X "a:-icq Fees ;( PERH" d SPEC" FEE 9S 3 +AEEE3USE •� JAYI V.L 5PY Y,uY 9'r T?1EF936E :? :F.AY:NG;EN ;gE9NG 99 SUPT. SALARY ILG SIFT. lUi1G '1JJYY. PRINT E:E Fri Mar 3::0:48:C9 :995 Job :d SITS 9o.:R Taste Transfer 9;25/95 FAGR : 4 5:5 J".33 STAR-FSCC ::;95'' B:! t 15 CO-CC3 Trench Drain Hui )escription Ref Ref Aoount Op Bate Anacct --- ----------- VP RAV8L EIPEHSES •-- ---------- -- AC2 9'REIJJT A CHAFCR :03 LICENSE FEE :34 "EMPORAR? WATER :3: mmEH?CRAR? HEAT .:8 TEMPORARY FO,'-, :?1 OEPJSITORY FEE :a8 MATER ;A?FCITY GALS. "39 3.3C t i9 iF"4 T - :ES, EC2 J .C s ::3 IA •$ FEES : Si:ETO.Ab -------------- = SU3C'rRAC":: _ 5 :One- .. 5CL ip. Lc.0 ,A , ::° SE"s?i FETAL ?IJHBIs"0 .:S EHSCLAT:CH REFR:GERAT:OV SPR:S 6L ER :•:i CO>TO., •wMrsRA"r,.E :3 PAINTIVG C4 E%CAYAT:C•h' ::: Si:BTCTAL -------------- :51 JJu uLB"31A., IC,B •:S .9 = 3VERREAO OR FIRM i:i FEAT O'TERREAE :fit, 1,08.:5 ; • .vy 0u °ATERiAL iS35 SSB.:C : ]S.C3 23.13 :C4 NAJOR iUO'A"IOHS i9!2 J:O : S.3? ::S SALES '.A� S ;:48 S.28 : C• ..a O IL., LAFOR iiE3 lSSS'? • .NV.r.EVT „A.OR ...9 ..-.J :3 40H-?90J2CTI:E L EC3 .SE2 U.S DIRECT :J3 ERFEHSES :E12 :.J9 : 3 N?:AC"S 625 7.J? : •"U,3c :•? r] :! • 2 'A36•R MORS ONLY:3 43 S:HU LABOR OVLY -05 3.aC •rS . B T0"Aa -•-----...-- 1E2.59 II >PEGFIT :45 :.:E2 58 :!8 aO3 TOTAL • FRCP:" 1541 3-a3 i ].JC :,152.58 :? MONO :.:52.E6 : c •'5L8 • SE OJ §CJ6 :5i9 J.;a = .. 0 i,:S2.5E _q) Multi -Craft GLANCE ORDER Contractors, Inc. To: Oak Ridge Builders Attn: San Hollis From: Dempsey Lewis Date: 3-15-96 Subject: Solid waste Transfer Project Description: Phone 501-75,-4330 Post Cffice Box 1760 2300 Lowell Rcad Springdale, AR 72765 Job;; 65007 -CO -004 Plumbing changes due to the MRF revision as directed by John Siverson and Alan Hughes with y!c Goodwin, Williams & Yates, Inc.. Ad Deac.ct $ 1.115.00 Authorized Signature Dempsey Lewis Mechanical Superintendent ?R:VP 3I0 Ert zr !S C1.312 :BSE :c7 id SY"S Sal 'Jane .ranster 3!25;05 ?AGE J.Y Iii C. 00 S;AE•?EC„ : M! mid ► :5 0,7.301 1R? Revision 5cn Saatcta'. vaterial :ab3r 9isc --- (:E3) -------- C.:. PIPE 3+S -------- ----- ---- Y.a:er:a1 55,35 ;aoc: 5.87 Rise 0.00 Aej 3E" 3 Adj 0.07 4 Ad 030 + ------------ ------------ ------•---- 4d; Ntl iC7.20 Adj Lbr S.B7 Adj vise 3.00 (i5i! C :. FII"?4GS 3fS 9ate::a1 .38.3D Saaor S.d5 u:sc 06.70 4cj 3.53 - Ad,i C.30 + Id 0.77 + 4a; B:1 E.53 Adj Lbr ---------- ?.55 Adi disc - 0.30 (;S01 S?SCIASS vz:z::z: :35.53 Laaor 22.CC 9isa 3.00 Ad, 0.07 4 Ac; ?.00 Ac,. 3.30 - dj ?:1 85.53 !c3 tbt ---------- 2 03 Fdi lac P.0] i1CY JIII '" 'AMN a er.zl I c. C Labor ..33 •S •r:s. ..C 3. 0 t Ad C Adi ),CO 1dj dt2 :2.30 Ad. JJ. JO 4cj Yi≤c ----------- 75.00 Sf Jkl3ix;;;iY iYYisn siuix #fit YftIY3Y ••al Mt! £.33.25 " `a2 ` 3' °± ^ ' r ,eta: vise S. C ?R:Rf 3D?ri Yar :5 C7 31:36 ;956 • os i9 SY S So:;i taste 7rarsfer 9(2Yr:V PAGE • 2 - 2u 3700 STAR riCC •:;95 B:d t 16 C.J13Gi IR? Nevisicr ; Nua 9escri;Uon Re' Ref Aaount 3p Rate Amount .. ..-_ : YATER:AL TOTAL 993 503.26 = 1.09 503.26 N:SCI TOTAL ir)J "5.30 s '.3O 75.90 'Y VA"•ER ;A?AC:" - GAL 7:: J.;0 4 ARIL"f - LBS. 9C2 COO = 1.30- 5 OP iAS)R 95 O.JO = I.CO- 5 SLE. i : :19.25 34AYr9 y„C aS. 9 • :N IR7,RE5 ;999 9.30 = 1.00 :: :RA:NAGS S?3,:ALS 9959 J.JN = iCC : ?L"uYBING SP AU EC: ;999 0.33 = 1,30 9RAJ3"fF3a 9:9 J.3C = OJ EXPANSiCR '.nN85 99:5 L3C t JN S JEJ ,,ANKS ,9cc 0 = YC :6 YISCI 'AYES 9999 C.30 = ;.CO 7 ":L3RS 99S9 J.JJ = CJ 9 uCL.R",'Ci'sr.5 9999 J,JJ = :OJ • 3 "1L:ERS :::S J•" Y t ' "N 1 _ ,1, Y0 VYsn;snS .... ;;:; 3 " G = • Y 3: 9llMm-?LGYB.NG 3949 3.;0 'LYrY eCA"l6 Oa1;G 440 O t it . Y•u = :.LJ 1rUYFS--S3+AGE 9999 9.39 35 ?UYPS--?LOGER 9999 O,NO = ].00 36 PUP S P" 9999 J.NO = 1.0J Y9 rJdP--'n..'.AL ?3EJ 35S5 3 ;0 = •.;J :9 ?UYFS--WJEERING 9959 C.0 = :?; :3 AIR CC?IPRESS3R 9999 C.3O -4 ?:RR 9NSE CAB:VETTS 9999 J = co39 1. ;2 ACCESSOEIES 9999 0.0)9 = i.CJ AIR 94YOLENG 99:3 OJG i.JO ?A4 COI:, :N:'S 9993 J. ?,c ;S C":ORIFA'.:CN 3QJ1?. ::65 3.;0 = CJ CLARI?:3RS 3999 3100 t :.33 ; "URIC:?:ERS 9999 C.CO t :.JC VFCLL .?31 :". INGY 9939 iVY Y :9 "EA/"w'O: Sr.C:ALS 9959 J.J +.C YANR3LES 9999 0N3 _• V " SAS;NS :9?: 3G ;.30 12 SLa7CTAL !1 t SALES TAX: 15 !6 14:A:, TOTAL •1 IA�OR 6Uu.A":3NS 13 SUBTC"AL •V 1 i5!d J. e b 5.50 -------------- Y7 II PR?H" BIB Fri Ear iS 61:32:34 :9! :aS :a•SYTS So::3 Jas.e "ransfer 9/25/n NOR : J 5:5 J1CO STAR -?CC 5:e 4 :6 3.3 'r4 HRF Rev isio; 1 at8 Jescripticr. Re: Ref knout. Op Rate ANount •-- 50 ----------- ; DIRECT LABORC. •--------- -- ---- - Y. 52 A'rERAGB RATE ]49? 22.52 ! 25.0D SE3.0D 57 'or/ 54 )FOREHER 'r'kS 1!99 :2.52 ; 55 OURWE➢HEN SRS 499 22.52 % 56 :A??REkr:CB RS :499 22.52 All i ?Cr.EHEN RATS :55� 0.3J 58 VCCPYHEYYEN UTE :5:5 3i3 = 53 JPREVT:C3 RA".•, .Y.Y 5: 9YEEAG3 EROF AcOR 3fl E J.JC :3 :LI5101AL -------------- 5E3.JD :5C:REJr :AtGR 3RS SE 9:SC. 5,30 ; 2:.00 ]5C30 /� JPER'!LE RS rY J.VY YY 58 SJ5T0'AL --•-- 150.JJ RAV,L COOT 3.00 "I.4P '3 SUPEaV?:IOW 9449 J.33 = ! 3hLhNCfb'C 3?69 3.33 'Y 'jEA,U? ::59 J.YC -9 VU73 ,KARTS A :'AGS 9999 ^.CO 3TARr •JP- EsJIPHERr ??9s s 5S":NG 9999 0.00 0 .•L- :J. 99?? 8t SCA?PJLJ EREC;:JN 39?? O.JO ; 3: S35rCrAL -------------- 83 = JIRECT 33B EAPEHSE 94 , 25 ?;k TAX % - JIRECr :SE3 563.30 % SS ?;k "Al S - :NC:REC" 'SSS 15D,33 % 8i P/R 'SA t — 9CN—PROD ::8] 3.C3 t 58 SPEC: A;, :RSURA.. S c9 J1 ?FEET RE4AL E6 :J E4L'I?BEN";EAPENJAB;,E 91 "`15 ePEAD19L3 32 Jag 'a'piag Pees 3 . fl. i :.," iI P?Ei,J iA EEkC L'SE :o '- ? CN3 i3AVIFGIERG:5'?ER14G •- ECPT. SALAR➢ i3 SCP""•. S;'�ING iVC "RAVEL •EXPENSES FINT rU ti Ear 15 01,3.:22 :a: Id.SWTS Sciia 4aste "razs`er 3;25/95 "AGE 4 3;5 3006 STAR -?BCC :i!95 3ia I :6 C.O.OO4 RR? iev:sio; Nui Descrip:icn he` 3e` Aaaas: Op Rate 4acur.t ------- --- •--------- ---- --- ;01 ?R€JGET ALLOWANCE IN LICENSE PEE IC3 TEMPORARY WATER ;04 3EAT :"EEPORARY :05 TEM?OhARY "?OVER 106 9EFCSI"ORY F33 !J3 VA"ER CAPACIN CALS. "99 O.JO x :08 WEIM - a;s. 362 O,JC 09 TAP?INO P?ES S B"J'AL :.3 x Sf3CC?TSACTS: x Cranes ,: Equ:p, ;;S 3LECTRICAL SHEET METAL :;' PLOH NG INSO ATICN ... : T- RErAJ.A..,,V 2I Srrt., LER FR3X c• ] TeM.pYRATJRU VIN RCL .22 P4IhT.9G :c3 2XCAVATIC'Y -•-----•------ 124 SCBTC"AL :'5 :CB S.S7cJAL !:3 I OVEh5EAD OR a. ii i29 i.0 FLA' OV.,.. J A 525 •3 rcri ::2 •ATERIAL SCfi !33 .AJOh d0O".ATi3FS i542 134 SALES "AX t ;Sis 105 :iRECT LABOR :553 136 :NDLREOT :,ABC.. :563 VON-".OOOCTIVF 1ABOR IS31 JIRECT :GE EXPENSES .Sll :33 SC2CchT°AC'S :624 :10 'ar/ 41 TABOR 303.5 OVJ7 :r93 Y .ACP LASR I I I•Y .44 'Y5 mC TI AL :46 FROFL' :Sit 11 :cH 'OTAa • pRCF.' .,4a :18 >9ONO I- :49 AOO ;Oh6 [648 :SJ ;COST PEh SQ FT IE49 I Y23 15 IY. Y B.II i .I :I.S9 Y SJY.7O ]Q.70 S 0.JO i J. 70 0.7C s 'a xL..Y JO S I.+;S.S9 S CO = :415.59 0.07 i,41J,9 I -------------- 1 1]3 :a 5.00 86.;4 15.00 04/25/96 MEG 0PPVPIDGE N0.536 P001 tflulIPa.1A$tLaeI Date: 4/- Z S- n Attn: ≤n's Company: AIAJ Y Fax No: From: Job Name: s kits Phone: Number of Pages: 1/ (including cover sheet) Remarks: CI —IV nn- +f^ ICI e, :`.C JHKr:UUt - IYV.J.JO r✓v I B U I o e a s April 25, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 9 Electrical Revisions at Transformer Dear John: Please reference Proposal Request No. 9 Attached is our itemized cost breakdown indicating a increase in the contract amount of Eight Hundred Eighty Six and no/100 dollars ($886.00) and copies of all applicable backup. This proposal is for electrical deletions and additions as indicated on MWY's letter and sketches dated 4-19-96. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 9 File 2200 -I'WY 265. SUITE N (72764; v P.O. BOX 188 SPRINGDALE AR 72765-0188 r 501 750-4565 V FAX 50 750-469 t4/GJi 'O tc7: b / ' UrIr ru uuc > -- - ... _ t`RJ. JJO rc j : _.... - ... m _.._ _. ... a2..'n'\e maw:: :.'.:�:q:C Ll.n:e:m 9oa It, xn_:_:: ••-__ .:"-a WI n'u. LadJ:: t::'-.• .r:.l'I _ .. .. L_.r rltl•tl _ .."rPn t..l._�.[•TI•.l REVISIONS 0RL� OR!? L• AT 11 1NU UIZI'!-:: L_!�IiIJl5 .?-•I' I!. (ER r_ L_n:.�4 S t SUB a:[A T.., A� It..T.j_ • 1__....y lr]""'e' L. -__..____,, r- I I h g=ZUz=:== = -a ormla9p• u0-•1.:: ._. ___r ..:r'Inron rni I:.^.: Obaa:.^..fl'.1 nrrS-^L41_v._ r.::r '- :'.':::'�I _. .:r::..L . . vI1!: L.'r l- —1 r.. R y f•. , ,I,2 93 r . $793. 1 , , I ', 1 t 1 II . I I I I I I I I I F I I 1 i , • I I I I : II I I I , ' I I I I I , I I , II I I I I t I . I I I • I I . I I I I I I I I I : I I I • I II I I I I I I II I I I I I I I I I I I I I I ` I I I I I I :c - , I I I I .. I I 1 I It J. 1 ` 1 1 I I • 'A. .1 0. I 1 I I I i 1 .iil7 ^,.:):: i ! ` J9..i 1 I:7::. ...t9 :1 f{ i t W. r t I I J. 1 1 •I I I •I 1 t I I 1 ::4:.J'Frtmi. i ; I tI`>'d."a.E9 I 1 t .. ..... ....... ._...._..__.._.. __• ..-•_-.-. . .. _ I _________•1• Y_.. .-_-•__ —.---..------.I--". .I.-.__- ... __._. I .....0 I • I I(•, .I. J I I I 1 f.) ,.I .•l t� I I LJ1. ... .. .....la 1 I I I I I.. 1 ' .... . .. ... ....... ...... •.. ..___. II ..• _.I ..-_._. _. _. ___.__.... I I .. ..... .__.-. .-__. I ____........ .... _.-. ... . .___......_...... I?.I.CI IT, !:...4'. '$ i.:4/:+x.090 i i ;:'i'77 -:..'v'mn..ILLL= ••••-_-irP41LJ tl.I'L'•••• laiTTaLr IL L!' d •v'II:a .. .^.. ...�..).ip _ ........ ..'ivli:,,Jl:L:= Ili u.' 't Y•.)�' I . YI.ta I I , I -11 -.II L.L.::.:J_••••••-niv It :rznl 28111IL':1=..' ...fl V. C,::: :: I'. vI I -I1 :.I B74/G/tl Otl: Jtl UHKK1 UUt + -- i)..1. 2.).'96 :2i 35 r-i 7 : OAKR I DGE BUILDERS 4 1-'% WED 12:33 ID:MERIT ELECTRIC "Gm IS C$mpwu Guy W. R.kb TEL Np:50-443-0312 MERIT ELECTRIC INC. • flu. rao YJG4 #461 PE1 vw. vwr. ryvvw..v. NIVE • WI.- ___'8 . rnlc 6Gl•..71p.l] April 24, 1996 0.Rridge builders ?.0. Box 186 'Springdale, AR 72763-0186 Attns Sam Hollis Re: Fayetteville Transfer Station AR M,GJ Delete original service from Pad MDT Transformer to !Scale House Dedur_ts S ,316.e6 '.A. Add service for Swepco Pedestal to Scale House Add i" Empty Conduit foram Scale House to Office Reception Desk C. Add 3" Empty Conduit form Swepco Pole to east as shown on drawings 'fpm E. Campbell :trosident Add: S 31i09.6°i S 7112 I U. J.JO r vJUJ V4/GJ/7b lVUt 04/19/96 RPR-19-•96 17:04 ID: TEL NC: $4711 P01 ______,,, -I'- ' McGoodwin, Williams & Yates Toi Sam Hollis, Oakrfdge Builders From: Scott Zotti Farm 750.4690 Pagosa 1 Phones 443-3404 pr Was April 19, 1986 Rat Fay. Transfer Station Efectrkal CCs File O Urgent O Par Review ❑ Please Comment 8 Please Reply C3 Please Recycle S Comments, Please obtain a quote from Merit FJectric requesting the following In line item form for each item numbered On other words, number I is S)0C10( etc,), Electrical Deletmns: (1) Delete 25 KVA transformer (2) Delete weathershleld for transformer (3) Delete 100A, NF, 3W Noma 3R Disconnect for scale house (4) Delete 10QA, 3 Pole enclosed circuit breakerf Nema 3R (5) Calete 115' conduit with 3-#3 wires and 1-ff8 ground Electrical Addflions: (1) 3Conduit as sriown on Revised Site Plan (2) 1' Conduit from scale house to reception area (3) Service conduit with wires as shown on Revised Site Plan, inducting all items needed for separate service for scale house. (4) 3' Spare conduit as shown on revised site plan. Please provide quote as requested. Thank you. 'ba/LJ/7b ULb: ==, JHKK.JI> 04/19/96 16:02 APR -19-'56 17:05 ID: TEL NO: IIU.-JO -cc,o !#711 P02 1-3" SPARE CONDUIT W/ PULL WIRE. STUB 1'-0 ABOVE FINISHED GRADE BOTH ENDS AND CAP. VISEE ROVIDE 1" CONDUIT W/ ULL WIRE CrROM SCALE HOUSE N O RECEPTION AREA. i NEXT SHEET. Pp W1 3 C W/ 3-�I3 WIRES 1-48 GROUND I O �n C. PEDESTAL (BY SWEPCO) CONTRACTOR TO PROVIDE ALL ITEMS REQUIRED FOR FOR A SEPARATELY METERED SERVICE FOR SCALE HOUSE, METER TO BE MCUNTED ON NORTH FACE OF SCALE HOUSE. CONTRACTOR SHAL. BE RESPONSIBLE FOR ALL COORDINATION OF SERVICE. INCLUDING SCHEDUUNG Wild U'1LITY COMPANY, AND PRCVIC'NG ALL ITEMS NOT PROVIDED BY SWEPCO. NOTE: ITEMS SHOWN IN THIS SHEET ARE ADDITIONS ONLY TO THE SITE PLAN. SEE ORIGINAL SITE PLAN FOR MORE DETAIL. REVISED SITE PLAN 1"- 40' ✓J4/GJ/ vop;JJ UI'ml JUC - rt . J.JO rtn_ , I 04/19/96 16:02 R'R-19-'96 1705 ID: TEL N0: 13711 P03 0 RECEPT -I ____________________ PROVIDE I" CONDUIT W/ PULL WIRE FROM SCALE HOSE OFFICE TO RECEPTION AREA. J SEE PREVIOUS SHEET. RECEPTION AREA MODIFICATION 1"=40' C4'azbb V'J'ctJ UHKK,UUC NU. 5Jb "U✓Jb April 25, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 7 (Revised) Electrical Revisions at Baler Dear John: Please reference Proposal Request No. 7 Attached is our itemized cost breakdown indicating a increase in the contract amount of Two Thousand Six Hundred Three and no/100 dollars ($2,603.00) and copies of all applicable backup. This proposal is for electrical changes for the baler as outlined in MWY's letter dated 4-19-96. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order far this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 7 File 2200 -'WY 265. SUITE N (72764) Y P.O BOX 188 SPRINGCALE. AR 72765-0188 Y 501 750-4565 v FAX 501 750-4690 tI CJ. JO t2 . O1 uMRR I LR. .7 NU.936 Pees 1 , I; ., . —..1.. 1 vAftgF"' ::i:l'e3 C:CT: .... 1 .. ... .. ': r .. ... .. _. ... ...... ....:.::. a ....... .._. __..--r-'—•r-•^-_,::WIa:aGaascn:asa:racw,:.Iv. sl: •.a,nn::or:. •,•. ._ rte.. , •4..-t ,•I r. n'r a:: na :e .:r .rr... .e .. - �, �_I \r.,_, y. , ..'.I. -L. 1. .._. ... •...•._y. _ I ,1.b I_ Y-. Z29 1 1 N... 12 329 ?j,. II ' II r II ♦ I I 1 I I I I I .II I i I ' ' I I 1 , I I I I I , 11 I I I • I I I I I I , I I II I I1%.: It II I - . __ .. ._ __ 1:'I I' Imo. I. _ , , I 1 1 1 ' _.. .. ...... .. .. .. .... _.._... ....__ I I 1 I ,f\ 1(� •1 CI L. Y. L... c. 1., •f • 1 -.. q.,)<_' I_ I .I 4%) .f1 . 1.... .. .. .. ...................................I its, I I 1 ..., .::�.'•. .. .. • .. .__.. ... . ......._... ' I 1 :Il.t.lrt: K:i.44 't -t;�%:'1000 :•:I;; 3 gq bcnd III IC•-o0/5L000 1.J r. III r9 L rrtl 3:• IV' t: I_ICG :P:" -":v i':"-• -I ': v,. /•••••••-' .1'95 12:6 •�.: JPKRIDGE BUILDERS r- 1'6 WED 12:34 ID:MERIT ELECTRIC 2801 $auth 8o1g0186aot a FayettevMs, Manna 79701.301-4114918 • FAX 601.443-031! 'om E. Camrsn t.Mry w, RNtw TEL NC:501-443-0312 #461 P02 tapril 24, 1996 O&:n•rldge Builders .a. Bo>t 148 tpringdale, AR 72768-9188 Attns Sam Hollis Ro3 Fayetteville Transfer Station 'a Delete 1" Baler Peed 3 Wiring Deduet - 4a 624.198 n. Add 2 1/2" Baler Feed & Wiring Add - 1 +8,094.14 Add i" Conveyor Feed/Control wiring Add - S +11054.86 Total Add - S ey3L9.41? Tom C. Campbell b -resident TEL ND: PCC.936 Pell I' Iii • Jv�4J�:O ✓JJ•V' UHKKII.tt i 64/19'% 15:16 APR -19-'96 :6:19 ID= 609 RaIMg Hies Drive, FeyaaSle, Mrs.. 72703 For 501-443.4340 T« Sam Hoofs, Oakftdge Builders From: Scott Zottl Pam 750-4890 Pages: I • __________ Its: Fay. Transfer Station Baler Electrical CCr File Q Urgent ❑ For Review 11 Plant Comment 0 Plow Reply O Pismo Recycle e Comraeatar In response to Proposal Request No. 7 fitted Electrical Revisions, the quote only includes a single amount for the material quoted. It would be difficult at best to gel the client to approve the quote without a dotollod broakdown of tho 000t as requosted in the original request. Noase hava your electrical subcontractor provide this breakdown for our records. It has become evident through 9 telephone conversation with Merit Electric that a major portion of the cost of quote is in the 2 4h' condulL in order to minimize the cost of the eledrical revisions, it is advisable to run the conduit In the slab rather than overhead, thereby reducing the amount of the conduit and wire required. Please have Merit resubmit the Proposal Request with a detailed breakdown as originally requested and with a revised figure for the lower cost of running the conduit In the slab. Thank you. McG00DWIN, WILLIAMS • AND YATES, INC. 7, Consulting Engineers 909 Rolling Hills Drive FAYLREV:LLE. ARKANSAS 72703 HE FOLLOWING WAS NOTED: Ar4 0(.TE lZ-; _ JO NO —� Y2. PROJECT LOCATION CONTRACTOR OWNER WEATHER ^ TIMV. Oat PRESENT AT SITE COPIES TO Lg -DDTh&-1E©D;U RECYCLED PAPER C Men Pro -Consumer • I Posi Cons Jjno. CCprt'j :1l lO9u McG00DWIN, WILLIAMS IL AND YATES, INC. Consulting Engineers 909 Rolling Hills Drive FAYETTEVILLE, ARKANSAS 72703 (501) 443.3404 � �� / � Svc • THE FOLLOWING WAS NOTED: • DATE 22- G4j- PROJ CT y� 1�y� S�u(c � � ,/��{� ��+���-� Vim' 1�• " p j r�''{/1 T LCF C LOCATION 2.-c CONTRACTOR OWNER` WSATTNEE,., ,h Z.SVJIi �L I TEMP. oat AM 2� Pat ( • Ct)'M PRESENT AT SITE T COPIES TO ROOT NI 4 c Gmm I OI.'. 1& 011E LmR l�Rfd3U �OUIi1/1 ��.3; RECYCLE U PAPERRECVCLF U PAPER '�•+V Contents Am P'j ona,jme. •'C^. Post t31•S.mor Ju} (AJ Sll1Ey'S � - trCC iom` McGOODWIN, WILLIAMS AND YATES, INC. 1-]. Consulting Engineers 909 Rolling Hills Dnve FAYETTEVILLE, ARKANSAS 72703 (501) 443.3404 TO 1-tPsPP('f Ito �.to�l r2�c� M<ETTe\i¼LcE ALi, THE FOLLOWING WAS NOTED: IMS PATE l l JaNO _ PROJECT VV - V �I �A1 \^\-'T{� • V -` l • LOCATION 1SPt t k -t ULLct&) CONTRACTOR Orb OWNER G. C).�. W NER /— .^ TEMP °at AM 2,O °at PM PRESENT AT SITE tkLO COPIES TO J _ D 21oMU SIGNED cam-` RECYCLED °APE° f0%. `9-C �su°1er • FVti °os: fon.rrer McG00DWIN, WILLIAMS AND YATES, INC. Consulting Engineers 909 Rolling Hills Drive FAYETTEVILLE. ARKANSAS 72703 (501) 443.3404 TO _ c`1. THE FOLLOWING WAS NOTED: > fl - I COPIES TO ^C.IC lI y Uas 0llnoad. POY['0I: IOEF' flZS pan OR C PROJECT L TOC I� Ccbul (' ,� �• CONTRACTOR OWNER WEA4IP tDL4kJ'1'fL2OC- TEMP. oat AM Oat3 PM PRESENT AT SIZE -2vcs ; 2 - cc 2a -n . f Sit A ` C %Ci1 , r -- I. avc UCL ter, . SIGNE RECYCLED PA�F9 ��CJnI8n,s £0% Pe -Cons r '0`4 OOF� su 1-1,11 .Cl tJ�2S , - �N'` McG00DWIN, WILLIAMS AND YATES, INC. 2 6. Consulting Engineers 909 Rolling Hills Drive FAYETIEVILLE, ARKANSAS 72703 (501) 443-3404 • 'a vtr III{ lUvdl / �� � �• THE FOLLOWING WAS NOTED: GATE PROJECT 5 `A +lrJ\ s1e Te,iIn l� CONTRACT O(wyF'p WERT TEMP } Oat AM oat 2'M PRESENT AT SITE COPIES TC O0 S1G01\\\ BndC24 n wr,:wm Ym III" to aN. ROM[ru r[t Aeg® .�.: MECYCLED PAPER Cameros W% ra.Cors mw •' P0,1 -Cat ure Amu � l L�.4�-�.1 !L,-���1 r'`E- C-'� AND YATES, INC. 32 Consulting Engineers 909 Rolling Hills Drive FAYE'TEV;LLE. ARKANSAS 72703 /� (501) 443-3404 TO _/��{—C U1 C Lc� THE FOLLOWING WAS NOTED: m I COPIES TO GATE l ( PROJE C //�� LOC4TIC ` CONT©Top, OWNER T WEATHER 1 L CQYtOPRESENT TEMP Oat AM AT SITE re _ — ° JJCic S __ RECYCLED RAFF> CJY �h/J C, re CC%P .• %Povcon w McG00DWIN, WILLIAMS AND YATES, INC. Consulting Engineers 909 Rolling Jells Drive FAYETTEVILLE, ARKANSAS 72703 (501) 443-3404 (/ TO C ` I o77������,.,,' ��1 ` dt L Le { rteVLC THE FOLLOWING WAS NOTED: 2_( 9 3 D} .ae nt Pao, -1 D l c 4 .00A ON Il �� ftIt'£tCVhAi fzzjr rte, CON cl; ^ K{/,RAJ\J OWNER W E 'I ) �Vcr[ TEMP AM e PRESENT AT SITE �Yt� I�.VIC�, I ��� •g- i �� 4 1 COPIES TO SIGNED _T_ McGOODWIN, WILLIAMS AND YATES, INC. CD� Consulting Engineers 909 Ro ling HiEls Drive rAYETTEVILLE. ARKANSAS 72703 /n (501) 443-3404 `j C�"71 TO ` I �^5�� 'F'E FOLLOWING WAS NOTED: 3-2 u no LOCAT TL t .. I[,�L, f' ' W, CON�Tw�/i?cTQR .`/J1V./ owNFR WEATHER w7Y-l�JC-L/ TEMP at AM at PM PRESENT AT 5•TE ! x 4 COPIES TO I \ D O" I • " -- �Lss ZZZiii SIG`_ TO McG00DWIN, WILLIAMS AND YATES, INC. 2 7_ Consulting Engineers 909 Rolling Hills Drive FAYETTEVILLE, ARKANSAS 72703 (501) 443-3404 C -fl L' fl cLvim \T\/ / V IF r cccstJwce I THE FOLLOWING WAS NOTED: F COPIES TO O�T1 - r PRO�.3 0utPrct LOGApppy GOrvTflAC'09 (lpJ-• 1 � ^ r WEATHER TEMP °et AM PM PRESENT T SITE rr Y• rJ �� ^ X�xe J •tx TMi n v;,m sat mm ToGmRol ro•a ic°asm RECYCLED PAPER jJ(�'bRQtl��+p]�y���{{T�-ifi� i l� April 1. 1996 Mr. John Siversen McGoodwin, Williams and Yates, Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Subj: Weather Delays Dear John: Our office is requesting five additional days time extension due to rain mud and cold weather that occurred in the month March 1996. These days are Marchl 47,28 and 1996. Please advise should you need any additional information. Sincerely, Sam Hollis Area Manager nPR 3 13�G r., a n ,i Jam' 220 -i;fv 265 S •:Z J '2;5") v PO BOX 183 SP�INGDAL�.AR 72765-0'99 7;i1 7;0 4565 v kk 5:- March 4, 1996 John Siversen McGoodwin, Williams and Yates, Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Subj: Weather Delays Dear John: Up Our office is requesting eight additional days time extension due to r in, mud and snow that occurred in the month February 1996. These days are February 1,2 and),1996. Please advise should you need any additional information. Sincerely, Sam Hollis Area Manager . . •___ i_j 0V i� aL 26E S E N F i2 / 1]4.v PC ?l./ }i8 SPA NO -DALE AR 72?€5-1 • 88 v 5C • 7bC-4565 v 'r 7'C 4s :; � Y Y tat ..'{ 'I 11 I. ! -!t 1'Trtpl it TI "YW <wr r�1 1_�IrY r 4f. l p� �Y Ya of 51 =.I rI 'ice f Rll i �{M♦• ♦ .a' 1'(! 'if 7f F(� M 1I�- /4 Jbnn1. )�� y Vt. L.Ir t I 1 1 .l I if It�➢ 1 ( OLl S �Ti/ f t �r♦J. •!i[ � FvY16'lly E1{t fY�sf"U Ji a.. ♦�! ! 1.A1 Y��Y:Y1 v�.l V�4 y}�i��Y�( rLj£'Y's jli.(a;.!(llYr ♦s r R '1 nJ5.♦ Ir LtJ 11 .• f' YI ♦ }.� i' I a r 2�{( e{ s: i �` S Y. rii l'< aurYa..- �//1I ! w /.f♦ { [ lc .. .4•%j-.j• �Yf It I.v L, FJIJ :1�3 1 n 1 II 1. I}�Y i♦ ii�l t .Ml ': 1 3'.' ♦ v+. I']Isa n /I i i 11 !il •/t - • r: -r ✓fu 4w .(777; J.iL aiyl 1 J a. Y+ 1 I'. ..f. , l '+.+1 ijr !� sc iLw ytr,l,j, I/ -sc n I n 1 1 gel I I L} P Y f:x41 tfY(If" Y .R {'a 1f / YI \ L'Ii 11O\ J �!1 h l(vYj�✓eS M.i t el(/yL 1 IWn Ipj� IU:.WA 1 \ Y i II. T <L�.l'�]♦1 qtr .`q . YIt / � [� '�-�. lxl iai'e�"I�,f �ilTl (� 1 I .. 1,^± I I Sl) Y.i•{ C/.ii4v'F_ V TIM.!. L ai21 cf\\ fI�R2�1 "13,� !.n VG TK ii+� L^�L Yrsl:F i 1 f 1 r.J: _ �'`�4a�(�`v� 11 1� s I+��V �,Ii'�. . § 1 ./.YA ��11.�� ♦ � I1 .i 1 14f� / Il y. :I f i 1� �y11 ��1�: ' ` � K ♦rf +I�InY\tY.{a'r�ri �l�ankr. H.'ry1Yn}1C j �•C I�nY`Y ��� �IJ ����S•Vi I $�� Fr�OS r� G.•!{a I} lu�j -.I A Y I t ! I M Il ♦ � - { I © 1 .• YI L.p �a{{� I y I ♦ � 1 . I. ifaL G.:FI J/� ( I11 vn. \[t tvl .•� Y� Yi I I • V':.II '. t 1 I \ j,1 ♦r^�5C(: rr 1 •.1•� '} Y IIY Yf} �l IYL �11n 1 n �s;ry � )de♦ (J +{1 - J' ;v -Ls ew.4 Fi i fw 1I / . c ��J"Y'fr c's. / Yn. V._. fl l' S.I .I• "vl i YtC'�$i 1 v 1 ♦.1. 1. _ : I .1 +.•['�'{. L 1> L i� t ♦ s -J. !ti QtJ.ak 4 1J:�.�„\f laal [YnFa l-i'� t' 1 .1 lN�i / )- .¢ j F' 12J'! V BH �a< f Y I f ! —.. .J`^.e: n .... sib 11Y. /1. r • 4.1,... :'..i.vl I } 0: C��.. h !M\.YT!3`YS�. �II IVtIt Ii }c .II.1.::1:: B L D E H S January 3, 1996 278 John Siversen McGoodwin, Williams and Yates, Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Subj: Weather Delays O Dear John: Our office is requesting eight additional days time extension due to rain d and snow that, occurred in the month December 1995. These days are Decembe SS G 22 and 1995. Pleas6e�} aavise should you need any additional information. Sincerely, Sam Hollis Area Manager o124JCQA krov-Lf&rce • 220 r.wdr 265. Su TE N (727E4 v PO BOX ' 86 SPR'NGDA E. AP, 72765-3188 v 50 7:o 4665 v =rX 5% A SPECIFICATIONS AND CONTRACT DOCUMENTS SOLID WASTE TRANSFER STATION AND MATERIALS RECOVERY FACILITY For The City of Fayetteville, Arkansas Plans No. Fy-245 August, 1995 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas m 1995 McGoodwin, Williams and Yates ACORD • CERTIFICATE OF INSURANCE , 11/28/95 _ E PROD - THIS CEkFIFiCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE S e d g w i c k James of UK, Inc. HOLD[R. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR '3811 Turtle C •- e e K Blvd. - ALTER THE COVERAGE AFFORDED BY THE POLICIES_BELOW _ Phone: ( 2 1 4) 6 5 1- 4 0 0 0 __COMPANIES AFFORDING COVERAGE Dallas, TX 752 19-44] 9 COMPANY -- A ST PAUL F:RF & MARINE INSUT✓m COMPANY B RANGER INSURANCE CO. The City of F a y e t t e v i lie CCMPANY 113 H Mcunta1r St C _ Fayettev'1e AR 72701 COMPANY (REVISED) a T4IS IS TO CERTIFY THAT -HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR 1HF POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR C3NJ:-:ON OF ANY CONTRACT OR OTHER DOCUMENT WIT'] RESPECT TO WHICH THIS CERTIr]CATE MAY BE ISSJED OR MAY PFR'AIN. THE INSURANCE AFFORDED BY -HE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE -BEEN REDUCED BY PAID.CLAIMS _ -_ DO TYPE OF 94SURANCF POLICY NUMBER POLICY EFFECTIVE POLICY F%PRNTION t1R • DATrpmmD/Y1•) DATE�4,yDWYY) LIMBS GENEFVLL LIABILITY I t GENERAL AGGREGATE- - - $ COMMERCIAL GENERA. LIABILITY l PRODUCTS-COMP/OP AGO $ CLAIMS MADE aD�R LERSONA. & ADV IN.,..Ry $ AX OWNER'S & CON- PROT K G 0 9 1 0 0 3 5 5 12/04/95 0 6/ 0 1/ g 6 1 EACH OCCURRENCE _ E FIRE DAMAGE I Ary one •Ire; $ • MED EXP ; Any ore person) $ AVIOMOBnF IABRNY I COMBINED SINGLE LIMIT $ , ANY ACtO AL OWNEDAUTOS BODILY INJURY $ — fPe-person J _ ISCHFDULEDAUTOS ) __ 'BRED AU -CS IBODILY INJURY { NON OWNED AUTO I (Per acc dent) I -- ! PROPERTYDAMAGE I_ - -- -- , - _ _- GN1AGE INBIUUIY - -- -- I - -- -- - T' AUTOONLY EAACCIDENn ' $ ANY AUTO EOTHER AN AUTO ONLY: $ - - _ _ EACH ACCIDENT $ __ _ AGGREGATE E B RXCFSS WIBILTIY EACH OCCURRENCE _L 5, 0 0 0, 0 0 0 'x I UMBRELLA FORM 00020 06/01/95 06/01/96 AGGREGATE 1$5, 000,OOD OTHEg THAN UMBRELLA FORM --III Y•YOPODAAFrs COMPENSATR]N AyD ' -- -- - --- T -- - - - EMPIDYERS Y i STPTU-OPY LIMPS $ �L _- - ' EAC'• ACC CENT --_ _ - -HE PROPR,ETOINCL I OSEASE- POLICY JM PARTNCRS,EXECU1VF•- I R - OFFICERS ARE: EXCL DISEASE -EACH FMPLOYEE $ Oh -ER I •'"i` required by w^4tten contract, McGocdwinr William & Yates (Architect) is additional insired as respects to the ontractor (DAKRIDGE BUILDERS )NC) operation and an their behaliL DESGVPTION Of OPERATIONS)(X'ATIONSNEHIQE3'SPEOUL TFMS - _ 1_ - , - JOSH 6528 -Solid Waste T'ansfer Station C TIROMEHOLDER T31iNCEUATtON G AKRIDGE BUILDERS INC PC BOX 490 TULSA OK 74101-0490 Fl Iii!. (hift •jS P.1:1:1 ..,' iJ•iI I;$J::.i.;a i:p 5- 5 , r T If E� AMERICA?; I II S T, I or h R (,' It I T E C T S ,llA tin( 1NNtIIN ; I305 Contractor's Qualification Statement 1986 EDITION ibis faint Is a1,f)IOred (ii In' tcconrutended by 7lie,Intetican IJlslffllle tf Arcblurt is (,I hI) mid 77�e ,Isaaciale(I (;eIIel fl! Coil ft IIclotj of AII10 ica (A GQfor use At c1r'aNtftl- ing !be gitalificalintrs of coIlIIoctal s Na endorsenlenl of the sr.btnfiNN6t pat f;• or carificaliwt of the rti/orinariorl is made Gy !be ALt of ,tGC. The Undersigned ccititles wider oath [hat Elm Infolm:ltlon provfdcd herein Is true :uul sulfi- ciently complete so as not to be lnlsleading. SU6til1'FF:D I'O: McGoodwin, Williams and Yates, Tnc. - Solid Waste Transfer Station and ADDItI?SS: 909 Rolling Hills Drive, Fayetteville, AR 72erials Recovery Facility SIJ13h11'FTBD RY: Sam Hollis FIAMfl Oakridge Builders, ADI)Il1:SS: 22C0 Hwy 265, S I'RINCII'AI, (if l'ICC: 7446 F. Cor1n)nhIIun IX Inc. t'nrtnerslllp U cite N, Springdale, AR 72764 Inrliv4111:11 46th Place, Tulsa, OK 74101 jolot Vennllc CI Other ❑ NAME or I'tlUJiiC'I' (It phl)IIC:I;)le): IYr'2 OP WORK (file separate (urn' fur each ; tasslllcallun of Work)I XX Cener:.i Constrocn:nl _ ITV,\C — _________ ._ I'lunlh1l'g __ [ilcehicnl _ Other erlr:se s;)cc' y; Ctry,l IN It 1961. 1969, 1979. ftt IIIIS •11 by I Ii AI',cllr:u' Ir,pp,le 1f Alclllterl.. 1735 New Ypik Avenue, N.W.. W;I IlIl'1r Iq•1, 1)_C.- 11111;. Ittprptlut'i,ul III II, IIIJIt'll:'l bulb'' 1)1 ,u')q:,•Ill:ll 1 llnl',Illln t'r Ii, prtivl w+Intii 111111pi 1\ rIUu11 e'nn'c Iuu l Ie AIA vl„Istc+ lilt' tip) rill it I:1\t. ,If iii' tl,Illetl ! I:,'t, rill] \vlll Ite vU l;rtt It, Ies:11 Itlll,ctlllll,ll AIA UOCUMEUT A]u5 • COr1I IL\I:II'll'\ VIIAI I1 I(:AI lull ?IA11 R11111 • 1'111'• 1:1,1 If N, • .111+ • -_ _ {f 1'llvt • IL112r'I'UIt:1NW}IIIIJ1: 111 A'tLIII:Ir:tfit5,l.v Y_)'IL,r.HtIN U \r,\Nlln„11)•,, It,: Ipmvj A305-1996 -a 1. ORGANIZATION 1.1 I{ow many years has your org.ulir_Nlon been in business as a Contractor? Eleven Years 1.2 flow many years has your organization been in business urldet Its present business narac% Eleven Years 1.2.1 Under what otl'cr or for:ner narncs I:as your orgar'izatlon operated' 1.3 If year otganizallnn is a corporation, ansRcr the foUowing: 1.3.1 Date of incoipccttlon: November 13, 1975 ! 3.2 State of incorpnra:lon- Oklahoma 1 .3.3 I';csiticit's n Nu.: James R. Davis :.i. i vice pre;:dl n:rorc(s1 tier 1). Elelterbrand 1 3.5 Secretary's native Imedla Struble 13.6 Treasurer's name' In)elda Struble L4 If your organization .s a I):11iiwerchip• answer the fl)Ilnwillg 1.1 I I):IIc of urg;oli/:iuoo Type of p.0n :nehip (If;ippllc::hIc) I.•L3 Nan:c(s) of gci1cr:I nanncl(s). 1.5 If your uiganiz:lliu•1 is i11(li\ ie!trllly owned, :ulswer the fnlluwiitg: i 5.1 1),Itr of nry;alli: :Il i; n): I 5.2 N:Nnc nl nwn(1. AIA DOCUMENT A335•t(NrHAI.' (:H' I)' AI V V 1 IIt."IA' I\IIvl • na, I 1:11 I1 SJ•d\` •ft IOW I III \}11'111 %N ;; 1111ti F. Ill MU Unit \ I"li'I\\ 14IIIA ''Ir. IN; .\t\'IIIN(.'I IN jiuwvi A305-1986 2 1 .6 If the form of }'our organiiatir(1 is Ctl'er that, those listed above, dcscrii e It and name the prI:lcipa c 2. LICENSING 1.: List i:'risd clioni .Ina n nlc C.ucgc:lI'S i') n lid • ) our oijl.lriiaticn is Icg:iIIy tplallfira :n do hnsinc•ss :Ind :r(Iic':tic Ic(;isUa:it' 1•I Iii crnr nunlbrt'. ,I ;gy11i:: Ill( - Oklahoma General Contractors Louisiana 125790 Kansas General Contractors Florida JGC C)36827 Arkansas 1006960993 Texas General Contractors 2.2 I.ist ;urisdletioni H \'1111 it yr•tic Ing.Ntiiadon's paluu••shlu or rra(ie name Is flied Arkansas Texas Kansas Oklahoma Louisiana 3. EXPERIENCE 3 I I-:st the calegorics of wn-k Ihat roar org.Nli7.ttion rolnl.11ly I)erft)rms W1111 Its own forces. Concrete Work Miscellaneous Steel Carpentry Specialties Masonry i 2 : laimc ::nd Suits (11 tl'e :11:=w01 1(1 am• of Ilie gnesl'nrs hrlow- is yes, please :math tk cure i ? I II:s trot, In {:Irs I tin cvt r fallctl 11 t'o'npi.Nt :my wnik :nv:lrticd In it No• ? ? Atc ;heir rl:j judg':Icnts. claims• alhitration procccclings or suits pending or outsl.uttling }wins; your olg;nlir:nion or Is officers? NO. i.2. i I I:Is your org:I I ?a:ion lied :rip Lrw snits or rcrlucstc'd :uhilr:UHm with regard to t•omtrur non u:uunc Is w'1hh: the 'ast lire ye::Is? NO• 3.3 C:II r. ;lie last live ye:N s. 1'as any offcrr or alincipal of your org:u)i7:rtlon ever bet.n alt oflirel or Uinualalanolhr•olg.uli;atirnw•h1Nn tfailed nmpleteaamsuuctinnumtra<I'flII'trdswcris %es, plcasc an :c h dotal.'INo. AIA DOCUMENA305 • I I,M IN 4 I,,', Q11%I to %I It 1:J•I A I I•P'N • 1111, I n1llntl •A 1\` •••119)11, A306-tOB6 3 I III \ 4111111\' .• II II II 111 t 1'Iill 111_ I'1' NI tS 1')9F I11'Jn1,N N' 0.IIgJIJn' U -. r' •'PIIN1 3.4 On a separate sheet, list major construction projects your organ)zation has in progress, giving the name of project, owner, architcct, contract amount, percent complete and scheduled completion date. See Attached 3.4,1 State total wool: of wclk in progress and under contract: 3.5 On a separate sheet, list the n:::ior projects ) our organization has completed in the p:lst five yeats. giving the name of protect, owner, architect. contract amount, ektte of Completion anel percentage of the cost of the work per)nlnted )with your own forces. . 3.5.1 State average annu:11 0n'ovnl of construction work performed during the past five years: 3.6 Oi . a separate sheet, list I've cons:rutlon experience and present commitment, of :he key inrhvid- tl.11s of your o:g unlz.tticn 4. REFERENCES 4.1 Trade Re ferellces' Mid-Continent/Midco Concrete 210 North Walnut Tulsa, Oklahoma (918) 582-13111 Maxwell Supply 1800 North Sheridan Tulsa, Oklahoma (918) 836-11606 C -K & W Supply 623 South Peoria Tulsa, Oklahana (918) 583-9151 4 2 hank Relcrences: Liberty Bank and Trust Company of Oklaharla P.O. Box One Tulsa, Oklahoma 74193 Loyd Stone - Bank Officer (918) 586-5942 Sudy, 4.3.1 Name of bonding cul•tha•)y. American International Companies 70 Pine Street New York, New York 10270 Mr. F. Jay Scribner (212) 770-7889 Sedywick James 4.3 2 N:nne and ;I;I;Iress of agent: 3811 Turtle Creek Blvd. Dallas, Texas 75211-4419 Mr. Tani J. Braun (214) 651-4000 AIA DOCUMCtIT A305 • CUNIIIAC 1OhL QIU 11:(.Al'UN NJAII A11.N1 • 1914, Ii1)1I1UN • AIA• • A305-1906 4 1111+ AMI.,t11:AN INSI- 11111' UI elte1111r(:I4, 1 ]15 141.1V vu' AVI Sill Nu'. uAslZINGIr)h, I) r. Cexn 5. FINANCING 5 1 Financial Statement. A consolidated Itlance Sheet of Flint Industries, Inc. and Subsidiaries together with auditor's report, furnished upon request - 5.1 1 Attach a ina:ui,d stateir.cn;, p:c`crahiy audited. including your organ zannn's latest halan.ce sheet Tlll Income s:aten:en: showing the following Items: C. L. irent Assets le.g.I e ash, jn.nt \'Cl it the :wCOUnts, accounts t cceivali e, notes reccivahIc ,uC:ue\I Inror.'C, deposits, materials inventory and prepaid exl)t•no-c,). Net Pixel ASSCIs; 1,)rhrr ,k scls; (:wren[ I.i thil.l es (c F., aCU)nnt•s payahle, FIOles papahlc. act:rt•e•d exlCrnt•.• plo \ islull '1)r i )note t.tx:•s, n(Iv.uucs, accrued s:d::rles tulci ICCILICtI pall nlll I.I\Csi O:hcr I.i::hililiCs (e.g . capita', capita: stock, aut`unized and otasc:r Ulig sh:ucs par valurs, Canu•d swans rl:d le:ainc(I Cnnings). 5.1.2 Name ana n(k,ress of tit o )n :)wring .utat.hCd linanci;d slaten)ent, :Ind (!ale Ihercol: Arthur Andersen & Company, Tulsa, Oklahoma 5 1.3 Is IhC :I: red 111.11111.11 SI.Ite•Ilcnl II II IIIC I del II it.tl Illg.lnl/alion n;Itnt•t1 t II1 p:Il;C ' I'II No - 5.1. i If nu', expl,lin I'le It1.11icnshlp and limn: i:II Icaponsil:il•Iy of the ol11m,I/ati' n \. 11I<C finan( ial N:I:cn1( 1: is 1:ro\I('CLI (c g parcnrsuuichary) We are a wholly -owned subsidiary of the Flintco Companies, Inc. which is in turn, a wholly -owned subsidiary of Flint Industries. 5 2 \t'ill the organiz:uion whose Finaneia. statement Is :mlachcd act as guarantor o: the conuau for t on- Srltl(71On? Oakricige Builders, Inc- has the complete financial backing of Flint Industries. Flint Industries would act as guarantor of Oakridge Builders, Inc. Il'\I ill(.%Ill'1 SIAIIVINI• I•M1I I : IIUIN•\ A• •. ena� A305.1986 5 AIA DOCUMENT A305•( f)NIIfA( Olt' I III \VI IIII ANISll II IF OF All( hll i IL. - 1SF4 .\ ) 11'IK \'. INl'I Nu '.\\.Il f:' �f1"{ ILL .411II 6. SIGNATURE 6.1 Daled a: t;11s clay of 19 Name of Organ6ation: P y: 6.2 OAKItIDGE I3UIf,DER,S, INC. Jalrxes R. IJavis President M r. James R. Davis being duly sworn deposes and says Ih:l: the illfernatlon provided herein 's true :I:u1 sufficiently conk) cue Sn as hilt lu be mislc:cling Suhse : ihe' and sneer n before r' th s 19 vnrary Public: My r;on•nlission E piles July 213, 1997 clay of AIA DOCUMENT A705 • 1 l)N I a.\l 1114 S11I'AI II ll %I111�1 \I I1.I1'll • "Ildl I 1II 111114•\ \• " ,qNn A305-1486 6 1 1 \\II 1111 \r! IL'I 1' II \4CI11 I; is -45 pl'1 `r'l K AVI rf I V \t tt',Y 1111+G I:1N Ill 1'111Wi CID C1 O U CD Cn It En 5$ E In V N rn I I , f f •N I l -, J .- IX u 5 5 0 o r N N 0 7 O ' N len N 00 P N DC P C _._ _.I 4 KO .. sa Sa •So ha Go 0' Sa CC s� 2:o M a M a P a 0 o ,r .O: En En a.'a 0' J J - 't I0' Ito N C to O\ 11 C° r -I 'In In P T °•O` o a, 0.'rn rn O,' O '0 Y en N � o6 (1 J O in -t N -t N 7 -t NN KO C' 0' a I I o ' u 14) p h d u 'o L d V li - n U O v O O V J I I L I- V I..i Ci •O u °, d .c Id I d J I V '� d. o o V o •o yN.' ¢ci y d o dl9 ! u v C V q qv ! dS o aJ ° C7 a n n d. v� o t', vvr• x F a: 3 F; F F-.1UIrn Fes-' x v1 .JIm Fla. F w x wlm F; I I I I • ! I °1 I IO .0 j C as 1J L V I.0 h u i L °o. WIIt U . O M I-, ' I= I.9 O v G C C zIU ! ° 1- •. •p V a L Ito U Z'•.n 5•- o1 U''- I3iJeitpo o h JOO0H0 I�L o u o S v rf ✓ u u u a C C a ailu a q -1 -1 J -• V C •� o � v 'c n .5 ps y � ° te a •-' >, o 'd � v E W w a' U '3 0 L+. U H'-, F F v°i 010 54, x S 5 .-1 ,9 m a w w w m •I I I I u I Ilo ✓ g d a " �{r�7J7 C O p• v u vuj C O 0 I. I` G g 8 u N t �S. u I .C J 11.' .C • 0Iji I u .p 'n. It IIp u Y �iItO 7) - i `. w a 0 ao o l u o o x "V; . ?' v >' °1 �• U O >, w a d O m 0 b a •n °. ... a _.-I v 2 •. o.> to o 0O:'.n >UO '. 01-° 0 0 ! I m .N. O w d• -' X C q Iy t•J h m q q„ q ,. C Y uvCi Y x�i I V`di .big' OO�jj O v U J 'C Y N° tea] FY C.7 Rai O J 0 z 0 7 M a P a la a a o, a a a a a a a a a : 1laId O 1��II G IQ 1 '/. o 1 �. In S p .y�y1 y o 1 B0 S0 00 P In I'0 00 r 00 000 iii l a P I(` I 6\ B0 Ce IEu so b On I '0 In In In rn rn rn -4 J — N b Id s s � M p W 8 O In P a In v� r In f-1 7 In Ifl In a a04 Q Q QQ� N 00 o W ^1 b M V In Io In In Cl Q Q v1 IO s" s° IN O 0 00 b I 7 _- N _ lien I I I I I I I y I In C ' N N d r O CIA a �•'c>~vk_: oCF-°✓u' z .�aiJ S " ❑ f Y 5 c a x `� w E s Q [� a " '� 4' 9 v� �: •n E ''y . • yl .-�-I (O O lC 1 v L Q `u IRII . y N N OgJ A gV C% N ❑ .q� GI.:;OwOls^F..-viF-I • I 3,3FI�F�.7woa 1.3c.Fi07wIa H. _ I r 5 . 7 •. C u ° CJ ✓a Li CJ IoM CJ N d ;.r " ✓ 1 .1 2 Id,w) - I', F o I " fJ. O Iq I C% tn .. b V a A o G o a ❑ o y i`p 1rq�� ❑ o p R ' CG v y UI - N O. " w O V O Iv p 4 s al G �OJy C G 1V+] [�A.r 'O '� N Id o R V cn R R R /1 •� �' ti Y f�-' N Y Y .-Nr N✓ ^' O y✓ R o .n 12 o o❑ .� o '3 . ;JW U3F u. LE F FJ❑C;F P7 F'•>F.9 °�I-�W W FFFOQ� W F I fl S O � o ° UI9 Io Q W o y S °o ICa •a o I (r tll ' O W `� o 04 IQ J G U q Vf r ` ..yy� ei Vi OQ I O w f-'-IjV V W o FFYI u H O c o ITa y u Q o d �i b C a o 0 o y C ,� V O °�' .0 OI.� wn0 5I 3 O w O L. WIF 5 Q V F cq F 3 CO w WI[o F�F Fi� W ~4•CA F d.� �yy G7 U z U eri n • Un -:' C:.. 0•' GGrn (� J � n f a'� 9 cl y r • cl V W Y C, 0 yN 0 o E d4 U N i 3F rn rn rn rn 00 hi N O N fl O oo [-i vi • C r I I II s '1 '1 ci 0 ' c F 0 O O .s• o u N 1 O O } e. o n E C V a J y U r xl N c pq b 1 Q 1 U G n[ O ml5 C a od N 'o Ir 00 ° C W � � I O' u ' I o • r+ • O 'C'U, ioQHoIQoiooI I• L Q H Np w r cyy .~^. Y V Si O d �' C C O E.O. e. O 0 0 0 • 0 I o qm v }C 0jQt El n n [a G o O p o f o O w a 0 0 :a U o. "I o 0 ov 34°Sel"}'7 ,}'7' O u H y r r N O Y V It -- '^ Cl Q '° c a� 0 v 0 aYi v o IO-[�a}�vOiX rx cc4 0 S 0 :d O O I v t 0 0 o G cj O 00 H r 0 3 3 O �p g y o v v o o ,y d •0 0 N N 0 N F- 4 e a i it I h rn o, u D Q lL r_ FQ 00 r C, q O 4 C 0 3 o b O V N O . N . b I ur,o�a ?oF��i I1 V 0 z,�77 Vl O N I�•+ tc/J b h ywy"F a�' 9,00 °4O ao P. 0�0 N m rn a tp N rd O Q V vl COW %C Iw 0 P FiU m F d Ii I t0 b [i UJ tv •« U p u u O �d 00 v> 5$ a> a u o I, u Qq u 3 v O, o ituyy'a °Lr �w .'...I O o n0 .�+ s u Na �aQ F F r m ... ti aj C 7 d C 0< w a C Q O o o 0 �j m� 0 0 0 0 0• tII g n vz °0'„3 c 8p�p vl � ti a �'m q q ' N 7_r rn3T.Oa5rF V rFrr,wmmrF a�°F V. -.F5 F --W In 0' rn rn :a r q rTJ ❑V�J'''1 ti ti J - 8 8 8 en 7 00 ll 00 cl Ipa r. r U IS 49 r A QV N yI Q ry'•4 Mn 0 a $a w 1 .r r q q W W u�0 w3 00 0 N O In a rn i� 8 a N f-1 Cl r Cl a a a a r r r ° rn rn IIti d 4-.'' 0 0 �8 8 8 8 a 8 8 tfl 0 °i Cl K N �00 In n It1 00 1 a 10 z r vNj rN0 I- N ci C'+ N I I OX 0i' V g G E o u E u e �' C., 8 O y J O1Y' N wI V n a 00 -S2'9 i2r— In cp m M 1000 y q N q - y \ i u \ r \0 \ a Fla o. J 5 rl O V a a ii, n m� C In o Y • F o - Ito O E i a1 i ° b N) In F+ YET N Y IV M y f9 ° 1 g�yy V u V � fl x v o w vii i "o I `0 Y e O y ° i i'-ji 3 �o lIu 'In Cl a o m O y c '!p o o r O >> •G �' yZ �' v. �co W NIQ vl b4 3 ° i1 N u O f'i ? P O V OO r' l" U 8 '' 'r ,q O q V: F' !nl> •.• '� -a ' 'O F M .n U !]a°., 7 F:m > .0 1 91 M 0 I ' IK• M 'Ch a a 0' a a -O .O 9 8 v > > 0 0 to to N o. loo v v N ' O IUD H Cl I I M 0` a a r U O 0 C to 0 : T iln I _ h • gg Q� V N a 0 tnC0 V O N bi N to Q— � \ � Urn N OIdo.V I I 5 I o 0 0 C EEii n V 0 9 S.' y a �r co 44lo C 6c_I o x 0 o >I OI aL,c C` rJ O O I u g QI O O J N y N cqOt 9 or�` dr•r rlv W a+ 0W �br ra oW •'C 1 Ob VIO W�O as W Yi r tii U r U .L o W Is- - �L� -° oN aI o w� o rn 1 F d O.Ix o, I i I I y { S o r I I I a Li 0 t 0 o 0 cAeoo DC v I o o y K b U S1 IC O a '¢ Ia S.. Io > I It �xvO.ryo o 0 g>w ju yy LW V"3 W�'C'� E Q Qi '�y ¢ x Q y a_ CoC p se O v 9 0 o O x C: o ❑ H> zy C o W d y •• V o '...: cyy� m 7 en F O aqi o 3 3I 1 l C ti' d O O O r O I C o N� C O I 1 W W I.. a r a u. r.1F31n W• LL'r 104 P7 ILIln r:nlQrLn/.-.hL>a V u 1 I OI h °':2 V v —, - V1 M Vl g = o It t ;t y .0 x O rn 0 JQ 0 Lq .8• Al 'I 0 V N NI M r � Lti IN O eo aa0rn wl I I I I ' Ap I. o �� ti 2 - u C 0,0 44 jjoO m. q& U y Q •u:: N O O, '0 Q tt'1 O 5 O W 01r4 C4 It a_V3aLs�aWLZL>.rnm N 0 M ..T 0 Cl M ♦, en . N H O� a' I v v N s 1Q N I ggN o -ti 0 IO °i ao0 0 o 0• In 00 •n o r l r 1 a r! M f1 J :-r r I- - I m ; v rl ca I U C U U a frJ]J y I 'Q � IQ I y Q � a l u ci u ro u uv. .. O .a a• . ISO�O g 0?c um0 1-0 tiro M0 pm umc _a ago •+ v •� fl yn �o ,,O'u ago 14 d 00 \ N N \ N 4 \ O \ N LZ, \ 000.: �+Y ✓7 r 'J' r .r U W 7 O oo . 0 Vl o,000 000 Lz f I I. O 0 o I ' v • R I .a�j O E q 0 H y Ih o c C —°o E i � E 0 U) M ✓] _ O h o O r` N b— O! .8 ° ai+ On .. cri uaFQU • U N �1 L 4 X w r 1 ! m x d [� r N VJ N 0I N h C N °L ai v 1 Ei v r4 v v m m N n+' 5 W t In o o b m '� d oii k a °o a" `n� o '.. C- °° ,x ° 5rn�,9a.U9o.'mm�m3aFjQo.F�arn i O 0 00Co l0 �C CcO V u V �'b�� F, t i p C] enV N f i I Ii U a I- O • o U O U V OIa O e0 ITV" U. u .� td " N CCC g T `.� r IOL 0c'1 0 n °I HE > Kit a 0 I ° v 0 N Q Y v x o n o 3 y o Z` 4'S a' o. ,go 0I LiJ a a v ,g o o� 0ol�om Clu 0 v R°I°z °1 m rr v v v fJ bI T > v b 0 v °I m^ vli Q q al ,I 3 3 a v y c a n v m° 3 nu $ mL t uuu �E~Iw a•m° x3�r�Q�m;a_H ii:uo 5rnt-oo 3�u1 ti Ct IO P IC' a IO Ia a r r r -. 5 S S S S O a S 'O r0 M NO C! I'O IN a O N r M W M — d W 'a 'fl -. N ,'o r1 M 'd - I i i v I C• , .o N - Q l< I I D gg Ci U W O OC e 3 0 7 v fi o • m 1 �y u m N V"V�� p� b •!_ •--' J ' ('J �..� .-. u p uuuu.......... g �y� N O Evpi F' o O a1'�n oa,O ru. eno O �oO a. r jl .� v �yF,'��IUb�'�C�N�' y"-H�EID;V���I ,ua a 3 •" 'o o '-; m a F C N O x a FF- a 0 m M i I 'ti Ip I M I w O I Z u i ' 0 I ci r�c o u -s -'o o .Io u b m Oir S p U p SE ul' O m r" U'.- JI i'vr� .r~ >b n o p T r m 0 O N O n N y! P. O O !r' I r4 d F N w�m -,,aua Cl N o OS h O S N 00 C IC O+ r IN I I V U y � o P u Li g 0 ggI N g ro q I! I CM Jr do V rrgg, 3 G r o u rn fi o ` a 3• xWu I•` < 2u4am [ J.^ CIS u fli_> O•- >, 0n 'n I0 -s Y Y hV+ V O V a =I= N I� L' o ro FIm co m w 9 U 3 M m o :u mIU < a O D U O a to u r r QJ. r J r I, . r �, r r IJ 1" J r J ;fir r ' . I Q I� Q S S O S C to S •V S U- 100 O� C 7 vlc, c - tod - r0 O I O. O I M 'O' 1O r/1 'O Un Ic y I— '6 DC Ir b 1 00 ;In fl W TC Ire NIVi O . h oa d IJ N ^ I r Irq I y 1 u U 4�� U I ^ O pju ""fiw� y N a ` I O.v I Y., �+ O r � Y L u ti U O > U . w 3 0 0 �°cf a �� 12 va or,Z J ostc o�rv wln,,, yd,po ,`�c•.po M o t.t o.�r7_ ENO•grn O"d Mo Oa a c^ g l I d pjIry Ci 91 �' prp N ry ,N .=.I N ai i�.I r a rtl gaoc-�:��o�Z •; �Ivtte vvt ��r,4O a+' cO cirO—.r-OI6; riO �j oc 0 u 0' N r v d OIL \c O g n O^ r O of oo x >..o> N O 3 v 0 N d O �C o P V 7 O I N 00 I c a� 00 NI� OS m O\ ea Ud -I - d vrc da,c ct-rn d Ind rn dnC'ad� NUS^lair � _c �. .-1 r` W O �.� ,n U .. ° r N I Ix tc V 2E rn H 3 O. F a r ,-1 U d C O. a HI {a rn HI'x rn H o` F �C VIA o. m V a. F U4 rn H; I I ' I I I 1 , 1 o I ' I I I ' 1 I h I I I r, IH I. jai �F ° v oI I1O v `� rd I u Fn G I o I 'g ry Iyg rr7 '.. gg '� gg u d EIn, '� EIS 5td 9 'g yl.o Y R d a°i E' o urn o urn o -� 00 o N d N n o F., o p, in o y j C m o G to O ri O ' `�..Or -• -� y t- l h [y M i 's`�n air ID b r yid v °a �r�'n�NmM�u�i2F-d= a 'te or°0rv�l u r O'.0 vN'a—v.^moo wQO at O`cN Oo. o. u M rn NM oo h d o vt d b rn dI -- '� R r�` d U v In • oo Qi J Qt In b .-� Q id .a r o.r'3' r� N R, CO � y ar � H' 1H 04j0 a.H V O' o.F.rNnIH O'HF-�rnH'F Hao.Hfa O• a` 1 I I I o u I I I I y v d I 'a ro 1< IN N 1� IE n O u yv I Vu Salt, ci- IC '. .7 b O 1 h F N 41 W U Q U i u U H a U. h ° ?7 O ni OIU • r r O U H' �y u U I U W O E 1 x �q V Ig �gy �J •a r❑❑0 o i c w v a Cr ImNO E O 0-' OH ,9L- 'F0 0OIm ° IN75O 1 v �Io� m.5 t .-^� u >,o y?O u oOO. 0•° o d r- c Ol'gw0 O0 3 0O >. •> O > O°a orn u� IO. oI`� dNo d ro Id >v>`n dw°E'I 1 o oHo d Rw d 00 ,g d yI �Q• vii V r h ..SC h J N ^ �I- OJ - M J itO P �' M 7 yl ❑ r 1 a M'3. i2 ro gi'r�i I g rd" o O O. O r HIa rn H a x x�m t° mlvt .-. HIH In H • r J .' S S S ♦ L m N In In W a N C N O .-. b - en N In N I � ' I I i I a �a la a a J IJ r r r I S Q S S Q V a a '00 a O-. I- 10' a I- N- r O IJ - C •f Yi V a '!' - 7 •.- r O O M o �W IP IN N 'O '^l IN rl H N �•y rV 1 I I I I i d IE I i U I C 5 J 1fyO I I 0 - Y 0 I U CU V v C .±' k - NO°i �Ii of m o v O°r°� InO11 o• �+ .pof !r S N �I'pJ r Vt K' e3 Y1 (, a r Idl .b. : d ti rJ rJ F, m4 r O N O N O fi M u M O,,g r 0 to O •� r%1 m yr O r OI� N O' 1<0' CC M q o x u M rn o .00 • 00 • vJ ur K y \ Cl q N r� NI- \ y N 00 • N N r� N h y� NI °° fJ O0 H oc .°i ,'r.. •r� o F 0° `' °�'� r� W o0 7 oo h a F a F�1 P F'J N �I3 a Ftx P F CG P F 0 N G a FI a1 a F W 0% FI I I I I I 1 W 1 G >.i C d g u G vvO tl iaj I? Y.i1 U N o:-3 O O E y m O Q In o, -- a 6 vi v, 1 Cy vt x 0• IO N n 1 O N >•M h O•N y r Vl N in '-' N '� x I'n ra � d O NOxc°IBC>IPN ONm�FO in YJ r q aJ N °J q a E' r o 'I-' f J ty O N .I • Y r J O PI rJq C4 y —- — .. — y L I y N o Y\l ac �oo coo qvl 2r°]'. �l000 �Eo� �uo P F U P> 3 In mlr' N a rX a JiJ -r 0 0 a ' 1 I , I i I •1 1 It I H q fi oU Iwlo V fi I T ~' W a t7 I0 ~ ' 0 a' 0 S aJ n 'J El Z rn 0 N N 7 a2 • .lo a a 5 0 V u o 0 rM^ -y ^ OI%' vl y0�, z ID O. p 0 Iy/u�7, .y9 O p E0 ._ �1 ,yOI Io M v N id QJ 17 L/) fJ 1 rn 1 O rd C C D1 I.Y U� Q: U Rr 'tom O TOI!.� C >, Cia o O o O. oo l:l 3 ..I� W OIL o b 5 a" "% Z''rn Id•> 1 o q o ^ r, m o y a ..� y N Y,I aS In a N oa �J S r 'q•� x a 0 M— M r r u�ol�._ oa�I�o••3r3a0000'aol `. N�uC0o3fl3cp�I° In F n x P••u. to F V' r JI 0o O X111 Sedgwick Sedgwick James of Texas, Inc. ?91 I 1InI n Cren N • •Invatd Lon k Hnr 1. Da las. t -•v -is 75719-441!1 'elerhnnn ?11 rq1 ,•n;q` L•I-" nl"hr14'I`2 rai;sl lie 714 fl51 4117 January 18, 1995 Re: Oakridge Builders. Inc. TO WHOM IT MAY CONCERN. The above referenced contractor is one of our most outstanding anil valued surely clients. We have the highest regard and confidence in their construction abilities. Oakridge has established an enviable performance record, and are properly financed, equipped and capably staffed. We are privileged to handle the surely bond requirements of this fine company through American International Group (AIG) Our records indicate the company has carried work programs in excess of $100,000,000. We fully expect to continue to handle all of their surety obligations, and do not foresee Oakridge becoming involved in a project in which their needs could not be met We are happy to share our very ple osant relationship with This line account- Should you need any assistance, please conlnct me personally at 214-651-4221. Sincerely. lx71 /J/(_1s� Ken Harvey Vice President KH/03/118 President James R. Davis J!m is responsible for directing the day-to-day operations of the company formulating plans and policies to achieve overall corporate objectives, Insuring profitable growth. Responsible for piofldloss of all organizational operating units. Area Managers and corporate operations support staff, i.e., Director of Scheduling, Director of Estimating, Director of Safety, Director oFie'd Operations and Equipment, and Tulsa Vice President, and Project Management report to the Pres!dent. Jim's essentia: job functions consist of the following: * Plan, staff, and supervise all assigned corporate activities through Department and Division managers providing integration of niult`ple functions into cohesive work units. * Coordinate and confer with professional stall to resolve operating problems and difficulties, authorize department operational procedures, and approve all major bids or estimates. * Review and approve all corporate major equ'pnent purchases and cap!tof expenditures. * Maintain positive financial posture for assigned operational and subsidiary work segments and monitor cost analysis activities on a routine basis. * Direct and monitor short -tern and long-range plans consistent with overall profit and growth objectives. • Perform additional assignmerts as requaed by the operating needs of the company. Jim has over 28 years of experience in the consuuct:on industry. His experience comes from a broad range of duties, progressing from supervisory field positions to project management. Ultimately his capabilities have lead to administration as Senior Vice President of Construction and currently to his present position as President. As President of Oakridge, lie is !evolved with the day-to-day operations of all of its projects. His field experience is a valuable asset to the fine In his leadership capacity as he is Involved in the planning, designing, development and construction of new projects. He is responsible for the overall management of (lie individual project managers. Jim has proven ability in all phases of construction including commercial, industrial, correctional and institutional. OC--02-'95 08:39 IC: `EL NO: 4390 '04 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor In or about the construction of the work or Improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricates and Installs a portion of the work or Improvement according to detailed drawings contained In the Plans and Specifications. In an amount In excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract 1, Pre-engineered gldgcc&9 0Qj(p /q% Subcontractor's Name & Address octet ramie Aldrs PC 8c�r (8s ej)rthadole. Ar. 2. Masonry 2i203'flp 1l4 l I4tL1, HAC,cUt� l l pi(, ≤.. iatl)Y Il, 3. DI'. Metal Studs c 91110- (O Z co LLA`r' L. �PI>!Glip Tl � r1 'OCJI ,i. Lk Ra yr f yf C4.,4Z 4 Glass & Glazing ( Y4 Qej bA15 Ire /—d A� O 0 r 1s�1)C 254 I, lieY Aft. 5. Overhead Doors 04IS3/095 S_ 2 tO A2s ; 6. Floor Covering OLQ (A r 2 7. Painting O3/iIofle, -3%7c i322f� ICftilnlF71 I&2D 'PnI4t,D4a_E ,At Note: Attach additional sheets if required. 5-5 - 0C-92—'95 08:39 0390 PO4 I c; INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor In or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or Improvement according to detailed drawings contained In the Plans and Specifications. In an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion cf the wcrk wh!cn will be done by each subcontractor under this Contract. Failure to comply with :his requirement will render the Bid nonresponsive and may cause Its rejection. Subcontractor Percent License of Total Work to be Performed NumberContract Subcontractcr's Name & Address 1. Roofing Dz r7 4 &aak,lin Rooui 3oz (t) (,{R 4rftrL•�f' , Q.5 q(o PROs+erco 'C 2 box lint Lewc(I 2. Mechanical t"}2f 1C)3fr ry h ,4r 3. Plumbing OZS}f/U3r(Io li- r, ✓IA 11i FT t4�t- 4, E..ectrical Q(SrlYOZ4(n # Mien!- ( 7rdtrc 23o/ Sow( Schot/ Fyd'1eUt (<< Rt. 5. Note: Attach additional sheets ` required. •(0/24/5 Sc- - - t 1 AIU Insurance Company American Home Assurance Company Granite Slate Insurance Company The Insurance Company of the Stale of Pennsylvaria Naiiondl Union F.re Insuance Company of Pittsburgh. Pa. New Hampshire Insurance Company BID BOND IA A 313) KNOW ALL MEN BY THESE PRESENTS: 1,a: Oakridge Builders, Inc. __ American Hane Assurance Company City of Fayetteville, Arkansas i.nl3 ____ _.____ — .—. _ — Wojidside Bonding American International Companies Pr ncipal Bond Division 70 Pine Street, Now York, N.Y. :C270 as P•incipal. and as Surety, are held and fun'y bound as Obligee, p the sum cf ----- Five Percent of Greatest Amount Bid -----------_ _----------------- Dollars is 5% GAB --------- :. !or the payment of which sum, we I and t-uly to ne made, the Principal and Su•e!y b rd tneTse!ves, then he is. e,eur10-s, del 1111 s:ratars s.r_cessars and assigrs. drolly and severally, firmly by these p'eseris WHE PEAS. tie Pri.icipal has si.bnured d b it fur Solid Waste Transfer Station & materials Recovery Facility Fayetteville, Arkansas N: YJ. THEREFORE it the OS igee snail accept :he bid cl the Pincipal and the P•incipal shall enter into a Contract with the Obligee in accordance with t're leans of st.c'l bid, and gve such bond or bonds as may be specified in the bidding or Contract Documents with gnod and sa'fiUoal ci.rely for The iann'ul pe•`ounance of such:an:ract and for the prompt payment of labor and rater.al furnished in I le pic.sea.ron theltot or in the even: cl lie lailu•e of the ?•incipai to enter such Contract and give sash bond or bonds, if the unrc pal shall aav to the Obligee the diflerence not 13 eviceed the perally hereof between 'he amount specified in said Sid and such arger aria mT 'in wI.cn the Onbgee nay in good fa th can'rac; w th arcther party to perform the Work covered by said bid. Then this n.ngal:cr shall :a null and va d nther,v se to re main n lul farce and effect Seotanber 21, 1995 Signed sealed anti dated .. _ . - Oakridge Builders, Inc. — -- Ps nc 11d1) [Seal: (By IGa�u, r net American Home Assurance Ccrtpany By t i Gets 'FYI Q /.a/ Rob i Morales Mrntney.in Fact Band Nc .. 21323 i3 B4) I American Home Assurance Company POR ER OF ATTORNEY National Union Fire lnsarance Company of rift hurgli, Pa. i:inC:a113nnd O:lice 1'in,, S!rccl. Nc' r'..'v 1 I'': •1) ≥;0119-R_:�Sl6 K:\OA Al i,\IEN BY 1-iI}SEIIRFSI'NI'S ' t\I1,c:Ic: 11 :IJ.. L' L (c:Fu ::ilt, a ?♦.\l York l' 'Pi• on, ,rill N itiu l;ll 1.1:I1)P, H 3.., 111\,Janie tThn111di t l'• I'llts'll:i:hl, aPC:;1S\h;,; 11:: CO:1X:::Ii1.J1, LL\s L.IL. : r, :P';Y :n. 1%. R. IIan'c%, RuiII Godc 'ii u gl:, 1 i°a M, Ilea no;. i11)lh 11 art, RR,bhi \Iora:c\: of Da:;.]°,It'a°-- ;:�11.: laaflll \;,il:'l'\I1'"LL- , \°ll ll :!l a L1l IJ l° I; 2\Cclit" en :s F+ehal. lk Jl!t. I l,:C'(; :::,l'r11L3:1S. ;!1,: 01:1:: :a: of illldt:tint:\ ::1d tllllim' o: i7l;r.I,J\ ill ii:: 111a1:C IS: n'flf i'l: d ill the CJ:1RC I`C :I' !%I tut '., ;I:'d .n :tilt. IL: j\ill\'C' .:_:n hheiPb\' 1\ WITN}:SS WHF:RI OF',:\:n.ncau H::: \' .um:c Co p.]:\ and \a]iCnil l nl "n ]ire I.i•:.i m;C I'.•:a;t;.n\ I t P Pi'l'au l r';:. i•'` w I\ :1\ 't I' d:lv of Ntncm!ur I`h)4 ''^ ., �w .t..' •P \\ll1i1111 :) Snl:, Prcniccnl sT4I F. OF NE%\ YORK ( 1)1'YFY OF MW YORK,ss. on :-.no- ?'Ili d; \ ef'ro, cnl`,><r :9';y beta:, n c ca:nc ;II' :14t\C ::Lnt:d olill:�r of Al11Cr.Cil:: 1,.1in`, Assur:.1CC I • :..� f1't I Na:icn'il l.: Lll: Fire 11lsa!:u.ce C ci1.;:7nt of I °.-). �: B., :C -11C ;4IN"11.1I1t till. \lit to lK: tliC ill.[. • \ldll.il C11:. C: dC cir;!4C Ii:IC:::, "Ill.: ;f: h: on cdl:cal :13: 11: :. C; C force oil ;:I>Iiunila an a a:7i\cd Iii,.'l1: of a .?rper:I:U:` Ihc1 LII) l:` ;tull10i, Ofll.s (1; i,C r ('}:R'I'l l I ('A'1'F, , t'n.1- '•'11,.2 .`.1.11•.0. :.:1:5 ..,:1 t:1..::1:1„I1: •\. :.i:,a.i I.:: j:S:.:I:.. 6;n1I i s•.. I:.'L.I :.i It:11 ♦: ..n" rla. :.a' :.... t . Il '• I •• 1 ..l ti. ..a.l .�: I. ;:i... �� ra Llti;: t ..r ..♦ . r !... t1 'l.. ., ,1 . '1 .. .. .. .! 1.: I•'1 L;l.i .: lY l....I UI I:I (C:1 fit,'\:: f41. .. .... ♦, ] rlil,:.1�., :CI. CI iLw, C. :1'..0 .: t1Y.... L1?.. ::..1 1'1]N:.11'1\ :: ' ....\ ...1'... -;l,Ca CSI 1�l:•l:.: t:. .d}i: 'l...L `.:I • •...Ll C:ii..il\, i.l C1:.1::'d. .. l'.a;".i4.LC•: tit1\ 1 P I ......: ':�-.iIt. LI! i: ,;,3.. r::.. i .1:1 t :::lt r,,:, 1 :! C 4'3! lt: I:i: ( t':', l �t l:.•\ Y' J..\l'Ii U d\ c'{. 1 .1'C . a' :. .1•: I:.f: Pit. l♦\ i.l. .::.:.� .]6. :1:.'. 1 O"t': ; /\t:, W., 1'i lt'I n II her;- l v.: jI. . ii .l \..:'LI '..: \ Ill '..i C ; Ii: 1. I __L"Y`:1 ' I: t l`.......,�!1Ci1 a. d•. 4C,] H:.! ::.'Y'.• :J 3'P IY :nI ':::..I:LIAII' ICi, . i tilt is CI:. i♦`:i':.L I ] I tI r . I.•L. liii.\ l'r i1U1\r[l ': d:•h ?d'. /\:: lY'..:..:,.:: ''i; ; 1.:P'.';;ll is":1:..11:1x; I]l.l CC;U; C:I\ ICV:;; , !:.-:1 P,�C:::.P ::.?C:: lI: 'S➢. ..... J:C ;:It':f. ! l=11 ! d.l 1` t, 'Y` II .' 1 is I`a: :'I. tl..lL tI: .] .. 11.c:COf h\ .'1.l, , 4t-' , I .:. A. lCla:l:\ P' .\:: PI C:1 : .1.;' \ . 11a .',I1; : T ll'. `f .'r 1;.1\,i,l, I ::.. ♦.. I i,. 1. .i.'i. '`l. .:. 1♦J ♦.O ♦ r 1 f.1 1 Ii ♦ ♦.. 1` 1t:.J..... it {.1 . 1 .. 11.: l.\ ..P 11,11 1 I .,1: cc..Y \ L .I, I:,C .� L. e..: l , 'I . t iP l ( l`i't':\ .. is,.' 1111'. . , ..f hC .dL1 I!.C 1.. •.( •.--_,.-, .1:, :. :: a I: :.` :I:'.. Piz: �: I�1iii'c:cs \\ HFRFt)F,'l1..\t1rr:: :o !'.Ir.:e l;',i:.11l.tll.ei.l. ;r .f tl o, L.%:I tl r.^.Y:on 't 'C W, AP ::. 21st Septanher ],)lit 95 J1 d 2 ! rr I STAFF REVIEW FORM AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW For the Council meeting of - FROM: Cher'v; Zotti Solid Waste Public Works Na ,e lcrar--e..: ACTION REQUESTED: heview and >_rprcva_ cf the attached change ordNr to the contract with Oakridge Y.uilder= fca the cons-ructior..;f the Solid Waste P'acilaty. Please review attached cocu:rentation for deta4i :e3 .:'<)rr..at:O11. We wi_1 use the project l;r:::'.ingency for payment of t :t±s additional work, f'.;ndinq is from the .^•J.::. Walt COST TO CITY: _LSC -c [b -p req d ' ±,c —j470-58 6 ., :. 5500-506058_5.- A • ..rd :?.:bee 93098-1020 BUDGET REVIEW: cortincencv• 5153.fl? Solid Waste Facilitaes '1L••a ay Fee e,• :•aaa -a*eOmy P1 N3re aC I, nis ,s d t. : a'.. YI: q: ir. .^, Solid Wastc Sc_t ;.- :a:V- .' Fa:..: XX Budgeted 11e- Budget Adjustment Attached F '-gee -aCrP.ir.atCx i.;•.. .:'�a ., c..;,,.; .,•: :����•. CONTRACT/GRANT/LEASE REVIEW: lilI:RANT AGENCY:.. v 'may Mt Cr ! " ,Q AF 31311! 5 'in t F.nrIas:-q ni `1 cer 3.. Y.' .. ;r::1' I '3'•= STAFF RECOMMENDAT n Cross Refeence New =ter: Yes No __l7 Prev Ord/Res #: • 1a______ /. }CY4'1'Po - .'r f 1 •_ a�iq Contract L•at2: LAYETTE« LI,E THE CITY OF CAYETTEVILLE ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: THRU: FROM: DATE: SUBJECT: Fred Ilanna. Mayor Kevin Crosson. Puh:ic Works Director Cheryl Zotti. Environmental Affairs Administrator 9 •) July 2. 1996 Change Order - Solid Waste Facility Attached, you will find a change order to the contract with Oakridge Builders. Inc., who is contracted to construct the Solid Waste Facilities (Transfer Station. Recycling Facility and Solid Waste Offices). The change order consist of five items. which I have provide a brief explanation of below. Painting When Oakridge originally released bids for the painting of all the Solid Waste Facilities, the best price quote for the work was approximately $50.000. We elected to puP. that item from the contract and bid it at a later date in an effort to obtain a better price quote for the specified work, We also wanted to explore the option of our internal Building Maintenance Department providing this work. The contractor re -bid the painting and received a much more reasonable price quote. as identified in the attached change order. Our Building Maintenance Department reviewed this bid and the price quote and agreed that this was a reasonable price and this was something better performed by the contractor. I had Harold Dablinger. Building Maintenance, sign the contract review form to indicate his agreement. The painting includes painting all of the red iron in the facilities. finishing and painting the concrete walls, finishing the sheet -rock work and painting all of the office area. MilUCabinet Work When Oakridge gave us a price quote for building the reception station and all of the cabinets in the office area. we elected to pull that item also to evaluate performing this work in-house and to re -bid the work to get a more competitive price quote hhe contractor re - hid the painting and provided the price quote as detailed in the attached change order. I also consulted with Mr. Dahlinger on this work and he agreed that this was a reasonable price quote and this was something better performed by the contractor. Electrical Panels The electrical panels for the Transfer Station and Recycling Facility are located behind one of the metal push walls in the Transfer Station. It was our original plan to enclose the area behind the push walls on both sides of the Transfer Station. After consulting with Oakridge and McGoodwin. we tuund that it would he ven expensive to enclose this area. Mcfoodwin recommended making the electrical panels waterproof (which is a much less expensive option) and re-evaluating the option of enclosing these areas at a later date and through our capital improvements program, if needed. Culvert Replacement We are improN ing the entrance, located on Armstrong, to the Composting Facility as part of this protect. The contractor began work on this improN ement and discovered that culvert that is tinder the existing entrance had collapsed. This item includes replacing that drainage structure. Wall and Door Way The Solid Waste office area was originally designed with one office area not having a wall protecting/shielding it from the hallway. The purpose was to allm a second reception area. We have decided to have onl} one reception area and enclose that office. This work includes adding a w al'., door ;ay. door and :roving a wall 12 inches. It is my recommendation that we approve all five of the items included in this change order. The contingency funds approved b} the City Council will he used to support this change order. As indicated on the contract re N iew form. there is still adequate funds to support this change order. Should you have an} questions about this change order or project. please call me. Thank you. CHANGE ORDER (Instructions on reverse side) PROJECT Solid Waste Transfer Station DATE OF ISSUANCE June 28, 1996 OWNER - Cily of Fa}ctteville, Arkansas OWNER's Contract No. Fv-245 CONTRACTOR Oakridge Builders No 5 EFFECTIVE DATE June 28, 1996 _ ENGINEER McGoodwin, Williams & Yatesjnc. You are directed to make the following changes in the Contract Documents. Description See Attachment I - Description and Costs Reason for Change Order:. See Attachment 2 Allachments: (List documents supporting change) Copies of Oak ridge Builder's letters with documentation - - — - C] IANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contracl Price O rig I Contract Times Subslantia omplelion: —.June I&J92Cr___ _... _ $ 1,708,000.00 Ready for fin. aytnenC July 16, 1996 - -- - _ _ days ordatec Nel changes from previous Change Orders No. I to No. 4 Net change from pre io . Change Orders No $ - 162O14.40 /- days Contract Price prior to nits Change Order Conti act Times prior to this Change Ord Substantial Cnmplelion Jan 6. 1 6 $ 1 565_395.¢0 Ready for final payment J -16 199 - ---__ _, _ _-_--_ days or dale, Net Increase (it& oflhis Change Order Net Increan (d�rec eb:o) this Change Order $ 40,448.00 — — ?a - _. __.. _. _ . class Contract Price with all apprna ed Change Orders Contra limes with nil approved Change Orders Su Mini Compleliom ___--July.J4J996- $ 1,605;843 00 . dy for final payment _ _ Angusl 13. 1996 — days nr dates McGoodwin, Williams & Yates, ]nc. City of Fayette 'Ile Oakridge I3uil- s RECOMMENDED: Jolumv Bowen, PE APPROVE red Hanna Mayor ACCEPTED am Hollis, Area ;inn :., r't. y --- - By - R _ k tfly:i G �?�2.� B Pngintc (Aulhonrcd Sigj alurc) i t)wncr (Alit rin7ed Signature) Coon:raclnr (Aulh6ri ed Sig1 lire) Date ( - ( - ! Date Date EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contra;; Documents Committee and endorsed by The Associated General Contractors of America CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed any effect of a Change. Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. ATTACHMENT 1 DESCRIPTION AND COSTS Change Order No 5 Solid Waste Transfer Station Fayetteville, Arkansas Project No. Fy-245 Change Order Amount 1 Painting (PR No. 11) $ 27,858.00 2 Weatherproofing Electrical Enclosures (PR No. 12) 2,161 00 3 Wall, Door Frame to Room 105 (PR No. 13) 1,372.00 4 Reduce Concrete Culvert (PR NO. 14) 550.00 5 Millwork to Reception and Training (PR No. 15) 8,507.00 TOTAL $ 40,448 00 ATTACHMENT 2 REASONS FOR CHANGE ORDER Change Order No. 5 Solid Waste Transfer Station Fayetteville, Arkansas Project No. Fy-245 1. Request to include painting in contractors scope of work. 2. Request to have Electrical Enclosures weatherproofed. 3. Request for additional wall partitioning and door to Room 105 in office area. 4. Replacement of existing culvert due to damaged condition, 5. Request to include millwork to reception and training. a U L June 24, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Dear John: S Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 11 Add Painting Please reference Proposal Request No. 11 Attached is our itemized cost breakdown indicating a increase in the contract amount of Twenty Seven Thousand Eight Hundred Fifty Eight and no/100 dollars ($27,858.00) and copies of all applicable backup. This proposal includes labor and materials for drywall finishing and painting of the office building, pre-engineered building and mist steel items as discussed in our meeting held June 20, 1996 at MWY's office. Burnett Painting has indicated that the office will take approximately 14 days to complete. The pre-engineered building depends upon where they can start working. Oakridge'Builders may have to ask for additional time if the work in the Transfer area cannot be complete before July 14, 1996. We will advise as the work progresses. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sint 1y, am Hollis Area Manager c PR No. 11 File 22CC HWY 265. SUITE N (72764) v P 0. BCX 188 SPRINGDALE, AR 72755.0 88 V 501 750-4565 v SAX 501 75C-4690 Cb' c7 II I . ,,.,.. ..,,1•L_:.. •.-Tlyi'31ii{Ci r,.,r I •;'.,'. I • I'l i;: • ' ;i Lta EiOi� "in- r;: I;� ' ".!J.a "•:f"• . 1';:,' N .I„r% ' ; '"\;., i ' S•-�) .''i 9•'i&.. J.• I .. 1 � � I . , I • ' I I i I 1 1 I 1 , I I • I 1 , � 1 r I I � � 1 1 1 . . I 1 1 i ' i f �♦ I 1 1 I I , • .. •1 -._ .. _____I • a __________ ____ _ : i •. -I. •, I I • • � F•. .. �.... 1 •I /' (� n • 06/25/96 06:39 OR June 24, 1996 3 U o t I s Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 12 Provide Weatherproof Electrical Enclosures Dear John: Please reference Proposal Request No. 12 Attached is our itemized cost breakdown indicating a increase in the contract amount of Two Thousand One Hundred Sixty One and no/100 dollars ($2,161.00) and copies of all applicable backup. This proposal includes providing weatherproof electrical enclosures at Electrical room 125. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, / /a am Ho-ilis Area Manager c PR No. 12 File 2200 HNv 265. SUITE N:172764) v P.O. 3OX 488 SPRINGCALE. AR 72765-0188 v 501 750.4565 V ZAX 504 750-4690 iI ' • r3 .I JI�� r.i1 .r\I 21.r C1 i1 .'..I .1 Y.. 1 :•!Y"]=1.. . . ... ._ _.. _ 1 I I 1I I. II iV: \'am/n 1 � • 1 I 1 I I � I 1 1 1 I 1 I 1 1 1 1 1 { I I 1 I 1 1 I 1 , 1 1 • I I 1 1 . 11 1 1 I 1 Ir I 1 1 1 • 1 .I •1� . •I lu . , I 1.111.. •. .. ... . 1 • . . . I _I .♦ 1 .. .. .... t_ M1. ......rf! ... ✓ ..: . Il. 06-2Bi36 OS: 75 0ARP:JGE ' lO.506 °005 June 27, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 13 Add Wall, Door Frame & Hardware to Room 105 Dear John: Please reference Proposal Request No. 13 Attached is our itemized cost breakdown indicating a increase in the contract amount of One Thousand Three Hundred Seventy Two and no/100 dollars ($1,372.00) and copies of all applicable backup. This proposal includes labor and materials for wall revisions per MWY's sketch dated 5-21-96. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 13 File rnn "wv 2A S :ITE N 1727641 V P O. BOX ' 88 SPRINGDALE. AR 72765-0188 r 501 750-4565 V FAX 50 750-46E 06/28/96 07:37 II OFlKRIDGE i J: bti.. ;'�"„ ��ry� V'+•, y.� ;,Sid 1 1. YJ l ii • rv• . 1 NO 26 P006 r. p. i. 1 I. f 4 a1. , e 1. •�l:r•J.5 . -I. I.: 1 .........._ t u.. .1. p.. .. .A 1' W . r.. L: - .-_"'-'-'•rcF, In:... C-_. _. �,,. 1!I Clvl_n ri. r.. 'r_i... �•_. y;.�__.,',I _.. rn IIJ . 1 (-n-• ,�.\ .• i^. : 4 1• 1- 1 j * .. - 1 Wlae •a r - .. - —. __ i 1. a r., A . I Y !�, 9 .. 11Sir.! :�'7:. .. .,.-ir ':p :^j '1' )*, iY i 'iIIIy .V. ..� 1♦V }� A �E AL^ 4�L • r1.(. 'E: Ii'. 1'i'i. IN:i �H'( IC w' til �IYDJ� •'Ell Elf. Ii', .' �L�`;1C�) ai v.; - \ .., ,, ..eCIU H•r I •••_•••_• 1r1"YT:.�'L�.]C$ja Ja lltl 161Nl nu!'ll rlr •••_I 1 ••••'• n! •_"_'•": Y l.6 fltlY1111./MJUnq •l•__..1 .... L...._... 1 •_• ��'\. T Cir i.l P1' 4ii '' ` 1 114 4- N R. • . .. ... .. ..... � • I E• '"itUO 1 [? ;;di:.. I ..Arflti'r:IhU ' E • ,.:4,rM ds.;,.}••,"'1 .250 cd'2 ; 'h:.'.,i(1„y(I •'/-°':(I:'i' 1♦ YI::,! Ki.. i '#i. . 4/200.00 ?(J 00 D. i�l �. 1' '�\II\� :1 _•I• ..•s Yaylri f: ri)y /� I� 1 Y I• • . ii! ya• 1. ..ITI%).\� ': L •]l�j$!(, 1•jY• t 011 ri •.I 'tl• 'I ,. 1 •i.IC♦\ d. ��._ I I_t_ .• ! `IY.LV\1�n OQ `� 1 W"✓ „ _ • 1 • . .•,.1 SJ •' a.. .• .. 1 1 . 1. 1 • a }I -II I k 1 I _ • •' .'�. it rAi 1• tt♦1 .. ,. •..,,. .1 :I 1� ,. n14'4 f .:�1',` -; . ..L 3i. WJd '5 Lsr 00 r 1 : 4•4 YuLr �1 :, I.._. .. _. .. .. ...•.... ... .1 J____ I .. Y..•4-ttr.( yyj�� 'a • t 1 _. _.. _...__ I• MI.• rVmn1_• ..x _•._ .rL_Ix`I4.i1_I W._Yf.�"_Y�II{�• 44 •...,... II nr I •� • .. ... ... .•... .... .. .•_.....• 'L.. la i '1./11.�F l•.� r.4 , ♦/ 'J( I C" 11 .•_•f .1 -I• . ♦ J 1 ,ww C1 , •r llG�s ! Cg I.ir .w T•' 1:. . • .................... ...... .._.•....___I-. --------------••___•__•__ •_-u . 1 I !4. I •JY.0 ... _.... '..._ . . ._._.... _ 1 I. %'L., :: IL) Y.f i i11 'Li6VY601 1 11'l)J \J Ir�/O /il �.. 1• ir.'� rid' pI[{�. I S i1 ... 1]II�CV - (I•.5 ] I 'Y, 1 J,.•� .... ....._...... ...___. _ ._..._._.-. a ._.._. _-- 1 ... ••.. :. .. '.I .L•IY.. I. • ___ I 1• . I ii' v' 61 1D0' I I I . .. . . .I I'. i n 1 J j • '. 13["r I- . ... _.fL_I• I•Ian•L11 Y.I11A11'n'r'IY118nv11 • • ..............._•__u Wl_ _____ IIParM1I: �T+C iJ'L'1.4:S..•n]n0...__..•C Si Lam:' . ... ........... _. 1::: LI. IJ111 .911 • 1...,I.L. ...N: ;\I..IJ {_•i% IJ , jtl L~I 1/ mil•-. .__...-..._._ . .•_. .. �1L, ISYOI tJl till tl'.Ctl YhYtnn Ctl Wl'Inrlr.._.:'- 11'. rnl'LTY'IRt_'-.'IrIT Y: T:tttTC3CC._... _.:_^ :::':'::_:_- ...... -.1 1 I 06^28•"96 @7:37 OAkRIGGE 4 26/26/96 15:55 501 756 1044 FELrX-THOMSON-00. TEL:501-756-1044 Jun 26.96 FELIX PROPOSAL THOMSON COMPANY ANY Bu®dhig Sp.c4flS. 110.5@6 P007 17:00 No.016 P.01 380s Kegoy Glint P.O. BOX s1e Phone 601.768.1000 SPdngda*, MItau 72766 To: OARRIDGE BUILDERS, INC. Project; SOLID WASTE TRANSFER STATION P.O. BOX 188 Location; rAYPTTEVILLE, ARKANSAS MCGOUDWSN, WILLIAMS SPR1NGDALI , AR 72765 Architect: & YATF.S, INCa We propose to furnish the following materials as per plans and specifica- tions on the reference project. Our prices are F.O.B. shipping point with freight allowed to the jobsite or nearest commercial carrier delivery point, and include no taxes or installation. We cannot accept liability for failure to deliver due to strikes or other causes beyond our control. m=mmarmanacc=ammmasaaaasaaaraeancac=aamm�cmensaamrmemags"a==i:mac==aMwarren OFFXCS PARTITION ALTERATIONS ADD DOOR OPENING 4102A FINISH HARDWARB.........................................ADDS..$ 210.00 HOLLOW MRTAL (1 DOOR PRAMS).............................AD17...S 65.00 WOOD DOOR (1 DOOR LEAF)... $ 250.00 ..............................Ann... IT IS OUR UNDERSTANDING WE ARE TO PROCEED WITH 121ilS C:IIANGE AND HAVE DONE SO. PLEASE ISSUE A CHANGE ORDER AT YOUR SARLXST COvVENI..FNCR. We recognize Addendum No. N/A PAGE 1 OF 1 The above prices are valid for 30 days from date hereon after which time they will be subject to revision. Accepted: By: Dates e:..pgw.1 OMSON COMPANY ALAN L. THURBER pate! JUNE 26, 7996 ,. , .1, t .. . • n l...... . , ... . ..... ......I .. .. I 0G/28'95 07:_8 0AkR!DGE -* 110.506 P008 June 27, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 14 Add 201.1 of RCP Dear John: Please reference Proposal Request No. 14 Attached is our itemized cost breakdown Indicating a increase in the contract amount of Five Hundred Fifty and no/100 dollars ($550.00) and copies of all applicable backup. This proposal includes labor and materials for adding 2011 of RCP at Armstrong Road. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerel , Sam Hollis Area Manager c PR No. 14 File 2200 FW" 265. SUITE N 172764• v P.O BOX 188 SPRINGDALE. AR 72765-0188 v 50 750.4565 v FAX 5C' 750-4E9C 0648/96 07:39 0RKRIDGE NC.506 P009 i 3 . ... . _.. ....-_ ..I_..__....:.t::._I_u,.. 1„1, Ina•'.::au. a--"'-r..l r.•. ---_ ... .._... __: _ !:'�, is I. �! � ... .. _... ...._ _. _. F ill R'.,,' i ORB 1 i.,4F 71Y' !•(ft`i"c_T::Cf1t... SUP tin •._____..._ra e¢:.. lu'm,•Lnxxrcee _: c..¢-:: .....: ,.e u:•acor:au-cec:c:ex =sm9u r - •• •.- I 4 I •, , I• • . : i IS ; ! I • r I. . I I: • lb I 11 ' ' I I I 1 I • . • I ' I I • I, I , i I I• • • 1 1 • I .1 1 !t • , I i- I 1 • 1 .1. • • 1 rl r. 11Omaa I <I3fl•D.0G... .. ... .... •... .. ___ ._ 1 ... _.-._._—.-. ___ .•.., ; _ ._. ..._. .. u..-..... •. .. r. ••_ 1 . . _..._... .......... _ ! t;66.nG CJ/j%.. 7.:1;: i 1B91.9G ' 1 1«f;lJ t I ••:� 1 1 `=':;:;.: t. s.). 3761.48 i 1 :4G')• n't. '3 t.: L'I.1%r1l. n. 'IS:/R.1._ 3sfi 1 1 • ..... _. .— ... ._. .,•. ,I...•.a ..II •.•.._._ ... I ... ... .... .... ..._ 1 ≥'ciz :! 3; fl OS)/' I OQ 1 .I•" I ,r .I.1. e .l .. ._....__......._.._:-:: r-...:::::..__.rr__ 2119__•.: l rc lrlit nN[111 ••• 1'I _• • . -•:I: xr ;'-CC:C;D---.,, ..__ _......... .... ]t Ii-u:J1. •I• •••• ......,f.:••••• •••,•-1 R:1":1r"':rt:f""C—•-•C __ •..___—IP:C: CY vn .1.1. .1 1 „'L.•N'11111nT1'1I R11911140:9p0: xT IC:`::::.. I. .• •'[L: L.... .^.• 6E2'96 09:0? JRI<R:DGE 4 N0.512 P©02 June 28, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 15 Add Millwork with Revisions Dear John: Please reference Proposal Request No. 15 Attached is our itemized cost breakdown indicating a increase in the contract amount of Eight Thousand Five Hundred Seven and no/100 dollars ($8,507.00) and copies of all applicable backup. This proposal includes labor and materials for adding millwork with revisions. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Iiollis Area Manager c PR No. 15 File ^�nrl .4.AOd oar IITF HI Prl Rr)X IRR SPRINGIDA_E Aa 727F.5-0188 v 501 750-4565 v AX 50' 755 4690 36'28/96 09:09 CP(RIDGE a P!0.512 F093 i. < 9: '001. ir? It• , ♦ • • . •1 I 1 1 I I 1 , I ; • I II I 1 1 • I I 1 1 I 1 p fl 1 1 • ;., tl.]1 i ., i {].. 'L'.l. .'•ri..i a: 1 1 (' , . : ._.. . .. .. .... ......_•__,:0:':: ClrIDS1-rrT::nlrv9a,I, .r' ..I rl II II-I I.I. II WiLr I:, tlnM1nI�.. .. _.. .. ... •.... I: • 1 - .--. ... ... . ..-. i: "r I. :: a n.l•..nunn.♦Im.. ng._n.rp �Y:�._n... _. 4: '... _. .. _ l 1. . cti28'96 29:10 I4<PIDGE 10.512 P@04 • 1J$QZC4el'5, Sine. JOPLIN. MO. C. LET DATE— T -O DATE '- Z 1 -a C :OB JAL 1 O WA4Y `T -p 4S Fc&- 5TI a4•.--- ARCHT L. c...srlc L�.•.,_G,aBI ��T- 2a° ._. _Cl�_ I _1 I I I I • -•I '• I 1 , ------ --�`T 5cz . ' 1c'r- r 1 I1 EI i I y 1 • 1 „ _— . _._ El: ii.______..,.._._____ I 1 TIIITTI � I TI I_HI - __. � , 1 - ----- — --- - I I Ii I t , CHANGE ORDER (Instructions on reverse side) Na 6 PROJECT Solid Waste Transfer, Station _ _ DATE OF ISSUANCE July 22, 1996 EFFECTIVE DATE July 23.1996 OWNER City -of Fa yeti tteville, Arkansas _ — -- - --- --- OWNER's Contract No. Fy-245 CONTRACTOR Oakridge Builders _ --_ ENGINEER McGoodwin, Williams & Yates, Inc - _— You are directed to make :he following changes :n the Contract Documents Descr-ption. See Attachment 1 - Description and Costs Reason for Change Order See Attachment 2 Attachments: (List documents supporting change, Copies of Oakndge Builder's letters with documentation CHANGE IN CONTRACT PR:CF: CHANGE N CONTRACT TIMES. Original Contract Puce Orig nai Contract Times Sabstan:ral Completion: " June 1996 - Reacv for final payment: July :6 1996 - $ � 000.00 rays or dates Net changes from previous Change Orders No. - _1 No. - ` Net change from previous Change Orders No. I to No 5— 'S $ - 102,15635 — tau Contract Price prior to this Change Order Contract Times poor to this Change Order Substantial Complelion _ July_14,1996 _ - $ _,6C5.843.65 __ Ready for final pay-nent — August 13. 1996 - _ -_ _ days or dates Net :se (JRxe' c. of this Change Order Net liresce ($ecl'�asc) of ti's Change Order $ 31,93900 - — - --- -- -_ __ days Contract Pnce with as approved Change Orders Caner acl Times with all approved Change Oroers Substantial Co r:piehon: iulyy 8 :996 _.u512_2'. -- - Ready' orfinatpavment: -- - AI $ 163 .'.8265 _ _ "-- __-- ,-- days or dates McGooewin. Williams & Yates, Inc. Cay of }avet-.cvi uauriuge nuuoers RF.C LADED Charles R. Nickle PE APPROV'r'.D d Hann a}oS ACCE D: .Ssir. Iiollis" Area Glana ' ' i3 B — c Engineer(Authorized Signature) l ner IAulhomsd Signature) art .i Contractor �4uLirorized rnature) Dale.7/_y__ r� Dale 8/2O /96 Dale:7 T E:CDC No '.910 -R -B ( 990 Edition) Prepared by the Engineers : omt Contract Documerls Cnmmatee Ord endorsed by The Associated General Contractors of Amenca CHANGE ORDER INSTRUCTIONS GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. O ' f FHt `4._ ' v. ATTACHMENT I DESCRIPTION AND COSTS Change Order No. 6 Solid Waste Transfer Station Fayetteville, Arkansas Project No. Fy-245 Change Order Amount Add overhead door (No. 118) and electric operator in transfer $ 26,%32.00 area (PR No. 16) 2 Add metal stud wall with painted plywood finish to the west and 2,513.00 south walls of MRF area (PR No. 17) 3 Extend steel pushwall on the north side of the transfer area at the 2,300.00 entrance door to the Administration Building (PR No. 18) 4 Add one type D light and delete three type G lights in the 394.00 transfer area and add photoelectric cells to outdoor lights (PR NO. 19) TOTAL $ 31.939.00 ATTACHMENT 2 REASONS FOR CHANGE ORDER Change Order No. 6 Solid Waste Transfer Station Favetteviile. Arkansas Project No. Fy-245 Request to add third overhead door in transfer area per original design to provide for increased traffic capacity. 2. Request to add metal stud wall with plywood finish to 8 foot height to protect vinyl covered insulation in N RF area for additional protection and reduced maintenance costs. Request to extend steel pushwall on north side of transfer area at the entrance door to the administration building for safety reasons. Request to modify 'lighting in electrical control room and place outside lighting on photoelectric cell operators for security reasons. 1Y B U L D E R 5 July 15, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 16 Add Door No. 118 Dear John: Please reference Proposal Request No. 16 Attached is our itemized cost breakdown indicating a increase in the contract amount of Twenty Six Thousand Seven Hundred Thirty Two and no/100 dollars ($26,732.00) and copies of all applicable backup. This proposal includes labor and materials required for adding overhead coiling door no. 118. The lead time for delivery of the overhead door is approximately 4 weeks. We are requesting 7 days time extension with this change. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, O0, / t Sam Ilollis Area Manager c PR No. 16 File 2200 HWY 265 SJ Ti N ; 72764) v PD BOX 188 SPPIN GDALE. AR 72765-04 88 v 501 750-4565 V FAX 501 750-4690 _5:53 501"566133 i E 53_7566133 MORCC METAL BLDG SYS PAGE 01 MORCo METAL BUILJ)IlVG SYSTEMS, INC. 1317 SOUTH TURNER SPRXNGDA.LE, AR 72764 (501) 756-1798 OR (800) 756-1798 OR FAX# (501) 756-6133 FAX TRANSMITTAL 730- Y6 9d DATE rO:�/4Xatcl�ye/ l cfO� a comale/ ranC /Te /_1TO y F; SC/Cd /�cA Q , / 1 s add f eR laL to 4 .n oO t .C r'S t`I j f / f� acr a•� d /t?� Y C/WA •v.d 5 i 9 < /¢ �s oo( M Q fd f T %ni •`7' /� / -1 S u N� d PAGE 1 OP _,J__ ra nI_-10-t.,, Lder 1c. :26 P_01 COZART & CO., INC. ax & US Mail Date: July 10, 1996 To: Sam Hollis Oakridge Builders From: Janice Quinn Re: Solid Waste Transfer Station Proposal Request No. 16 - Add door No. 118 :c furnish and install a 16 x 26 NSFW and GJ Electric opener ;:;etching doors currently being installed). --o rxising contract: $ 6,461.00 L, ad time is approxiamately 4 weeks from date of order. If you have any questions, please give myself or Don a call. �_ncarely, r� rtJ /l .e y/ l 74 4-tn c i .inic,e Quinn Y Pisa : anager .r.9 Drake Street Fayetteville, Arkansas 72703 (501)521-7877 Fax(501)521-1160 O',''Ei95 10:04 •TU :lJAKR I DGE BUILDERS JUL-08-'95 MCN 11:0: ID:MERIT E..ECTRIC :NC. TEL CC:501-443-0312 #191 P01 r' MERIT ELECTRIC INC. 4301 South School Strtlat • Fayinvill•, Arkansas 72701 • 60t-443.7336 WX # 501-413-12 Tom 6 Campbell Gory W. Rakes COVER LETTER DATE: r7- 8.glo ATTN: AVX 0 NUMBER OF PAGES: __L_ INCLUDING COVER LETTER COMMENTS: ICE Wa5r9 p`a.n'Lcr' Src Y4 Qa I A J J bacL E(2crrt; ,> oy'<rll" cl dots wine 1!8 f)rta - 6Z — 50,oO Add Ion K + 2 5D r d7 U Think you, O7'08/S6 14:59 501 751 4379 aUE-08-96 NON 15:56 MULTI -CRAFT CONTRS. FAX NO. 501 151 4399 P.02/32 I. ® Multi -Craft Contractors, Inc. Phone 5D-751-4330 Post Office Box 1760 2300 Lowe;[ Road Springdale, AR 72765 CHANGE ORDER To: Oc Lyejje ¶u, 1de..-s 1 r it: Dew e to •,s Date: Attn: .Sohn. 14c 11 i s Subject:5oiF'dWas{e rtnsce✓ �,reiecf- Jobs 4S'0d7 4,d.--L%a Description: !I ccvAlivq kaoye l doe `fie Rc?xsc( MJc CA—b�--exeft&≤Lect,. _. $ q71 Authorized Signature , Post -it' Fax Note 7R7 To / S Co.'DcP- Phone Fax a m a u r R S July 15, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 17 Add Stud Wall with Plywood and Paint Dear John: Please reference Proposal Request No. 17 Attached is our itemized cost breakdown indicating a increase in the contract amount of Two Thousand Five Hundred Thirteen and no/100 dollars ($2,513.00) and copies of all applicable backup. This proposal includes labor and materials for adding a plywood wall to the south and west walls of room 126 MRF. We are requesting 4 days time extension with this change. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 17 File 2200 HWY 265, SJ TE N (72764) v PO BOX 188 SPR NGJALE AR 72765-01 R8 v 5C' 75C-4565 v FAX 531 750-4690 07/12/95 14:27 501 '5_ 0019 } JUL-12-L995 15:25 &.NETT pn:w 501 751 0019 P.01/01 6 '4 Bpc tR A COMMERCIAL INSTITUTIONAL INDUSTRIAL �- ►ir W %Tq EpoX't No furs e- -3C2 ! iSciTi a It Ji5 jug PHONE (501) 751.8701/FAX (501) 751-0019 POST OFFICE BOX 1706 - FAYETTEVILLE, AR 72702 TrT/I n 74 07/12/96 14:5" 0222222J00000@0000 V 000000000000000000 NAIL SPECIALTIES 07/12/96 0332 P01 (501) 782-7908 1(1 tt Zt I FAX (501) 7W4 -MM Specialties Contractor, Inc. P.O. Box 4090 (744090) 3001 N. Albert Pike Fort Smith, Arkansas 72914 t ' -�- J 73 ID July 15, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 18 Adding Steel Pushwall Dear John: Please reference Proposal Request No. 18 Attached is our itemized cost breakdown indicating a increase in the contract amount of Two Thousand Three Hundred and no/100 ($2,300.00) and copies of all applicable backup. This proposal includes labor and materials for adding a 5'-0" push wall per ORB's attached sketch. We are requesting 3 days time extension with this change. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 18 File 2200 F4Wv 265 SUIT_ V ;72764) v P;; ROX 1RR SPRINGCALE, AR 72765-C'88 v 501 750-4565 v =AX 501 753-4690 07/22/36 0":04 _1E 232 3014 FRI:u 326 P32 3@14 UNIQUE METAL JUL.22.9E 8:03 AM P.001 II i iiil0i it METAL FABRICATIONS INC. Vi�iMVL 2888 N Rotary Terrace; PO Box 201 riusburg KS 66762-0605 PH: (316) 232-3060 FAX: (316) 232-3014 FAX TRANSMITTAL SHEET NO. OF PAGES INCLUDING THIS COVER: I ,��� TO: - fi4(,t.� FAX #:(501) NI .1*90 FROM: *11K S DATE: /- ZZ- 7C/ RE: saao GyA4, £ 4. :: C U- •6 Oak 3 U I L D F H S July 15, 1996 - Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 19 Add Lights Dear John: Please reference Proposal Request No. 19 Attached is our itemized cost breakdown indicating a increase in the contract amount of Three Hundred Ninety Four and no/100 dollars ($394.00) and copies of all applicable backup. This proposal is for adding lights as requested by Scott Zotti. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 19 File 2200 E'"w 265, SUIT N f72764: v PO BOX 188 SFR NGDALE AR 72765-0198 v 501 75C-4565 v FAX 501 750-4690 27 11/96 15:52 .' TO : OAKR I DGE BUILDERS •JUL-11-'96 THU16:47 ID:MER:- ELECTRIC INC. -EL N0:501-443-0312 #232 221 6IIIit'3t MERIT ELECTRIC INC. 2301 South Scholl Sbeet • Faysaer01a, Arkaneae 7270E • 501-443.3998 $ FAX 501.i6&0alA Tail E. Campbell Gary W, Rakes July 111 1996 Oakridgm Fluilclw'rs P.O. $ott 188 Springdale, AF 72765-0188 At-tnt Sam Hollis F'1a: Rsrcycle Center - PR 14 17 I:.lnctrical Chang® -4 1. Delete threw Type 0 Lights •- No Cha'rue V. Add one Type D Light - Platerialss A fax - 4 231.m0 Laha•r -- $ 63.00 0/II a Total -• S: 35E.80 3. Add Photo-•L--yas c,tj Uutdoo'r Ligh✓bu - Iglu Ch.rryc Tatar Amount of Cha�nga Order Itwyueu•C -• 1 3U�'.80 Items 1 & 3 will r,rade•^out. Saps ud. Gary WyTtwltes, Sr. Vic•-Prosldmnt f t STAFF REVIEW FORM At=-rti]:A REQUEST XX CONTRACT REV:Ew GRANT REVIEW For the Council meeting of hers. Zctti Solid Waste P-.;b:ic Works Si - ': Vt Ufl Lepart t:: ACTICN REQUESTED: Peview and approval o`_ the at tac.:_ed oltange order tc ti.- contract with Oakridge Builders fcr the construction of Ike Solid waste Facility. Please review attached docuaentation for detailea inforniation. We will to using t.hr project contingency for payment of this additional work. COST TO CITY: 7.113 S 2A1JaS7 Solid Waste Facility 7osC of this re•a-e' at or ,-y•1rc7ec' 6v ]yet 'a: eua y; P: e;,.-: NA'F SS05060-5F=6. �0 0 N'.n.d-er Fr .N-• BUDGET REVIEW: `'_ )....... 1u:: . : ht', a.:..L l L4: a:: ry 11 XX Fudgeted Item. BLc_e lid. GI CONTRACT/GRANT/LEASE REVIEW: r Capital erogra- Na-e Sr.lid W-,stt __ 3 Budget. Adjust nnnt At t ail: -Pd L,3:ni.nstrat_ce 3ervioes Direr-: n 9-/8-96 GRANT AGENCY: E, A:: rey I 'a;' t A. i_r.at ...� i:'e iu::hdsinq t'--icer sate `,tern: Auditor STAFF RECOMMENDATION: n Ill isLo. .11,L�t c���TG Cross Refexe::ce New :te'n: Yes No q�q/ ll�J i'xev Ord/Res # : __ r'ctor .t:r % X Orig Contract Date: _ May..-dt e FA lei l+Tri ` I LLE THE CITY OF FAYFTTFVIIIE. ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fred I lanna. Mayor THRU: Kevin Crosson. Public Works Director FROM: Chem Zotti, Environmental Affairs Administrator C. r � DATE: September 17. 1996 SUBJECT: Change Order - Solid Waste Facilities I have attached a change order to the contract with Oakridge Builders, Inc. for the construction of the new Solid Waste Facilities. The change order contains four items. I have provided a brief explanation of each item below. Interior Walls in Transfer Station This item will include covering the exposed insulation on the west side of the Transfer Station. There are three large overhead doors on this side of the building. Between each door, there is sections of exposed insulation, which is easily punctured. This item will include constructing plywood walls to a height of 8 feet in any area on this side of the building where insulation is exposed. Steel Wall on Hopper This item will include constructing a steel wall on top of the trash hopper in the Transfer Station. Currently, insulation is above the hopper which trash is pushed in. to fall in the semi -trailer. A steel wall will protect the insulation and the building. Often, boards and compacted waste will push against this area. In a short period of time, the insulation will become torn and we could bend the metal building. if we do not add this protective wall. I his also helps facilitate our ability to direct dump into the hopper. which will prolong the life of the concrete floor. Outside Light Fixture This item will include adding an additional outside light on the exterior side of the metal building. This will provide needed lighting to the outside area of the Transfer Station. This is the area where the overhead doors are and the solid waste vehicles back into the Transfer Station. Credit for Baler Pit Steel This item includes a $1.075 credit. Our original contract included a provision for Oakridge to install steel around the conveyor in the rec) cling center. We required the company that we purchased our baler from to provide this service as part of their contract. This resulted in a $1.075 savings to the Cit. I recommend approval of this change order. We still have adequate contingency funding to fund this change order. Please refer to the attached change order for more detailed information. Should you have any questions. please do not hesitate to call me. Thank you. I CHANGE ORDER (Instructions or. reverse side) No. 7 PROJECT Solid Waste Transfer Station DATE OF ISSUANCE September 13, 1996 _ _ EFFECTIVE DATE September 13,_1996 OWNER City of Fayetteville, Arkansas__- _ OWNER's Contract No. Fy-245 CON'T'RACTOR Oakridge Builders ENGINEER McGoodwin, V1'il:isms & Yates, Inc You arc directed to make the following changes in the Contract Documents. Description: See Attachment 1 Reason for Change Order: See Attachment 2 Attachments: (List documents supporting change) Copies of Oakridge Builder's letters with documentation IN Original Contract Price Original Contract Times Substantial ('cmplet:cn June16.1996 _ _ $ 1,708,0n0.00 _ __ _ _ -- Ready for finalpaymen:: _ .July I&1996 .- __ days or dates Net ohanges from previous Change Orders No. 1 tc No ._. h Net change from previous Change Orders Ne I to No 4-- $ - 70.217.35 __- _— __ _ - 42 days Contract 'r:ce prior to this Change Order Contract Times prior to this Change Order Substantial C omplet:cn - _July I 1995_ _ _ $ 1,637,7X2_ 5 _ _ Ready for Itnal payment. _ Augrs: 27.1996 __ _— days or dares Net Increase (dec*ase) of this Charge Order Net Tncreasetddarea"se) of this Change Order $ 7.11300__ days Contract Price wah all approved Change Orders Contract Times with all approved Change Orders Substan:ial Completion August2L 1996 _ _ $ 1,644.895.65__ _ Readyorfinal payment Septemher 2Q 19S6—. _-_ _ days or dares McGnodwin. Wil]:ams & Yates. Inc. City of Fayetteville Oakridge Bai:der RECOM. NDED- Charles R Nickle. P.E. APPROVE Fe J I ria. Mayor ACLEPThD ani loll -s. Area. a By .__ volt-! By: �✓(O%iLu� Engineer (4ufhoraec S:gnatare) / (w-rcr Au orized Signature) Contractor (Autho ized Signature) Date 9 �a Date: �X l�G Date 9-/b �1G EJCDC No. 1918-8-B (1993 Edition.) Prepared b% the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract price or Times Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. 1 " ATTACHMENT I DESCRIPTION AND COSTS Change Order No. 7 Solid Waste Transfer Station Fayetteville, Arkansas Project No. Fy-245 Item Change Order No. Description Amount PR No. 21 - Add Plywood Wall - Includes labor and materials for adding a metal stud wall with painted plywood at the west end of the Transfer Area. $ 1.777.00 2 PR No. 22 - Add Steel Wall at Hopper - Includes labor and materials for adding a 5'-0" tall X 44'-0" long steel wall on top of the hopper in the transfer area. 6,176.00 3 PR No. 23 - Add One Type "F" Fixture - Adding an additional Type "F" light fixture. 235.00 4 PR No. 24 - Credit for Baler Pit Steel - Credit for the steel at the original baler pit. - 1,075.00 TOTAL S 7,113.00 ATTACHMENT 2 REASONS FOR CHANGE ORDER Change Order No. 7 Solid Waste Transfer Station Fayetteville, Arkansas Project No. Fy-245 Request includes labor and materials for adding a metal stud wall with painted plywood at the west end of the Transfer Area. 2. Request includes labor and materials for adding a 5'-0" tall X 44'-0" long steel wall on top of the hopper in the transfer area. 3. Request is for adding an additional type "F" light fixture mounted between existing and Overhead Door which was added back into the contract. 4. Request includes the credit for the steel at the original baler pit. September 12, 1996 PSi L o r. R Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Dear John: Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 21 Add Plywood Wall Please reference Proposal Request No. 21 Attached is our itemized cost breakdown indicating a increase in the contract amount of One Thousand Seven Hundred Seventy Seven and no/ 100 dollars ($1,777.00) and copies of all applicable backup. This proposal includes labor and materials for adding a metal stud wall with painted plywood at the west end of the Transfer Area. It will take 10 day to complete this work after we are given a notice to proceed. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 21 File SEP 13 1996 McGood+n^n, Williams and Yates 220C HWY 265. SUEF N (727641 v PO BOX 188 S RINGD)A-t. AR 72765-01 R8 V 501 750-4565 v SAX 501 750 4690 09/11/96 _2:28 000000000000000eea %P 000000000000000000 NAIL SPECIALTIES 09/11/96 01:04 P01 (501) 782-7908 CI It 211 FAX (501) 78'1-5968 Specialties Contractor, Inc. P.O. Box 4090 (72904-4090) 3001 N. Albert Pike Fort Smith, Arkansas 72914 September 11, 1996 Oakridge Builders Re: Solid Waste Transfer Station Fayetteville, Ar Wail: Consists of 35B" 20 gauge stud framing @ 16" O.C. (No 1?lywood) Total $420.00 Thank you, S.D. kwC¢„M4_ J. D. McClure COMMERCIAL P'kF) INSTITUTIONAL BpCINDUSTRIAL o / n a o�7RA0 • Sca vins: Q 4cdd 240 ifl' A4 t I)AU,5s ID PMN-r ;Ad VEThL- To Pu& vJAu J �a- PHONE (501) 751-8701IFAX (501) 751-0019 PCST OFFICE BOX 4706 - FAYETTEVILLE, AR 727C2 @9/12'96 15:56 SEP-12-96 THU 16:46 P.01 Fayetteville Door Company September 12, 1996 Sam Hollis oakridge Builders PO Box 188 Springdale AR 72765 RE: Solid Waste Transfer Station Sam; We estimate approx 1 hour per door to move the release pulls and three button stations. This work could be done when we come out to install the next door which can be set up for the first part of next week if you're ready. Quote to move as described above: Service call rates apply ($54.00 for 1s` hour, $49.00 for each additional hour). If you have any questions, please feel free to give me a call. incerely, , 66 anice Quinn Office Manager 2709 Drake Street Fayettavilla, Arkansas 72703 (501)521-7877 Fax(S01)521-1160 5 L r; C ii S September 12, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 22 Add Steel Wall at Hopper Dear John: Please reference Proposal Request No. 22 Attached is our itemized cost breakdown indicating a increase in the contract amount of Six Thousand One Hundred Seventy Six and no/100 dollars ($6,176.00) and copies of all applicable backup. This proposal includes labor and materials for adding a 5'-0" tall x 44'-0" long steel wall on top of the hopper in the transfer area. Since this area is being used to transfer trash, we will have to do this work after 6:00 P.M. at night or on the weekends after Saturday afternoon, It will take approximately 2 weeks for delivery of material and I week for installation from the time we are given a notice to proceed. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager 2200 H N" 265 SUITE N ;72762) v PC) BOX 188 SP�I"J I; .I E_. A14 72/65-3188 v 5C' 75C-4S6S v =AX 501 750-4690 09/05/96 14:20 SEP-05-'96 15:23 ID: TEL NO: 9621 002 r �r,Lcu Wr scc_ t-t►W2L.tP-r ---y'tj,--rrEaJl. C &*.• fi t-"SGr.c ItiC'—4q-1-& :1: i I, MC F r8•5 -..----. - 4ja.fc l / II BIJ��L-Kl�t�f�C[ I H1 I -------- if 11Y� r►K 3/g AS-TTh- DEFcecrcC /Wvu (3-}r `Top &'-- CNC (k tt,Vsv�- i t&t-rt-tocuft to ti September 12, 1996 -- -- -- Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 23 Add One Type "F" Fixture Dear John: Please reference Proposal Request No. 23 Attached is our itemized cost breakdown indicating a increase in the contract amount of Two Hundred Thirty Five and no/100 dollars ($235.00) and copies of all applicable backup. This proposal is for adding an additional type "F" light fixture per Scott Zotti. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, /LZ/l1t Sam Hollis Area Manager c PR No. 23 File 2200 HWY 255 SUIT= N (727641 v 0 BOX ' 68 SPR PSG?AL- AR 72766-0188 v 501 750-4565 v FAX 501 750-4690 C r MERIT ELECTRIC INC. 2301 South School Street • Fayetteville, Arkansas 72702 • 501-443-3338 • FAX 501-443-0312 Tom E. Campbell Gary W. Rakes •� l CI It.' •P t i f Ii n:J,.(J L. • 111' ii it :Itit ( :tr>: Sam 1(3 ,: k':. •:. 1 d:: .l Itl'1 .. >tt: > It..l ltt:. ...b... I:. LI. 11 •(.• i'l.• II .ti.l. • .•!t• 1. J(.. 'JIi • (J .� �! ins ♦•: ) 1 ', p;l •l'f• ;. .[ 1l .11.1( ,tt.a •i(II:: 11 Cll n!f 111'>I ll lln� I.1 11 1^•:� �` r.: ll• l d, -l" t, 0 September 12, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Suhj: PR No. 24 Credit for Baler Pit Steel Dear John: Please reference Proposal Request No. 24 Attached is our itemized cost breakdown indicating a decrease in the contract amount of One Thousand Seventy Five and no/100 dollars ($1,075.00) and copies of all applicable backup. This proposal includes the credit for the steel at the original baler pit. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 24 File 2200 HWY 2 -5, b J - N (72764: v P0 BOX 188 SR NG:)AI 4H 2765-083 v 501 75C-4565 v FAX 6C 750 4690 I' Ti :. .j „ STAFF REVIEW FORM AGENDA RECUEST 3 XX CON'TRAC'T REV:E'W GRAN:' REVIEW For the Council meeting of FROM: Cheryl Zotti So:: Waste rul.; is Works ACTION REQUESTED: Review and aporovai of t.nc attached change crder to t.e cunt -ac'. •w.:]: Oakr'.dge Builders for the ccnstl-.Ct aa: (:.` t t.,. Soda Waste =aci_ity. !'.ease review dl 1 ar",ei dnentat_on for deter. rd : ',fc]Tat:on. We will be '1s:ng then project cr3rti'nge.cy for paymect of t'. :e additional work. I l 1.Ub 1V 1:11'X: r L1 44-94'0--581G ' , 55C. -5C60 5815.:(: A •, -v3 p : ti:r,: •v BUDGET REVIEW: $ 1 u'•'. 5E9 _ a` 29,898 yC-ij Waste F3c�.�ty Z: a: 3- S3' Sold Waste P's 3 XX Badgetea =ten-. Budget. Ad;cst:-.ent At.tacncd CONTRACT/GRANT/LEASE REVIEW: C. :RAN: AGENCY: �l �3-y(r• :, STAFF RECOMMENDATION: .1 'toss Ref •,i CL�C til+ lti� New Hem: Yee No 'rs'^1 � P it Prev ;rd/Res ₹1 ! r L:' - YCli X36 ' •. i/3 /l J yj. • FAY ETTES1 I J E THE CITY OF FAYETTEVI.tE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fred I lanna. Mayor THRU: Kevin Crosson. Public Works Director FROM: Cheryl Zotti, Environmental Af7hirs Administrator `I._� ). l DATE: November 13. 1996 SUBJECT: CHANGE ORDER - SOLID WASTE FACILITY I have attached a change order to our contract with Oakridge Builders, Inc. for the construction of the Solid Waste Facility. The change order is in the amount of $17,167. This change order includes installation of electrical services which will allow us to park the solid waste equipment at the new Solid Waste Facility. We plan to build a parking lot on the east side of the Solid Waste Facility for parking of equipment and personnel ; ehicles. We currently park our equipment in -front of the City Shop. Relocating our equipment to the Solid Waste Facility will further consolidate our operations It will also impro%e the congested traffic flow around the City Shop. There is a high volume of traffic around the shop area and our vehicles are parked in a manner that makes it difficult to control traffic patterns. The relocation of our %ehicles will also make it easier for the general public to locate offices at the City Shop. Along with the City Shop Division, the Street and several other divisions will he relocating the new City- Shop in the future. It would be difficult for the general public to locate the new City Shop with the current location of our vehicles It will also provide safer traffic flow for the general public and city employees. the scope of work in this change order includes: extending existing 3" PVC 100 feet: furnishing and installing transformer pad: paying all Swepco charges: furnishing and installing electric meter and panel: furnishing and installing all branch circuit wiring to eleven locations for truck heaters with steel posts set in concrete: and installing two double wide gates. It is our plan to construct the parking lot with city crews. We will be using contingency funds for this change order. It is my recommendation that we approve this change order and allow the contractor to commence on the scope of work. Should you have any questions. please do not hesitate to call me. Thank you. CHANGE ORDER (Instructions on reverse side) PROJECT Solid Waste Transfer Station DATE OF ISSUANCE November 4, 1996 OWNER City of Fayetteville,.Arkansas OWNER's Contract No. _Fyy-245____ CONTRACTOR Oakridge Builders No. 8 EFFECTIVE DATE November 4, 1996 - ENGINEER McGoodwin, Williams & Yates, Inc. You are directed to make the following changes in the Contract Documents. Description- Provision of electrical outlets & equipment & two double wide gates for proposed vehicle parking to cast of site Reason for Change Order: Owner requested Attachments- (List documents supporting change) Copies of Oakridge Builder's letters with documentation CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Or:gmal Cortract Times Substantial Completion . r„ne 1fi 1995 $ X708,000.00 _ Ready for final payment. —. Jiy 1&i96 days or dates Net changes from previous Change Orders No _L_ to No. 7 Net change from previous Change Orders No _ I to No. -1 $ --53 95935 , 0 3, '4_,3(O _ _ _ _ — -- 109 days Contract Price poor to this Change Order Contract ':Imes poor to this Change Order Substantial Completion August 21.1996 _ S __1 644,895.6$ _ Ready for final payment. September 20 1996 _ _ __ days or dates Net Increase (dernrase) of this Change Order Net Inceasel%Crntsc) of this Change Order $ _ 17,16700 _ _ _ _ 71 — —_-- — __ _________ days Contract Price with all approved Change Orders Contract Time, with all approved Change Orders Si-bstar.nal Completion _ r`eln�et 31, 1996 $ 1,662,06265 , Ready for final pa)mer.t _—_ hnvember 10 1996 _________- days or dates McGoodwin. Williams & Yates, Inc. Ciy of Fayetteville Oakndge Builders RP.CNDEll� mkl_ APPRO Fred H a, Mayor ACCEPTED: am Hollis, Area M age By: // By rf�� _ BY: / Engineer (Authorized Srgnamre) O(Aatbc::zeC Sigaaure) Contractor (Authorized Signa:we) Date L 1, 7 __ Date: __jiwne L b _ Date:_ /f I _ EJCDC No. 1910-8-B ( 1990 Fdition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply. V A D F w S October 31, 1996 Mr. John Siversen McGoodwin, Williams & Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Re: Solid Waste Transfer Station Fayetteville, Arkansas Subj: PR No. 24 (REVISED) Add Power at Truck Parking Lot Dear John: Please reference Proposal Request No. 24 (REVISED) Attached is our itemized cost breakdown indicating an increase in the contract amount of Seventeen Thousand One Hundred Sixty Seven and no/100 dollars ($17,167.00) and copies of all applicable backup. This proposal includes labor and materials for adding power and two double wide gates at the truck parking lot. This does not include any concrete paving, gravel, grading, tree protection or installation of steel grate in the existing junction box. This work will take approximately 3 weeks to complete. This proposal covers only the changes in the specific work as set forth in the attached breakdown and the documents attached thereto, and is subject to any qualifications or conditions noted therein. Changes in the work and direct price adjustments other than those noted in the breakdown are not included. Please expedite a formal change order for this work so we may revise our subcontracts promptly. Sincerely, Sam Hollis Area Manager c PR No. 24R File 2200 HWV 265 SUITE N (7276'-J v ° O 13OX ' 88 SPHI'JGDAL•E A-+ %2767-0188 v 5C75C-4565 v FAX 501 750-4690 TO : i iAKR I DGE BUILDERS • Qc,-:3-'96 WED 16:39 ID:MER:- ELECTRIC 1NC. TEL NO:501-443-0312 11211 P01 2301 South School SteM • Fayemavllb, Arkansas 'e'02.501 ✓433388 • FAX 801449-0312 tom C. Campbell Gary W. Rakes October 31:7, 199G C1m k•rid0e laui luw'rm P.O. Itox xat3 4Jp'rtngdmle, HR 7e!%E,5•-411EB Attu: Sam Hullii, 1<.-' •.orl •„cope fnr rdecycl e/T•rancsfc'r St ablon .l ,n rn F`cpr Scott; Zattl's ctYrawi.ngc• and c:urrl;rac:t Ispecs1 please find showy' below our price tc, YL'rniSh and in'atall al.l electrical 'r.'tlu:l rcmecnts for Truck Station Gntlinrr Warm:lnq System. ico pi:: k x tcMncJ to x.i.s t.ing 3" @VC anprox_ 100' east Fl•t'rnish ms eJ install 1''r nt.fcrrmyr 1`,xd Pay :a 11 SWopro rho r!{rem f u rni t.h and :instpl1 14eterr mrtcl I`ancl I- urnilsh and in!>ta11 a1.1 Lt•ranch CirCrtit Wiring to t•+1PvHre Inc: at••i nrls for Truck Heaters f1tLW1 Pact wi ih oont:rett'? c:onreet;e 1`att� Rev Lc' Tot.A1 F'•r•ar. e•: t•• 131 G2C,. 00 - G11 W. Flake+s� Br. Vscc? P'remicla•nt I ADDENDUM NO. 1 SOLID WASTE TRANSFER STATION AND MATERIALS RECOVERY FACILITY For The City of Fayetteville, Arkansas Plans No. Fy-245 Dated August, 1995 IThe Specifications and Contract Documents for the above project are hereby changed or clarified in the following particulars: SPECIFICATIONS Section 1 - Advertisement for Bids On page 1-1, first paragraph, the date through which sealed bids will be received is hereby changed from September 21 to Tuesday, October 3. 1995. Time and place to receive bids remain the same. Section 1000 - Painting/Buildings and Structures Replace existing pages 1000-1 and 1000-2 with the enclosed pages 1000-1 and 1000-2. IGENERAL Acknowledge receipt of this Addendum by returning the attached acknowledgment form I by facsimile transmission to the Engineer at (501)443-4340. Also acknowledge receipt of the Addendum in the space provided on page 5-1 of the Bid. I September 14, 1995 McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72703 I Phone (501)443-3404 FAX (501)443-4340 I ' Section 1000 Painting/Buildings; Structures TECHNICAL SPECIFICATIONS ' PAINTING/BUILDINGS AND STRUCTURES ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, supplies, and incidentals necessary for painting all buildings and structures as specified or shown on the Plans. ' The object of these Specifications is to provide the material and workmanship necessary to produce a first-class job. Painting shall be done at such times as the Contractor and Engineer may agree upon in order that dust -free and neat work be obtained. All painting '• shall be done strictly in accordance with the manufacturer's instructions and shall be performed in a manner satisfactory to the Engineer. ' B. MATERIALS The paints and the paint products of Carboline Company of St. Louis, MO and Devoe & Reynolds Company, Louisville, KY mentioned in the following Specifications are set up ' for use, and its generic type. Submittals to the Engineer of satisfactory data cataloging past performance of the alternate paint for similar installations shall be made by the Contractor. as standards of quality. The usual "or equal" clause shall apply. Request for substitution shall contain the full name of each product, descriptive literature, directions I1. Items to be Painted. Painting of interior and exterior surfaces of buildings shall be in accordance with Finish Schedules shown on the Plans and as described in ' these Specifications. This painting section includes the painting of all ferrous metals not underground. ' Exposed surfaces of aluminum, stainless steel, nickel or chromium shall not be painted. Galvanized surfaces, piping, conduit, roof decking, louvers, grilles, and exposed duct work shall be painted. ' 2. Paints and Primers. All work shall be primed and painted as set out below. ' a. CMU/Concrete Block - Interior. All block walls shall receive one coat of Carboline Flexxide Block Filler followed by two coats of Carboline 890 Epoxy. b. Exterior Concrete. After surface preparation, exterior concrete surfaces shall receive two coats Carboline 3359. The first coat may be thinned I15 percent and applied as a prime coat. c. Interior Concrete. The interior of all concrete walls and concrete base shall ' receive one coat of Carboline Flexxide Block Filler followed by two coats of Carboline 890. 1 1000-1 Section 1000 Painting/Buildings; Structures d. Concrete Floors 1) All new concrete floors noted to be "sealed concrete' in the Finish Schedule on the Plans shall receive one coat of Ashford Formula. Apply as required by the manufacturer, Curecrete Chemical Company, Inc. 2) All new concrete floors noted to be "sealer -hardener" in the Finish Schedule(s) on the Plans, shall receive three (3) coats of Sonneborn "Lapidolith" (or equal) to harden, and to improve the wear and chemical resistance. Apply as required by the manufacturer, Rexnord Chemical Products, Inc. e. Metal Doors and Frames 1) New Hollow Metal Doors.' All exposed surfaces of new doors and frames shall receive one coat of Carboline Multi -Bond 120, followed by two coats Rustarmor 500 VOC. Custom color(s) shall be provided at no additional charge, regardless of quantity. 2) Overhead Sectional Doors. All new overhead doors shall receive two coats of Carboline 3359. Use of a de -sander prior to finish coat application is required for proper bonding to the baked enamel finish. f. Ferrous Metals Above Grade. Exposed ferrous metals above grade, including exposed trusses, joists, or metal deck, shall receive one coat Carboline Multi -Bond 120 and two coats of Rustarmor 500 VOC. Other ferrous surfaces shall receive two finish coats of Carboline 890 Epoxy. Galvanized surface shall be further treated/primed as required below. g. Galvanized Metal. Galvanized metal shall be treated/primed with zinc chormate primer, Carboline Multi -Bond 120, and then painted in accordance with the section on Ferrous Metals Above Grade. Included in this requirement is louvers, grilles, ductwork, and the underside of all roof deck to be painted. h. Gypsum Board. All gypsum board shall receive an "orange peel" texture and then painted as specified below and as noted in the respective Building Finish schedules. Prime with one coat latex primer, Devoe Wondertones 50801, followed with two coats acrylic latex satin enamel, Devoe Wondertones 35XX. I I I L L I L I El I El I I I Il I I 1000-2 SPECIFICATIONS AND CONTRACT DOCUMENTS SOLID WASTE TRANSFER STATION AND MATERIALS RECOVERY FACILITY For The City of Fayetteville, Arkansas Plans No. Fy-245 August, 1995 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas © 1995 McGoodwin, Williams and Yates TABLE OF CONTENTS Section Advertisement for Bids ........................................ 1 Instructions to Bidders ........................................ 2 Arkansas Department of Labor Wage Determination . . . . . . . . . . . . . . . . . . . 4 Bid. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Agreement ................................................ 6 Performance Bond and Payment Bond ............................ 7 Standard General Conditions of the Construction Contract .............. 8 Supplementary Conditions ..................................... SC TECHNICAL SPECIFICATIONS Division 1 General Requirements Project Requirements....................................I.. 100 Temporary Facilities ........................................ 130 Division 2 Sitework Site Preparation, Excavation and Backfill, Undercutting, Compacted Fills and Finish Grading ........................... 200 Landscaping ................. ........ .............. ....I. 243 Chain Link Fence .......................................... 250 Cleanup and Seeding ....................................... 295 Division 3 Roads, Drives, Parking Areas, Sidewalks, and Curb & Gutter Aggregate Base Course, Class 7 300 Asphalt Street Surfacing ..................................... 330 Section Division 4 Pipe and Pipe Laying Pipe Culverts ............................................. Division 5 Concrete and Reinforcing Steel Concrete ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Appurtenant Concrete Materials, Joint Fillers, Waterstops, and Miscellaneous Metals .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Reinforcing Steel ......................................... Division 6 Architectural Pre -Engineered Building .................................... Portable Steel Building ..................................... Buildings/Masonry......................................... Structural Steel ........... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Carpentry........................................... Light Gauge Metal Framing .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Metal Doors/Frames ........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Wood Doors ...................... I .................. I... Aluminum Entrances ....................................... Finish Hardware .......................................... Sectional Overhead Doors .................................. Rolling Service Doors I ...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Building Insulation ........................................ . Vinyl Floor Coverings ...................................... Carpet.................................................. Wall Panels .............................................. Suspended Ceilings ........................................ Single Membrane Roofing .................................. Miscellaneous Building Items ................................ Division 7 Plumbing and Mechanical 500 502 590 600 601 612 615 616 617 620 621 622 623 625 626 640 650 652 655 660 670 680 Plant/Facility Piping, Fittings, Valves and Appurtenances ............. 740 Building Plumbing 750 Mechanical -HVAC........................................ 760 I I I Section I I n Division 9 Special or Miscellaneous Items of Construction Concrete Deck Platform Scale . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Baler and Conveyor...............................I....I... Submersible Pump Lift Stations ............................... Access Doors ............................................ Door Guard Posts ........ ...... ........................I.. Steel Rails..............................................I Traffic Signal Lights ....................................... IPainting/Buildings and Structures I! Division 10 Painting Division 11 Electrical Electrical - General ....................................... Conduit................................................. Electrical Wire ........................................... Convenience Outlets and Light Switches ........................ . Control Relays ............................................ Safety Disconnects ........................................ Electrical Services ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Motor Control Centers ..................................... . Starter Controls.................................I......... Circuit Breaker Lighting Panelboards - 240 VAC Maximum ........... Transformers, Dry Type ..................................... Lighting Fixtures .......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Nameplates and Labeling .................................... Miscellaneous Electrical .................................... Division 12 Payment Methods of Measurement and Payment ......................... . 900 901 902 961 971 973 981 1000 1100 1105 1110 1113 1114 1116 1120 1124 1126 1138 1139 1142 1150 1195 1200 iii I I I Li I ADVERTISEMENT FOR BIDS Notice is hereby given that, pursuant to an order of the City Council of the City of Fayetteville, Arkansas, sealed bids will be received at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 11:00 a.m. on Thursday, September 21, 1995, for furnishing all tools, materials and labor and performing the necessary work for construction of Solid Waste Transfer Station and Materials Recovery Facility. At this time the bids received will be publicly opened and read aloud in the Purchasing Office of City Hall. The work generally consists of: Solid Waste Transfer Station and Materials Recovery Facility, including sitework, excavation and compacted fill, grading and drainage, truck -type platform scale facilities including scale house, concrete and asphalt pavement, conveyor and baler equipment, stormwater and washdown I pumping facilities, mechanical, plumbing, electrical, fencing, topsoiling, seeding and mulching. I Plans and specifications are on file and may be examined at the office of the Public Works Department, City of Fayetteville, and in the office of McGoodwin, Williams and Yates, Inc., Consulting Engineers, 909 Rolling Hills Drive, Fayetteville, Arkansas 72703. Copies of these documents may be obtained from the office of said engineers upon request, and upon the payment of $75.00 for plans and $75.00 for specifications, a total of $150.00, which is not refundable. IThe contractors shall make such inspection and studies of the site of the work as to familiarize themselves with all conditions to be encountered. H I I I I I I I Each bid must be accompanied by an acceptable statement of bidder's qualifications. The requirements of the bidder's statement of qualifications will be furnished to prospective bidders with plans and specifications. Each bid must be accompanied by an acceptable form of bid guaranty in the amount equal to at least five percent of the whole bid, and such bid bond or cashier's check shall be subject to the conditions provided in the Instructions to Bidders. Bids must be made upon the official bid sheets contained in the specifications, and such bid sheets shall not be removed from the remainder of the Specifications and Contract Documents. All bids shall be sealed and the envelopes addressed to the Owner, City of Fayetteville, Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas 72701. All bids shall be plainly marked on the outside of the envelope specifying that it is a bid for Solid Waste Transfer Station and Materials Recovery Facility, the time for opening of bids, and the name and current contractor's license number of the bidder. All bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965, as amended. I 1-1 The City Council reserves the right to reject any and all bids and to waive any informalities in the proposal deemed to be in the best interests of the City. The City Council further reserves the right to withhold the awarding of the contract for a period not to exceed 60 days after the receipt of bids. Dated this 27th day of August 1995. /s/ Peggy Bates Peggy Bates, Purchasing Officer 1-2 Instructions 1 to Bidders INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS. Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8) (1990 Edition) have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.1 "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub - I bidder, who submits a bid to a Bidder. 1.2 "Issuing Office" means the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 1.3 "Successful Bidder" means the lowest, responsible and responsive Bidder to 1 whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. I1.4 "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Specifications and Contract Documents (including all Addenda issued prior to receipt of Bids). 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the amount, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Engineer upon request. ' 2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting ' from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer in making copies of Bidding Documents available on the 1 above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS. To demonstrate qualifications to perform the Work, each Bidder must submit with his Bid the following Statement of Bidder's Qualifications. Each Bid must contain evidence of Bidder's qualification to do business ' in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. I I 1 2-1 Instructions , to Bidders STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. S This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1) Name of Bidder. oakridge Builders, Inc. 2) Permanent main office address. 7446 E. 46th Place, Tulsa, OK 74145 3) When organized. 1984 4) If a corporation, where incorporated. November 13, 1985 5) How many years have you been engaged in the contracting business under your present firm or trade name? Eleven 6) Contracts on hand. (Schedule these, showing amount of each contract and the I appropriate anticipated dates of completion.) (See Attached) 7) General character of work performed by your company. General Construction 8) Have you ever failed to complete any work awarded to you? No 9) Have you ever defaulted on a contract? If so, where and why? No 10) List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. (See Attached) ' 11) List your major equipment available for this contract. Backhoes, Trackhoes, Concrete Screeds, Trowels, Trucks, etc. 12) Experience in construction similar in size to this project, along with project owners and engineers. (See Attached) 13) Background and experience of the principal members of your organization, including the officers. (See Attached) 14) Credit available: $ In excess of $sn nnn nnn_nn 15) Give bank reference: (See Attached) 16) Will you, upon request, fill out a detailed financial statement and furnish any other t information that may be required by the Owner? Yes Dated at Washington County this 3rd day I of October 19 95 2-2 1 I I IName of Organization I I I I I I 19 95 i Oakridge Builders, Inc. By James R. Davis Title President Instructions to Bidders State of Arkansas County of Washington ,Tames R. Davis being duly sworn deposes and says that he (she) is the President of Oakridae Builders, inc. , Contractor(s), and that answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this 3rd day of October , 1 My commission expires June 1, 2004 (Seal) Notary Public 1 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 1 4.1 It is the responsibility of each Bidder before submitting a Bid: 4.1.1 to examine thoroughly the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to below); 4.1.2 to visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work; 4.1.3 to consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work; 4.1.4 to study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data; 4.1.5 to promptly notify Engineer of all conflicts, errors, ambiguities or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 1 2-3 Instructions to Bidders [_l 4.2 Reference is made to the Supplementary Conditions for identification of: 4.2.1 those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the general accuracy of the "technical data" contained in such reports but not upon other data, interpretations, opinions or information contained in such reports or otherwise relating to the subsurface conditions at the site, nor upon the completeness thereof for the purposes of bidding or construction. 4.2.2 those drawings of physical conditions in or relating to existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the general accuracy of the "technical data" contained in such drawings but not upon other data, interpretations, opinions or information shown or indicated in such drawings or otherwise relating to such structures, nor upon the completeness thereof for the purposes of bidding or construction. Copies of such reports and drawings will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.2 of the General Conditions has been identified and established in paragraph SC -4.2 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. �4:3! Infofination and data shown or indicated in the Contract Documents with respect to,Utiderground Facilities at or contiguous to the site is based upon information and data furnished teOwner and Engineer by owners of such Underground Facilities or others, n,� .0 and;C4 ner and Engineer do not assume responsibility for the accuracy or completeness thereof Unless it is expressly provided otherwise in the Supplementary Conditions. 4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Contract Documents due to differing or unanticipated conditions appear in paragraphs 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.6 On request in advance, Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder I I I Li I I I I I I I I I 2-4 1. I Instructions to Bidders deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations, investigations, tests and studies. 4.7 Reference is made to the Supplementary Conditions for the identification of the general nature of work that is to be performed at the site by Owner or others (such as utilities and other prime contractors) that relates to the work for which a Bid is to be submitted. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such work. 1 4.8 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated or expressly required by the Contract Documents, the Bidder has given Engineer written notice of all conflicts, errors, ambiguities and discrepancies that Bidder has discovered in the Contract Documents and the written resolutions thereof by Engineer is acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions ' for performing and furnishing the Work. 4.9 The provisions of 1-4.1 through 4.8, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by paragraph 4.5 of the General Conditions. I 5. AVAILABILITY OF LANDS FOR WORK. ETC. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract ' Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for ' permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 6. INTERPRETATIONS AND ADDENDA 6.1 All questions about the meaning or intent of the Bidding Documents are to be directed to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 1 1 2-5 Instructions , to Bidders 7. BID SECURITY 7.1 Each Bid must be accompanied by Bid security made payable to Owner in an 1 amount of five percent of the Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed) issued by a surety meeting the requirements of paragraph 5.1 of the General Conditions. 7.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of the Agreement or the 61st day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within seven days after the Bid opening. 8. CONTRACT TIMES. The numbers of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the term "Contract Times" is defined in paragraph 1.12 of the General Conditions) are set forth in the Agreement (or incorporated therein by reference to the attached Bid Form). 9. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set forth in the Agreement. 10. SUBSTITUTE OR "OR -EQUAL" ITEMS. The contract, if awarded, will be on the basis of materials and equipment described in the Drawings or Specified in the Specifications without consideration of possible substitute or "or -equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal" item of materials or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in paragraphs 6.7.1, 6.7.2 and 6.7.3 of the General Conditions and may be supplemented in the General Requirements. 11. SUBCONTRACTORS. SUPPLIERS AND OTHERS. The Contractor shall not assign or sublet all or any part of this Contract without the prior written approval of the ' Owner nor shall the Contractor allow such Subcontractor to commence Work until he has provided such workers' compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the Plans, Specifications, Contract and Bonds. 2-6 I I I TI Instructions to Bidders 12. BID FORM 12.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from Engineer (or the issuing office). 12.2 All blanks on the Bid Form must be completed in ink or by typewriter. ' 12.3 Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant 1 secretary. The corporate address and state of incorporation must be shown below the signature. ' 12.4 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 1 12.5 All names must be typed or printed below the signature. ' 12.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 1 12.7 The address and telephone number for communications regarding the Bid must be shown. I 12.8 Evidence of authority to conduct business as an out-of-state corporation in the state where the Work is to be performed shall be provided in accordance with paragraph 3 above. State contractor license number must also be shown. 13. SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed ' envelope, marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted) and name and address of the Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. THE BID FORM SHALL NOT BE REMOVED FROM THE SPECIFICATIONS AND CONTRACT ' DOCUMENTS. 14. MODIFICATION AND WITHDRAWAL OF BIDS 14.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2 If, within 24 hours after Bids are opened, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, 1 2-7 Instructions ' to Bidders 1 that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 15. OPENING OF BIDS. Bids will be opened and (unless obviously nonresponsive) read aloud publicly at the place where Bids are to be submitted. A tabulation of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after preparation by the Engineer. 16. BIDS TO REMAIN SUBJECT TO ACCEPTANCE. All bids will remain subject to acceptance for 60 days after the day of the Bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to that date. 17. AWARD OF CONTRACT ' 17.1 Owner reserves the right to reject any and all Bids, including without limitation the - rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3 Owner may consider the qualifications and experience of Subcontractors, , Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4 Owner may conduct such investigations as Owner deems necessary to assist in , the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors,. Suppliers and other persons and - organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 17.5 If the contract is to be awarded, it will be awarded to the lowest responsive, responsible Bidder whose evaluation by Owner indicates to Owner that the award will be 1 2-8 1 I I I I Instructions to Bidders in the best interests of the Project. 17.6 If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within 60 days after the day of the Bid opening. 18. CONTRACT SECURITY. Paragraph 5.1 of the General Conditions and the ' Supplementary Conditions set forth Owner's requirements as to Performance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Performance and Payment Bonds. 1 19. SIGNING OF AGREEMENT. When Owner gives Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within 15 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds. Within ten days thereafter Owner shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. ' 20. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors." Bidders who submit Bids in excess of $20,000 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of their Bid. 1 21. LABOR LAWS. The Contractor shall abide by all federal, state and local laws governing labor. The Contractor further agrees to save the Owner harmless from the payment of any contribution under the State Unemployment Compensation Act, and the ' Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the provisions of said Act. 1 22. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as established by common usage in the city and adjacent community for the various types ' of labor and skills performed. In case wage rates are specified in the Contract Documents, the rates as specified shall be the minimum rates which apply to the Project. Whenever available, local common labor shall be used and whenever practical, skilled and semi -skilled labor, if available, shall be used. The Contractor and each Subcontractor, where the contract amount exceeds $75,000, shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Ark. Stat. 14-630). The provisions are summarized below. The Contractor and Subcontractor shall: 1) pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor. 1 2-9 Instructions ' to (Bidders 2) post the scale of wages in a prominent and easily accessible place at the site of the Work. , 3) keep an accurate record showing the names and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers and agents. The Owner shall have the right to withhold from amounts due the Contractor so much of accrued payments as may be considered necessary to pay the workmen employed by the Contractor or any Subcontractor, the difference between the rates of wages required by this Contract and the rates of wages received by such workmen. If it is found that any workmen employed by the Contractor or a Subcontractor has been , or is being paid a rate of wages less than the rate of wages required by this Contract, the Owner may by written notice to the Contractor, terminate his right to proceed with the Work or such party of the Work as to which there has been a failure to pay the required wages and to prosecute the Work to completion by Contract or otherwise, and the Contractor and his sureties shall be liable for any excess costs occasioned thereby. 23. COMPLIANCE WITH ACT 125. ARKANSAS ACTS OF 1965. The attention of all Bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for payment for certain taxes on materials and equipment brought into the state. It further provides for methods of collecting said taxes. All provisions of this Act will be complied with under this Contract. 24. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to ' employees, whether such employees are residents or nonresidents of Arkansas. 25. COMPLIANCE WITH RULES AND REGULATIONS FOR THE ENFORCEMENT , AND ADMINISTRATION OF ACT 162. ARKANSAS ACTS OF 1987. The attention of all NON-RESIDENT BIDDERS is called to the provision of Act 162, Arkansas Acts of 1987. This act provides for non-resident contractors and subcontractors notice and bond regulations by the Commissioner of Revenues, Department of Finance and Administration, Post Office Box 1272, Little Rock, Arkansas 72203 prior to commencing work or undertaking to perform any duties under any contract within the State of Arkansas. I 1 2-10 1 I Jim Guy Tucker Governor I I Don Mobley ' McGoodwin, Williams and Yates, Inc. 909 Rolling hills Drive Fayetteville, AR 72703 1 STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205.2190 (50:) 682-4500 • FAX:I0 p 682.433 • TDQ L800J 285-1131 Li I I L I Dear Mr. Cantrell: James L Salkeld Director RE: Solid Waste Transfer Facility Fayetteville, Arkansas Washington County In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 94-279 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-313(1987) and the administrative regulations promulgated thereunder. if the work is subject to the Arkansas Prevailing Wage Law. every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. §22-9-308(c). ' Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. §22-9-309(a). •' Also enclosed- is a "Statement of Intent to Pay_Prevailing Wages" form that should be put inyouur-specificationsalon with the wage determination. The General Prime Contractor is responsible for getting_this filled out and returned to -this office within 30 days of the Notice to Proceed for this-pro.iect_. Please notify me when youissueyouur Notice to Proceed for this rt._ If you have any questions please feel free to contact me at (501) 682-4533 or through fax at (501) 682-4508. Sincerely, Ann Sanders Prevailing >tiage Supervisor enclosure 4-1 I 1 Ll El J El Page 1 of 4 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RATE DATE: April 20, 1995 DETERMINATION #: 94-279 PROJECT: Solid Waste Transfer Facility COUNTY: Washington Fayetteville, Arkansas EXPIRATION DATE: 10-20-95 SURVEY #: 694 -ARCS CLASSIFICATION BASIC HOURLY RATE FRINGE BENEFITS Asbestos Worker/Insulator 8.90 Bricklayer/Stonemason 14.05 Carpenter/MiIIwright/Soft Floor Layer 10.85 Concrete Finisher/Cement Mason 10.70 Electrician/Alarm Installer 10.60 1.35 Glazier 10.1150 .70 HVAC Mechanic 9.05 Ironworker 11.00 .95 Laborer 8.00 Painter 9.80 Plumber/Pipefitter 11.30 1.05 Roofer 10.35 Sheet Metal Worker 9.55 .60 Sprinkler Fitter 14.55 4.10 Truck Driver 8.80 Poser Equipment Operators Group 11 10.35 Power Equipment Operators Group Ill 11.55 Power Equipment Operators Group IV 10.15 2.50 Welders --receive rate perscribed for craft performing operation to which welding is incidental. CERTIFIED JULY ], 1994 Classifications that are not listed, but that are going to be working on this project, should be requested from the Arkansas Department of Labor. Prevailing Wage Division. These written requests should be made as soon as you notice that a required classification is missing, normally this would be during the bid ' process. n u I 1 4-2 Page 2 of 4 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RATE DATE: April 20, 1995 DETERMINATION II: 94-279 '• PROJECT: Solid Waste Transfer Facility COUNTY: Washington Fayetteville, Arkansas EXPIRATION DATE: 10-20-95 ' Power Equipment Operators_ ' Group 11 Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes. and derricks with a lifting capacity less than 50 tons, as specified by the • manufacturer, hackhoes, tractor or truck type, overhead & traveling cranes, or tractors with swinging boom attachments, gradealls above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group TIT Heavy Equipment Operators. Operators engaged in operating the • following equipment: bulldozers, front end loaders, sidebooms, skytracks, push tractors, pull scrapers, motor graders, '• trenching machines, regardless of size or motive power, backfillers, central mixing plants, 10S and larger, finishing machines, boiler fireman high or low pressure, asphalt spreaders, hydro truck crane. multiple drum hoist, irrespective of motive power, rotary, cable tool, core drill or churn drill, water well • and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. ' Group IV Light Equipment Operators. Operators engaged in operating the ' following equipment: Oilerdriver motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, forklifts, rollers of types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A-Vator, conveyor, batch plant, and mortar or concrete mixers, below 105. end (lump euclid, • pumperete, spray machine and pressure grout machine, air compressors. regardless of size. All light equipment, welding machines, light plants, pumps, well point system dewatering and portable pumps space heaters, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. C I 1 4-3 lJ 1 I Page 3 of 4 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: April 21. 1993 DETERMINATION 4: 94-279 PROJECT: Solid Waste Transfer Facility COUNTY: Washington Fayetteville, Arkansas EXPIRATION DATE: 10-20-95 SURVEY fl: AH05 ' BASIC HOURLY FRINGE CLASSIFICATION RATE BENEFITS ' Bricklayer/Stonemason 7.20 Carpenter 7.20 Concrete Finisher/Cement Mason 8.00 1 Electrician 12.00 .46 Laborer 6.75 Mechanic 6.90 ' Pipelayer 7.00 Power Equipment Operators: Group II 8.95 Group I11 8.70 ' Group IV 8.10 Welders --receive rate prescribed for craft performing operation to which welding is incidental. P I I I Li El I 1 CERTIFIED JULY 1, I994 Classifications that are not listed, but that are going to be working on this project, should be requested from the Arkansas Department of Labor, Prevailing Wage Division. These written requests should be made as soon as you notice that a required classification is missing, normally this would be (luring the bid process. 1 4-4 Page 4 of 4 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DITERM I NAT I ON - HEAVY RATE DATE: April 21, 1995 DETERMINATION II: 94-279 PROJECT: Solid Waste Transfer Facility COUNTY: Nashington Fayetteville, Arkansas EXPIRATION DATE: 10-20-95 Power Equipment Operators_ Group II Operators engaged in operating the following equipment or • performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and derricks with a lifting capacity less than 50 tons, as specified by the ' manufacturer, backhoes, tractor or truck type, overhead & traveling cranes, or tractors with swinging boom attachments, gradealls above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group III Heavy Equipment Operators. Operators engaged in operating the • following equipment: bulldozers, front end loaders, sidebooms, skytracks, push tractors, pull scrapers, motor graders, trenching machines. regardless of size or motive power, backfillers, central mixing plants, l0S and larger, finishing machines, boiler fireman high or low pressure, asphalt spreaders. hydro truck crane, multiple drum hoist, irrespective of motive power, rotary, cable tool, core drill or churn drill, water well ' and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. ' Grou�IV Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, ' winch or A frame trucks, forklifts, rollers of types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and ' handling building material. Lad -A -Valor, conveyor, batch plant, and mortar or concrete mixers, below l0S. end dump euclid, pumperete, spray machine and pressure grout machine, air ' compressors, regardless of size. All light equipment, welding machines, light plants, pumps, well point system dewatering and portable pumps space heaters, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling • machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. [l I 1 4-5 I I I I I Li I I I I U ) 0 w >, h ao OW w +)oc u° Q) E � c >.O WI r -1( 14J O., 00_I Q. 3 00. .0 Q)) a�4Gou) II IQO.atJ\ 0 Q3 2 J U +� ♦ X Q) •ti C O y U 4'O O N 4 N Rf G '�i � Q) •4 3 o o Q) C'y U O. m a L4+J W o `n0)Zo+1 ui m Q) X 'D t O 1, rtfGmuwt^ U3LO oti Q4 trJrI Q] u ri r V (Q)ri C 3 cI U r b CNr.UUm y Q) ✓ O W W o U V W O b H H w G U ) .C 'H G U 0 N 'WC Q) "n 3 C U dJ Q H b u U a � 1.1 v) O 0 .t >Yx v"•i Om ♦o 4 U c .J Q) U4- C W O ~ �Q T y 1 rJ 4 C •G O � U oQ ci k- r• C L -y'^1 L4 F 4 vi G.-ru Y > > yo1,O0) 4Gaaa 0 U' k ti 4-6 I I I II I I I I I I I L L I I SOLID WASTE TRANSFER STATION AND MATERIALS RECOVERY FACILITY For The City of Fayetteville, Arkansas Plans No. Fy-245 Dated August, 1995 City of Fayetteville Purchasing Office, City Hall 113 West Mountain Fayetteville, Arkansas 72701 To Mayor Hanna and the City Council: The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty days after the day of Bid opening. Bidder will sign and submit the Contract Agreement with the Bonds and other documents required by the bidding requirements within fifteen days after the date of Owner's Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Contract Agreement, that: a) Bidder has examined copies of all the Bidding Documents and of the following addenda (receipt of which is hereby acknowledged) ' September September September ' September September and such addenc I Date 14. 18, 21, 28, 29, la ai Number 1995 1 1995 2 1995 3 1995 4 1995 5 e attached to the Bid. 5-1 I b) Bidder has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and ' furnishing of the Work. c) Bidder is familiar with and is satisfied as to all federal, state and local Laws and ' Regulations that may affect cost, progress, performance and furnishing of the Work. d) Bidder has carefully studied all reports of explorations and tests of subsurface I. conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and ' drawings upon which Bidder is entitled to rely as provided in paragraph 4.2 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect ' cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. ' Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e) Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. If) Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. g) Bidder has given Engineer written notice of all conflicts, errors, ambiguities or ' discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and ' conditions for performing and furnishing the Work for which this Bid is submitted. h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement 5-2 I or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham '• Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ' 4. The following documents are attached to and made a condition of this Bid. Required Bid Security in the form of bid bond or certified or cashier's check for •.7 OZ 1q[1)(Prue. Pcrecut\ ($ }. 5. The Bidder will complete the Work for the following unit and lump sum prices: Item Estimated Total ' No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount 1. Lump Sum Solid Waste Transfer Station and Materials ' Recovery Facility, including sitework, excavation and compacted fill, grading and drainage, truck -type platform scale facilities ' including scale house, concrete and asphalt pavement, conveyor and baler equipment, stormwater and washdown pumping facilities, mechanical, plumbing, electrical, fencing, topsoiling, seeding and mulching, and all items set out in these Plans and Specifi- ' cations, complete in place (Ike-lMrllion1Seuch Abndred U►tci sevaiTl7o&son,( Qclk,rYfollars $ *o �oorJ ' 2. Lump Sum Trench or Safety Excavation System, as required by Act 291 of the 1993 Arkansas ' General Assembly ' ("VLe rLlouSQnr( Caltal S dollars I�COO __ TOTAL BID .................................... $ !Ta 000 ' 5. (continued) The contract, if awarded, will be based on the lowest bid accepted by the City of Fayetteville, Arkansas. Unit prices have been computed in accordance with paragraph 11.9.2 of the General ' Conditions. 5-3 P P I I I I I I Li I I I I E Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words, unless obviously incorrect, will govern. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. 6. The Bidder agrees that the Work will be substantially complete within 150 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within 180 calendar days after the date when the Contract Times commence to run. Bidder accepts the provisions of the Contract Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 7. Communications concerning this Bid shall be addressed to the address of Bidder indicated below. 8. Terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. Submitted this 3rd day of October , 19_9S •' Attest: (Seal, if bid is by corporation.) I I Arkansas License No. 086960996 Respectfully submitted, Oakridae Builders. Inc. (Firm Name) James R. Davis Title President 2200 ilwv 26,5. Saito N. Snrinnria'n. AR 797F,4 (Business Address & Zip Code) ' 5-4 I I AGREEMENT ' THIS AGREEMENT is dated as of the day of in the year 19 by and between (hereinafter called OWNER) and (hereinafter called CONTRACTOR). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Solid Waste Transfer Station and Materials Recovery Facility for the City of Fayetteville, Arkansas, including sitework, excavation and compacted fill, grading and drainage, truck -type platform scale facilities including scale house, concrete and asphalt paving, conveyor and baler equipment, stormwater and washdown pumping facilities, mechanical, plumbing, electrical, fencing, topsoiling, seeding and mulching, and other ' miscellaneous items including all items as set out in the Bid, these Specifications and Plans No. Fy-245 dated August, 1995, for the lump sum prices bid in the Bid, including all work required for a complete installation. ' Article 2. ENGINEER The Project has been designed by McGoodwin, Williams and Yates, Inc., who is hereinafter called Engineer and who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ' Article 3. CONTRACT TIMES 3.1 The Work will be substantially completed within one hundred fifty (150) days after ' the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and competed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within one hundred eighty (180) days after / ■ the date when the Contract Times commence to run. 3.2 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed i 6-1 I I I I I I I I I within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner five hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner five hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds for the performance of the Contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, for unit and lump sum prices in the Bid, the total sum being (use words) (figures) As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by Engineer as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. Article 5. PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. f5.1 Progress Payments; Retainage. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below. All such payments will be measured by the schedule of values established in paragraph 2.9 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. I Li I I 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. I 6-2 J I I I I Ii I 90% of Work completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 95% of the Work completed. 100% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 14.2 of the General Conditions). 5.1.2 Upon Substantial Completion, in an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 14.13. Article 6. INTEREST ' All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ' Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following 1 representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.3 Contractor is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. ' 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or I relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. Contractor accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the 6-3 I J I I I I I I I I I I I I I I J extent of the "technical data" contained in such reports and drawings upon which Contractor is entitled to rely as provided in paragraph 4.2 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.5 Contractor is aware of the general nature of Work to be performed by Owner and others at the site that relates to the Work as indicated in the Contract Documents. 7.6 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.7 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 8. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between Owner and Contractor concerning the Work consist of the following: 8.1 This Agreement. 8.2 Exhibits to this Agreement. 8.3 Performance, Payment and other Bonds. 8.4 Notice to Proceed. 8.5 General Conditions. 8.6 Supplementary Conditions. I 6-4 I I I I I I I I I I I I 8.7 Specifications consisting of divisions and sections as listed in the Table of Contents. 8.8 Drawings consisting of 26 sheets. 8.9 Addenda numbers to , inclusive. 8.10 Contractor's bid. 8.11 Documentation submitted by Contractor prior to Notice of Award. 8.12 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: Al! Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 9. MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 1 9.4 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the ' Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. I 6-5 IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One counterpart each has been delivered to Owner, Contractor and Engineer. All portions of the Contract Documents have been signed, initialed or identified by Owner and Contractor or identified by Engineer on their behalf. This Agreement will be effective on , 19 (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: By: [Corporate Seal] Attest Address for Giving Notices [Corporate Seal] Address for Giving Notices 6-6 I PERFORMANCE BOND IKNOW ALL MEN BY THESE PRESENTS: That we (1) a (2) hereinafter called "Principal" and (3) ' of , State of , hereinafter called the "Surety," are held and firmly bound unto (4) hereinafter called the "Owner," in the penal sum 1 of dollars ($ ) in lawful money of the United States, for the payment ' of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. I I I I I I I Ti THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the day of 19 , a copy of which is hereto attached and made a part hereof for the construction of: Solid Waste Transfer Station and Materials Recovery Facility; Fayetteville, Arkansas; Plans No. Fy-245 dated August, 1995. NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms and conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 7-1 I I I I I I This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed as original, this the day of , 19 Attest: (Principal) Secretary (Seal) Witness as to Principal Address 1 Attest: (Surety) Secretary (Seal) Witness as to Surety Address I Principal M Address Surety By Attorney -in -Fact Address NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A corporation, a partnership, or an individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is a partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Clerk of the county where the work is to be performed prior to the start of construction. 7-2 L ' PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) a (2) hereinafter ' called "Principal" and (3) of , State of , hereinafter called the "Surety," are held and firmly bound unto (4) , hereinafter called the "Owner," in the penal sum 1 dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, ' administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal ' entered into a certain contract with Owner, dated the day of 19 , a copy of which is hereto attached and made a part hereof for the construction of: ' Solid Waste Transfer Station and Materials Recovery Facility; Fayetteville, Arkansas; Plans No. Fy-245 dated August, 1995. ' NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, all amounts due for but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, ' feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivision thereof which shall have arisen on account ' of or in connection with the wages earned by workmen covered by the bond; and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. The Surety agrees the terms of this bond shall cover the payment by the Principal of not less than the prevailing hourly rate of wages as found by the Arkansas Department of Labor or as determined by the court on appeal to all workmen performing work under the contract. ' PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying ' the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. 7-3 I PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act ' 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement. ' IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed as original, this the day of 19 Attest: Principal (Principal) Secretary By ' (Seal) Witness as to Principal Address Address ' Attest: Surety ' (Surety) Secretary By (Seal) Attorney -in- Fact 1 Witness as to Surety Address Address I NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. ' (2) A corporation, a partnership, or an individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is a partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Clerk of the county where the work is to be performed prior to the start of construction. I 7-4 This document has important legal consequences: consultation with an attorney is encouraged with respect to its completion or modification. STANDARD ' GENERAL CONDITIONS ' OF THE CONSTRUCTION CONTRACT Prepared by Engineers Joint Contract Documents Committee land Issued and Published Jointly By I L L I I I L I I I I U 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 ' f����'Tiij"'�u•r^1 The Associated General e 4 e Contractors of America �.w These General Conditions have been prepared for use with the Owner -Contractor Agreements (No. 1910 -8 -A -I 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 Editon). When bidding is involved, the Slandard Form of Instructions to Bidders (No. 1910-12) (1990 Edition) may be used. I F.H'Er No. 1910-S (199] EJ1t.on) © 1990 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street, N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 Construction Specifications Institute 601 Madison St., Alexandria, VA 22314 I I I [TI I I L I L I I I LJ I I I I J ' TABLE OF CONTENTS OF GENERAI. CONDITIONS Article or Paragraph Page Article or Paragraph Page ' Number & Title Number Number & Title Number 1. DEFINITIONS ............................. ..... 13 2.5-2.7 Before Starting Construction: 1.1 Addenda ............................. 13 CONTRACTOR's Responsibility to ' 1.2 Agreement 13 Report: Preliminary Schedules; 1.3 Application for Payment ..............13 Delivery of Certificates of 1.4 Asbestos ...................... ...... 13 Insurance ............ ............. 15 1.5 Bid ................................... 13 2.8 Preconstruction Conference ........... IS 1.6 Bidding Documents ................... 13 2.9 Initially Acceptable Schedules ......... 16 1.7 Bidding Requirements ................ 13 1.8 Bonds ................................ 13 3. CONTRACT DOCUMENTS: INTENT. 1.9 Change Order 13 AMENDING, REUSE ............................ 16 ' 1.10 Contract Documents .................. 13 3.1-3.2 Intent ......Stand ....................16 1.11 Contract Price ........ ......... 13 3.3 Reference to Standards and 1.12 Contract Times 13 Specifications of Technical Societies: ....................... 1.13 CONTRACTOR ..... 13 Reporting and Resolving ................. 1.14 defective ............................. 13 Discrepancies rrs... ...... 16 1.15 Drawings ............................. 13 3.4 Intent of Certain Teerms or Adjectivveses .. 17 1.16 Effective Date of the Agreement ...... 13 3.5 Amending Contract Documents ....... 17 ' 1.17 ENGINEER .......................... 13 3.6 Supplementing Contract Documents ... 17 1.18 ENGINEER's Consultant ............. 13 3.7 Reuse of Documents .................. 17 1.19 Field Order ........................... 13 4. AVAILABILITY OF LANDS; SUBSURFACE ANI) 1.20 General Requirements ................14 PI.IYSICAI.CONDITIONS;REFERENCEPOINTS . 17 1.21 Hazardous Waste ..................... 14 4,1 Availability of Lands .................. 17 1.22 Laws and Regulations: Laws or 4.2 Subsurface and Physical Conditions ... 17 Regulations ................... .... 14 4.2.1 Reports and Drawings 17 1.23 Liens ................................. 14 4.2.2 Limited Reliance by CONTRACTOR 1.24 Notic one ............................. 14 Authorized; Technical Data .. ...... 18 1.25 Notice of Award ...................... 14 4.2.3 Notice of Differing Subsurface or 1.26 Notice to Proceed .................... 14 1.27 OWNER ....... 14 Physical Conditions ................. 18 ' ....... .. 18 1.28 Partial Utilization 4.2.4 ENGINE Contract Review . ents Change """"""" 14 4.2.5 Possible Contract Documents Change 18 1.29 PCBs ........... .............. ... .. 14 4.2.6 Possible Price and Times Ad;uslments . 18 1.30 Petroleum ............................ 14 4.3 Physical Conditions —Underground 1.31 Project 14 ..... 18 1.32 ........ 14 Facilities Indicated ................ Radioactive Material esent tive 4.3.1 Shown or Indicated ...................18 1.33 Resident Project Representative ....... 14 4.3.2 Not Shown or Indicated .............. 19 1.34 Samples ........................ 14 4.4 Reference Points ......................19 1.35 Shop Drawiwingsngs ......................14 4.5 Asbestos, PCBs, Petroleum, Hazardous 1.36 Specifications ......................... 14 Waste or Radioactive Material 19 1.37 Subcontractor ........................ 14 1.38 Substantial Completion ............... 14 5. BONDS AND INSURANCE ........ 1.39 Supplementary • Other ...... 20 pp tary Conditions ............ 14 5.1-5.2 Performance. Payment and Bonds . 20 1.40 Supplier ....... .Hies ....... 14 5.3 Licensed Sureties and Insurers; 1.41 Underground Facilities .......... ..... 14 1.42 Unit Price Work .......... Certificates of Insurance 20 ' 14 1.43 Work ............ I5 5.4 CONTRACTL7R's Liability Insurance 20 .................. 1.44 Work Change Directive I5 5.5 OWNER's Liabday Insurance 21 ............. 1.45 Written Amendment 15 5.6 Property Insurance 21 ' NI5.7 Boiler and Machinery or Additional 2. PRELIMINARY ATT17RS .. .'..... 15 Property Insurance .. 21 2.1 Delivery of Bonds .................... I5 5.8 Notice of Cancellation Provisions 21 Copies of Documents ................. 15 5.9 CONTRACTOR's Responsibility for 2.3 Commencement of Contract Times; Deductible Amounts ................22 Notice to Proceed 15 5 10 Other Special Insurance ..............22 . . . 22 2.4 Starting the Work . ..... ............. 1.s 5.11 Waiver of Rights ..................... 22 I Article or Paragraph Number & Title N 5.12-5.13 Receipt and Application of Insurance Proceeds ........................... 5.14 Acceptance of Bonds and Insurance; Option to Replace ................. 5.15 Partial Utilization —Property Insurance .......................... 6. CONTRACTOR'S RESPONSIBILITIES ...... 6.1.6.2 Supervision and Superintendence ...... 6.3-6.5 Labor, Materials and Equipment ...... 6.6 Progress Schedule .................... 6.7 Substitutes and "Or -Equal" Items; CONTRACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation 6.8-6.11 .......... Concerning Subcontractors, Suppliers and Others; Waiver of Rights ....... 6.12 Patent Fees and Royalties ............. 6.13 Permits 6.14 ............................... Laws and Regulations ................ 6.15 Taxes 6.16 ................................ Use of Premises 6.17 ...................... Site Cleanliness 6.18 ....................... Safe Structural Loading ............... 6.19 Record Documents 6.20 ................... Safety and Protection ................. 6.21 Safety Representative ................. 6.22 Hazard Communication Programs ..... 6.23 Emergencies .......................... 6.24 Shop Drawings and Samples .......... 6.25 Submittal Procedures; CONTRACTOR's Review Prior to Shop Drawing or Sample Submittal 6.26 Shop Drawing & Sample Submittals Review by ENGINEER ............ 6.27 Responsibility for Variation From Contract Documents 6.28 ............... . Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals ............. 6.29 Continuing the Work .................. 6.30 CONTRACTOR's General Warranty and Guarantee ............ 6.31-6.33 Indemnification 6.34 ....................... Survival of Obligations ................ 7. OTHER WORK .................................. 7.1-7.3 Related Work at Site .................. 7.4 Coordination OWNER'S RESPONSIBILITIES ................. 8.1 Communications to Contractor ........ 8.2 Replacement of ENGINEER .......... 8.3 Furnish Data and Pay Promptly When Due................................ 8.4 Lands and Easements; Reports and Tests............................... Article or Paragraph Number & Title N 8.6 Change Orders ....................... 8.7 Inspections, Tests and Approvals ...... 8.8 Stop or Suspend Work; Terminate CONTRACTOR's Services 8.9 ......... Limitations on OWNER's Responsibilities ..................... 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 8.11 ...... Evidence of Financial Arrangements .. 9. ENGINEER'S STATUS DURING CONSTRUCTION ............................... 9.1 OWNER's Representative ............ 9.2 Visits to Site .......................... 9.3 Project Representative ................ 9.4 Clarifications and Interpretations ...... 9.5 Authorized Variations in Work ........ 9.6 Rejecting Defective Work ............. 9.7-9.9 Shop Drawings, Change Orders and 9.10 9.11-9.12 Payments .......................... Determinations for Unit Prices ........ Decisions on Disputes; ENGINEER as 9.13 Initial Interpreter ................... Limitations on ENGINEER's Authority and Responsibilities ...... CHANGES IN THE WORK ..................... 10.1 OWNER Ordered Change ............ 10.2 Claim for Adjustment ................. 10.3 Work Not Required by Contract Documents ......................... 10.4 Change Orders 10.5 Notification of Surety ................. CHANGE OF CONTRACT PRICE .............. 11.1-11.3 Contract Price; Claim for Adjustment; Value of the Work .................. 11.4 Cost.ofthe Work ..................... 11.5 Exclusions to Cost of the Work ....... I1.6 CONTRACTOR's Fee ................ II.7 Cost Records ......................... 11.8 Cash Allowances ..................... 11.9 Unit Price Work ...................... 12. CHANGE OF CONTRACT TIMES .............. 12.1 Claim for Adjustment ................. 12.2 Time of the Essence .................. 12.3 Delays Beyond CONTRACTOR's Control ............................ 12.4 Delays Beyond OWNER's and CONTRACTOR's Control .......... TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK.......................................... 13.1 Notice of Defects ..................... 13.2 Access to the Work ................... 13.3 Tests and Inspections; Contractor's Cooperation ........................ I I I I I I H I r I I I H I I Article or Paragraph Page Number & Title Number 13.4 OWNER's Responsibilities; Independent Testing Laboratory .... 13.5 CONTRACTOR's Responsibilities .... 13.6-13.7 Covering Work Prior to Inspection, Testing or Approval ................ 13.8-13.9 Uncovering Work at ENGINEER'S Request ............................ 13.10 OWNER May Slop 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 CONTRACTOR's Warranty of Title ... 14.4-14.7 Review of Applications for Progress Payments ................. 14.8-14.9 Substantial Completion ............... 14.10 Partial Utilization ..................... 14.11 Final Inspection ...................... 36 36 Article or Paragraph Page Number & Title Number 14.12 Frnal Application for Payment ......... 40 14.13-14 14 Final Payment and Acceptance ........ 40 14,15 Waiver of Claims ................. .. 40 16 15. SUSPENSION OF WORK AND TERMINATION ................................ 40 36 15.1 OWNER May Suspend Work ......... 40 36 15.2-15.4 OWNER May Terminate .............. 40 15.5 CONTRACTOR May Stop Work or 37 Terminate .......................... 41 37 16. DISPUTE RESOLUTION ....................... 41 37 I7. MISCELLANEOUS ............................. 42 17.1 Giving Notice ........................ 42 17,2 Computation of Times ................ 42 17.3 Nonce of Claim ....................... 42 37 17.4 Cumulative Remedies ................. 42 37 17.5 Professional Fees and Court Costs 38 Included ........................... 42 38 EXHIBIT (iC-A (Optional): 38 Dispute Resolution Agreement (Optional) .. .. GC -At 39 16.1-16.6 Arbitration .................... CC -Al 39 16.7 Mediation .....................(3C -A2 39 I 3 I INDEX TO GENERAL CONDITIONS Article or Paragraph Number Acceptance of — Bonds and Insurance ................................ 5.14 defective Work ....................... 10.4.1, 13.13,13.15 final payment ................................. 9.12, 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 - CONTRACTOR ............................ 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, I1, 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, 11.2, 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) ............................. 16.1-16.6 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, Notice of --defined ......... ................. . „ 1.25 Before Starting Construction ........................ 2.5-2.8 Bid -definition of ...................................... 1.5 (1.1. 1.10. 2.3, 3.3. 4.2.6.4, 6.13, 11.4.3, 11.9.1) I Article or Paragraph Number1 Bidding Documents -definition of ................ 1.6 (6.8. (6.8.2)) Bidding Requirements -definitions of ...... 1.7 (I.I, 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 .. 6 .............. 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 ......................... 5 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, Si, 5.4.11, 5.4.13, 5.6.5, 5.8, ....................................... 5.14, 9.13.4, 14.12 Change in Contract Price - Cash Allowances ........ .. 11.8 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.....................4................ 11.4-11.7 Exclusions to ....................................... II.5 Cost Records ........................ .. 11.7 in general .............. 1.19, 1,44, 9.11, 10.4.2, 10.4.3, II Lump Sum Pricing................................11.3.2 Notification of Surety ............................... 10.5 Scope of.......................................10.3-10.4 1 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 .... 4.1, 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 1 Contractual time limits .......... .. 12.2 Delays beyond CONTRACTOR'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 .......................1.5 Cash Allowances...................................11.8 Change of Contract Price ............................. 11 ' Change of Contract Times ............................ 12 Changes in the Work..................................10 CONTRACTOR's fee ....................... I t.6 Cost of the Work ........11.4-11.7 I L I I I I I L L I I I I I I Article or Paragraph Number Cost Records .......................................11.7 definition of .......................................... 1.9 emergencies........................................6.23 ENGINEER's responsibility ......... 9.8, 10.4, 11 12.1 execution of ........................................ .2, 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 ....................... 8.6, 104 Physical Conditions — Subsurface and, ..................................... 4.2 Underground Facilities ........................... 4.3.2 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 .......................... 11.3 Changes in the Work....................................10 Notification of surety ............................... 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, 9.11, 10.2, 11.2, 11.9, 12.1,14.8,15.1,15.5,17.3 CONTRACIOR'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................................113.2 Noticeof 17.3 ........................................... OWNER's ...........9.4. 95.9.11, 102, 11.2. 11.9. 12.1. 13 9. 13.13. 13.14. 17.3 OWNER's liability ............ OWNER may refuse to make payment .............. 14.7 Professional Fees and Court Costs Included .......... 17.5 request for formal decision on ....................... 9.11 Substitute items ....................... .......... 6.7.1.2 Time Extension ..................... ............. . 12.1 Time requirements ............................ 9.11. 12.1 Unit Price Work..................................11.9.3 Valueof ............................................ 11.3 Waiver of-- on Final Payment ... .... .... . 14.14, 14.15 Work Change Directive ... .... .... ............... 10.2 written 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 ................... ................ 6.2, 6.9.2. 8.1 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 .................................. 14.10 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 ............................6.8-6.11 Conferences — initially acceptable schedules ......................... 2.9 preconstruction......................................2.8 Conflict, Error, Ambiguity. Discrepancy — CONTRACTOR 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 Bonds...............................................5.1 Cash Allowances...................................11.8 Change of Contract Price ............................. 11 Change of Contract Times ............................ 12 Changes in the Work ........................... 10.4-10.5 check and verify.....................................2.5 Clarifications and Interpretations ....... 3.2, 3.6, 9.4. 9.11 definition of........................................1.10 ENGINEER as initial interpreter of ................. 9.11 ENGINEER as OWNER's representative ............ 9.1 general ........................................ ....... 3 Insurance .................4...................4......5.3 Intent............................................3.1-3.4 minor variationsinthe Work ........................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 ........................................7.2 Reporting and Resolving Discrepancies ........... 2.5. 3.3 Reuseof.............................................3.7 Supp!ementing.......................................3.6 Termination of ENGINEER's Employment ........... 8.2 Unit Price Work ...... .... .... ................... 11.9 variations..................................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 ......... .............. ................... It Decision on Disputes ...... .... ... ............... 9.11 definition of........................................Ill Contract Times — adjustment of .. ........ .......... 3.5, 4.1.9 4, 10 3, 12 Change of ...................................... 12.1-12.4 I I Article or Paragraph Number Commencement of .................................... 2.3 definitionof ........................................ 1.12 CONTRACTOR — Acceptance of Insurance ............................ 5.14 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 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal . 6.25 Stop Work requirements ............................ 4.5.2 CONTRACTOR'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........................................623 Equipment and Machinery Rental, Cost of the Work ........................... .. 11.4.5.3 Fee —Cost -Plus ..................... 11.4.5.6, 11.5.1, 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 Guaran- tee............................................... 6.30 CONTRACTOR's review prior to Shop Drawingor 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 Programs ............. 6.22 Indemnification ...........6.31-6.33 Labor, Materials and Equipment ................6.3-6.5 Laws and Regulations ............................ 6.14 Liability Insurance.........I....................... 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 prior to ENGINEER's approval of required submittals ................. 6.28 safe structural loading ............................ 6.18 Safety and Protection ................... 6.20, 7.2, 13.2 Safety Representative ..4 .......................... 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 ................................... 6.2 Supervision ..................................... 6.1 Survival of Obligations ............................ .. 6.34 Taxes..........................................0. 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, 11.2, 11.9, 12.1, 13.9, 14.8, 15.1, 15.5, 17.3 Safety and Protection ................. 6.20-6.22, 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 ............6.8-6.11 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 Liability Insurance ...................... 5.4.10 Contractual Time Limits .............................. 12.2 Coordination I I i 11 I I I I I I I I I I I I I I El I I I I I El I I I I Article or Paragraph \'am her CONTRACTOR's responsibi;ity .................... 6.9.2 Copies of Documents .................................. 2.2 Correction Period ......... .... 13.:2 ..................... Correction, Removal or Acceptance of Defective Work in general ............................. 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 .................................. 13 12 OWNER May Correct Defective Work ............. 13.14 OWNER May Stop Work .......................... 13.10 Cost — of Tests and Inspections ............................. 13.4 Records............................................ 11.7 Cost of the Work — Bonds and insurance, additional ................. 11.4.5.9 Cash Discounts ................................... 11.4.2 CON'IRACTOR's Fee .............................. 11.6 Employee Expenses ............................. 11.4.5.1 Exclusions to.......................................11.5 General ........................................ 11.4-I 1.5 Home office and overhead expenses .......... ...... 11.5 Losses and damages ............................. 11.4.5.6 Materials and equipment .......................... 11.4.2 Minor expenses .................................11.4.5.8 Payro�l costs on changes .......................... 11.4.1 performed by Suhcontractors ...................... 11.4.3 Records ............................................ II.7 Rentals of construction equipment and machinery . 11.4.5.3 Royalty payments, permits and license fees .. ... I1 4 5 5 Site office and temporary facilities ............... 11.4.5.2 Special Consultants. CONTRACTOR's ............ 11.4.4 Supplemental ...................... .... .... .... 11.4.5 Taxes re'ated to the Work 11.4.5.4 ....................... Tests and Inspection ................................ 13.4 Trade Discounts ... 11.4.2 .............................. Utilities, fuel and sanitary facilities ............... 11.4.5.7 Work after regular hours .......................... 11.4.1 Covering Work ...................................13613.7 Cumulative Remedies ...... ..................... 17-4-175 Cutting, fitting and patching ................. .... ..... 7.2 Data, to be furnished by OWNER ..................... 8.3 Day —definition of ... ............................... 17.2.2 Decisions on Disputes ..... ..................... 9.11, 9.12 defective —definition of ............... ................ 1.14 defective Work — Acceptance of ....... ................... .. 10A.1. 13.13 Correction or Rernovai of ................ I0.4., 13.11 Correction Period . ........ ..... ................. .. 13.12 in general ... .... .................... .. 13, 14.7, 14.11 Observation :'v ENGINEER .... —. ................. 9.2 OWNER May Stop Work ....... .... ............. 13 to Prompt Notice of Defects ........ .................. 13 Rejecting . .... ... .... ................... .. . 9 6 Uncovering the Work . ... ..... ......... ........ 13.8 Definitions .... ........ .... ....................... ... I Delays ... ... ........................ 4.1, 6.29. 12 3-12.4 Delivery of Bonin 2.1 ........ .................... ... .... Delivery of certificates of insurance ................ .... 2.7 Article or Paragraph J\ umber Deter,runations for Unit Prices ...... ................. 9i 0 Differing Subsurface or Physical Conditions Notice of ........................... 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, 3.3.2, 6.142 Dispute Resolution— Agreement.....................................16.1-16.6 Arbitration ...................................... 16.1-16.5 general......................................... Mediation .......................................... 16.6 Dispute Resolution Agreement ....... ........ ... 16.1-16.6 Disputes, Decisions by ENGINEER .............. 9.1 t-9.12 Documents — Copiesof............................................2.2 Record............................................. 6.19 Reuse of ...................... ... .................. 3.7 Drawings —definition of ............................... 1.15 Easements ...................... ................. 4.1 Effective date of Agreement- definition of ............. 1.16 Emergencies..........................................6.23 ENGINEER — as initial interpreter on disputes ...... .......... 9.11-9.12 definition of ................ ....................... 1.17 Limitations on authority and responsibilities.................................9.13 Replacement of ......................................8.2 Resident Project Representative ..... .... ........... 9.3 ENGINEER's Consultant---defin:tion of ............... 1.18 ENG]NFFR's— authonty and responsibility. limitations on ........... 9.13 Authorized Variations in the Work .................... 9.5 Change Orders, responsibi ity for .......... 9.7. 10, 11, 12 Clarifications and Interpretations ...............3.6.3. 9.4 Decisions on Disputes ............. ............ 9.11-9.12 defective Work, notice of ........................... 13.1 Evaluation of Substitute Items ...................... 6.7.3 Liability ....................................... 6.32. 9.12 Notice Work is Acceptable ......................... 14.13 Observations ................................. 6.30.2, 9.2 OWNER's Representative ........... .............. 9.1 Payments to the CONTRACTOR, Responsibility for .............................. 9.9, 14 Recommendation of Payment ... ... ......... 14.4, 14.13 Responsibilities — Limitations on ........ ....... ... .......... 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions .................... ..... 42.4 Shop Drawings and Samples, review responsibility ..... ........... ................... 6.26 Status Durirg Constmction— authonzed variations in :re Work ...... ........... 9.5 Clarifications and Interpretations ................... 9 4 Decisions on Disputes .. ... .. ............ 9.11-9 12 Determiralions on Unit Price .................. . 9.10 ENGINEER as Initial Interpreter ............. 9.11-9.12 ENGINEER's Responsibilities ... ............ 9.1-9.12 I I Article or Paragraph Number Limitations on ENGINEER's Authority and Responsibilities...................................9.13 OWNER's Representative .........................9.1 Project Representative ...........4 ................. 9.3 Rejecting Defective Work ...44 .............4.....4. 9.6 Shop Drawings, Change Orders and Payments.........4......4....4........4..... 9.7-9.9 Visits to Site ......................................9.2 Unit Price Determinations .......................... 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 ................1h4.5.3 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, CONTRACTOR's—Costs-Plus .. 4 4......... 4 4...... 11.6 Field Order — definition of........................................1.19 issued by ENGINEER .........................3.6.1. 9.5 Final Application for Payment ........................14.12 Final Inspection......................................1411 Final Payment — and Acceptance ..............................14.13-14.14 Prior to, for cash allowances .4 ..............4....44. 11.8 General Provisions .. 4......444 ................. 17.3.17.4 General Requirements— defintion of.........................................1.20 principal references to .......... 4 ... 2.6, 6.4, 6.6-6.7, 6.24 Giving Notice ......................................... 17.1 Guarantee of Work —by CONTRACTOR ...4...........444............ 6.30, 14.12 Hazard Communication Programs .....................6.22 Hazardous Waste — definition of ........................................ 1.21 general................4....4.......44............... 4.5 OWNER's responsibility for ....44.......4......4... 8.10 Indemnification ..................... .. 6.12, 6.16, 6.31-6.33 Initially Acceptable Schedules ......4.......4........... 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 ..44.4........4 .................. 11.4.5.9 Before starting the Work ............................. 2.7 Bonds and —in general .................................S 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 CONTRACTOR'S objection to coverage ............. 5.14 Contractual Liability ..............4...........444. 5.4.10 Article or Paragraph Number I deductible amounts, CONTRACTOR's responsibility....................................5.9 Final Application for Payment ................ 4..... 14.12 Licensed Insurers- .................................... 5.3 Notice requirements, material , changes..................................5.8. 10.5O Option to Replace ..................................5.14 other special insurances ................4....4....... 5.10 OWNER as fiduciaryfor insured,4 ..............5.12-513 OWNER's Liability .................................. 5.5 OWNER's Responsibility .....41........6.6.......... 8.5 Partial Utilization, Property Insurance ............... 5.15 Property........................................5.6-5.10 ' Receipt and Application of Insurance Proceeds .. 5.12-5.13 Special Insurance ................................... 5.10 Waiver of Rights .....4.........6.4......4........... 5.11 ' Intent of Contract Documents .......................3.1-3.4 Interpretations and Clarifications .6.4 ............. 3.6.3, 9.4 Investigations of physical conditions .................... 4.2 Labor, Materials and Equipment ....................6.3-6.5 ' Lands — and Easements......................................84 Availability of.......6........................... 4.1, 8.4 Reports .Sc Tests ...............6...........4........4 8.4 Laws and Regulations —Laws or Regulations— Bonds...........................................5.1-5.2 Changes in the Work ...4...4..........4............4 10.4 Contract Documents ...........444......4............ 3.1 CONTRACTOR's Responsibilities ................... 6.14 Correction Period, defective Work .................. 13.12 Cost of the Work, taxes ............4......4...6. 11.4.5.4 definition of........................................1.22 general ...................... .. 6.14 .................. .. Indemnification................................6.31-6.33 Insurance......................................4444 .. 5.3 ' Precedence .................................... 3.1, 3.3.3 Reference to.......................................3.3.! Safety and Protection .......4........4.44...... 6.20, 13.2 Subcontractors, Suppliers and Others .. .. 6.8-6.11 ' Tests and Inspections ............4444 ............... 13.5 Use of Premises....................................6.16 Visits to Site.........................................9.2 ' Liability Insurance— CONTRACTOR's ........4 ................444........ 5.4 OWNER's................4.......................... 5.5 Licensed Sureties and Insurers ......................... 5.3 ' Liens — Application for Progress Payment ................... 14.2 Contractor's Warranty of Title ....................... 14.3 Final Application for Payment ...................... 14.12 ' definition of........................................1.23 Waiver of Claims..................................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 r - L Reference to in Contract Documents ................ 3.3.1 Inspections, tests and approva:s ........ ....... 8.7, 13.4 ' Materials and equipment— Liability Insurance ............. 5.5 ....... .............. furnished by CONTRACTOR ........................ 63 Notice of Defects .................... ........ 13.1 not incorporated in Work ............................14.2 Represertative—During Construction, Materials or equipment—equtva:ent ..................... 6 7 ENGINEER's Status ............. ... .......... 9.1 1 Mediation (Optional)..................................1(.7 Responsibilities — Milestones —definition of .............................. 1.24 Asbestos, PCB's, Petroleum, Hazardous Miscellaneous— Waste on Radioactive Material .................. 8.10 Computation of Times .............................. 17.2 Change Orders .................................... 8.6 Cumulative Remedies ............................... 17.4 Changes in the Work .............................. 10.1 Giving Notice ....................................... 17.1 communications...................................8.1 Notice of Claim.....................................17.3 CONTRAC'7C)R's responsibilities .................. 8.9 ' Professional Fees and Court CostsIncluded ........ . 17.5 evidence of financial arrangements ................8.11 Multi -prime contracts .. .. 7 inspections, tests and approvals .. ...... 8.7 Not Shown or Indicated .. . . ............... 4.3.2 Insurance.........................................8.5 Notice of— lands and easements .... .......................... 8.4 Acceptability of Project ............................ 14.13 prompt payment by................................8.3 Award, definition of................................1.25 replacement of ENGINEER ....................... 8.2 Claim ............................................. 17.3 reports and tests...................................8.4 Defects . ................ ........................... 13.1 stop or suspend Work .................. 8 8, 13.10. 15.1 ' Differing Subsurface or Physical Conditions ..........4.2.3 terminate CONTRACTOR's services ..........8.S. 15.2 Giving..............................................17.1 separate representative at site ........................ 9.3 Tests and Inspections ...............................13.3 independent testing.................................13.4 ' Vanation, Shop Drawing and Sample ................ 6.27 use or occupancy of the Notice to Proceed-- Work .............................. ..... 5.15, 14.10 definition of ........................................ 1.26 written consent or approval giving of ....................................... .... 2.3 required ...............................9.!. 6.3. 11.4 Notification to Surety .................................10.5 written notice Observations, by ENGINEER ............... .... 6.30, 9.2 required .......... 7.1, 9.4. 9.11. 11.2, 11.9. 14.7. 15 4 Occupancy of the Work ................5.15. 6.30.2.4, 14.10 PCBs — Omissions or acts by CONTRACTOR .............6.9.9.13 defiai:ion of .........................................1.29 "Open peril" policy form. Insurance ...................5.6.2 general .............. ........... 4.5 Option to Replace ................................... .5.14 OW'NER's responsibility for .......... . 8.10 ............. "Or Equal" Items ...................... ............... 6.7 Partial l::ilization— Other work .............. ............................... 7 definition of.......................................I 1.28 ' Overtime Work —prohibition of ......................... 6.3 general ...................... .... ....... 6.30.2.4, 14.10 OWNER— Property Insurance.................................5.15 Acceptance of defective Work .......... ........ .. 13.13 Patent Fees and Royalties ............................. 6.12 ' appoint an ENGINEER ..............................8.2 Payment Bonds ............................. ....... 5.1-5.2 as fiduciary ... ............... 5.12-5.13 Payments. Recommendation of ............. 14.4-14.7. 14.13 Availability of Lands. responsibility ................... 4.1 Payments to CONTRACTOR and Completion — definition of .......................................1.27 Application for Progress Payments ............... .. 14.2 data, furnish.........................................8.3 CONTRACIOR's Warranty of Title ................. 14.3 May Correct Defective Work ......... .... ........ 13.14 Final Application for Payment ...................... 14.12 May refuse to make payment .... .................. 14.7 Final Inspection ......... ....... 14.11 ....... ........... May Slop the Work ................................ 11 10 Final Payment and Acceptance ..... ......... 14.13-1.1.14 I may suspend work, general ................... ....................... 8.3, 14 terminate ....................... 8 8. 13 10. IS. 1-15 4 Partial Uti i7Ation .... .... ............. ......... 14.10 Payment, make prompt .... .... .... .... 8.3, 14 14.13 Retainage ........ .............. .............. ... 14.2 performance of other Work ........................... 7.1 Review of Application' for Progress permits and hcenscs. requirements ........ .... ... 6.1? Riyments ......... .... .... .............. 14.4-14.7 purchased insurance requirements .... ......... 5.6-1.10 prompt payment.....................................8.3 OW'NER'S— Schcdu.e of Values..................................14.1 t Acceptance of the Work .... .................... 6.30 2.5 Sahstanlial Cernpletion ............... ......... 14 8-149 Change Orders. ohiication to Waiver of Claims ......... .... ................... 14.15 execute ... .... .... ..................... K6. 10.4 when paymeris due .... 144. 14.13 Commr.nicalions .......... .............. .......... 8.1 wnhholdmg p: amen ........................... .... 14.7 Coord;na:ion tit the Work . .... .......... ....... 4 Perfornarce Bonds ............. ......... .... .... 5.1-5.2 9.11 Permits ................. ......... ........ .......... 6.13 Article or Paragraph Number Artirle or Paragraph Number I L Article or Paragraph Number Article or Paragraph Number U Petroleum— Regulations, Laws and (or) ............................ 6.14 definition of ........................................ 1.30 Rejecting Defective Work ............................... 9.6 general..............................................4.5 Related Work— OWNER's responsibility for ........................ 8.10 at Site...........................................7.1-7.3 Physical Conditions— Performed prior to Shop Drawings Drawings of, in or relating to ..................... 4.2.1.2 and Samples submittals review ..................6.28 ENGINEER's review .............................. 4.2.4 Remedies, cumulative ............................ 17.4, 17.5 existing structures..................................4.2.2 Removal or Correction of general...........................................4.2.1.2 Defective Work....................................13.11 Subsurface and . ...................................... 4.2 rental agreements, OWNER approval t Underground Facilities ............................... 4.3 required...........11.4.5.3 Possible Contract Documents Change ............... 4.2.5 replacement of ENGINEER, by OWNER .............. 8.2 Possible Price and Times Adjustments ............... 4.2.6 Reporting and Resolving Discrepancies .... 2.5, 3.3.2, 6.14.2 Reports and Drawings .............................. 4.2.1 Reports — ' Notice of Differing Subsurface or . .................. 4.2.3 and Drawings Subsurface and ................................... ... 4.2 ......................................4.2.1 and Tests, OWNER's responsibility .................. 8.4 Subsurface Conditions ............................ 4.2.1.1 Resident Project Representative —s Technical Data, Limited Reliance by definition of........................................1.33 _ CONTRACTOR Authorized .................... 4.2.2 provision for.........................................9.3 Underground Facilities— Resident Superintendent, CONTRACTOR's ............. 6.2 general..........................................4.3 Responsibilities — t Not Shown or Indicated 4.3.2 CONTRACTOR's-in eneral 6 Protection of ............................... 4.3, 6.20 ENGINEER's-in general ............................... 9 Shown or Indicated ............................4.3.! Limitations on...............9.13 Technical Data ..................................... 4.2.2 OWNER's-in general .........6...........6...6........ 8 Preconstruction Conference ............................ 2.8 Retainage Preliminary Matters......................................2 .............................................14.2 Reuse of Documents .. 3.7 PreliminarySchedules..................................2.6 Review by CONTRACTOR: Shop Drawings .. Premises, Use of.................................6.16-6.18 and Samples Prior to Submittal ...................... 6.25 ' Price, Change of Contract ............................... I I Review of Applications for Progress Price, Contract -definition of .......................... I.1I Payments 14.4-14.7 Progress Payment, Applications for .................... 14.2 ...................................... Right to an adjustment................................10.2 Progress payment—retainage .......................... 14.2 Rights of Way..........................................4. Progress schedule, CONTRACTOR's ..... 2.6, 2.8, 2.9, 6.6, Royalties, Patent Fees and ............................. 6.12 6.29, 10.4, 15.2.1 Safe Structural Loading ............................... 6.18 Project —definition of..................................1.31 Safety — , Project Representative— and Protection ....... 4.3.2, 6.16, 6.18, 6.20-6.21, 7.2, 13.2 ENGINEER's Status During Construction ............ 9.3 general........................................6.20-6.23 Project Representative, Resident Representative, CONTRACTOR's ................... 6.21 —definition of......................................1.33 Samples — prompt payment by OWNER ........................... 8.3 definition of........................................1.34 Property Insurance general........................................6.24-6.28 Additional ......................................... .. 5.7 Review by CONTRACTOR .........................6.25 general..........................................5.6-5.10 Review by ENGINEER ....................... 6.26, 6.27 Partial Utilization ........................... 5.15, 14.10.2 related Work........................................6.28 receipt and application of submittal of.......................................6.24.2 proceeds ............................. . 5.12-5.13 submittal procedures................................6.25 Protection, Safety and .......................6.20-6.21, 13.2 Schedule of progress ..... 2.6, 2.8-2.9, 6.6, 6.29, 10.4, 15.2.1 Punch list............................................14.11 Schedule of Shop Drawing and Sample Radioactive Material— Submittals ....................... 2.6, 2.8-2.9, 6.24-6.28 definition...........................................1.32 Schedule of Values ........................2.6, 2.8-2.9, 14.1 , general..............................................45 Schedules — OWN ER's responsibility for ........................ 8.10 Adherence to ......................................15.2.1 Recommendation of Payment ..............14.4, 14.5, 14.13 Adjusting .....................,........ 6.6 ' Record Documents ............................. 6.19. 14.12 Change of Contr ct Times .......................... 10.4 Records, procedures for maintaining .................... 2.8 Initially Acceptable ...............................2.8-2.9 Reference Points ....................................... 4.4 Preliminary..........................................2.6 Reference to Standards and Specifications Scope of Changes ...................6........... 10.3-10.4 ' of Technical Societies................................3.3 Subsurface Conditions 4.2.1.1 .............................. 10 I I Shop Drawings — Article or Pars graph Nionber and Samples, general ...........................6.24-6.28 Change Orders & Applications for Payments. and ...............................9.7-9.9 definition of ........................................ 1.35 ENGINEER's approval of ...................... .. 3.6.2 ' ENGINEER's responsibility for review ............................... 9.7, 6.2_4-6.28 related Work........................................6.28 ' review procedures ......................... 2.8, 6.'_4-6 28 submittal required ............................. .. 6.2_4.1 Submittal Procedures ............................... 6 25 use to approve substitutions ........................ 6.7.3 Shown or Indicated...................................4.3.1 Site Access ....................................... 7.2, 13.2 Site Cleanliness ....................................... 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 I Specifications— .................................... definition of .. .. 1.36 of Technical Societies, reference to ................. 3.3.1 precedence........................................3.3.3 1 Standards and Specifications of Technical Societies..........................................3.3 Starting Construction. Before ....................... 2.5-2.8 Starting the Work ............................. ........ 2.4 Stop or Suspenu Work — by CONTRACTOR ........................ ........ 15.5 by OWNER ..... .......................8.8, 13.10, 15.1 1 Storage of materials and equipment ................ 4 1, 7.2 Structural Loading. Safety . .. .... 6.18 Subcontractor — Concerning ................................. .... 6 8-6.11 f I definition ........................................... 12.3 delays .. .. 12.3 waiver of rights ... ......... ....................... 6.11 Subcontractors —in general ........................6.8-6.11 Subcontracts —required provisions ..-..... 5.11, 6.11, 11.4.3 Submittals — Applications for Payment ........................... 14.2 Maintenance and Operation %farua!s. .... .......... 14.12 Procedures ..6.25 Progress Schedules 2.6, 2.9 Samples ....................................... 6..4-6_'8 ' Schedule of Values ......... .................. 2.6. 14.1 Schedule of Shop Drawings and Samples Submissions ...................2 6. ,..8-_.9 Shop Drawings ................................ 6.:4-6.28 ' Substantial Completion- - of ... ......... ......... 6 +0 2 3. 14 8-14.9 definition of ............... .............. ....... . 1.78 ' Suhslitule Construction Methods or Pnxedures .......6.7.: Substitutes and "Or Equal" Items . 6J CONTRAC'11)R's I:xper.se ...................6.7.12 ENGINEER'% Evaluation .. ....................... 6.7.3 ' "Or-Fqual" . .. ......... ... ... .... ... . . . . 6.7.1 Sahctitwe ('orstruction Methtxla of Procedures .....6.1.2 Article or Puraeraph Aunher Suhs:itute t:ems ................. ................ 6.7.1.2 Subsurface and Physical Conditions — Drawings of. in or vela:mg to ........ .... ....... 4.2.1.2 ENGINEER's Review ............................. 4.2.4 general................................. ..... ...... 4.2 Limited Reliance by CONTRACTOR Authorized ....................................4.2.2 Notice of Differing Subsurface or Physical Conditions ................................ 4.2.3 Physical Conditions.................................4.2.1.2 Possible Contract Documents Change ................. 4.2.5 Possible Price and Times Adjustments ................ 4.2.6 Reports and Drawings................................4.2.1 Subsurface and......................................4.2 Subsurface Conditions at the Site ................. 4.2.1.1 Technical Data.....................................4.2.2 Supervision— CONTRACTOR's responsibility ...................... 6.1 OWNER shall not supervise .................. ...... 8.9 ENGINEER shall not supervise ...............9.2. 9.13.2 Superintendence.......................................6.2 Superintendent, CONTRACTOR's resident ........... 6.2 Sup.—lemental costs .................................. 11.4.5 Supplementary Conditions — definition of ........................................ 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 Sup plie r— defimtion of ........... ............. .............. 1.40 principal references to .................. 3.7. 6.5, 6.8-6.11, 14.12 Waiver of Rights ......... - - .. - .620.6.24,9.13, ...... 6.11 Surety — consent to €na: payment ..... ............... 14.12, 14.14 ENGINEER nas no duty to ......................... 9.13 No::fication of ................ ......... 10.1. 10.5. 15.2 qualification of...................................5.1-5.3 Surviva: of Obliga:;ons ....... .... .... .... ......... 6.34 Suspend Work. OWNER May .................. 13.10. 15.1 Suspension of Work and Termination— .................. 15 CONTRACTOR May S:op Work or Terminate .............. ......... ............... 15.5 OWNER May Suspend Work ....................... 15.1 OWNER May Terminate ........ ......... .... 15.2.15.4 Taxes -Payment by CONTRACTOR ....................615 7echnica: Data— Lurited Reliance by CONTRACTOR ............... 4.2.2 Possible Price and Times Ad uslmcnts .... ..... ...4.2.6 Reports of Differing Suhsadace and Physica, Cond:tions .... .... .... ............... 4.2.3 temporary coma uction facilities ......... ..... ... ... 4.1 Termmaron— hy CON'I RACTOR .. ......... ... .... ..... ... 15.5 by OWNER . ............. ......... ..... 8.8. 15.1-15.4 of ENGINEER's employment .... .... .......... ... 8.2 Sas'cnsior. of WorK-in general ............... .... ... 15 Terms and Adjectives .... .... .... .... ..... .... ... 3.4 Tests and InspcNmns— I Article or Paragraph Number Access to the Work, by others ...................... 13.2 CONTRACTOR's responsibilities .................... 13.5 costof..............................................13.4 covering Work prior to ......................... 13.6-13.7 Laws and Regulations (or) .......................... 13.5 Notice of Defects ................................... 13.1 OWNER May Stop Work .......................... 13.10 OWNER's independent testing ...................... 13.4 special, required by ENGINEER ..................... 9.6 timely notice required ............................... 13.4 Uncovering the Work, at ENGINEER's request .................................... 13.8-13.9 Times — Adjusting............................................ 6.6 Change of Contract...................................12 Adjusting............................................ 6.6 Computation of.....................................17.2 Contract Times —definition of ....................... 1.12 day ............................... ...............17.72 Milestones...........................................12 Requirements— appeals.......................................... 16 clarifications, claims and disputes .............................9.!!, 11.2, 12 commencement of contract times ................... 2.3 preconstruction conference ......................... 2.8 schedules .. .......................... 2.6, 2.9, 6.6 starting the Work..................................24 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, 6.20 Shown or Indicated.................................4.3.! Unit Price Work— claims............................................1l93 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 ..................................... I1.3 Values, Schedule of ....................... 2.6, 2.8-2.9, 14.1 Variations in Work —Minor Authorized ................................6.25, 6.27, 9.5 Visits of Site —by ENGINEER ........................9.2 Waiver of Claims -on Final Payment...........................................14.15 Waiver of Rights by insured parties ............... 5.11, 6.11 Warranty and Guarantee, General —by CONTRACTOR ....................................6.30 Warranty of Title, CONTRACTORS ................... 14.3 Work — Accessto...........................................132 byothers .............................................. 7 Changes in the ....................................... 10 Continuing the, ..................................... 6.29 CONTRACTOR May Stop Work or Terminate...................................15.5 Coordination of......................................7.4 Cost of the ..................................... 11.4-11.5 definition of........................................1.43 neglected by CONTRACTOR ...................... 13.14 other Work ............................................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...........................................3.6 Work Change Directive — claims pursuant to..................................10.2 definition of ........................................ 1.44 principal references to .................... 3.5.3, 10.1-10.2 Written Amendment — definition of........................................1.45 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, 13.12.2, 14.7.2 Written Clarifications and Interpretations ........................... 3.6.3, 9.4, 9.11 Written Notice Required — by CONTRACTOR ........ 7.1, 9.10-9.1 1, 10.4, 11.2, 12.1 by OWNER....................9.10-9.11, 10.4, 11.2, 13.14 I I I .! I I I I I I i I I I I I 12 I I I I I I I I I.' I I Ii I I I I I GENERAI. CONDITIONS ARTICLE I —DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singuiar and plural thereof: I.1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct or 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 are 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, 1.4. Asbestos —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 paces 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 hidden, and the B -,d form. 1.8. Bonds —Performance and Payment bands 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 rev ivon 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 Docmnents—The Agreement. Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted ['nor to the Notice of Awards when attached as an exhibit to :he Ar cement. the Notice to Proceed, the Bonds, these General Conditions, the Supp.ementary (.onditions. the Specifications and the Draw- ings as the same are more specifically identified in the Agree- ntent. 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. 3.6.1. 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. 1.11. 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: p) 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. 1.14. defective —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- NEER's recommendation of final payment (unless responsi- bilityfor 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 :o he furnished and per- formed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documerts. Shop drawings are not Drawings as so defined. I.16. E ecin e Dale 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 de'ivered by the last of the two parties to sign and deliver. 1.17. E'vGINEER—'I he person. firm or corporation named as such in the Agreement. 1.18. ENGINEER 'r Cons"lion!-- -A percon. firm or corpo- ration l av'ng a contract with ENGINEER to lurmsh cervices as E:NGINEER'% independent professional associate or con- sLltant with respect to the Project and w io is identified as such in the Supplementary Condittons. 1.19. Field Order —A wnttcn order issued by ENGINEER wnich orders minor changes in the Work in accordance with paragraph 9 5 but which does no: involve a change in the Contract Price or the Contract Times. 1 13 I 1.20. General Requirements —Sections of Division I of the Specifications. 1.21. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.23. Liens —Liens, charges, security interests or encum- brances upon real property or personal property. 1.24. Milestone —A principal event specified in the Con- tract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice ofAward—The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed —A writtennotieegivenbyOWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRAC- TOR's obligations under the Contract Documents. 1.27. OWNER —The public body or authority, corpora- tion, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 1.28. Partial Utilization —Use by OWNER of a substan- tially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs —Polychlorinated biphenyls. 1.30. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.33. Resident Project Representative— The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34: Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings —All drawings, diagrams, illustra- tions, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications —Those portions of the Contract Doc- uments consisting of written technical descriptions of materi- als, equipment, construction systems, standards and workman- ship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently com- plete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions —The part of the Contract Documents which amends or supplements these General Con- ditions. 1.40. Supplier —A manufacturer, fabricator, supplier, dis- tributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materi- als or equipment to be incorporated in the Work by CON- TRACTOR or any Subcontractor. 1.41. Underground Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communica- lions, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. I I I I I I. I I I I Li I I I [_i ZI L I n I I I I El I I n 1.43. Work —The entire completed constriction or the var- ious separately identifiable parts thereof required to he fur- nished 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 written 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 norengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. (Addition; SC -1) ARTICLE 2 —PRELIMINARY MATTERS IDelivery of Bonds: I I L t-, Li I 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: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise spec:fied in the Supplementary Con- ditions) of the Contract Documents as are reasonably neces- sary for the execution of the Work. Additional copies will he furnished, upon request, at the cost of reproduction. (Addition; SC -2.2) Commencement of Contract Times; Notice to Proceed: 2.3. The Contract I imes will commence to run on the thin: eth day after the Effective Date of the Agreement. or. da Notice Co Proceed is given, on the day mcacated in the Notice to Proceed. A Notice to Proceed may he given at any time within thirty days after the Effective Date of the Agreement. In no even: 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. .Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall he done at the site prior to the date on which the Contract Times commence to run. Before Starring Construction: 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 with any Work affected thereby; however. CONTRACTOR shall not be liable to OWNFR or ENGINEER for failure to report any conflict, error. ambiguity or discrepancy in the Contract Doc- uments, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agree- ment (unless otherwise specified to the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedu:e indicating the times (numbers of days or dates) for s:acting and completing (he various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sam- p'.e submittals which will list each required submitta! and the limes for submitting, reviewing and processing such submit- tal; 2.6.3. a preliminary schedule of values for all of the Work which wit include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and p,-olit appli- cable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and OWNER shall each deliver to the other. wish copies to each additional insured identified in the Supplementary Condi- tions. certificates of insurance (and o:her evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respect:veiy are required to purchase and maintain in accordance with para- gr:pns 54, .6 and 5.7. Preconstruction Conference: 2.8. Within twenty days alter the Contract limes start to ran. but before any Worse at the site is started. a conference 1 15 I attended by CONTRACTOR. ENGINEER and others as ap- propriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals, processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Applica- tion for Payment a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to review for acceptability to ENGINEER as provided below the sched- ules submitted in accordance with paragraph 2.6. CONTRAC- TOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGI- NEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrange- ment for reviewing and processing the required submittals. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3 —CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be con- structed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well- known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifi- cations and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. -3.3.2. If, during the performance of the Work, CON- TRACTOR discovers any conflict, error, ambiguity or dis- crepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGI- NEER for failure to report any such conflict, error, ambigu- ity or discrepancy unless CONTRACTOR knew or reason- ably should have known thereof, 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indi- cated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of .the Contract Documents and: I I I I I I I I I I I 3.3.3.1. the provisions of any such standard, speci- fication, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regu- lations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsi bil it ies of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents, or em- ployees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER. ENGINEER or any of ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or I I I 16 I I I I I I I I I I I I I I I 1.1 I performance of the Work or any duty or authority to under- take responsibility inconsistent with the provisions of para- graph 9.13 or any other provision of the Contract Docu- ments. 3.4. Whenever in the Contract Documents the terms "as ordered," "as directed." "as required:' "as allowed." "as approved" or terms of like effect or import are used, or the adjectives "reasonable." "suitable." "acceptable," "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judg- ment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will he solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provi- sions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents.: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the foLowing ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or 3.5.3. a Work Change D!recnve (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Docu- ments may he supplemented, and minor variations and devia- tions in the Work may be authorized, in one or more of the following ways: 3.6.1. a Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Dmwmg or Sample (pursuant to paragraphs 6.26 and 6.27). or 3.6.3. ENGINEER'. written interpretation oi clan ica- lion (pursuant to paragraph 9 4) Reuse of Documents: 3.',. ('ONTRACTOR, and any Subcontractor or Sip, l er or other person or organization peiformmg or furnishing any of the WorK under a direct or indirect conk act with I )W NER ;i) shall not have or acquire any title to or osv nershin rights maw of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or hearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) sha'I not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without wr.tten consent of OWNER and ENGINEER and specific wntlen verification or adaption by ENGINEER. ARTICLE 4 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Upon reasonable written request. OWNER shall furnish CON- TRACTOR with a correct statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice oforfilinga mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER shat: identify any encumbrances or restrictions not of general application tut speciicaly related to use of :ands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Docu- ments. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Cortracl Price or the Contract Times as a result of any de ay in OWNER's furnishing these lands, rights -of -way or easements, CONTRACTOR may make a claim therefor as provided in Articles II and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Suhsurface and Physical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Sapp'emen:ary Conditions for ider.trfic:pion of: 4.2.1.1. .Sub.curfarr ('ondition.s: Those reports of c%plo- rations and tests of subsurface conditions at or cont.guous to the site that have been utilized :+y ENGINEER in preparirg the Contract Documents: and (Addition SC --].2.1.1) 4 2 12. Phvse a! (lrndrnorn: ('hose drawings of p'rysical conditions in or relating to existing surface or su7srdface structures at or contiguous to the sue (except Underground Facilities) that have been utilized by ENGINEER in prepar- ing the Contract Documents. I I 4.2.2. Limited Reliance by CONTRAC70R Authorized; Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supple- mentary Conditions. Except for such reliance on such "tech- nical data." CONTRACTOR may not rely upon or make any claim against OWNER. ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, se- quences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs inci- dent thereto, or 4.2.2.2. other data, interpretations, opinions and infor- mation contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclu- sion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Condi- tions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recog- nized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRAC- TOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until re- ceipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with re- spect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENGI- NEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3., a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or de- crease in CONTRACTOR's cost. of, or time required for performance of, the Work; subject, however, to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could rea- sonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles II and 12. However, OWNER. ENGINEER and ENGINEER's Consult- ants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions —Underground Facilities: 4.3.1. Shown or Indicated: The Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on J I I I I I Li I I L I I I I E I I I I I I I I I I I I I n L� Li I information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Cond:lions: 4.3.1.1. OWNER and ENGINEER shall not be respon- sible for the accuracy or completeness of any such informa- tion or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full resptm- sibiG[y for. (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents. (iii) coordination of the Work with the owners of such Underground Facilities during construction. and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repainng any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CON- TRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or per- forming any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER con- cludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issuec as provided in Article 10 to reP.ecl and document such conse- quences. During such time, CONTRACTOR shall be respon- sible for the safety and protection of such Underground Facility as provided in paragraph 6.20 CONTRACTOR shall be al- lowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CON- TRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitle- ment to or the amount or length of any such adjustment in Contract Price or Contract Times. CONTRACTOR may make a claim therefor as provided in Articles II and 12. However. OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained try CONTRACTOR on or in connection with any other project or anticipated protect. Reference Points: 4.4. OWNER shall rrovide engineering surveys :o estab- lish reference points for construction which in ENGINEER'% judgment are necessary to enable CONTRACTOR :n proceed with the Work. CON TRACTOR shat. he responsib.e for la'.ing out the Work, shall protect and preserve the estahlished reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requ:res relocation because of necessary changes in grades or locations, and shall be respon- sible for the accurate replacement or relocation of such refer- ence points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radio- active Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum. Hazardous Waste or Radioactive Matenal uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppli- ers or anyone else for whom CONTRACTOR is responsible. 4.5.2. CONTRACTOR shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as re- quired by paragraph 6.23). and (iii notify OWNER and ENGINEER (and thereafter confirm such notice in wnting). OWNER shall promptly consult with ENGINEER concern- ing the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specfying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CON- TRACTOR to be resumed, either party may make a claim therefor as provided in Articles II and 12. 4.5.3. If after receipt of such special wriaen notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order such portion of the Work that is in connection with such hazardous condition or in such af- fected area to he deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles II and 12. OWNER may have such deleted port -.o -r of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.5.4. To the fullest extent permitted by Laws and Reg- ulations, OWNER shall indemnify and hod harmless CON- TRACTOR, Subcontractors, ENGINEER. ENGINEER's I 19 I Consultants and the officers, directors, employees, agents, other consultants and subcontractors of each and 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. 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 Performance, Payment and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Pay- ment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as 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 Reinsuring 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. (Addition; SC -5.1.1) 5.2. If the surety on any Bond furnished by CONTRAC- TOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any 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. 5.3. Licensed Sureties and Insurers; Certificates of Insurance: 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. (Addition; 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. "Np'� '� Xe/19'f�9W'P Ar0b( "W/td e /n9t'//'f ifi/f iwflE )W�.IWlrs pW CONTRACTOR's Liability Insurance: (Addition SC -5.4) 5.4. 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 may be liable: I I I I I I I I I 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 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; and 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. 20 1 I I Li I I I I I I I I I Li I I F _I I I I The policies of insurance so required 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 covering 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 Suppiemen- tary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance fum:shed by the CONTRACTOR pursuant to paragraph 5.3.2 will so pro- vide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may he correct- ing, removing or rep acing defective Work in accordance with paragraph 13.12, and 5.4 13. with respect to completed operations insurance. and any insurance coverage written on a claims -made basis, remain in effect for at least two years after fines 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). OWNER 'sLiabilnyinsurance: (Replacement; SC -5.5) /$9 /fn'Md{U64,t 4V S�surlac/V(r>frftf t�!{do%<tii/iS J4 POt1>ftW4W4 JWM 9Yl / Jfi,(y/Y19t0Y0 Alf(Y /0711%W AYY?W$A/e.AI R 9,YY-VIY�3�TrS'yg ;x'Y�7`"P7�Y�YY�"/)1'3� Y�wi�`� Property Insurance: (Replacements; /./ / / / / SC/-5/.6/� (5/. 7 5, /5.8)/ /1//AN11e$`.t]YI1Lr rSe pr/vi'o Nl (Ill'ANp�1 mNf/aA/t 11- oXt�1AY�.hA/fY'f rl{ls$afl%bra Va V( didAjiXt drf 64(eirilA iue- a ce upon the Work at the site in the amount of the f I re lacement cost thereof (subject to such deductible arnou is as ay be provided in the Supplementary Condition or requ red by Laws and Regulations). This insurance shall 5..1. include the interests of OWNER, CON RAC- IOR, Subcontractors. ENGINEER, ENGINES s Con- 5u1tan¼ and any other persons or entities identdi d in the Supple entary Conditions, each of wham is deem d to have an insu ble interest and shall be listed as an14nsured or 5.6.2. b written on a Bui;der's Risk "all 'sk" or open pent or spec1l causes of foss policy form t11ht shall at least include insurdce for physical loss or dame to the Work, temporary boil ings, falsework and Work i transit and shall insure against k least the following pe Is fire, lightning, extended covers , theft, vandalism and alicious mischief, earthquake, colla e, debris removal, d7tmohtion occasioned by enforcement o laws and Regu!aylons, water damage, and such other peril as may be spec icaily required by the Supplementary Cond ions: 5-63. include expe es incun-i in the repair or replace- ment of any insured pr erty (i luding but not limited to fees and charges of engin ers a d architects); 5.6.4. cover materials a quipment stored at the site or at another location that was reed to in writing by OWNER prior to being incorporated he Work, provided that such materials and equipment h ve een included in an Applica- tion for Payment recomm nded y ENGINEER; and 5.6.5. he maintains in effect u td final payment is made unless otherwise agre�il to in writ g by OWNER. CON- TRACTOR and ENG 'EER with th fly days written notice to each other additi nal insured to horn a certificate of insurance has been Issi,prl. 5.7- OWNER s If purchase and main in such boiler and machinery insumn a or additional property nsuranee as may be required /wh'� e Supplementary Conditio s or Laws and Regulations will include the interest of OWNER. CON 1'RACTubcontractors, ENGIN EER,-NGINEER's Consultants y other persons orentities id ntified in the Supplementsnditions. each of whom is des ed to have an insurabl interest and shall be listed as an nsured or additional itisured. 5.8. h71 the policies of insurance (and the certifl aces or other evidence thereof) required to he purchased ariA main- tained lily OWNER in accordance with paragraphs 5.6 a d 5.7 will c ntain a provision or endorsement that the co\1b ge affcr�ed will nol he cancelled or malenally changed or reai refu/ed until at east thirty daysprior written nonce haen given to OWNER and CONTRACTOR and to each oth r addnronal msui cd to whom a certificate of insurance has bee iy.ued and will contain waiver provisions in accordance with`` aragmph 5. 1 1. 21 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. /VW/4f/J �D1Ybt/ 7[)(iP /rkctftEsls/it' /s/ri4itis "VwtttFW ,tj4k4f/yJi',6j (Replacement; SC -5.10) 5.11. Waiver of Rights: 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 orentities 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 to the 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. (Replacement Receipt and Application of Insurance Proceeds SC -5 .12 5.13 & . 2. Any insured loss under the policies of insura9ce requi by paragraphs 5.6 and 5.7 will be adjusted ith OWNE1kand made payable to OWNER as fiduciaryor the insureds, �jheir interests may appear, subject tot require- ments of any plicable mortgage clause and of pa graph 5.13. OWNER shall eposit in a separate account ny money so received, and sha distribute it in accordancpKvith such agree- ment as the parties ' interest may reach/If no other special agreement is reached a damaged Wo f shall be repaired or replaced, the moneys so eceived ap1ied on account thereof and the Work and the cost'tereo9&vered by an appropriate Change Order or Written Ampfnent. 5.13. OWNER as fiduci9t<sh4l have power to adjust and settle any loss with the ip6urers u ess one of the parties in interest shall object i riting withi fifteen days after the occurrence of loss to WNER's exercis�qf this power. If such objection be made WNER as fiduciary sh ) make settlement with the insure in accordance with such �eement as the parties in int st may reach. If no such agreem t among the parties in iptrest is reached, OWNER as fiducia hall adjust and sett the loss with the insurers and, if required"4 writing by an party in interest. OWNER as fiduciary shall gi bond fo,�ie proper performance of such duties. Acceptance of Bonds and Insurance; Option to Replace: 4. If either party (OWNER or CONTRACTOR) has objecti to the coverage afforded by or other provision the Bonds or surance required to be purchased and tntained by the other rty in accordance with Article 5 o he basis of non-conforman with the Contract Docume , the objecting party shall so noti he other party in w ' ' g within ten days after receipt of the cc ficates (or of evidence requested) required by paragraph 2.. WNE nd CONTRACTOR shall each provide to the other sue itional information in respect of insurance provided as th th may reasonably request. If either party does not pur ase or m ' tain all of the Bonds and insurance required o uch party by th Contract Documents, such party shall n fy the other party in ' ing of such failure to purchase p ' r to the start of the Work, or such failure to maintain p r to any change in the required cove e. Without prejud�6to any other right or remedy, the other rty may clecpto obtain equivalent Bonds or insurance to prote such 2ther party's interests at the expense of the party who as 22 1 I I I I I I I I I L. Li I I L_, E I �Rl�r�YlSfe/s1�9h EflYb 1t90fa/M4wpcM)' Partial Unlrarion—Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions ofthe he Work prior to Substantial Completion of all the Work, such use or occupancy maybe accomplished in accordance with paragraph 14.10: provided that ro 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 shalt 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 Supervision and Superintendence: 6.1. CONTRACTOR shall supervise. inspect and direct the Work competently and eficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Con- tract Documents. CONTRACTOR shall be solely responsible 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 CONTRAC 1'OR. Labor, Materials and Equipment: 6.3. CONTRAC7ORshall provide competent. sui:ablyqual- ified personnel to survey, lay out and construct the Wbrk as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for :he safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Wbik at the site shall be performed during regular working hours and CON7 RACTOR 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 prior 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. transportation. con- struction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone. water, sanitary facilities, tempo- rary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and comple- tion of the Work. 6.5. All materials and equipment shall he 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. Al materials and equipment shall he applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 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 in the progress schedule that will not change the Contract Times (or Milestones). Such adjust- ments will conform generally to the progress 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. 6.7. Substitutes and "Or-Fqual" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using :he 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 requited. 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 - men: or material or equipment of other Suppliers may he accepted by E NC, I N E ER under the fo l: owi ng circumstances: I 23 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 "or -equal" 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 "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construct ion Methods orProcedures: lfa 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. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcon- tractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as 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 iden- 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 I U. I U I I I I I I I I 24 I I I I I I I I I I I1 J I I substitution and an appropriate Change Order will be issued or Witten Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontmctor. Supplier o: other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall he fuay 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 under a 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, Sappier 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 part 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 Su^contractors or Suppliers or delineating the Work to he performed by any specific trade. 6.11. All 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 hinds 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 imurance 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 Suppler waives all rights against OWNER. CONTRACTOR, ENGINEER. ENGINEER's Consultants and all o:hcr additioral insareds for all losses and damages caused by, ansing out of or rewltmg from any of :he pearls covered by such policies and any other property mst.rance applicable to the WorK. If the insurers on any such po ides require separate w at%er forms :o he s.gned by any Suhcontractoror Supplier. CONTRACTOR will obtain the same. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royal- ties and assume all costs incident to the use in the perturrrance of the Work or the incorporation in the Work of any invention. design, process, product or device wnich 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 nghts 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. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harm- 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. Permits: 6,13. Unless otherwise provided in the Supplementary Conditions. CONTRACTOR shall obtain and pay for all con- struction permits and licenses. OWNER shad assist CON- TRACTOR. when necessary, in obtaining such permits and licenses. CONTRACTOR snali 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. (Addition; 13) Laws and Regulations: 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 requ [red by applicable Laws and Regulations. neither O WN ER nor ENGINEER shall be responsible for monilori-ig 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 sha'I bear all claims, costs, losses and damages caused by, ansing out of or resulting therefrom: however, it shall not he CONTRACTOR's pri- mary responsihili:} to make certain that the Specifications and Drawings are m accordance wr:h Laws and Regulations. but this shall not relieve CONTRACTOR of CONTRAC- TOR's obligations under paragrath 3 3 2 (Addition; SC -6.14.3) Tares: 6.15 CONTRACTOR shad pay all sales. consumer. use and other similar taxes required to he paid by CONTRACTOR in acco:dance with the Laws and Regulations of the place of 1 25 I the Project which are applicable during the performance of the Work. Use of Premises: 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. Record Documents: 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. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all 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). Safety Representative: 6.21. CONTRACTOR shall designate a qualified and expe- rienced safety representative at the site whose duties and I I I I I I J I I I I I I I I 26 I 1 I I LI I 1 I I LJ I I I P1 ri I I El responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and pro- grams. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coorcinating 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 changes 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 Drawings and Samples: 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 he complete with respect to quanti- ties. dimensions, specified performance and des:gn 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. (Addition; SC -6.24.1) 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 .me for which intended and otherwise as ENGINEER may regdire to enable ENGINEER to review the suhrn:ttal for the limited purposes required by paragraph 6.26. The num- hers of each Sampie to he submitted will he as specified in the Specifications 6.25. Submittal Procedures. - 6.25.1. 13efoie submitting each Shop Drawing or Sam- ple. CONTRACTOR sha I have determined and venfied: 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 materals 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 CONTRACTOR'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 CONTRACTOR'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 compat:b;e with the design concept of the completed Protect 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, tecinique. 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 ;lem a, such wi:l not indicate approval of the assemh:y in which :he item functions CONTRACTOR shall make co:reclions required by ENGINEFR. 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 revi,ions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINE ER'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 1 21 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. 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. CONTRACTOR's General Warranty and Guarantee: 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 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: 6.30.2.3. recommendation 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 thereof by OWNER; any acceptance by OWNER or any failure to 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; any inspection, test or approval by others; or any correction of defective Work by OWNER. 631. 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. 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with I I E. I I I I I I I I I I LJ 11 I the Contract Documents, as well as all continuing obligations indicatea in the Contract Documents, will survive final pay- ment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7—OTinER WORK Related Work 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 II and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or re- quires additional time and the parties 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. Cnless 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 parts 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 he 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 comparab:e 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 ,hall inspect such other work and prompt:y report to ENGINEER in writing any delays, defects orcclic:encies:n such other work that render it unavailable or unsuitable for the proper execution and results of CONIRACTOR's Work. CONTRACTOR's failure so to senor, will constitute an acceptance of such frier wo: k :n fit and proper for m:egrution with CONTRACTOR's Work except for latent ornonapparent defects and de5cierciec in such other work. Coordination: 7.4. If OWNER contracts wilh others for the performance of other work on the Project at the site, the following will beset 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 vanous 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. Cn!ess otherwise provided in the Supplementary Condi- tions, OWNER shall have sole authority and responsibility in respect of such coordination. (Addition SC -7.5) ARTICLE 8 --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 cmmptly 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 structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. / ?/f6Y(tVfldi44r/sXiaSufh i4s t4t/zIsWc:bVf(nfpi*hi'0 u 9s 9�9 sM tSfu�4 v�sW44M VcAI A>lt t't ,1 1 (Replacement SC -8.5)) 8.6. OWNER is o^ligated to execute Change Orders as indicated in paragraph 10.4. 8 7 OWNER's resnomibility in respect of certain inspec- tion,. test, and approva.s is set forth in paragraph 13.4. 8.8. In conreclion with OWNE.R's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's tight to termma:e services of CON - 'I RACRDR under cerair. circumstances. 1 29 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 Representative: 9.1. ENGINEER will be 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 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 Representative: 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. (Addition; SC -9.3) Cfanfications and Interpretations: 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 II or Article 12. Authorized Variations in Work: 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. Rejecting Defective Work: I I I I I I I I I I Ii I Liiu 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or 30 I J Li I I that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that w'11 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 paragia; h 13.9. whether or not the Work is fab-icated. installed or completed. Shop Drawings, Change Orden and Payments: 9.7. In connection with ENGINEER's author.ty 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, II, and 12. I I I I I I I I I I I I 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Delenninatwns 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: ti) an appea. 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 iii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent junsdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agrccd in wntiag by OWN ER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Deciswns on Disputes: 9.11. ENGINEER will he :he initial interpreter of the requirements of the Contract Documents and iu,:ge of the acceptability of the Work thereunuer. Claims, disputes and other matters relating to the acceptah lit• of t 'te Work or the in:erprelation of the requirements of the Contract Documents pertaining to the pertormance and Curni%hing of the Work and Claims under A -tic es II and 12 in :esr%ect of changes n the Contract Price or Contract Times will he referred initial y to ENGINEER in nrung with a regi.ect fair a formal dcaivon it. accordance with (h % parar,raph. Written nonce of vnch such claim, dispute or o:ner matter w ill be delivered by the c a,imart to ENGINEER and the other party to the Agreement promptly (but in no event late: than thirty days) after the %tart of the occurrence or event g•v:ng rise thereto, and written supporting data will be submitted to ENGINEER and the other party wlh.n sixty days after the start of such occurrence or evert 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 :he claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days ater receipt of the opposing party's submrttal. if any, in accordance with this paragraph. ENGINEER's written decision on such claim. dispute or other matter wili be 9nal and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth :n 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 written notice of intention to appeai 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 :n 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 irterpreler and udge under paragraphs 9.10 and 9 II. 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 wish respect to any sdch claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment a% provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such : ights 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 puissant to Article 16. 9.13. LbnEaaons on G%GLNEER's Authonly and Respon.s bdities: 9.13.1. Neither ENGINEER's authority or re%ponsitii- ity under this Article 9 or urder any other provision of the Cortract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such Jul honty or respons:bdn y or the undertaking. exercise or performance of anv authority or iespo nsl hi ht by EN [NE [ER shall create. impose or give rise to ar.y duty owed by ENGINEER to CONTRACTOR, any Suhconuac:or. any Supplier, any other person or organ: z:.uon, or :o any surety tor or cm- plovee or agent of any of :hem. ' 31 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTiRAC- 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- 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 perform- 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 - 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 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 any such 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 he allowed as a result of a Work Change Directive, 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. 10.4. OWNER and CONTRACTOR shall execute appro- 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. 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 to or undertaken by 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 (hut 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 he 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 i[OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will 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 mutua!ly 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 CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). I Cost of the Rork: I L I ri L I L L 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall he in amounts no higher than those prevailing in the locality of the Project. shall include only the following items and 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 km 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 he apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not he 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 :hereto. The expenses of performing Work aCer regular working hours, on Saturday. Sunday or legal hohda}s. shall he included in the above to the extent aathorired by OWNER. 11.4.2. Cost of all matenals and equipment furnished and incorporated in the Work. including costs of transportation and s:orage thereof. and Suppliers field services required in corneccon therewith. All cash discounts shall accrue to CO's'TRACTOR unless OWNER deposits hinds with CON- TRACTOR with which to make payments, in w hica case :he cash discounts shall accrue to OWNER. All trade discounts. rebates and refunds and returns from sale of surp:us materi- als and equipment shall accrue to OWNER, and CON- TRACTOR 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. II 44. 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 of duties connected with the Work. 11.4.5.2. 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 of CONTRACTOR. 11.4.5.3. Renta:s 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 costs of transportation, loading, unload- ing. ins:aaation, dismantling and removal thereof —all in accordance with the lents 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. 114 C 4, Sales. consumer, use or similar taxes related to the Work, and for watch CONTRACTOR is liable, imposed by Laws and Regulations. 11.4,5.5. Deposits :ost for causes other than negli- gence of CONTRAC'f(1R. any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may he liable, and royalty pay merits and fees for permits and licenses. 1 33 I 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 CONTRACTOR'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. 11.4.5.7. 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 11.4.4 —all of which are to be consid- ered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for 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: I I I Ii 11.6.1. a mutually acceptable fixed fee; or I 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 11.4.2 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 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraphs IIA and 11.5, 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. I L I I I I I I I I I 34 I I I I I I I I I L I I I I Ii Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to oe fur- nished and performed for such sums as may he 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. CONTRACTOR'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 wilt be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall he correspondingly adjusted. 11.9. Unit Pnce Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price wi:l he deemed to include for all Unit Price Work an amount equal to the sum of the establis:ied 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 toe 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 paragrapn 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover C0NTRACTOR's overhead and prolit for each sepa- rately identified item. 11.9.3. OWNER or CONTRACTOR may make a claim for an adjuctmen: in the Contract Price in accordance with Article II if- (Replacement; 9f�if�7�j'r'Yiri 111E.d S i>/-'.>�lfcfl �t��� 7di�Sy Y'�%��9d II 9.3.2. there is no corresponding adustment with respect to airy other item of Wo-k. and 1L93.3 if CONTRACTOR believes that CONTRAC- TOR is entitled to an increase in Contract Price as a result of having incurred additiona! expense or OWNER be- ;ieves 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 he changed by a Change Order or a Wnuen 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 stating the genera; nature of the claim. Notice of the extent of the c'aim 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 c:aimant'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 Miiestones) 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 :n accordance with the requirements of this paragraph 12.1. 12.2. All ::me limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Trines (or Milestones) due to delay beyond the control of CONTRAC- TOR, the Contract Times (or Milestones) will he extended in an amount equal to the time lost due to such delay if a ciaim is made therefor as provided in paragraph 12 I. 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 condi- tions or acts of God Delays at::ibutab'e to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONI'RAC'1'OR. 12.4. Where CON'IRACTfR is preventcc from complet- ing any part of the Worrc within the Contract Times (or Mile NtoreN) due to delay beyond the control of both OWNER and ('ONFRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shad be CONTRICIOR's sole and exclusive remedy for such delay. In no event sha.l OWNER he liable to CONTRAC- TOR, any Subcontractor, any Supplier, any other person or organva::on. or to any surety for or employee or agent of any of them, for damages arising out of or resulting from Nit delays caused by or wdh:n the con::ol of CONTRACTOR. or (td 1 35 I 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 DEFECTIVE 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. Access to Work: 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 access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 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. 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: 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 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. (Addition; SC -13.5) 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. Uncovering Work: 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's 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 II. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract 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 or extent thereof, CONTRACTOR may make a claim therefor as pro- vided in Articles II and 12. I I I I I I I I I I I I 13.4.3. as otherwise specifically provided in the Con- tract Documents. OWNER May Stop the Work: 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 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 conform to the Contract Documents. OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work Li J J I I I I I I I I I II I I 1 I shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Rork: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct ail defective Work. w heftier 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 resu:tir.g from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period: 13.12.1. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any 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: U) correct such defec- tive Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defe tive. and (ii) 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 terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage. OWNER may have the defective Work corected or the rejected Work removed and replaced. and all claims, costs, losses and damages caused by or resulting from such re- moval and replacement (mcuding but not lim:led to al: costs of repair or rep;acement of work of others) will he paid by CONTRACTOR. 13.12.2. In special circumstances where a particular item of equipment is placed in continuous service before Substan- tial Completion of ail the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defectne Work (and damage to other Work resulting :acrcfrom) has been corrected, removed or replaced under this paragraph 13.12. the correction period hereunder w ch respect to such Wbrri will be extended for in additional period of one year after such correction or re- moval and replacement has been satisfactoriiy completed. Acceptance of Defective Work: 13 13. If, instead of requiring correction or remoe al and replacement of drJerti; e Work- I )WN ER and, pi for :o EN( I- NEER's recommendation of final payment- also LNGINELR) prefers to accept it, OWN ER 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 he 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 II If the acceptance occurs after such recommenda- tion, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 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- TRAC OR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fairs 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 Ih:s paragraph OWNER shall pro- ceed 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 re!ated thereto, take possession of CONTRACTOR's tools, app:iances. construc- tion equipment and machinery a: 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 remed.es under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will he charged against CONTRACTOR and a Change Order wall be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER s'Ial 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 rep:acemen: of CONTRACTOR's defective Work. CONTRACTOR shall not he allowed an extension of the Contract Times for Males:ones) because of any delay •n the rerformar.ce of the Wor k attnbatahle to the exercise by OWN ER of OWNER's rights and remedies hereunder. ARTICI L- 14—PAYIIENTS'TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 'ill serve as the basis for progress payments and 1 17 I will be incorporated into a form 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. Application for Progress Payment: 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 other arrangements to protect O W N ER'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. CONTRACTOR'S Warranty of Title: 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 Applications for Progress Payment: 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 sen- tence of paragraph 14.7) 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, basedon 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: (i) 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 for CONTRACTOR'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 part 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 against OWNER on account of CONTRACTORS performance or furnishing of the Work, I I I I I I I I 11 L I I 38 Li TI I J I I I I I TI I I TI I I LJ 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. there are other items entitling OWNER to a set-off 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 15.2.1 through 1S 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. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shalt notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRAC- TOR as incomplete) and request that ENGINEER issue a certificate of Suhstantia; 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 :he 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 he 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 compete. 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 ohjec::ons from OWNER. At the time of delivery of the tentative cer. ficate of Substantial Completion ENGINEER will deliver :o OWNER and CONTRACTOR a written recommendation as to division of responsibilities pend- ing final payment between OWNER and CONTRACTOR with respect to security, operiton. safety, maintenance, heat. t.tilr tics. insurance and warmntiesand guarantees. Unless OWNER and CONTRACTOR agree clhcrwrse in wnting 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 right to exclude CONTRAC- TOR from the Work after the date of Substantial Completion, but OWNER shall glow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 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, or (ii) OWNER. ENGINEER and CONTRACTOR agree constitutes a sepa- rately functioning and usable part of the Work that can he used by OWNER for its intended purpose without significant inter- ference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Com- pletion of all the Work subject to the fo]owing: 14.10.1. OWNER at any time may request CON- TRACTOR in wnting to permit OWNER to use any such part of the Work which OWNER believes to he ready for its intended use and substantially complete. If CON- TRACTOR agrees that such part of the Work is substan- tially complete. CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substan- tially complete and request ENGINEER to issue a certif- icate of Substantial Completion for that par: of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such pan of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Subsantial 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 complete. 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 he accomp:ished prior to compliance with the requi: ements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof :s complete. IENGI- NI-ER will make a final inspection with OWNER and CON- TRACTOR and will notify COWl RACTOR in writing of all 1 39 I particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. Final Application for Payment: 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, (ii) consent of the surety, if any, to final payment, and (iii) 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 Work for which 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 may furnish a Bond or other collateral satis- factory to OWNER to indemnify OWNER against any Lien. Final Payment 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 CONTRACTOR'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 CONTRACTOR. 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 terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 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 by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE IS —SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 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 II and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: J H I I I II I H I 0 L I I I EtC I I I I LJ I I I I 152.1. if CON'TRAC'TOR 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 sdr:able malerals 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 furl extent they could he 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 he entitle: 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 he reviewed by ENGI- NEER as to their reasonableness and when so arproved 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 puce 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 accrue. Any retention or naymen! of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from I.ab.li:y. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER. OWNER may, without cause and without prejudice to any other nghl of remedy of OWNER, elect to terminate the Agreement fn such case. CONTRACTOR shall he paid iwithout c:uplica:.ui of ,my items): 15.4.1. for completed and acceptable Work executed in �.ecordance wnh the Contract Documents prier to the effec- lise gale of !c:nmahon.:ncludirg Lair and reasonable sums for overhead and profit on such Work: 15.4-2. for expenses sustained prior to the et ec::ve date of termination in performing services and furnishing labor. ma:ena:s or equipment as requires by :he Contract Docu- ments in connection with uncompleted Work, plus fair and reasonahle sums for overhead and profit on such expenses: 15.4.3. for as claims, costs, losses and damages incurred in settlement of terminated contracts with Suhconlmctors. 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. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a 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 fans 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 withir. that time. terminate the Agree- ment and recover from OWNER payment 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 al: 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 CONTRA("IY)R have agreca on the method and procedure for resolving disputes between them that may arise under this Agreement. such dispute resolution method and pnxedure, if any, shall he as set forth in Exhibit GC A, "Dispute Resolution Agreement, to he attached hereto and made a par. her -cot. If no such agreement an the method and procedure for resolving such disputes has been reached.:.nd suhlcc: tome provisions of paragraphs 9.10. 9.11, rind 9.12. OWN 1 :R and CONTRACTOR may exercise ' 41 I such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 —MISCELLANEOUS Giving Notice: 17.1. 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. Computation of Times: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 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 tho 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. Cumulative 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. Professional Fees and Court Costs Included: 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. [The remainder of this, page was left blank intentionally.) I I I I L I I I rI I I I I I 42 I I I L EXHIBIT GC -A to General Conditions of the Agreement Between OWNER and CON- TRACTOR Dated For use with EJCDC No. 1910-8 (1990 ed.) IDISPUTE RESOLUTION AGREEMENT I I I I Ii I I I I 1l I I I I OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions to the Agreement between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relat- ing to the Contract Documents or the breach thereof (except for claims which have been waived by the making or accep- tance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Asso- ciation then obtaining, subject to the limitations of this Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to he referred to ENGINEER initially for decision in accordance with paragraph 9.11 will he made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (h) the thirty-first day after the parties have presented their evidence to ENGINEER if a wntten decision has not been rendered by ENGINEER before that date. No demand forarbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINE.ER's decision being final and banding upon OWNER and CONTRACTOR. If ENGINEER renders a de- cision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is accept- able to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than :en days after the party making such demand has delivered written notice of ;mention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will he filed in writing with ere other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten- day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limita- tions, 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER. ENGI- NEER'S Consultant and the officers, directors, agents. em- ployees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to he afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially in- volved in a question of law or fact which is common to those who arc already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to he included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4 if a claim, dispute or other matter in question between OWNER and CONTRAC- TOR involves the Work of a Subcontractor. either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontrac- tor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER. ENGINEER or ENGINEER'S Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will he final, judgment may be entered upon a in any court havingjmisdic- tion theieof. and it w ill not be subject to modification or appeal. ;The remainder of :his page was ;eft blank intentionally I I GC -Al U 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, dis- putes and othermatters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by The American Arbitration As- sociation under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitra- tion would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. I I I I I L I [l I I I I I I II I I GC -A2 I I I TABLE OF CONTENTS El I I I I I it I I I I I L OF SUPPLEMENTARY CONDITIONS -.. SC -1 Definitions and Abbreviations .......................... SC -1 SC -2 Preliminary Matters .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SC -2 SC -4 Availability of Lands; Subsurface and Physical Conditions; Reference Points SC -3 SC -5 Bonds and Insurance SC -3 SC -6 Contractor's Responsibilities SC -6 SC -7 Other Work ....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SC -6 SC -8 Owner's Responsibilities ••SC -7 SC -9 Engineer's Status During Construction ................... SC -7 SC -11 Change of Contract Price SC -11 SC -13 Tests and Inspections; Correction, Removal or Acceptance of Defective Work SC -11 SC-i I I Supplementary Conditions I I I I I I I 1J I L I I L I I The term "grade" used in these Specifications is understood to refer to and indicate the ' established elevations of the paving, flow line of sewers or other appurtenances as shown on the Plans on file in the office of the official designated in the "Advertisement for Bids." I SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. SC -1 DEFINITIONS AND ABBREVIATIONS In addition to the provisions of Article 1, the following respective supplemental definitions apply: The word "OWNER" shall mean the City of Fayetteville, Arkansas, acting through its duly authorized representatives. The words "City Council" or "Council" shall mean the City Council of the City of Fayetteville, Arkansas, the duly elected or appointed governing body of the City. The words "Mayor" and "Clerk" shall mean, respectively, the Mayor and Clerk of the City of Fayetteville, Arkansas. The words "City Attorney" shall mean the City Attorney for the City of Fayetteville, Arkansas. The word "ENGINEER" shall mean the engineering firm of McGoodwin, Williams and Yates, Inc., Consulting Engineers, or their duly authorized agent, who has been employed by the City of Fayetteville, Arkansas for this Work. The words "Resident Project Representative" shall mean the authorized representative of the ENGINEER who is assigned to the site or any part thereof. The word "surety" or "sureties" shall mean the bondsmen or party or parties who have made sure the fulfillments of the Contract by Bonds, and whose signatures are attached to said Bonds. The word "Advertisement" shall mean all the legal publications pertaining to the Work of this Contract. The word "Plans" shall mean, collectively, all of the Drawings pertaining to the Contract and made apart thereof, and also such Supplementary Drawings as the ENGINEER may issue from time to time in order to clarify the Drawings, or for the purpose of showing changes in the Work as authorized under the section "Modifications and Alterations," or for showing details which are not shown thereon. I SC -1 Supplementary Conditions 1 Whenever the following abbreviations are used, they shall have the meanings given ' below: AASHTO - American Society of State Highway Officials ' ACI - American Concrete Institute AGA - American Gas Association AISC - American Institute of Steel Construction ANSI - American National Standards Institute APA - American Plywood Association ASA - American Standards Association ASTM - American Society for Testing Materials AWG - American Wire Gauge AWPA - American Wood Products Association AWS - American Welding Society AWWA - American Water Works Association GSA - General Services Administration, U. S. Government NBHA - National Builders Hardware Association NEC - National Electrical Code NEMA - National Electrical Manufacturers Association NFPA - National Fire Protection Association NPT - National Pipe Thread SBC - Standard Building Code SPA - Southern Products Association UL - Underwriters' Laboratories A - ampere abc - aggregate base course ' cfm - cubic feet per minute CGMP - corrugated galvanized metal pipe DIP - ductile iron pipe gpm - gallons per minute Hp - horsepower MGD - million gallons per day ' N.C. - normally closed N.O. - normally open ppm - parts per million psi - pounds per square inch PVC - polyvinyl chloride (pipe) R - motor starter relay RCP - reinforced concrete pipe rpm - revolutions per minute T.D. - time delay TDH - total dynamic head V - volt SC -2 PRELIMINARY MATTERS Add the following language at the end of paragraph 2.2 of the General Conditions: 1 SC -2 I Supplementary Conditions I I I I I I I I I I Li I I I I SC -2.2 Copies of Contract. Not less than six copies of the bound volumes of the proposal, Contract and stipulations shall be prepared, each containing an exact copy of the CONTRACTOR'S proposal as submitted, the Bond or Bonds properly executed and Contracts signed by both parties thereto. However, the CONTRACTOR and the surety executing the Bond shall not date the Contract or the Bond upon submission for execution by the OWNER. These documents will be dated the date the OWNER executes the Contract. SC -4 AVAILABILITY OF LANDS: SUBSURFACE AND PHYSICAL CONDITIONS: REFERENCE POINTS SC -4.2.1.1 Subsurface Conditions Add the following language at the end of paragraph 4.2.1.1 of the General Conditions: In the preparation of Drawings and Specifications, the ENGINEER has relied upon: 4.2.1.1 Report dated May, 1995, prepared by Grubbs, Garner & Hoskyn, Inc., Consulting Engineers, entitled: "Geotechnical Investigation, Municipal Waste Transfer Facility, Fayetteville, Arkansas." Copies of this report may be examined by prospective bidders at the ENGINEER'S or OWNER'S offices during regular business hours. SC -5 BONDS AND INSURANCE Add a new paragraph immediately after paragraph 5.1 of the General Conditions which is to read as follows: SC -5.1.1 Resident Agent. The CONTRACTOR shall furnish performance and payment bonds as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power -of -attorney. The mere countersigning of the bonds by a resident agent will not be sufficient. SC -5.3.1 Licensed Sureties and Insurers: Certificates of Insurance. Add the following sentences at the end of the existing paragraph 5.3.1 of the General Conditions: The surety on the bond shall be from a corporate surety company duly authorized to do business in the State of Arkansas. Bonds must be written on an 'A' rated bonding company. SC -5.3.2 Licensed Sureties and Insurers: Certificates of Insurance. In paragraph 5.3.2 of the General Conditions, delete the last sentence (which is crossed out). SC -5.4 Contractor's Liability Insurance Add the following paragraphs immediately after the respective paragraphs contained in Li SC -3 Supplementary Conditions I SC -5.4 of the General Conditions: SC -5.4 The limits of liability for the insurance required by paragraph 5.4 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: SC -5.4.1 and SC -5.4.2 Workers' Compensation etc. under paragraphs 5.4.1 and 5.4.2 of the General Conditions: 1) State: Statutory 2) Applicable Federal (e.g. Longshoreman's): Statutory 3) Employer's Liability: $ 100,000 Each Occurrence CONTRACTOR agrees to waive all rights of subrogation against McGoodwin, Williams and Yates, Inc., Consulting Engineers, and the OWNER for Work performed under Contract. SC -5.4.3 SC -5.4.4 and SC -5.4.5 Comprehensive General Liability (under paragraphs 5.4.3 through 5.4.5 of the General Conditions): $2,000,000 Combined Single Limit Policies will include premises/operations, products, completed operations, independent contractors, Explosion, Collapse, Underground Hazard, Broad Form Contractual, Personal Injury with employment exclusion deleted, and Broad Form Property Damage. SC -5.4.6 Comprehensive Automobile Liability Bodily Injury: $1,500,000 Each Person $3,000,000 Each Occurrence Property Damage: $ 600,000 Each Occurrence or a combined single limit of $2,000,000. SC -5.5 OWNER'S Liability Insurance. Delete paragraph 5.5 of the General Conditions in its entirety and insert the following in its place: 5.5 OWNER'S and ENGINEER'S Contingent Protective Liability Insurance. The CONTRACTOR shall indemnity and save harmless the OWNER and ENGINEER from and against all losses and claims, demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against them by reason of any omission or act of the CONTRACTOR, his agent or employees in the execution of I I U 1 I I I I I I I I 1 1 SC -4 h L Supplementary Conditions 1 I I I 11 I I I I I El F I I El the Work or in the guarding of it. The CONTRACTOR shall obtain in the name of the OWNER and ENGINEER (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $2,000,000 for property damage and bodily injury limits, and with such provisions as will protect the OWNER and ENGINEER from contingent liability under this Contract. SC -5.6 Property Insurance. Delete paragraph 5.6 of the General Conditions in its entirety and insert the following in its place: 5_6 Property Insurance. CONTRACTOR shall purchase and maintain until final payment property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations) but not less than an amount equal to the Total Bid Price. This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER and ENGINEER'S consultants in the Work (all of whom shall be listed as insureds or additional insured parties), shall insure against the perils of fire and extended coverage, shall include "all- risk" 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 fees and charges of engineers, architects, attorneys and other professionals). If not covered under the "all-risk" insurance or otherwise provided in these Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph 5.6 and will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days' prior written notice has been given to OWNER by certified mail and will contain waiver provisions in accordance with paragraph 5.11.2. SC -5.7 Delete paragraph 5.7 of the General Conditions in its entirety and insert the following in its place: 5.7 Other Insurance. The CONTRACTOR is to protect the OWNER against all loss during the course of the Contract. If, due to the nature of the Project, insurance coverage other than that specified is needed by the CONTRACTOR to protect the OWNER against all losses, the CONTRACTOR is responsible for determining the type of insurance needed and purchasing same. SC -5.8 Delete paragraph 5.8 of the General Conditions in its entirety and insert the following in its place: I SC -5 Supplementary Conditions I 5.8 Policies shall also specify insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to the OWNER or the ENGINEER. All policies will provide for 30 days written notice prior to any cancellation or nonrenewal of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. SC -5.10 Delete paragraph 5.10 of the General Conditions in its entirety. I Li fJ SC -5.12 Receipt and Application of Insurance Proceeds. Delete paragraph 5.12 of 1 the General Conditions in its entirety. SC -5.13 Delete paragraph 5.13 of the General Conditions in its entirety. SC -5.14 Acceptance of Bonds and Insurance. Delete paragraph 5.14 of the General Conditions in its entirety. SC -6 CONTRACTOR'S RESPONSIBILITIES SC -6.13 Permits. Add . the following language at the end of the existing paragraph 6.13 of the General Conditions: "The CONTRACTOR shall obtain a Permit for Discharge of Stormwater from Construction Activities as required by the Arkansas Department of Pollution Control and Ecology. The responsibility for obtaining the permit (including any permit fees) and complying with all applicable regulations shall be borne by the CONTRACTOR." I I I I I SC -6.14 Laws and Regulations. Add a new paragraph immediately after I paragraph 6.14.2 of the General Conditions which shall read as follows: SC -6.14.3 The CONTRACTOR shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes will be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or other substance will be permitted to enter sanitary sewers, and reasonable measures will be taken to prevent such materials from entering any drain or watercourse. SC -6.24 Shop Drawings and Samples. Add the following language at the end of the first sentence of paragraph 6.24.1 of the General Conditions: "The Shop Drawing Review by the ENGINEER is for general compliance with the Contract Documents. No responsibility is assumed by the ENGINEER for correctness of dimensions or details." SC -7 OTHER WORK I I I SC -7.5 Separate CONTRACTOR Claim. Add a new paragraph immediately after paragraph 7.4 of the General Conditions which shall read as follows: SC -6 ' Supplementary Conditions ' SC -7.5. Should CONTRACTOR cause damage to the Work or property of any separate contractor at the site, or should any claim arising lout of CONTRACTOR'S performance of the Work at the site be made by any separate contractor against CONTRACTOR, OWNER or ENGINEER, or any other person, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, ' indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. ' Should a separate contractor cause damage to the Work or property of CONTRACTOR or should the performance of Work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER or ENGINEER or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to ' impose liability on or to recover damages from OWNER or ENGINEER on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are unable to agree as to the ' extent of any adjustment in Contract Time attributable thereof, CONTRACTOR may make a claim for an Extension of Time in accordance with Article 12. An Extension of the Contract Time shall be CONTRACTOR'S exclusive remedy with respect to OWNER and ENGINEER for any delay, disruption, interference or hindrance caused by any separate contractor. This paragraph does not prevent recovery from ' OWNER or ENGINEER for activities that are their respective responsibilities. ' SC -8 OWNER'S RESPONSIBILITIES SC -8.5 Delete paragraph 8.5 of the General Conditions in its entirety. SC -9 ENGINEER'S STATUS DURING CONSTRUCTION SC -9.3 Add the following language at the end of paragraph 9.3 of the General Conditions: LJ SC -9.3 Duties. Responsibilities and Limitations of Authority of Resident Project Representative. General The Resident Project Representative (RPR), who is the ENGINEER'S ' agent, will act as directed by and under the supervision of the ENGINEER LI SC -7 Supplementary Conditions I and will confer with the ENGINEER regarding its actions. The Resident ' Project Representative's dealings in matters pertaining to the on -site Work shall, in general, be only with the ENGINEER and the CONTRACTOR, and dealings with subcontractors shall only be through or with the full knowledge of the CONTRACTOR. Written communication with the OWNER will be only through or as directed by the ENGINEER. Duties and Responsibilities of RPR 1) Schedules. Review the progress schedule, schedule of Shop Drawing ' submittals and schedule of values prepared by CONTRACTOR and consult with ENGINEER concerning acceptability. 2) Conferences and Meetings. Attend meetings with CONTRACTOR, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 3) Liaison. I a) Serve as ENGINEER'S liaison with CONTRACTOR, working principally through CONTRACTOR'S superintendent and assist in understanding the intent of the Contract Documents; and assist ENGINEER in serving as OWNER'S liaison with CONTRACTOR when CONTRACTOR'S operations affect OWNER'S on -site operations. ' b) Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. 4) Shop Drawings and Samples. ' a) Record date of receipt of Shop Drawings and samples. b) Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. c) Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been , approved by ENGINEER. 5) Review of Work. Rejection of Defective Work. Inspections and Tests. ' a) Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. b) Report to ENGINEER whenever RPR believes than any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ' ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. ' c) Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; ' SC -8 ' I Supplementary Conditions I I I I I I I I I I Li rI Li I I I and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. d) Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. 6) Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarifications and interpretations as issued by ENGINEER. 7) Modifications. Consider and evaluate CONTRACTOR'S suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to ENGINEER. Transmit to CONTRACTOR decisions as issued by ENGINEER. 8) Records. a) Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, ENGINEER'S clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. b) Keep a diary or log book, recording CONTRACTOR hours on the job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to ENGINEER. c) Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and major suppliers of materials and equipment. 9) Reports. a) Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR'S compliance with the progress schedule and schedule of Shop Drawings and sample submittals. b) Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. c) Draft proposed Change Orders and Work Directive Changes, obtaining backup material from CONTRACTOR and recommend to ENGINEER Change Orders, Work Directive Changes, and Field Orders. d) Report immediately to ENGINEER and OWNER upon the occurrence of any accident. 10) Payment Requests. Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting I SC -9 Supplementary Conditions I particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. 11) Certificates. Maintenance and Operation Manuals. During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to ENGINEER for review and forwarding to OWNER prior to final payment for the Work. 12) Completion. a) Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction. b) Conduct final inspection in the company of ENGINEER, OWNER and CONTRACTOR and prepare a final list of items to be completed or corrected. c) Observe that all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance. Limitations of Authority (except upon written instruction of the ENGINEER). Resident Project Representative: shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. shall not exceed limitations of ENGINEER'S authority as set forth in the Agreement or the Contract Documents. shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR'S superintendent. shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. shall not authorize OWNER to occupy the Project in whole or in part. shall not participate in specialized field or laboratory tests or I I I I I I I I I I iI I I SC -10 I Supplementary Conditions inspections conducted by others except as specifically authorized by ENGINEER. SC -11 CHANGE OF CONTRACT PRICE • SC -11.9 Unit Price Work. Delete paragraph 11.9.3.1 of the General Conditions and • add the following in its place: I I I I I Li I I� u iI I I I 11.9.3.1 the total cost of a particular item of Unit Price Work amounts to 15 percent or more of the Total Contract Price and if the units of work of the particular item of Unit Price Work performed by CONTRACTOR amounts to 125 percent or more of the estimated quantity of work set out in the Contract, the quantity of the unit price item in excess of 125 percent shall be subject to reevaluation and adjustment provided that documentation is presented that substantiates the claim; and SC -13 TESTS AND INSPECTIONS: CORRECTION REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK SC -13.5 Tests and Inspections. Add the following at the end of paragraph 13.5 of the General Conditions: All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and ENGINEER. I SC -11 Section 100 Project Requirements ' TECHNICAL SPECIFICATIONS SOLID WASTE TRANSFER STATION AND ' MATERIALS RECOVERY FACILITY For The ' City of Fayetteville, Arkansas ' Plans No. Fy-245 August, 1995 PROJECT REQUIREMENTS IA. SCOPE OF WORK The work to be done under this contract is as shown on the Plans and as provided for ' in these Specifications. The work shall include the furnishing of all materials, equipment, tools, supplies, and incidentals, and performing all labor in the construction of work generally described as follows: I I I I I I Construction of a Solid Waste Transfer Station and Materials Recovery Facility for the City of Fayetteville, Arkansas, including sitework, excavation and compacted fill, grading and drainage, truck -type platform scale facilities including scale house, concrete and asphalt paving, conveyor and baler equipment, stormwater and washdown pumping facilities, mechanical, plumbing, electrical, fencing, topsoiling, seeding and mulching, and other miscellaneous items for a complete installation. B. LANDS AND RIGHTS -OF -WAY The work to be performed under this contract shall be on lands owned by the City of Fayetteville. C. SEQUENCE OF THE WORK After the contract, bonds, and certificates of insurance have been furnished to the Owner, and the contract has been executed, the Engineer will issue a Notice to Proceed designating the date the contract time will commence. The Contractor shall complete the contract within 180 calendar days after the issuance of the Notice to Proceed. It will be necessary to maintain existing roadways in service during the construction of the new facilities. Initially, the Contractor shall complete the connection of Happy Hollow Road and Armstrong Road along with adjacent fencing and gates in order to isolate the project site, enhance security, and minimize through -traffic during construction. I 100-1 Section 100 ' Project Requirements D. SCHEDULE OF VALUES The Contractor shall develop the Schedule of Values as required by Section 2.6.3 of the General Conditions to the following level of detail, as a minimum. E. OPERATION AND MAINTENANCE DATA AND MANUALS , Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment supplier shall prepare an operation and maintenance manual for each type of equipment indicated herein. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the schedule. Operation and maintenance manuals shall include the following: , 1. Equipment function, normal operating characteristics, and limiting conditions. 2. Assembly, installation, alignment, adjustment and checking instructions. ' 3. Operating instructions for startup, routine and normal operation, regulation and control, shutdown and emergency conditions. 4. Lubrication and maintenance instructions. 5. Guide to "troubleshooting." 6. Parts lists and predicted life of parts subject to wear. , 7. Outline, cross section, and assembly drawings; engineering data; and wiring ' diagrams. 8. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required ' by Contractor. Manuals and other data shall be printed on heavy, first quality (minimum 20 pound) ' paper, 8-1/2 inch by 11 inch size with standard three hole punching. Drawings and diagrams shall be reduced to 8-1/2 inches by 11 inches or 11 inches by 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed ' in envelopes which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Three preliminary copies of each manual shall be submitted to Engineer prior to the date ' of shipment of the equipment. After review by Engineer, four final copies of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. Preliminary and final manuals, I 100-2 Section 100 Project Requirements land all other parts lists and information shall be temporarily bound in heavy paper covers bearing suitable identification. A table of contents and index tabs shall be furnished for all volumes containing data for three or more items of equipment. ' Al! material shall be marked with project identification, and inapplicable information shall be marked out or deleted. ' Shipment of equipment will not be considered complete until all required manuals and data have been received. ' Operation and maintenance manuals shall be prepared for the following: OPERATION AND MAINTENANCE MANUALS Specification ' Section Type of Equipment ' 760 HVAC Unit 760 Supply and Exhaust Fans and Louvers 900 Truck -Type Platform Scales 901 Baler and Conveyor ' 902 Submersible Pump Lift Stations 1114, 1116, 1124, 1126 Electrical Equipment 1138, 1139, 1142 Electrical Equipment F. MANUFACTURER'S FIELD SERVICES FURNISHED UNDER THIS CONTRACT 1 An experienced, competent and authorized representative of the manufacturer of each item of equipment indicated in the Field Services Schedule shall visit the site of the work and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the manufacturer's representative shall be present when the equipment is placed in operation. The manufacturer's representative shall revisit the job site as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of the Engineer. ' Each manufacturer's representative shall furnish the Owner, through the Engineer, a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. All costs for these services shall be included in the contract amount. 1 100-3 Section 100 1 Project Requirements FIELD SERVICE SCHEDULE Specification , Section Type of Equipment 625 Sectional Overhead Doors 626 Rolling Service Doors 760 HVAC Unit 900 Truck -Type Platform Scales 901 Baler and Conveyor 902 Submersible Pump Lift Stations G. CONTRACTOR TO FURNISH EQUIPMENT, MATERIALS AND MANPOWER The Contractor shall furnish, without charge, competent men from his force and such tools, stakes and other materials as the Engineer may require for setting horizontal and vertical control monuments and in making measurements and surveys and in establishing temporary or permanent reference marks in connection with said work. The Engineer shall provide at least two horizontal and vertical control monuments on -site. It shall be the Contractor's responsibility to protect these monuments during the course of the contract. Any replacement costs incurred to reset these monuments shall be at , the Contractor's expense. All other stake -out on -site shall be by the Contractor. H. SUNDAY. HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., or on Sundays or legal holidays, except work as is necessary for the proper care and protection of work ' already performed, or in case of any emergency. I. SECURITY ' The Contractor shall be responsible for protection of the site, and all work, materials, equipment and existing facilities thereon against vandals and other unauthorized persons. No claim shall be made against the Owner by reason of any act of an employee or trespasser, and the Contractor shall make good all damage to Owner's property resulting from his failure to provide security. ' Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, watchman services, and other measures as required to protect the site. J. ACCESS ROADS The Contractor shall establish and maintain temporary access roads to various parts of 100-4 ' Section 100 Project Requirements 1 the site as required to complete the project. Scheduling, materials and construction ' procedures are specified in other sections of the documents. Such roads shall be available for the use of all other performing work or furnishing services in connection with the project. K. PARKING I The Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the project, as necessary, to avoid any need for parking personal vehicles where they ' may interfere with construction activities. L. DUST CONTROL The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water. Dusty materials in piles or in ' transit shall be covered. Buildings or operating facilities which may be affected adversely by dust shall be ' adequately protected. M. TEMPORARY DRAINAGE PROVISIONS The Contractor shall provide for the drainage of stormwater and such water as may be applicable or discharged on the site in performance of the work. Drainage facilities shall be adequate to prevent damage to the work, the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged or supplemented as ' necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels) to protect Owner's facilities and the work, and to direct water ' to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. IN. EROSION CONTROL The Contractor shall prevent erosion of soil on the site and adjacent property resulting ' from his construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation preserved to the greatest extent practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. ' 100-5 Section 100 ' Project Requirements O. POLLUTION CONTROL The Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, I sediment, debris and other substances resulting from construction activities. No sanitary wastes will be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris or other substance will be permitted to enter sanitary sewers, and reasonable measures will be taken to prevent such materials from entering any drain or watercourse. The Contractor shall obtain a Permit for Discharge of Stormwater from Construction Activities as required by the Arkansas Department of Pollution Control and Ecology. The responsibility for obtaining the permit (including any permit fees) and complying with all applicable regulations shall be borne by the Contractor. P. TREE AND PLANT PROTECTION , All trees and other vegetation which must be removed to perform the work shall be removed and disposed of by the Contractor. However, no trees or cultured plants shall be unnecessarily removed unless their removal is indicated on the Drawings. All trees and plants not removed shall be protected against injury from construction operations. All trimming and repair of trees and plants shall be performed by qualified nurserymen or horticulturists. Q. MONTHLY ESTIMATES AND PAYMENTS On or before the 10th of each month the Engineer will make an approximate estimate , of the value of the work done and materials furnished in place on the work during the previous 30 -day period. He will also include the cost value of freight for equipment and materials readily accounted for, but not such items as cement, aggregate, lumber, nails and miscellaneous items. The Contractor shall furnish to the Engineer such detailed information as he may request ' to aid him as a guide in the preparation of monthly estimates. Each estimate shall reduce the amount to be paid by a 10 percent retainage until the project is 50 percent complete. Thereafter, the retainage shall be equal to 5 percent of the estimated final contract amount. This retainage shall remain in effect until the Engineer certifies that the contract is substantially complete. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Contractor by the 15th of the following month the amount of such estimated value of materials furnished and work done during said previous 30 -day period. If the Owner shall at any time fail to make the Contractor a ' monthly estimate at the time herein specified, such failure shall not be held to vitiate or void the contract. R. PAYMENT Payment shall be made in accordance with the bid items as set out in the Methods of , Measurement and Payment. 100-6 1 I Section 100 I I II J El El I I I I I I I I L I Project Requirements S. CONNECTIONS TO EXISTING FACILITIES Unless otherwise specified or indicated, the Contractor shall make necessary connections to existing utilities such as water, sewer, telephone and electric. In each case, the Contractor shall receive permission from the Owner or the owning utility prior to undertaking connections. The Contractor shall protect facilities against deleterious substances and damage. Connections 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 continuously (around the clock) if necessary to complete connections in the minimum time. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. T. PROTECTING AND REPLACING UTILITY SERVICES In some instances the pipe will be installed under, alongside and over existing utility services. The Contractor shall be responsible for locating and protecting or repairing and replacing such services. Where the Contractor cannot make adequate repairs to any utility damaged by the Contractor, the Contractor shall coordinate with the various utility companies to make repairs to all services, and such costs will be charged to the Contractor. The Contractor shall make arrangements for this service with the various utilities either before the bid is presented or before construction starts. U. ABBREVIATIONS AND SYMBOLS Abbreviations and symbols used in these Specifications are described in the Supplementary Conditions, Article SC -1. V. CLEANUP During construction, the Contractor shall keep the construction area in a clean, neat and workmanlike condition at all times. Pipe, equipment, and all other material shall be stored and protected in an area away from the construction operations. As soon as practicable, the area around all structures shall be backfilled, and the entire area shall be maintained in a smooth condition at all times insofar as is practical. After construction work has been completed, the Contractor shall clean the entire area. Tops of structures, sidewalks, building walls (both exterior and interior), floors, equipment, and all painted and glass surfaces shall be cleaned of clay stain, mortar, or other materials, washing down with soap or other cleaning materials as required. Such touch-up work as required shall then be done to leave the area in a clean and neat condition. I 100-7 Section 100 1 Project Requirements W. CRITICAL PATH SCHEDULE The Contractor shall show various phases of work to be performed, submittals, materials I and equipment orders, receipt of materials and equipment, manpower, skills, and equipment required, and completion dates of various phases of work to be performed for completion of the project. X. SAFETY SYSTEMS I Act 291 of the 1993 Arkansas General Assembly requires that whenever any agency of the state, county, municipality, or school district, or other local taxing unit or improvement district enters into a contract for public works improvements which involves any trench or excavation which equals or exceeds five (5) feet in depth, include in their specifications for the project the current edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P. This document is hereby incorporated into these Specifications by reference. END OF SECTION 1 I LiI I H I I I r i 100-8 Section 130 Temporary Facilities 1 TECHNICAL SPECIFICATIONS TEMPORARY FACILITIES A. GENERAL During the performance of this contract, the Contractor shall at his expense maintain temporary office, communication, electric power, water and sanitation facilities at a project construction site suitable to the Engineer. ' B. OFFICES The Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of his representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at the Contractor's offices at the site of the work in his absence shall be ' deemed to have been delivered to the Contractor. Copies of the Drawings, Specifications and other contract documents shall be kept at the Contractor's office at the site of the work and available for use at all times. In addition, the Contractor shall provide a suitable field office with at least 120 square feet of floor space, separate from his office at the site, for use of the Resident Project Representative and inspectors. The office shall be provided with outside entrance door with a substantial lock, glazed windows suitable for light and ventilation, and adequate • heating, air conditioning and lighting facilities. The Contractor shall pay all electricity and • heating bills and provide telephone services as specified hereinafter. The office shall be furnished with a desk, a four -drawer filing cabinet, a work table, two chairs, a plan rack, and a locker for storage of surveying instruments. The doors on the locker shall be equipped for padlocking. The general arrangement of the office and facilities provided shall be acceptable to the Engineer. ' C. WATER All water required for and in connection with the work to be performed and for any specified tests of piping, equipment, devices, etc. for inundation or settling of backfill material or for any other use as may be required for proper completion of the work shall ' be provided by and at the expense of the Contractor. No separate payment for water used or required will be made and all costs in connection therewith shall be included in the Bid. D. TELEPHONE SERVICE The Contractor shall m telephones in his offices Project Representative, long distance calls from ake all necessary arrangements with the telephone utility for at the site and a separate telephone in the office of the Resident and shall pay all charges therefor except monthly service and the office of the Resident Project Representative. 1 130-1 Section 130 ' Temporary Facilities 1 E. ELECTRIC POWER The Contractor shall provide all power for heating, lighting, operation of Contractor's plant 1 or equipment, or for any other use by Contractor. Temporary heat and lighting shall be maintained until the work is accepted. No separate payment for electric power used or required will be made and all costs in connection therewith shall be included in the Bid. F. SANITARY FACILITIES I The Contractor shall furnish temporary facilities at the site, as provided herein, for the needs of all construction workers and others performing work or furnishing services on the project in accordance with federal and state laws governing sanitary facilities. I END OF SECTION 1 I Li I Li I 1 I I I 130-2 1 ISection 200 Site Preparation TECHNICAL SPECIFICATIONS ' SITE PREPARATION, EXCAVATION AND BACKFILL, UNDERCUTTING, COMPACTED FILLS AND FINISH GRADING ' A. GENERAL ' The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for sitework, including clearing, grading, erosion control, excavation and backfill, including rock ' excavation, construction of embankments, dewatering, and finished grading of the project site. The work shall include every item of construction necessary for complete and acceptable sitework as shown on the Plans and hereinafter specified. ' B. MATERIALS AND EXECUTION I1. General. Under a previous contract, the site for the Solid Waste Transfer Facility and Materials Recovery Facility was cleared, topsoil removed, and rough grading and compaction of the site material was accomplished. The Plans set forth the ' existing grades as well as the proposed finished grades under this project. 2. Topsoil. The topsoil has been stripped from the site and none is available for ' reuse on the site for final seeding or landscaping. All topsoil used for landscaping and in seeded areas shall be imported from off -site sources. 3. Excavation. Excavation work shall include the necessary removal and disposal of all debris; excavation and trenching as required; the handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering ' as necessary or required; protection of adjacent property; backfilling; construction of fills and embankments; and other appurtenant work. Excavation work shall be performed in a safe and proper manner with appropriate precautions being taken against all hazards. Excavation shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms. Undercutting will be required to remove soft and wet upper level soils. Undercut may be necessary to obtain a stable subgrade prior to construction of structures or embankments. I Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. ' Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, ' or ice be placed in any backfill, fill or embankment. 200-1 Section 200 Site Preparation I Excavation in soils should be performed in accordance with all applicable local, state and federal safety regulations. a. Classification of Excavated Materials. No classification of excavated materials will be made. The cost of all rock excavation on the site for construction of the Transfer Station, or Materials Recovery Facility (MRF). under other items of the Bid. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the contract work, regardless of the type, character, composition, or condition thereof. Location of test borings which have been made are shown on the Grading Plan. All rock which cannot be handled and compacted as earth shall be kept separate from other excavated materials and shall not be mixed with backfill or embankment materials except as specified or directed. b. Unauthorized Excavation. The Contractor shall excavate all structures for placing of concrete to the lines and grades shown on the Plans. Should any overexcavation occur which has not been authorized by the Engineer, the overexcavation shall be replaced, by and at the expense of the Contractor, with compacted embankment material. c. Dewatering. The Contractor shall provide and maintain adequate dewatering equipment to remove and dispose of all surface and ground water entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. All excavations for concrete structures or trenches which extend down to or below ground water shall be dewatered by lowering and keeping the ground water level beneath such excavations 12 inches or more below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest extent practicable without causing damage to adjacent property. The Contractor will be held responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipes or conduits shall be left clean and free of sediment. d. Sheeting and Shoring. Except where banks are cut back on a stable slope, excavation for structures and trenches shall be properly and substantially sheeted, braced, and shored, as necessary, to prevent caving or sliding, to I I Li I I I I I I El I I 1l I I I I 200-2 E Section 200 Site Preparation provide protection for workmen and the work, and to provide protection for ' existing structures and facilities. Sheeting, bracing and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure and shall be rigid, maintaining shape and position under all circumstances. e. Stabilization. Subgrades for concrete structures and trench bottoms shall ' be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workmen. Subgrades for concrete structures or trench bottoms which are otherwise solid, but which become mucky on top due to construction operations, shall ' be reinforced with crushed rock or gravel at the expense of the Contractor. The finished elevation of stabilized subgrades shall not be above subgrade elevations shown on the Plans. 4. Subgrade • a. Soil Subgrade. Soils which, in the opinion of the Engineer, are unsuitable for the construction shall be undercut and disposed of at locations shown on the Plans or as specified by the Engineer. Following completion of the ' stripping and undercutting operations, the subgrade shall be prepared prior to the placement of any fill. The exposed subgrade shall be scarified to a depth of 6 to 8 inches and then recompacted to provide a uniform surface for the placement of fill. The subgrade shall be compacted to a minimum of 95 percent of standard Proctor maximum dry density as determined by the standard Proctor test (AASHTO 199). Areas to be undercut may also become evident as the excavation for the facility progresses. The material from these areas will be hauled to waste at the location shown on the Plans or as specified by the Engineer and replaced with suitable select ' material. The undercut material may be manipulated and dried for later reuse as fill material. Also, it may be combined with drier soils to provide an acceptable mixture. b. Rock Subgrade. Prior to placing concrete on rock subgrade, the entire area shall be cleaned of mud and loose material. 5. Embankment and Fill Material. Embankments for roadway, structural or engineered fills under or within structures or foundations shall be constructed of suitable select material obtained from off -site at the expense of the Contractor. ' Fill material shall be free of trash, organic matter and objectionable materials. Also the fill shall not contain rocks larger than 4 inches. Fill materials shall have a minimum plasticity index of 8 and a maximum plasticity index of 18, so as to avoid objectionable silty or high plasticity soil characteristics. In addition, to avoid potential compressive materials, they shall have a liquid limit of 45 or less. 1 200-3 Section 200 ' Site Preparation 1 Acceptable unified soil classifications include GW, GP, GM, GC, SW, SP, SM, Sc, CL and ML soils satisfying the liquid . limit and plasticity index criteria. Unsatisfactory soils include MH, CH, OH, PT and soils whose Atterberg limits are beyond the specified limits. All costs associated with laboratory and field density testing will be at the Contractor's expense and included in the lump sum bid. Compaction test shall be taken on individual lifts as set out below in Section 200.C. The fill shall be placed in uniform level lifts not to exceed 8 inches loose and compacted. Compaction should be to a minimum of 95 percent of the maximum dry density as determined by the modified Proctor test. Also, the moisture content shall be controlled to within 2 percent of the optimum moisture content as determined by the modified Proctor test. 6. Grading. Soils which, in the opinion of the Engineer, are unsuitable for the construction shall be undercut and disposed at the location shown on the Plans or as directed by the Owner. Fills shall be placed in 8 inch lifts (loose measure) and compacted to 100 percent of standard Proctor. The in -place density of each lift shall be determined prior to the placement of subsequent lifts. The top 6-8 inches of cuts which are within a paved area or within a building floor slab shall be scarified to a depth of 6-8 inches and compacted to 100 percent of standard Proctor. All materials shall be placed with a moisture content that is plus or minus 2 percent of the optimum moisture determined in the laboratory. Grading shall be constructed to the following finished elevations: a. Unpaved Areas. Unpaved areas shall be graded to a point no higher than ' 4 inches below the indicated finished grade to allow for the placement of topsoil. b. Gravel Base Surfaced Areas. Areas shown on the Plans to be surfaced with gravel base shall be graded to a point no higher than 6 inches below the indicated finished grade to allow for the placement of gravel base. c. Asphalt Paved Areas. Areas shown on the Plans to be asphalt surface with gravel base shall be graded to a point no higher than 11 inches below the indicated finished grade to allow for the placement of the pavement section. d. Concrete Paved Areas. Areas shown on the Plans to be concrete surface ' with gravel base shall be graded to a point no higher than 14 inches below the finished grade except where indicated for additional slab thickness on , the Plans and details. e. Area Within Building Foundation. The site shall be graded to a point below the finished floor grade to allow for placement of 6 inches of compacted ' 200-4 ' Section 200 Site Preparation aggregate base course, Class 7, under structures or slabs when shown on ' the Plans. Backfill inside foundation walls of excavations for footings shall be of ' compacted aggregate base course, Class 7, placed in 8 inch lifts loose measure and compacted with mechanical compaction equipment to 95 percent of modified Proctor density. 7. Erosion Control. Areas which are denuded of vegetation and which may be subject to erosion shall be protected from erosion either by temporary seeding ' and/or mulching or by temporary straw ditch checks. 8. Finished Grading. After all structures have been completed and all backfills have been compacted, all areas on the project construction site which have been disturbed by the Contractor shall be brought to true grade with a minimum of 4 inches of topsoil as specified elsewhere in these Specifications. ' C. TESTING All density testing, modified and standard Proctors and in -place densities of grading and backfill, including determination of soil classifications, plasticities, and Atterberg limits, shall be performed by a laboratory acceptable to the Engineer. All costs associated with ' testing shall be borne by the Contractor. The number of tests required shall be a minimum of one per 2,500 square feet per lift under building slabs, and one per 5,000 square feet under parking areas. In no case shall less than three tests per lift be made. END OF SECTION 1 I I C] 1 ' 200-5 I I TECHNICAL SPECIFICATIONS LANDSCAPING Section 243 Landscaping A. GENERAL The work to be included under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, supplies and incidentals necessary for landscaping. The work shall include every item of work necessary for complete and acceptable landscaping. ' The kinds and amounts of landscaping shall be determined by the Owner/Engineer during construction of the solid waste transfer station and materials recovery facility. The Contractor shall make an allowance in his Bid in the amount of $2,000 for the materials and installation of the aforementioned. The Contractor shall obtain the services of a local nursery to accomplish this work. I I I I [1 I I I I END OF SECTION 1 243-1 I I I I Li I TECHNICAL SPECIFICATIONS CHAIN LINK FENCE A. GENERAL Section 250 Chain Link Fence The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the completion of chain link fence as shown on the Plans and hereinafter specified. B. MATERIALS All chain link fence shall be 7 feet in height from the bottom of the fence fabric to the top barbed wire with a fabric height of 6 feet, unless otherwise shown on the Plans. Chain link fence shall be cyclone invincible, Steward "3TH," wickwire Type 423 or chain link fence of equal design and quality as approved by the Engineer. ' 1. Fabric. Fabric shall be No. 9 gauge copper bearing open hearth steel wire woven in 2 inch mesh, and heavily galvanized by the hot -dip process after weaving. 2. Posts. All posts shall be heavily coated with zinc by the hot -dip process after fabrication. All posts shall be of such a length that they may be embedded in ' concrete foundations to a depth not less than 30 inches. a. Line Posts. All line posts shall be 2-3/8 inch O.D. Schedule 40 galvanized ' pipe weighing not less than 3.65 pounds per linear foot. b. End, Corner, Angle and Pull Posts. These posts shall be of tubular steel, 3 inches outside diameter weighing not less than 5.79 pounds per linear ' foot. c. Swing Gate Posts. Swing gate posts shall be tubular steel and of a weight ' not less than that shown on the following table for the respective width gates. ' Gate Width Post O.D. Weight 4'-6' 3" 5.79 pounds 8'-14' 4" 9.10 pounds 16-18' 6-5/8" 18.97 pounds ' 3. Top Rail. All top rails shall be of 1-5/8 inch O.D. seamless steel pipe weighing 2.27 pounds per linear foot or other sections of equal quality as approved by the ' Engineer. All rails shall be zinc coated by the hot -dip process after fabrication. 4. Bracing. All bracing for end, gate, corner and angle posts shall be 1-5/8 inch O.D. 2.27 pound seamless steel tubing, complete with all fittings hot -dip galvanized. ' 250-1 Extension Arms. All intermediate posts shall be equipped with pressed copper -bearing steel extension arms. All end and corner posts shall be provided with heavy malleable iron extension arms. All extension arms shall be heavily coated with zinc by the hot -dip process. Each extension arm shall carry three strands of barbed wire at an angle of 45 degrees, the upper strand 12 inches out from the fence line, and 12 inches above the top of the fabric. Barbed Wire. Barbed wire shall be of the four -point pattern, composed of two strands of No. 12-1/2 gauge copper -bearing steel wire, with large barbs spaced 6 inches apart and shall be heavily galvanized by the hot -dip process after weaving. Tension Bars. Tension bars shall be 3/4 inch x 1/4 inch hot -dip galvanized copper bearing steel. Gates. All gate frames shall be fabricated by the manufacturer of the fence in which they are installed, in widths as shown on the Plans. Gate frames shall be made of 2 inch tubing with necessary intermediate braces of 1-5/8 inch seamless steel pipe weighing 2.27 pounds per linear foot, with at! pipe, fittings, stretcher bars, hook belts, 180 degree hinges, latches, truss rods and other accessories heavily galvanized by the hot -dip process. "Hang" side of gate shall be 2 inch Schedule 40 pipe. Each gate shall be filled with fabric to match the line fence fabric, and shall be provided with three strands of galvanized barbed wire above the top gate rail. Fabric shall be built into the gate frame by means of stretcher bars and adjustable bolt hoods. Hinges shall be of heavy malleable iron, hot -dip galvanized. Bottom hinges shall be of the ball and socket type or "alligator hinge type." A hot -dip galvanized latch of the plunger type, arranged for padlock locking, shall be provided for each gate. concrete shall be included in EXECUTION Specifications. Chain link fence shall be installed by the Contractor as shown on the Plans and as herein specified. Post Spacing and Setting. All posts shall be plumb, spaced in the line of fe not to exceed 10 foot centers. All posts shall be set 30 inches in conc foundations. Concrete foundations shall be circular in horizontal section, not than 10 inches in diameter for line posts, and with a diameter not less than outside diameter of the post plus 9 inches for each corner, gate and terrr posts. Post foundations shall extend above the natural ground surface and be crowned not less than 1 inch to provide adequate drainage away from ' Section 250 Chain Link Fence 2. Extension Arms and Top Rails. All posts shall be equipped with extension arms ' for barbed wire. The top rail shall pass through bases of extension arms and form a continuous brace from end to end of each section of fence. Top rails shall be provided with expansion rail couplings and shall be securely fastened to gate and terminal posts by means of suitable hot -dip galvanized connection. 3. Bracing. All end, gate, corner and angle posts shall be suitably braced with sections of seamless steel tubing, as specified herein, set in a horizontal position, with adjustable truss braces between terminal and first line posts, complete with all fittings hot -dip galvanized. Swing gates shall be equipped with auxiliary side ' braces where necessary. 4. Fabric Attachment. Fabric shall be attached to, and supported by, terminal and ' gate posts by means of tension bars, as herein specified, secured to the posts by means of heavy galvanized fittings. Fence fabric shall be fastened to line posts by means of aluminum bands or tie wires spaced approximately 14 inches apart, ' and to the top rail by means of aluminum tie wires spaced approximately 24 inches apart. I5. Barbed Wire. Three strands of barbed wire, as herein specified, shall be installed on the extension arms at the top of the fence. ' 6. Gates. Gates shall be installed as shown on the Plans and provided with a heavy-duty locking device. I END OF SECTION I I I I I 1 1 250-3 I El I I El I I I L I I [.l I I I TECHNICAL SPECIFICATIONS CLEANUP AND SEEDING A. GENERAL Section 295 Cleanup/Seeding The work to be included in this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for completion of cleanup, seeding, and mulching of all the cleared, unpaved portions of the project construction site or any disturbed areas as hereinafter specified. B. MATERIALS Topsoil. Topsoil shall be brought to the site for establishment or repair of vegetative cover. Topsoil shall be a loam or silty loam and shall be free of clay lumps, rocks, or excessive roots. The topsoil shall have an organic content of at least one percent. Topsoil shall have a minimum depth of 4 inches after placement. 2. Seed. Seed shall be labeled in accordance with current rules and regulations of the Arkansas State Plant Board and shall have a minimum of 98 percent pure seed and 85 percent germination by weight, and contain no noxious weed seeds. Seed shall be of the following rates and mixtures: a. Temporary Seeding. Temporary seeding for erosion control shall be at the rate of 0.25 pound per 100 square feet using annual rye grass. b. Permanent Seeding. Permanent seeding shall be composed of the varieties and amount by weight as shown below: Variety Lbs/Acre Bermuda Grass (Common) unhulled 20 Bermuda Grass (Common) hulled 10 Annual Rye Grass 50 Seed shall be applied using a spreader and shall be uniformly applied. 3. Fertilizer. Fertilizer shall be a commercial grade, uniform in composition, free flowing and suitable for application with mechanical equipment, delivered to the site in labeled containers conforming to current Arkansas Fertilizer Laws and bearing the analyses of the available nutrients which shall be 10-20-10 (nitrogen -phosphorus -potash). Fertilizer shall be applied to areas seeded at a rate of 300 pounds per acre or 0.7 pound per 100 square feet. 4. Straw for Mulch. Straw for mulch shall consist of straw from threshed rice, oats, wheat, barley or rye, or from hay obtained from various legumes or grasses, such as lespedeza, clover, vetch, soybeans. Bermuda, carpet sedge, Bahia, fescue or ' 295-1 Section 295 Cleanup/Seeding 1 other legumes or grasses, or a combination thereof. Mulch shall be dry and reasonably free from Johnson grass or other noxious weeds, and shall not be excessively brittle or in an advanced state of decomposition. All material shall be approved by the Engineer prior to use. Straw for mulch shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. 5. Hydro -Seeder Applications. Application of seed and fertilizer by approved 'Hydro -Seeder" will be acceptable. Application of mulch with approved power mulching equipment will be acceptable. Tackifiers shall be used to hold the mulch mat together and shall meet AHTD requirements for approved materials. , C. EXECUTION 1. Cleanup. During construction, the Contractor shall at all times keep work areas 1 in a clean, neat and workmanlike condition. Excess pipe, excavation, brush and materials of construction shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials will not be tolerated. Where any pavement, trees, grass, shrubbery, fences, poles or other property and surface structures have been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry out the requirements of the Contract Documents, state laws, municipal ordinances, or the specific direction of the Engineer, or through failure to employ usual and reasonable safeguards, such property and surface structures shall be replaced or repaired at the expense of the Contractor. 2. Temporary Seeding. Areas denuded of vegetation by grading operations, ' stockpiles of topsoil, or other areas disturbed by the Contractor which are subject to erosion shall be seeded with annual rye grass and covered with mulch to prevent erosion. The areas to receive temporary seeding shall be scarified, seeded and mulched with straw as specified elsewhere in these Specifications. Temporary seeding shall be watered as required to obtain a stand of temporary grass cover. I. No additional payment will be made to the Contractor for temporary seeding. 3. Permanent Seeding. All of the cleared, unpaved project construction site surface, whether or not disturbed, as well as any other areas disturbed by the Contractor, shall be tilled or disked to a depth of 2 inches, and raked free of any debris and/or gravel 1 inch or larger in diameter. Any compacted fill shall be disked to a depth of 8 inches and then raked. Topsoil shall then be applied to a minimum depth of 4 inches. 295-2 Li [I Section 295 Cleanup/Seeding The topsoil shall be fine graded and then raked to remove any rocks larger than 1 inch. All tire tracks, ruts, or high or low spots shall be eliminated during the raking process. After the area to be seeded has been raked, and accepted for seeding by the Engineer, it shall be seeded, fertilized and mulched at rates Ispecified elsewhere in these Specifications. Permanent seeding shall be watered as required to obtain a stand of permanent ' grass cover. The Contractor shall apply water in an amount such that, in conjunction with any rainfall, the seeded and mulched areas will receive a minimum of 1 inch of water each week. ' The Contractor shall maintain seeded areas by mowing, watering and application of fertilizers, if needed, until the project is accepted by the Owner. 1 I I I 1 1 11 1 I I 1 II I END OF SECTION 1 295-3 I Section 300 I I Aggregate Base Course TECHNICAL SPECIFICATIONS AGGREGATE BASE COURSE, CLASS 7 A. GENERAL The work to be included under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, supplies, testing and incidentals necessary for providing, placing and compacting aggregate base course, Class 7, as shown on the Plans and as hereinafter specified. ' B. MATERIALS AND EXECUTION I I I I I I I 1 I PI El I The Contractor shall furnish materials and place and compact aggregate base course, Class 7, as specified by Section 303 of "Standard Specifications for Highway Construction," Edition of 1993, published by the Arkansas State Highway Commission. These specifications are available for inspection in the Engineer's office, or may be obtained from the Arkansas State Highway and Transportation Department, Little Rock, Arkansas. Aggregate base course, Class 7, shall be compacted to 95 percent of modified Proctor (ASTM D1557-78). C. TESTING All testing, gradation, plasticity, modified Proctor standards, and in -place densities of aggregate base course, Class 7, shall be performed by a laboratory acceptable to the Engineer. All costs associated with the required testing shall be borne by the Contractor. The number of tests required shall be as set out below: Parking Areas and Driving Surfaces: One per 500 square feet for parking areas or driving surfaces. Under Buildings/Structures: One per 500 square feet. All tests shall be taken at the locations directed by the Engineer. Any retest or tests performed at the option of the Contractor shall be at the expense of the Contractor and shall not be included in the number of tests specified previously. END OF SECTION 1 300-1 I Section 330 I I I I L I I I L I I I I El I I Asphalt Street Surfacing TECHNICAL SPECIFICATIONS ASPHALT STREET SURFACING A. GENERAL The work to be included under this section of the Specifications shall consist of the furnishing, placing, compacting and finishing all base course, prime coat, tack coat and asphaltic concrete materials as herein specified and as shown on the Plans. B. MATERIALS 1. Base Course. Base course shall be aggregate base course, Class 7, which conforms to the requirements of Section 303 of the Standard Specifications for Highway Construction. 2. Prime and Tack Coats. Prime coat materials shall be Grade MC -30 as set forth in the table, and tack coat material shall be Grade SS -1 as set forth in the table, all in Section 403 of the Standard Specifications for Highway Construction. At the Contractor's option, EPR-1 prime, emulsified petroleum resin prime, as manufactured by Blackridge Emulsions, Inc., or equal, may be used in lieu of MC -30. 3. Surface Course. The surface course of the pavement shall be composed of a mixture of mineral aggregate and asphalt cement which meets the requirements of Type 2 gradation specified in Section 407 of the Standard Specifications for Highway Construction. Asphalt cement shall be Grade AC -30. C. CONSTRUCTION Base Course. After the subgrade has been compacted and accepted by the Engineer, the base course of aggregate base course, Class 7 material conforming to Section 303 of the Standard Specifications for Highway Construction shall be placed and compacted to 95 percent modified Proctor density as herein specified and as detailed on the Plans. If the depth of required base material exceeds 7 inches, the Contractor shall place and compact the material in two equal lifts. Compaction tests shall be taken at not more than 500 foot intervals as designated by the Engineer. Two additional tests shall be taken for each failing test. Expense of all testing shall be borne by the Contractor. During the placement of the base course material, the crushed stone shall be bladed and rolled to ensure complete and proper mixing, and water shall be added as required to establish optimum moisture for compaction. Water for construction purposes will be the responsibility of the Contractor. 2. Prime and Tack Coat. After the base course has been placed, compacted and accepted by the Engineer, the prime coat shall be applied in a manner conforming to the requirements of Sections 401 and 403 of the Standard Specifications for Highway Construction. The prime coat shall be applied at the rate of 0.25 gallons I 330-1 Section 330 Asphalt Street Surfacing per quare yard. Where required on existing surfaces, a tack coat shall be applied at the rate of 0.05 gallons per square yard. EPR-1 prime shall be applied in accordance with the manufacturer's recommended application rate. 3. Hot -Mix Asphaltic Concrete Surface Course. The prime and tack coats shall be allowed to cure and, when accepted by the Engineer, the surface course shall be placed conforming to the requirements of Sections 407, 409 and 410 of the Standard Specifications for Highway Construction. The material shall be placed to the compacted thickness shown on the Plans and compacted to 92 percent of the theoretical density. The surface course material shall be placed by the use of a self-propelled laying machine, with a vibrating screed designed to install a paving width of at least 13 feet. 4. Acceptance. Depth of asphalt concrete surface course shall be within +3/8 inch of the required depth plus any additional depth(s) required due to deficient depths in the base and binder courses. The average of all depth measurements shall not be less than the required depth, and any depth in excess of +3/8 inch will not be used in computing the average depth. If the average depth is less than the required depth, it will be corrected by overlaying with additional surface, or as directed by the Owner. If the surface deviation is greater than 1/4 inch when checked with a 10 foot straight -edge, the surface smoothness will be corrected as directed. No individual density shall be lower than 90 percent of maximum theoretical density. Any section with a density below that value shall be removed and replaced. The average of all densities for the project shall be not less than 92 percent of maximum theoretical density. If this average is less than 92 percent, the following penalties shall be assessed: Percent of Cost Percent of In -Place Material I I I I I I I I I I I 91.5 to 91.9 3 , 91.0 to 91.4 5 905 to 90.9 15 90.0 to 90.4 30 Below 90.0 Remove and Replace END OF SECTION I I I 330-2 I TECHNICAL SPECIFICATIONS PIPE CULVERTS Section 430 Pipe Culverts ' A. GENERAL The work included in this section shall consist of providing all materials, labor, equipment, ' tools, supplies, installation and incidentals necessary for the construction of pipe culverts and flared end sections for pipe culverts; of the type, size, dimensions, locations, and grades shown on the Plans and as herein specified. IB. MATERIALS I L.1 I I I I I I I I I The Contractor shall furnish pipe culverts of the various sizes shown on the Plans. All pipe shall be fabricated in a plant approved by the Arkansas Highway and Transportation Department. The reinforced concrete pipe shall be Class III tongue and groove, in accordance with the latest revision of ASTM (AASHTO) covering RCP pipe. Joints shall be cold -applied preformed bitumen plastic gaskets meeting all requirements of Federal Specifications SS -S -210A, "Sealing Compound, Preformed Plastic for Pipe Joints,Type 1, Rope Form. All pipe culverts and related materials shall be in accordance with Section 606.02 of the "Standard Specifications for Highway Construction," Edition of 1993, published by the Arkansas State Highway Commission. C. EXECUTION Pipe shall be installed in accordance with Subsection 606.03 of the "Standard Specifications for Highway Construction," Edition of 1993, published by the Arkansas State Highway Commission. Excavation. The subgrade for reinforced concrete pipe shall be graded to neat lines as shown on the Plans. Soft material shall be removed and replaced with suitable fill material and the fill material shall be compacted with mechanical tampers in accordance with Section 200 of these Specifications. 2. Forming Bed for Pine. The trench shall be excavated to the required depth and to the minimum width practicable for working conditions. The selected pipe bedding, frequently referred to as limestone abrasive "grit" shall meet the grading requirements of 100 percent passing the 3/8 inch sieve and 0-10 percent passing the #200 sieve, and shall be placed a minimum of 4 inches deep under the bottom of the pipe and placed to the springline of the culvert. Material shall be carefully placed under the pipe haunches. When underground water is encountered, a granular filter material meeting the grading requirements of Subsection 802.02(f) of the AHTD Standard Specifications for coarse aggregate of Class A concrete, shall be used in lieu of the "grit" bedding material and placed a minimum of 12 inches above the 4 inch underdrain pipe or to the springline of the culvert, whichever is greater. I 430-1 Section 430 1 Pipe Culverts The top of the bedding material shall be shaped to conform to the bottom of the pipe to afford a uniformly firm bed. Soft or yielding material that would be under the bedding material shall be removed and replaced with selected backfill material, which shall be compacted thoroughly into place with mechanical equipment. Where rock is encountered, the trench shall be undercut a minimum depth of 4 inches under the bedding material and backfilled with suitable material, which shall be tamped thoroughly with mechanical equipment. The cost of bedding material and/or granular filter material with pipe underdrain shall be included in the price bid. Where pipe is not laid in a trench, a uniformly firm bed shall be made as specified above for the bottom of the pipe. 3. Pipe Laving. The pipe laying shall begin at the downstream end and groove ends of concrete pipe shall be placed facing upstream. Pipe which is not in true alignment or which shows settlement after laying shall be taken up and relaid by the Contractor without extra compensation. Pipe shall not be laid in water or in unsuitable weather conditions. Control of surface and subsurface water is required so dry conditions will exist during excavation and pipe laying. 4. Joining Pipe. The method of joining concrete pipe sections shall be such that the , ends are fully entered and the inner surfaces are reasonably flush and even. Pipe protruding through structure walls shall be cut off flush with the inside face , wall of all drainage structures. When 4 inch underdrain pipe is constructed in the pipe trench, It shall terminate ' at the downstream drainage structure protruding through the structure wall and cut off flush with the inside face wall of the drainage structure. The upgrade ends shall be capped to prevent entry of soil materials. The pipe shall be laid to allow ' adequate room for granular filter material to be placed under pipe culvert haunches and the pipe sections joined securely with the appropriate coupling fittings. The pipe shall be installed in such a manner that continuous outflow is , provided during construction. Perforated underdrain pipe, when installed, shall have a nominal diameter of 4 inches and shall be the heavy-duty type, and shall conform to the requirements of AASHTO M252. The pipe shall have a minimum pipe stiffness of 30 psi at 10 percent deflection. Fittings for the underdrain shall be of the same composition and have the same physical properties as the pipe. The Contractor shall use the following procedure when applying the cold -applied preformed bitumen plastic gasket. The pipe joint surface shall be cleaned and the primer (if recommended by the manufacturer) brushed on and allowed to dry. The , 430-2 1 ' Section 430 Pipe Culverts 1 protective wrapping shall be removed from one side of the gasket. The gasket ' shall be laid strip side up on the surface of the pipe joint and the strip pressed firmly to surface of pipe joint end -to -end continuing around the entire circumference of the joint. The remaining protective wrapping shall be removed and pipe forced into connection until material fills the joint space. To ensure an even and well -filled joint, the final joining of the pipe shall be accomplished by either pushing or pulling, by mechanical means, each joint of the pipe as it is laid in an approved manner with sufficient pressure to assure that the joint is home and evidence of a slight squeeze -out of the plastic gasket occurs at 1 the outside or inside of the pipe joint. In cold weather, when directed, the joint material shall be warmed in a hot-water bath, or by other approved methods, to the extent required to keep the material pliable for placement without breaking or cracking. 5. Backfillino. Backfilling around the pipe shall be with approved material, free from large lumps or clods. The material shall be placed alongside the pipe in layers not to exceed 8 inches in depth at near optimum moisture content and compacted with mechanical equipment to 95 percent of standard Proctor density for the full depth of the pipe. Cross drains and storm sewer under existing or proposed pavement lane shall be backfilled full depth using crushed limestone aggregate ' base course, Class 7, and compacted to 95 percent modified Proctor density. In a fill section, the backfill shall be brought up evenly on each side for the full length of the pipe to avoid displacement. The berm of thoroughly compacted material Ion each side of the pipe shall be as wide as the outside diameter of the pipe. Pipe damaged during construction operations shall be replaced at the Contractor's expense. The cost of any gravel base material required for the backfill of culvert pipe shall be included in the price bid. END OF SECTION I I I II ' 430-3 I I TECHNICAL SPECIFICATIONS iCONCRETE Section 500 Concrete ' A. GENERAL This item shall consist of providing all materials, forms, labor, equipment, tools, supplies ' and incidentals necessary for the construction of concrete structures, tanks, bridges, culverts and miscellaneous work, including the concrete portions of steel, timber, stone masonry and composite structures, prepared and constructed in accordance with these ' Specifications, and conforming to the lines, grades, dimensions, and designs shown on the Plans. All concrete shall be normal weight, air -entrained concrete unless otherwise set out on the Plans. ' B. APPLICABLE STANDARDS AND CODES ' Materials and work shall conform to the requirements of standards, codes and recommended practices required in this section. In conflicts between industry standards, required standards and this Specification, or this Specification and the local building code, the more stringent requirement as interpreted by the Engineer shall govern. The referenced applicable standards and codes are: ' "Building Code Requirement for Reinforced Concrete,' ACI 318, latest revision; and ' 'Standard Specification for Ready -Mixed Concrete" ASTM C 94-80. C. MATERIALS Concrete shall consist of an approved Portland cement, a fine aggregate, a coarse aggregate, and water mixed in the proportions specified. Air entrainment shall be ' accomplished by the addition of an air -entraining agent to the mixing water. The constituent materials which combine to make concrete shall be as specified herein. No materials shall be used containing foreign matter, frost, or lumps or crusts of hardened ' substances. 1. Portland Cement. Portland cement shall conform to the requirements of ASTM C150-80, "Standard Specification for Portland Cement," Type I. Cement shall ' correspond to that upon which the selection of concrete proportions was based. Only one brand and manufacturer of cement shall be used on the contract except by written permission of the Engineer. The Contractor may use, subject to the approval of the Engineer, Type III Portland ' cement, a high early strength Portland cement. When a type of cement not specified is permitted by the Engineer, any additional cost shall be assumed by the Contractor. ' 500-1 Section 500 ' Concrete 1 2. Water. Water used in mixing or curing shall be clean and free from injurious amounts of oils, acids, alkalis, salts, organic materials, or other substances that may be deleterious to concrete or steel. 3. Aggregates. The gradation of the aggregate shall be determined by laboratory methods with sieves having square openings. a. Coarse Aggregate. Coarse aggregate shall consist of crushed stone or gravel. A coarse aggregate consisting of a combination of crushed stone and gravel shall be used only when specifically approved by the Engineer. Coarse aggregate shall be clean, tough, durable, and of uniform quality. ' The coarse aggregate shall have a percent of wear not exceeding 40 when tested in accordance with ASTM C1 31-76 "Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine." The aggregate shall have a loss not to exceed 12 percent when subjected to five cycles of the soundness test ASTM C88-76 "Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate" using sodium sulfate. When tested by laboratory methods, the amount of deleterious substances 1 will not exceed the following limits: ASTM Maximum Permissible 1 Description Designation Percentage by Weight Material Finer than , a No. 200 Sieve C117-80 1% Coal and Lignite C123-69 0.25% ' Clay Lumps C142-78 0.25% Soft Fragments C851-76 5.0% However, the total deleterious substances may not exceed five percent by , weight. Coarse aggregate size shall be reasonably well graded from coarse to fine and shall conform to the following grading requirements when tested in accordance with ASTM 0136 "Standard Method for Sieve Analysis of Fine , and Coarse Aggregate." Retained on 1-1/4" Sieve 0% Retained on 3/4" Sieve 20-65% Retained on 3/8" Sieve 70-90% Retained on No. 4 Sieve 95-100% 500-2 1 14. ' Section 500 Concrete I Coarse aggregate from any one source shall not vary as to maximum size ' and shall be uniform to a reasonable degree in gradation with the repres entative sample and/or gradation submitted by the Contractor. If the fineness modulus varies by more than 0.20 from the value assumed in ' selecting proportions for the concrete the aggregate will be rejected unless suitable adjustments are made in concrete proportions to compensate for the difference in grading. Ib. Fine Aggregate. Fine aggregate shall consist of clean, hard, durable particles of natural sand or other approved inert material with similar characteristics. The amount of deleterious substances shall not exceed the following limits when tested in accordance with the ASTM designation specified: ASTM Maximum Permissible ' Description Designation Percentage by Weight Material Finer than ' a No. 200 Sieve C117-80 2% Coal and Lignite C123-69 0.50% ' Clay Lumps O142-78 0.25% ' Soft and Flaky Particles C851-76 2% The fine aggregate shall be free from injurious amounts of organic impurities and shall pass the mortar strength test as specified in the following: When the fine aggregate is mixed with Portland cement in the proportion of one part of cement to three parts of fine aggregate, the tensile ' strength compared to standard Ottawa sand mortar specimens made with the same cement of the same proportions and consistency shall not be less than 100 percent at seven and 28 days. Fine aggregate shall be reasonably well graded from coarse to fine, and shall conform to the following grading requirements: Total retained on 3/8" Sieve 0% Total retained on No. 4 Sieve 0-5% ' Total retained on No. 8 Sieve 5-30% Total retained on No. 16 Sieve 20-55% Total retained on No. 30 Sieve 40-80% 1 Total retained on No. 50 Sieve 70-95% Total retained on No. 100 Sieve 95-100% Fine aggregate from any one source shall be uniform to a reasonable degree in gradation with the representative sample submitted by the 1 500-3 Section 500 ' Concrete Contractor. The fineness modulus of the fine aggregate shall not be less than 2.3 nor I more than 3.1 and shall not vary more than 0.20 from the value assumed in selecting proportions for the concrete, If this value is exceeded, the fine aggregate shall be rejected unless suitable adjustments are made in the proportions of fine and coarse aggregates. 4. Air -Entraining Agent. The air -entraining agent shall comply with the requirements of ASTM C260 "Standard Specification for Air -Entraining Admixtures for Concrete' and shall be added to the mixing water in solution. The Contractor shall submit evidence based on tests made in a recognized laboratory to show that the air -entraining admixture conforms to the requirements of the latest revision (ASTM C260) for seven and 28 day compressive and flexural strengths and resistance to freezing and thawings, except as provided in the following paragraph. Tests for bleeding, bond strength and volume change will not be required. Tests may be made upon samples taken from a quantity submitted by the Contractor for use on the project or upon samples submitted and certified by the manufacturer as representative of the admixture to be supplied. An exception to the requirements in the preceding paragraph is the case of , admixtures which are manufactured by neutralizing Vinsol resin with caustic soda (sodium hydroxide). When the Contractor proposes to use such an admixture he shall submit a certification concerning the admixture in the following form: "This is to certify that the product (trade name) as manufactured and sold by the (company) is an aqueous solution of Vinsol resin that has been neutralized with sodium hydroxide. The ratio of sodium hydroxide to Vinsol resin is one part of sodium hydroxide to (number) parts of Vinsol resin. The percentage of solids based on the residue dried at 105° C. is (number). No other additive or chemical agent is present in this solution." When the Contractor proposes to use an air -entraining admixture which has been previously approved, he shall submit a certification stating that the admixture is the same as that previously approved. If an admixture offered for use is essentially the same (with only minor difference in concentration) as another previously approved material, a certification will be required stating that the produce is essentially the same as the approved admixture and that no other admixture or chemical agent is present. Either prior to or at any time during construction, the Engineer may require that the admixture selected by the Contractor be further tested to determine its effect upon the strength of the concrete. When so tested, seven day compressive strength of concrete made with the cement and aggregates in the proportions to be used in the work shall be not less than 90 percent of the strength of concrete , made with the same materials and with the same cement content and consistency 500-4 1 I I II I I I J I I I II I I Section 500 Concrete but without the admixture. The percentage reduction in strength shall be calculated from the average strength of at least five standard 6 inch by 12 inch cylinders of each type of concrete. Specimens shall be made and cured in the laboratory in accordance with the requirements of the latest revision of ASTM C192 and shall be tested in accordance with the requirements of the latest revision of ASTM C39. 5. Surface Hardener. Sprayable/liquid silicate chemical curing/hardener applied at the time of concrete placement. Hardener must be a penetrating product, which reacts chemically with the concrete to density the upper layer and to increase the abrasive, chemical, and water resistance of the surface. Ashford Formula by Curecrete Chemical Company hardener/curing products (or equivalent), subject to compliance with requirements. Surface shall be applied to the wearing surface of the transfer station and to the materials recovery facility (MRF) floor slab. 6. Concrete Engineered Reinforced Fibers. Concrete engineered reinforced fibers (Fibermesh) shall be 100 percent virgin polypropylene, collated, fibrillated fibers from Fibermesh Company, 4019 Industry Drive, Chattanooga, TN 37416. Fibermesh fibers shall be used in all concrete as set out below. The reinforcing fibers shall be added to the mix at the rate of 1.5 pounds per cubic yard of concrete in strict accordance with the manufacturer's recommendations. Concrete containing Fibermesh shall be used at the following locations: a. Transfer and MRF floor slabs. b. Transfer station wearing surface. c. All exposed concrete pavement. d. Transfer pit floor slabs and ramps. e. Scale house floor slab and platform scale deck. 7. Admixtures. All materials other than Portland cement, water, aggregates and the specified air -entraining agent that are added to the concrete shall be subject to the permission of the Engineer. Fly ash or other admixtures may be used when permission for its use is requested by the Contractor and such permission is given by the Engineer. The Contractor shall support his request with a manufacturer's certified formulation of the proposed agent and with sufficient evidence that the proposed agent has given satisfactory results on other similar work and that the material is in compliance with all applicable ASTM and ACI standards. Additional certification that the admixture will not reduce the durability or specified strength of the concrete or reinforcing steel shall be submitted. When permission is granted for use of an admixture, no additional compensation will be made for furnishing, placing, finishing, or curing the concrete containing the admixture. I 500-5 Section 500 Concrete In general, the use of calcium chloride as an accelerating admixture in steel reinforced concrete sections will not be approved. However, certain conditions may warrant the use of calcium chloride, in which case permission of the Engineer must be obtained by the Contractor. D. CONCRETE QUALITY 1 Concrete shall be composed of a minimum of 6 standard 94 -pound sacks of Portland cement, fine aggregate, coarse aggregate, water, and an air -entraining agent proportioned in accordance with ACI 318-84 and these Specifications to meet the following criteria. 1 1. Specified Compressive Strength. The specified compressive strength (f'c) shall be 4,000 pounds per square inch at 28 days. 2. Air Entrainment. The total air content (entrained and entrapped air) shall be 6 percent ±1 percent. Maximum total air content on troweled flatwork protected from the elements and receiving a surface hardener shall be 3 percent. 3. Slump. Slump shall be not less than 2 inches nor more than 4 inches. E. PROPORTIONING Proportions of ingredients for concrete shall be established to provide adequate durability, workability, and proper consistency to permit the concrete to be worked readily into the forms and around reinforcement under the conditions of placement to be employed, without excessive segregation or bleeding. The concrete shall also be resistant to freezing and thawing and shall be in conformance with the strength requirements set out. The criteria hereinafter set out are solely for the purpose of establishing required mixture proportions and do not constitute a basis for confirming the adequacy of concrete strength. 1. Required Average Strength Above Specified Compressive Strength. Proportions, including water -cement ratio, shall be established on the basis either of laboratory trial batches or of field experience with the materials to be employed. The proportions shall be selected to produce an average strength at 28 days exceeding the specified compressive strength by the amount indicated below, when both air content and slump are the maximums permitted by the Specifications. If watertight concrete is required, the water -cement ratio shall not exceed 0.48. Determination of the required average strength shall be in accordance with ACI 318 , "Building Code Requirements for Reinforced Concrete," except that if suitable data from trial batches or field experience cannot be obtained, permission will not be granted to base concrete proportions on the water -cement ratio limits set out in the above referenced code. FT 500-6 1 C C I I I I I I I El L H I I J Section 500 Concrete a. Past Plant Performance. Proportions may be established on the actual field performance of the ready -mix producer. Where the concrete production facility has a record, based on at least 30 consecutive strength tests representing similar materials and conditions to those expected, the strength used as the basis for selecting proportions shall exceed the required f'c by at least: 400 psi if the standard deviation is less than 300 psi; 550 psi if the standard deviation is 300 to 400 psi; 700 psi if the standard deviation is 400 to 500 psi; 900 psi if the standard deviation is 500 to 600 psi; 1,200 psi if the standard deviation is above 600 psi or unknown. Strength data for determining standard deviation shall be considered to comply with the foregoing stipulations if they represent either a group of at least 30 consecutive tests or the statistical average for two groups totaling 30 or more tests. The tests used to establish standard deviation shall represent concrete produced to meet a specified strength or strengths within 1,000 psi of that specified for the proposed work. Changes in materials and proportions within the population of background tests shall not have been more closely restricted than they will be for the proposed work. b. Laboratory Trial Batches. When the ready -mix producer does not have a record of past performance, the combination of materials and the proportions selected shall be determined from trial mixes having proportions and consistencies suitable for the work based on ACI 211.1-77. When laboratory trial batches are used as the basis for selecting concrete proportions, strength tests shall be made in accordance with Method of Test for Compressive Strength of Molded Concrete Cylinders" (ASTM C39) on specimens prepared in accordance with "Method of Making and Curing Test Specimens in the Laboratory" (ASTM C192). A curve shall be established showing the relationship between water -cement ratio (or cement content) and compressive strength. The curve shall be based on at least three points representing batches which produce strengths above and below that required. Each point shall represent the average of at least three specimens tested at 28 days or the earlier age designation. The average strength required shall exceed the specified compressive strength by 1,200 psi. The maximum permissible water -cement ratio (or minimum cement content) for the concrete to be used in the structure shall be that shown by the curve to produce the average strength indicated, but in no case shall the water -cement ratio exceed 0.53 by weight, or in the case watertight concrete is specified or shown on the Plans, it shall in no case exceed 0.48 by weight. I 500-7 Section 500 Concrete 1 F. SUBMITTALS The Contractor or ready -mix concrete producer shall submit either: I 1. one copy of each of 30 consecutive strength test results and mix design used from a record of past performance; or 2. one copy of the laboratory trial mix designs and results, and one copy of the mix design proposed for use under this contract. The Contractor shall provide and pay all costs associated with testing services for the following: 1. any testing service required by the Contractor; and 2. qualification of the proposed materials and the establishment of mix designs in accordance with ACI 318, latest revision, and these Specifications. Additionally, when requested by the Engineer, the Contractor shall, at his own expense, submit samples of materials proposed for use in the concrete mix, including names, sources, and descriptions. G. TESTING I Materials and operations shall be tested as the work progresses. The cost of all field testing of materials and work shall be borne by the Contractor. The testing laboratory shall be one recommended by the Contractor and approved by the Engineer. 1. Testing will be performed generally as set out below. For each 50 cubic yards of concrete placed or for each run representing a unit or portion of a finished structure, whichever is less (i.e, footing, wall, floor slab, columns, roof slab, etc.), the following tests shall be performed: a. Composite samples shall be served in accordance with ASTM C172-71 (Reapproved 1977) "Standard Method of Sampling Fresh Concrete." b. Mold and laboratory cure three specimens from each test required in accordance with ANSI/ASTM C31-69 (Reapproved 1975) "Standard Method of Making and Curing Concrete Test Specimens in the Field." Ii c. Test the specimens in accordance with ANSI/ASTM C39-72 (Reapproved 1979) "Standard Test Method for Compressive Strength of Concrete Specimens." Two specimens shall be tested at 28 days for acceptance and one specimen shall be tested at seven days for information. d. The slump of the normal -weight concrete sample for each strength test shall be determined in accordance with ANSI/ASTM C143-78 "Standard Test Method for Slump of Portland Cement Concrete." 500-8 1 ' Section 500 Concrete e. Determine the total air content of a normal -weight concrete sample for each ' strength test in accordance with ANSI/ASTM C238-83 "Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method," or in accordance with ANSI/ASTM C138-77 "Standard Test Method for Unit ' Weight, Yield, and Air Content (Gravimetric) of Concrete." 2. The Contractor, at his option, and under the direction of the Engineer, may secure ' and mold samples and perform the tests specified in ASTM C238-83, provided he has the necessary equipment for securing, molding and testing as set out in the referenced standards, and performs these tasks in strict accordance with the ' referenced standards. Any questions arising as to whether the tests are being performed in accordance with these standards, or whether an approved laboratory should be used, will be decided by the Engineer. H. EVALUATION AND ACCEPTANCE OF CONCRETE II. Strength Level. The strength level of the concrete shall be considered satisfactory if both of the following requirements are met: ' a. The average of all sets of three consecutive strength tests equal or exceed the specified f'c. ' b. No individual strength test (average of two cylinders) falls below required f'c by more than 500 psi. ' If either of the above requirements are not met, steps shall be taken immediately to increase the average of subsequent strength test results. I If any strength test of laboratory -cured cylinders falls below required f' by more than 500 psi, steps shall be taken to assure that load -carrying capacity of the structure is not jeopardized. ' If the likelihood of low -strength concrete is confirmed and computations indicate that load -carrying capacity may have been significantly reduced, tests of cores drilled ' from the area in question may be required in accordance with "Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete" (ASTM C42). In such case, three cores shall be taken for each strength test more than 500 psi below required f'c. If concrete in the structure will be dry under service conditions, cores shall be air dried (temperature 60° to 80° F., relative humidity less than 60 percent) for seven ' days before test and shall be tested dry. If concrete in the structure will be more than superficially wet under service conditions, cores shall be immersed in water for at least 48 hours and be tested wet. Concrete in an area represented by core tests shall be considered structurally adequate if the average of three cores is equal to at least 85 percent of f'. and in no single core is less than 75 percent of f'c. To check testing accuracy, locations ' 500-9 Section 500 ' Concrete represented by erratic core strengths may be retested. If these criteria are not met, and if structural adequacy remains in doubt, the Engineer may order load tests for the questionable portion of the structure, or take other action as he deems necessary, including non -acceptance of the structure. The cost of any additional testing to determine structural adequacy shall be borne ■ ■ by the Contractor. 2. Field -Cured Specimens. The Engineer may require supplementary strength tests ' of cylinders cured under field conditions when the adequacy of curing and protection of concrete in the structure is in question. Field -cured cylinders shall be cured under field conditions in accordance with Section 7.4 of "Method of Making and Curing Concrete Test Specimens in the Field" (ASTM C31). Field -cured test cylinders shall be molded at the same time and from the same i samples as laboratory -cured test cylinders. Procedures for protecting and curing concrete shall be improved when strength of ' field -cured cylinders at the test age designated for measuring f'c is less than 85 percent of that of companion laboratory- cured cylinders. When laboratory -cured cylinder strengths are appreciably higher than f'C, field -cured cylinder strengths need not exceed f'c by more than 500 psi even though the 85 percent criterion is not met. The cost of obtaining samples, transportation and testing shall be borne by the ' Contractor. I. MIXING. PLACING AND CURING CONCRETE , All concrete shall be produced, mixed and delivered to the job site by a ready -mix concrete manufacturer. The Engineer will consider site mixing of concrete at the request of the Contractor. Concrete shall be mixed and placed as set out below. Before concrete is placed, all equipment for mixing and transporting the concrete shall t be clean, all debris and ice shall be removed from the spaces to be occupied by the concrete, forms shall be properly coated, masonry filler units that will be in contact with concrete shall be well drenched, and the reinforcement shall be thoroughly clean of ice or other deleterious coatings. Water shall be removed from the place of deposit before concrete is placed unless a tremie is to be used or unless otherwise permitted by the Engineer. All laitance and other unsound material shall be removed from hardened concrete before ' additional concrete is placed. 1. Mixing of Concrete. All concrete shall be mixed until there is a uniform distribution of the materials and shall be discharged completely before the mixer is recharged. Ready -mixed concrete shall be mixed and delivered in accordance with the ' 500-10 I ' Section 500 Concrete requirements set forth in •Specification for Ready -Mixed Concrete" (ASTM C94). ' 2. Conveying. Concrete shall be conveyed from the mixer to the place of final deposit by methods which will prevent segregation or loss of materials. Conveying equipment shall be capable of providing a supply of concrete at the site of placement without separation of ingredients and without interruptions sufficient to permit loss of plasticity between successive increments. 3. Depositing. Concrete shall be deposited as nearly as practicable in its final position Ito avoid segregation due to rehandling or flowing. The concreting shall be carried on at such a rate that the concrete is at all times plastic and will readily fill the spaces between the bars when vibrated as herein specified. No concrete that has partially hardened or been contaminated by foreign materials shall be deposited in the structure, nor shall retempered concrete or concrete which has been remixed after initial set be used. In placing, concrete shall not be allowed to drop a distance of more than six (6) feet through free space. Tremies shall be used where the drop exceeds six feet. After concreting is started, it shall be carried on as a continuous operation until the placing of the panel or section is completed. The top surfaces of vertically formed ' lifts shall be generally level. In no case shall any concrete be placed without an Inspector present. Concrete placed in violation of this provision may be rejected and removal required. All concrete shall be thoroughly consolidated by mechanical vibration during placement, and shall be thoroughly worked around the reinforcement and embedded fixtures and into the corners of the forms. All vibration shall be internal and vibrating equipment shall be suitable to the Engineer. The Contractor shall provide a sufficient number of vibrators to properly compact each batch immediately after it is placed in the forms, and shall have in reserve at all times sufficient vibratory equipment to guard against shutdown of the work because of the failure of equipment in operation. 4. Curing. Concrete shall be maintained above 50° F. and in a moist condition for at ' least the first seven days after placing, except that high -early -strength concrete shall be so maintained for at least the first three days. Supplementary strength tests in accordance with Section 500-H.2 may be required to assure that curing is satisfactory. Curing by high pressure steam, steam at atmospheric pressure, heat and moisture, or other processes acceptable to the Engineer may be employed. Curing compounds, Visqueen, or burlene may be used if approved by the Engineer. Accelerated curing shall provide the compressive strength of the concrete at the tload stage considered at least equal to the design strength required at that load 500-11 Section 500 ' Concrete 1 stage. The curing process shall produce concrete with a durability at least equivalent to the curing method if steam or other acceptable methods are not utilized. a. Cold -Weather Requirements. Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near -freezing weather. No frozen materials or materials containing snow or ice shall be used. I All reinforcement, forms, fillers, and ground with which the concrete is to come in contact shall be free from snow and ice. All concrete placed in forms shall have a temperature of 50° F. or higher after placement. Adequate means shall be provided for maintaining this temperature for three days. When high -early -strength concrete is used, a temperature of at least 500 F. shall be maintained for two days. In either case, additional time necessary to ensure proper curing of the concrete shall be provided as directed by the Engineer. The housing, covering, or other protection used in curing shall remain intact at least 24 hours after artificial heating is discontinued. No _ dependence shall be placed on salt or other chemicals for the prevention of freezing. I b. Hot -Weather Requirements. In hot weather, suitable precautions shall be taken to avoid drying of the concrete prior to finishing operations. Use of windbreaks, sunshades, fog sprays, or other devices as directed by the Engineer shall be provided. Concrete deposited in hot weather shall not have a placing temperature that will cause difficulty from loss of slump, flash set, or cold joints. Concrete temperature shall be less than 90° F. unless higher temperatures are permitted by the Engineer. J. FORMS Forms shall conform to shapes, lines and dimensions of the members as called for on the Plans, and shall be sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together so as to maintain position and shape. Unless otherwise specified, suitable moulding or bevel strips shall be placed in the angles of forms to round or bevel the edges of the concrete, as shown on the Plans or otherwise directed by the Engineer. Forms shall be removed in such a manner as to ensure the complete safety of the , structure. In no case shall supporting forms or shoring be removed until members have acquired sufficient strength to support their weight and imposed loads safely. K. DEPOSITING CONCRETE UNDER WATER I Concrete shall not be deposited in water except with the approval of the Engineer, and under his immediate supervision; and in this case, the method of placing shall be as ' 500-12 1 I I L L I I Section 500 Concrete hereinafter designated. Concrete deposited in water shall be a seal or watertight concrete. To prevent segregation, it shall be carefully placed in a compact mass, in its final position, by means of a tremie, a bottom dump bucket or other approved method, and shall not be disturbed after being deposited. Still water shall be maintained at the point of deposit and the forms under water shall be watertight. For parts of structures under water, when possible, concrete seals shall be placed continuously from start to finish. The surface of the concrete shall be kept as nearly horizontal as practicable at all times. To ensure thorough bonding, each succeeding layer of seal shall be placed before the preceding layer has taken initial set. A tremie shall consist of a tube having a diameter of not less than 10 inches, constructed in sections having flanged couplings fitted with gaskets. The tremies shall be supported so as to permit free movement of the discharge end over the entire top surface of the work and so as to permit rapid lowering when necessary to retard or stop the flow of concrete. The discharge end shall be closed at the start of work so as to prevent water entering the tube and shall be entirely sealed at all times. The tremie tube shall be kept ' full to the bottom of the hopper. When a batch is dumped into the hopper, the flow of concrete shall be induced by slightly raising the discharge end, always keeping it in the deposited concrete. The flow shall be continuous until the work is completed. Depositing of concrete by the drop bottom bucket method shall conform to the following specification. The top of the bucket shall be open. the bottom door shall open freely and outward when tripping. The bucket shall be completely filled and slowly lowered to avoid backwash. It shall not be dumped until it rests on the surface upon which the concrete is to be deposited and when discharged, shall be withdrawn slowly until well above the concrete. The slump of concrete shall be maintained between 4 and 8 inches. Dewatering may proceed when the concrete seal is sufficiently hard and strong. All laitance or other unsatisfactory materials shall be removed from the exposed surface by scraping, chipping or other means which will not injure the surface of the concrete. ' L. FALSEWORK AND CENTERING Unless otherwise provided, detailed Plans for falsework or centering shall be supplied to the Engineer on request; but, in no case shall the Contractor be relieved of responsibility for results obtained by the use of these Plans. ' For designing falsework and centering, a weight of 150 pounds per cubic foot shall be assumed for green concrete. All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads without appreciable settlement or ' deformation. The Engineer may require the Contractor to employ screw jacks or hardwood wedges to take up any settlement in the formwork either before or during the placing of concrete. 500-13 Section 500 Concrete Falsework which cannot be founded on a satisfactory footing shall be supported on piling which shall be spaced, driven and removed in a manner approved by the Engineer. ' Falsework shall be set to give the finished structure the camber specified or indicated on the Plans. , Arch centering shall be constructed according to centering plans approved by the Engineer. Provision shall be made by means of suitable wedges, sand boxes or other devices for the gradual lowering of centers, and rendering the arch self-supporting. When directed, centering shall be placed upon approved jacks in order to take up and correct any slight settlement which may occur after the placing has begun. ' M. FOUNDATION PITS AND FORMS All foundation pits and forms shall be inspected and approved by the Engineer prior to placing any part of the structure and the methods employed in performing the work and all equipment, tools and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer. All equipment, tools and machinery used must be maintained in a satisfactory working condition. Forms shall conform to the shape, lines and dimensions of the concrete as called for on the Plans. All plane form surfaces shall be constructed so that the finished concrete surfaces will be true planes, free from waves and irregularities. Lumber used in forms for exposed surfaces shall be straight, dressed to uniform width and thickness and shall be free from loose knots or other defects. Joints in forms shall be horizontal or vertical. For unexposed surfaces, undressed lumber may be used. Lumber once used in forms shall have nails withdrawn and surfaces to be in contact with the concrete thoroughly cleaned before being used again. Forms shall be substantial and sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together in such a manner that they will maintain their original position and shape under the superimposed loads and the fluid pressure of the concrete. If adequate foundations for shores cannot be secured, trussed supports shall be provided. Where required by the Technical Specifications, concrete shall be poured against , waterproofed Douglas fir plywood, or waterproofed tempered hardpressed fiberboard, of a make and quality approved by the Engineer, and installed in strict conformity to the manufacturer's specifications. Forms used for backing up and otherwise supporting form lining shall have a flat surface but need not be tight. At the top of all walls or other surfaces which are to be finished to a true line, the top of the form shall be brought to a true line and grade so that the surface may be finished by means of a float or template resting on the top edge of the form. Forms, on one side of the wall at least, shall not extend over horizontal construction joints. Flat steel bars or rods, unless otherwise authorized, shall be used for internal form ties. They shall be provided with lugs,nuts, cones or other approved devices, which will serve 500-14 1 I I I I L [1 I II I I I I Section 500 Concrete as spreaders or form spacers, and the ties shall have sufficient mechanical strength, stiffness and rigidity to hold the forms in proper position, spacing and alignment. The ties shall be of such design that the body of the tie will remain embedded in the concrete, with the ends of the ties not closer than 1/2 inch from the outer concrete surfaces. The ends of the embedded portion of the tie shall be provided with holes, corrugations, hooks, or other approved type of mortar clinch, and these ends shall be protected from the concrete by means of cone shaped shields of sufficient depth to provide adequate anchorage for the cement mortar plugs which shall be placed in the holes left by these shields. Wire form ties will be permitted only on light and unimportant work and with the approval of the Engineer. They shall not be used through surfaces where discoloration would be objectionable, wire ties, where used, must not be tightened by twisting, but shall be tightened by means of wedges placed outside the forms. No more initial stress is to be placed in the wire tie than is necessary to remove all slack. Shores supporting successive stories shall be placed directly over those below or so designated that the load will be transmitted directly to them. Forms shall be set to line and grade and so constructed and fastened as to provide and maintain true lines. Special care shall be used to prevent bulging. The forms for all walls should be such as to allow continuous pouring from the bottom to the top of the wall. Unless otherwise specified, suitable moulding or bevel strips shall be placed in the angles of forms to round or bevel the edges of the concrete. Bevel strips on the exposed corners of beams and girders shall be carried to the face of the beam support. Bevel strips on the exposed corners of columns shall be carried to their intersection with the edge of a beam or girder of the column. The ends of all triangle bevel strips which do not extend the full length of the corners they occupy shall be cut off on an angle of 45°. Unless otherwise authorized by the Engineer, the inside of forms shall be coated with non -staining paraffin oil, or other approved material, applied before the reinforcement is placed, and all surplus oil removed from the surface of the forms by thorough wiping with soft absorbent cloths. ' Temporary openings shall be placed at the bottom of the column and wall forms, and at other points where necessary to facilitate cleaning and inspection immediately before depositing concrete. Forms shall not be disturbed until the concrete has adequately hardened. Shoring shall not be removed until the member has acquired sufficient strength to support its weight ' and the load upon it. Members subject to additional loads during construction shall be adequately shored to support both the member and construction loads in such a manner as will protect the member from damage by the loads; this shoring shall not be removed 1 until the member has acquired sufficient strength to support safely its weight and the load upon it. The following table gives the minimum time which shall elapse between the time of placing the concrete and the removal of forms at various average temperatures. 1 500-15 Section 500 Concrete Class of Work Above 600 500 to 60° 400 to 500 Below 40° 1 Walls in Mass Work 1 day 2 days 5 days Not until tests have I been made indicating concrete is set. Thin Walls - 12 inches 2 days 4 days 7 days or less in thickness Columns - if girders 3 days 5 days 10 days 1, are shored Bottom forms of slabs 4 days 8 days 14 days I (5 foot or less span) Bottom forms of beams 14 days 20 days 28 days I. and girders (less than 14 foot span) If high early strength cement is used,. these periods may be reduced as directed by the 1 Engineer. When field operations are controlled by beam or cylinder tests, the removal of forms, 1 supports and housing, and the discontinuance of heating and curing may be begun when the concrete is found to have a modulus of rupture of not less than 600 pounds per square inch or a compressive strength of 3,000 pounds per square inch, provided further that in no case shall supports be removed in less than seven days after pouring the concrete. The beams of cylinders shall be cured under conditions which are not more favorable than the most unfavorable conditions for the portions of the concrete which they represent. Form work in buildings should be so designed that the column forms may be removed , without in any way disturbing the supports of the beams or girders, in order than any defect in the column may be detected and remedied before any load is placed on the column. Dimensions of all forms shall be carefully checked by the Contractor and the Engineer after they are erected and before the concrete is placed. The Contractor will be held responsible for the accuracy of all construction. N. CONSTRUCTION JOINTS I Construction joints shall be made only where located on the Plans or shown in the placing schedule, unless otherwise approved by the Engineer. 500-16 1 I I Section 500 Concrete I If not detailed on the Plans, or in the case of emergency, construction joints shall be placed as directed by the Engineer. Shear keys or inclined reinforcement shall be used where necessary to transmit shear or bond the two sections together. Waterstops shall be placed as shown on the Plans and shall conform to requirements specified elsewhere in these Specifications. O. HONEYCOMBING All concrete which, upon removal of the forms, is found to be porous or ^honeycombed" shall be immediately cut out and removed entirely from the body of the concrete. The parts removed shall extend not less than 1 inch back of the reinforcement steel where such steel is present in the concrete face which is being repaired, removing sound concrete, if necessary, to obtain this depth. If reinforcement steel is not present, the parts removed shall extend into the concrete not less than 3 inches and the opening 1 dovetailed in such a manner that the new concrete filling will be securely anchored. In replacing concrete so removed, forms shall be built with a spout or hopper outside the concrete surface, which shall be filled with fresh concrete to a point not less than 12 inches above the top of the hole caused by removing the porous concrete. The fresh concrete shall be properly bonded to the old concrete surfaces, as hereinbefore specified, and shall be well puddled. The hopper shall be removed after the concrete has hardened and within 24 hours after the concrete is placed, the excess concrete carefully cut away, and the surface pointed and rubbed smooth. Concrete used in replacing porous concrete shall be protected from premature drying. Where the structural integrity of the structure may be in question due to honeycombing, the Engineer shall decide the appropriate action. P. FINISHING CONCRETE Face forms shall be removed as soon as practicable in order to facilitate finishing the concrete surfaces. Care shall be taken to avoid roughening or injuring corners, and to keep all edges sharp. Immediately after the forms are removed, any fins or other projections shall be carefully removed, rough spots in the faces of the walls and any broken corners or edges shall ' be repaired and all bolt holes shall be plugged and entirely filled with mortar containing one part by volume of cement and two parts by volume of sand screened over a No. 8 screen. Pointing shall be brought smooth with the surface by means of a wooden float. A steel trowel shall not be used to finish the surface. Plastering will not be permitted. After the pointing has set sufficiently to permit it, all exposed surfaces on outside walls above finished grade and inside walls in tanks above the normal liquid level and inside walls of structures shall be thoroughly wetted and rubbed with a medium carborundum stone followed by a second rubbing with a fine carborundum stone to obtain an entire surface of a smooth texture and uniformity in color. A cement wash or plaster coat shall not be used. ' 500-17 Section 500 1 Concrete 1 Particular attention is called to the fact that the tops of all walls shall be finished true to line and grade. The finish shall match the wall finish. Floors, sidewalks, and other exposed wearing surfaces which require finishing shall be poured against carefully set screeds and troweled smooth with power operated trowels. 7 Excess water shall be drained away or otherwise removed. The final finish with a steel trowel shall not be made until the cement has acquired its initial set. No more troweling shall be done than is necessary to obtain a smooth surface. The top surfaces of walks shall be finished with a light broom or brush and an edging tool instead of a trowel. Sidewalks shall be laid out in blocks with an approved grooving tool as shown on the Plans or as directed by the Engineer. Care must be taken to avoid drawing an excess of cement to the surface of floors or walks. Dry cement or a dry mixture of cement and sand shall not be sprinkled directly on the surface. Floors shall be marked at the direction of the Engineer. Care shall be taken that all floor surfaces drain properly and that the grooving tool does not raise the surface of the floor and form pockets which do not drain. Floor requiring a mortar wearing coat will be so indicated on the Plans. Alternate or additional finishing specifications may be set out elsewhere on the Plans or in the Specifications. END OF SECTION 11 I I I I I 500-18 I L! Section 502 Concrete Materials 1 TECHNICAL SPECIFICATIONS APPURTENANT CONCRETE MATERIALS, JOINT FILLERS, WATERSTOPS, AND MISCELLANEOUS METALS A. GENERAL The work to be included under this section of the Specifications shall consist of providing ' all labor, equipment, tools, supplies and incidentals necessary for providing and installing all joint fillers, waterstops and miscellaneous metals specified. The work shall include every item of construction necessary for a complete and acceptable installation as shown Ion the Plans and hereinafter specified. B. MATERIALS I1. Mortar Sand. Mortar sand when specified shall conform to the quality requirements for fine aggregate for concrete as specified herein except that the gradation shall be as follows: 1 Percentage by Weight Passing No. 8 Sieve 100% Passing No. 50 Sieve 15-40% Passing No. 100 Sieve 0-10% 2. Waterstops. Waterstops shall be PVC 9 inch flat dumbbell type or 9 inch center bulb type as shown on the Plans. All waterstop shall meet the requirements of I Corps of engineers Specification CRD-C-572-74, as manufactured by Grace Construction Products, or equal. Waterstops where shown shall be "Synkaflex," or equal. 3. Joint Fillers. The materials for filling and sealing joints in concrete construction shall be as shown on the Plans and as herein specified. a. Expansion Joint Filler. 1) Submerged Areas. All expansion joint filler in areas which will be submerged in water shall be "Self -Expanding Cork" as Lmanufactured by Grace Construction Products Company, or equal. 2) Non -Submerged Areas. Materials for expansion joints in areas not submerged shall be performed to the required cross sectional area and be either bituminous plank type meeting the requirements of AASHTO M-33 or of AASHTO M-213. The top of asphalt impregnated fiber resilient type shall be sealed with 1/2 inch of poured joint sealant as specified herein. 1 502-1 Section 502 Concrete Materials b. Joint Sealant 1) Submerged Areas. Joint sealants in areas which will be submerged in water will be Vulkem 116, or equal, conforming to U. S. Federal Specification, TT -S -00230C, Type II, Class A, and ASTM C920-79, Type S. or equal. 2) Non -Submerged Areas. Joint sealants in non -submerged areas shall be Vulkem 116, or equal, meeting the requirements of Federal Spec. TT-S-00230Cm Type II, Class A and ASTM C920-79, Type S. or equal. c. Roofing Felt. Roofing felt when shown on the Plans to be used for joint material and bearing pads shall consist of a roofing felt saturated and �. coated on both sides with asphalt, and coated on one side with powdered mineral matter such as talc or mica, and shall conform to the current specifications for Asphalt Roll Roofing of the ASTM, Designation D224. d. Roofing Asphalt. Where required on the Plans as a bond breaker, roofing asphalt shall be pourable or knife grade material. e. Non -Shrink Grout. Non -shrink grout for column or machinery bases shall be "Masterflow 713" as manufactured by Master Builders, or equal. 4. Miscellaneous Metals. Where referenced or shown on the Plans, miscellaneous metals conforming to the following will be provided: a. Wrought Iron. (Plates, shapes and bars.) Wrought iron shall conform to the requirements of the ASTM Standards A 42 for Wrought Iron Plates, A 207 for Rolled Wrought Iron Shapes and Bars, or A 72 for Welded Wrought Iron Pipe. b. Carbon Steel Castings. Carbon steel castings shall conform to the specifications for Mild to Medium Strength Carbon Steel Castings for General Application of the ASTM Designation A 27. Grade 65-30 shall be furnished unless otherwise specified. , c. Gray Iron Castings. Iron castings shall conform to the requirements of the ASTM Standards A 48 for Class A Gray Iron Castings. Class No. 30 shall I be furnished unless otherwise specified. The castings shall be boldly billeted at angles and the arises shall be sharp and perfect. Iron castings shall be true to pattern to form and dimensions, free from pouring faults, cracks, sponginess, blow holes and other defects in positions affecting their strength and value for the service intended. 502-2 I Section 502 iConcrete Materials ' All castings shall be sandblasted or otherwise effectively cleaned of scale and sand so as to present a smooth, clean and uniform surface. C. EXECUTION 1. Grouting and Hand Stoning. Any grouting (except columns and machinery bases) or hand stoning shall be Portland cement grout using the specified mortar sand. 2. Waterstops. All waterstops shall be installed in accordance with the manufacturer's recommendations. Joints shall be heat welded and lap joints shall not be used. 3. Joint Fillers and Sealants. All joint fillers shall be installed 1/2 inch below finish grade and the top 1/2 inch shall be filled with the specified sealant, all in accordance with the manufacturer's recommendations and instructions. ' 4. Roofing Felt and Roofing Asphalt. Where roofing felt or roofing asphalt are specified on the Plans as a bond breaker, two layers of felt shall be installed with joints lapped a minimum of 4 inches or a layer of asphalt of 1/8 inch minimum thickness shall be applied to the required area. 5. Non -Shrink Grout. Non -shrink grout, where required under column on machinery bases, shall be installed in strict accordance with the manufacturer's recommendations. I F END OF SECTION I I I Ii I I 1 502-3 I I L IA. GENERAL TECHNICAL SPECIFICATIONS REINFORCING STEEL Section 590 Reinforcing Steel 1 The work to be included under this section includes providing all materials, labor, tools, equipment and incidentals necessary for furnishing and placing all reinforcing steel of the shape and dimension shown on the Plans and as specified. Miscellaneous metals are also specified in this section. B. MATERIALS 1. Bar Reinforcement. Bar reinforcement for concrete shall be of the deformed type and shall conform to either of the standards below: ' a. ASTM A 615-82, "Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement." Ib. ASTM A 617-82a, "Standard Specification for Axle -Steel Deformed and Plain Bars for Concrete Reinforcement." ' All reinforcing bars shall be Grade 60 as defined in the above referenced standards, unless otherwise shown on the Plans. ' 2. Welded Wire Fabric. Unless otherwise shown on the Plans, welded wire fabric shall mean smooth type welded wire fabric conforming to the requirements of ' ASTM A 185, "Welded Wire Fabric for Concrete Reinforcement." The wire used in the manufacture of the fabric shall conform to ASTM A 82, "Cold Drawn Steel Wire for Concrete Reinforcement." 3. Bar Mat Reinforcement. Deformed bar mat reinforcement for concrete shall conform to the requirements of ASTM A 184, "Fabricated Deformed Steel Bar Mats for Concrete Reinforcement." 4. Structural Shapes. Structural shapes used as reinforcement in concrete shall conform to the requirements of ASTM A 6 and A 36, and to the AISC "Manual of Steel Construction" specifications. 5. Wire Bar Supports. Bar supports shall be wire bar supports conforming to the requirements for Class 1 (plastic protected bar supports) or Class 2 (stainless steel protected bar supports) contained in the "Manual of Standard Practice" of the Concrete Reinforcing Steel Institute. C. FABRICATION ' Bent bars shall be cold bent by the fabricator to the shapes shown on the Plans, and unless otherwise authorized by the Engineer, hooks and bends shall be made in 1 590-1 Section 590 , Reinforcing Steel accordance with ACI 318, latest revision, "Building Code Requirements for Reinforced Concrete.• Bar reinforcement shall be shipped in standard bundles, tagged and marked in accordance with the "Manual of Standard Practice" of the Concrete Reinforcing Steel Institute. D. ORDER LISTS I Before ordering material, all order lists and bending diagrams shall be furnished by the Contractor for review by the Engineer, and no materials shall be ordered until such lists and bending diagrams have been reviewed. The review of order lists and bending diagrams by the Engineer shall in no way relieve the Contractor of responsibility for the correctness of such lists and diagrams. Any expense incident to the revision of material furnished in accordance with such lists and diagrams to make it comply with the design drawings shall be borne by the Contractor. Unless otherwise noted, all dimensions relating to reinforcing steel are to center of bars. I E. PLACING AND FASTENING All steel reinforcement shall be. accurately placed in the positions shown on the Plans and firmly held during the placing and setting of concrete. When placed in the work, it shall be free from dirt, detrimental rust, loose scale, paint, oil or other foreign material which may destroy or reduce bond. Bars shall be tied at all intersections except where spacing is less than 1 foot in each direction when alternate intersections shall be tied. Distances from the forms shall be maintained by means of approved stays, concrete I blocks, ties, hangers, or other approved supports, except that reinforcing in superstructure shall be supported by metal chairs and bar supports. Blocks for holding reinforcement from contact with the forms shall be precast mortar blocks or metal chairs as specified. Layers of bars shall be separated by metal bar supports or by other equally suitable devices. The use of pebbles, pieces of broken stone or brick, metal pipe and wooden blocks shall not be permitted. Reinforcement in any member shall be placed and then inspected by the Engineer before the placing of concrete begins. In no case shall concrete be placed without an Inspector present. Concrete placed in violation of this provision may be rejected and removal required. If fabric reinforcement is shipped in rolls, it shall be straightened into flat sheet before placing. No bars partially embedded in concrete shall be field bent except when specifically permitted by the Engineer. F. SPLICING All reinforcement shall be furnished in the full lengths indicated on the Plans. Splicing of bars, except where shown on the Plans, will not be permitted without the written approval of the Engineer. Splices shall be staggered as far as possible. 590-2 1 I L U L I ii L Section 590 Reinforcing Steel Unless otherwise shown on the Plans, bars shall be lapped 40 diameters to make the splice. In lapped splices, the bars shall be placed in contact and wired together in such a manner as to maintain the minimum distance to the surface of the concrete shown on the Plans. Welding of reinforcing steel shall be done only if detailed on the Plans or if authorization is made by the Engineer in writing. Welding shall conform to the current specifications for Welded Highway and Railway Bridges of the American Welding Society. G. LAPPING Sheets of welded wire fabric or bar mat reinforcement shall overlap each other sufficiently to maintain a uniform strength and shall be securely fastened at the ends and edges. The lap shall be as shown on the Plans, but in no case less than one mesh in width. H. SUBSTITUTIONS I Substitutions of bars which differ in size from that shown on the Plans will be permitted only with specific authorization by the Engineer. If steel is substituted, it shall have an area equivalent to the design area or larger I U En Li I r� L I II I I. TESTING The Contractor shall furnish to the Engineer, prior to delivery of materials, the manufacturer's affidavit stating that all materials conform to the requirements of these Specifications, and that all tests specified herein have been performed and that all test requirements have been met. END OF SECTION 1 590-3 Section 600 Pre -Engineered Building ' TECHNICAL SPECIFICATIONS PRE-ENGINEERED BUILDING ' A. GENERAL 1. Work Included. The work to be included under this section of the Specifications 1 shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the fabrication and construction of pre-engineered building and components. 2. Description of Work. The extent of pre-engineered building work is shown on the Plans. The pre-engineered building shown is a single -story building of the nominal length, width, eave height, and roof pitch indicated. Columns and beams may be tapered. End walls may be post and beam type. Exterior walls shall be covered with metal wall panels and the roof shall be covered with metal roof panels. Manufacturer's standard components may be used, providing components, accessories, and complete structure conform to architectural design appearance shown and to specified requirements. Concrete floor and foundations and installation of anchor bolts are specified elsewhere. 3. Quality Assurance a. Structural Framing. Design primary and secondary structural members and exterior covering material in accordance with the Metal Building Manufacturer's Association's (MBMA) "Design Practices Manual," where applicable. 1 b. Structural Steel. For the design of structural steel members, comply with the requirement of the American Institute of Steel Construction (AISC) 1 "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings" for design requirements and allowable stresses. C. Light Gauge Steel. For the design of light gauge steel members, comply with the requirements of the American Iron and Steel Institute's (AISI) "Specification for the Design of Cold Formed Steel Structural Members" and "Design of Light Gauge Steel Diaphragms" for design requirements and allowable stresses. d. Welded Connections. For welded connections, comply with the American Welding Society's (AWS) "Standard Code for Arc and Gas Welding in Building Construction" for welding procedures. e. Design Loads. Basic design loads, as well as collateral loads, are indicated on the Plans. Basic design loads include, in addition to dead load, live I load, and wind load, collateral loads. Collateral loads include additional dead loads over and above the weight of the metal building system such 1 600-1 Pre -Engineered mechanical and electrical systems. Design. Design each structural member to withstand stresses resulting from combinations of loads that produce the maximum allowable stresses in that member as prescribed in MBMA's "Design Practices Manual.No reduction shall be made on account of tributary area supported by a member. Structural Design. Structural design shall conform to the Southern Building Code Congress International, Inc. Standard Building Code, except as otherwise specified or shown on the Plans. Manufacturer's Qualifications. Provide pre-engineered metal building as produced by a manufacturer with not less than five (5) years successful experience in the fabrication of pre-engineered metal buildings of the type and quality required. Shop Drawings. Prior to fabrication, submit complete shop drawings showing anchor bolt settings, sidewall, endwall, and roof framing, wind bracing provisions, transverse cross section, covering and trim details, and accessory installation details to clearly indicate proper assembly of building components. Submit one blueline print and one reproducible print of each drawing for each submittal. Submit anchor bolt setting details for each column base condition including plate size, anchor bolt size, quantity and length. Submit anchor bolt layout plan showing which condition is used at each column. If diaphragm strength of the standing seam roof panels is assumed to provide lateral bracing to the roof purlins, the pre-engineered building manufacturer shall furnish data which confirms this assumption. Product Data. Submit manufacturer's product information, specifications and installations instructions for building components and accessories. i. Submit manufacturer's certification a professional engineer, registered to verifying that building design meets n requirements. MATERIALS Acceptable Manufacturers. Subject to compliance with specified requirements, manufacturers offering pre-engineered building systems which may be incorporated in the work include, but are not limited to, the following: Armco Building Systems Butler Manufacturing Company Varco-Pruden Buildings Star Building, Inc. I Section 600 Pre -Engineered Building ' Gulf States Manufacturers, Inc. Or equal ' 2. General Materials a. Metals. Hot -rolled structural shapes shall comply with the requirements of 1 ASTM A36 or A529. Tubing or pipe shall comply with the requirements of ASTM A500, Grade B, A501, or A53. 1 Members from plate or bar stock shall comply with the requirements of ASTM A529, A570, or A572. Provide 42,000 psi minimum yield strength. ' Members fabricated by cold forming shall comply with the requirements of ASTM A607, Grade 50. Galvanized steel sheets shall comply with the requirements of ASTM A446, with G90 coating. "Class" to suit building manufacturer's standards. ' b. Paints. Shop primer for ferrous metal shall comply with the performance requirements of FS TT -P-645. Provide manufacturer's standard, fast- , curing, lead-free "universal" primer, selected for good resistance to normal atmospheric corrosion, for compatibility to provide a sound foundation for field -applied top coats despite prolonged exposure. IShop primer for galvanized members shall comply with performance requirements of FS TT -P-641. Provide manufacturer's standard zinc Idust -zinc oxide primer selected for compatibility with substrate. Shop -primed metal surfaces shall comply with the performance requirements of FS TT -E-489. Provide manufacturer's standard high gloss alkyd enamel. 3. Structural Framing Components ' a. Rigid Frames. Fabricate rigid frames from hot -rolled structural steel. Provide built-up "I-beam" shape rigid frames consisting of tapered flange beams and columns. Provide frames, factory welded and shop painted. Furnish frames complete with attachment plates, bearing plates and splice members. Factory -drill frames for bolted field assembly, except field -drilled 1 holes may be used for field located accessories. Provide length of span and spacing of frames as indicated. Slight variations in length of span and frame spacing may be acceptable if necessary to meet manufacturer's standard. b. End Wall Columns. I Provide factory welded, shop painted endwall columns of built-up "I" shape or cold -formed sections. Fabricate endwall columns 1 600-3 Section 600 1 Pre -Engineered Building of not less than 14 gauge materials. c. Wind Bracing. Provide adjustable wind bracing using not less than 1/2 inch I diameter threaded steel rods; comply with the requirements of ASTM A36 or A572, Grade D. d. Secondary Framing. Provide not less than 16 gauge shop painted rolled formed sections for the following secondary framing members: I Purlins Eave Struts Endwall Beams Flange Bracing Sag Bracing Provide not less than 14 gauge cold -formed galvanized steel sections for the following secondary framing members: Base Channels - Sill Angles Endwall Structural Members (except columns and beams) Purlin Spacers e. Bolts. Comply with the requirements of ASTM A307 or A325 as necessary for design loads and connection details. Provide shop painted bolts, except when units are in direct contact with panels, provide zinc -plated or cadmium -plated bolts. I f. Fabrication. Shop fabricate structural framing components to the indicated size and section complete with base plates, bearing plates and other plates required for erection, welded in place. Provide all required holes for anchoring or for connections, either shop drilled or punched to template dimensions. I g. Shop Painting. Clean surfaces to be primed of loose mill scale, rust, dirt, oil, grease, and other matter precluding paint bond. Follow procedures of SSPC-SP3 for power tool cleaning, SSPC-SP7 for brush-off blast cleaning, and SSPC-SP1 for solvent. h. Priming. Prime structural steel primary and secondary framing members I with the manufacturer's standard rust -inhibitive primer. Prime galvanized members after phosphoric acid pretreatment with manufacturer's standard zinc dust -zinc oxide primer. 4. Roofing and Siding a. General. Provide roofing and siding sheets formed to the general profile to configuration as indicated. Provide the following sheet metal accessories factory formed of the same material and finish as the roofing and siding. 600-4 1 I I I I I I I I 1 5 I Section 600 Pre -Engineered Building Flashings Closers Fillers Metal Expansion Joints Ridge Covers Fascias b. Wall Panels. Use manufacturer's standard rib panel and standard flat panel with foam core located as shown on the Plans. Colors to be selected from manufacturer's standard line. c. Standing Seam Roof Panels. Provide manufacturer's standard factory - formed standing seam roof panel system designed for mechanical attachment of panels to roof purlins using a concealed clip. Form panels using 24 gauge aluminized steel sheets complying with requirements of ASTM A446, Grade C, with G90 coating. d. Translucent Panels for Wall Lights. Shall be fiberglass reinforced modified acrylic material with a smooth finish and shall be white. Panels shall be furnished in the same configuration as the adjacent wall panel. Sheet Metal Accessories. Provide standard section of eave gutters, downspouts and fascia. 6. Thermal Insulation. Provide glass fiber blanket insulation, not less than 0.5 pound per cubic foot density, thickness or R value as indicated, with UL flamespread classification of 25 or less, and 2 inch wide continuous vapor -tight edge tabs. Vapor barrier shall be vinyl film. ' C. EXECUTION 1. Erection a. Framing. Erect structural framing true to line, level and plumb, rigid and secure. Level base plates to a true even plane with full bearing to supporting structures, set with double -nutted anchor bolts. Use a non -shrinking grout to obtain uniform bearing and to maintain a level base line elevation. Moist cure grout for not less than seven days after placement. b. Purlins and Girls. Provide rake or gable purlins with tight -fitting closure channels and fascias. Locate and space wall girts to suit door and window arrangements and height. Secure purlins and girls to structural framing and hold rigidly to a straight line by sag rods. ' c. Bracing. Provide diagonal rod or angle bracing in both roof and sidewalls as required. Moment resisting frames may be used in lieu of sidewall rod bracing, to suit manufacturer's standards. 1 600-5 Section 600 1 Pre -Engineered Building 2. Roofing and Siding a. General. Arrange and nest sidelap joints to that prevailing winds blow over, 1 not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. Protect factory finishes from damage. Provide weatherseal under ridge cap. Flash and seal roof panels at eave , and rake with rubber, neoprene or other closures to exclude weather. b. Standing Seam Roof Panel System. Fasten roof panels to purlins with 1 manufacturer's standard concealed clip in accordance with the manufacturer's instructions. Provide mechanically crimped standing seam joints. Install clips at each support using self -drilling fasteners. At end laps of panels nstall tape caulk between panels. Install factory -caulked cleats at standing seam joint. Machine seam cleats to the panels to provide a weathertight joint. Provide expansion and contraction clips. c. Wall Sheets. Apply elastomeric sealant continuously between metal base channel (sill angle) and concrete, and elsewhere as necessary for waterproofing. Handle and apply sealant and backup in accordance with the sealant manufacturer's recommendations. d. Sheet Metal Accessories. Install gutters, downspouts, ventilators, louvers, and other sheet metal accessories in accordance with manufacturer's recommendations for positive anchorage to building and weathertight mounting. Adjust operating mechanism for precise operation. e. Thermal Insulation. Install insulation in accordance with manufacturer's published directions and concurrently with installation of roof panels. Install blankets straight and true in one-piece lengths with both sets of tabs sealed to provide a complete vapor barrier. Install retainer strips at each longitudinal joint, straight and taut, nesting with roof rib to hold insulation ' in place. 3. Guarantees. Building supplier shall provide material warranties and a one-year guarantee of workmanship for this division of work. These must be in written form and delivered to the Engineer prior to the final payment. I END OF SECTION I 1 600-6 1 Section 601 Portable Steel Building TECHNICAL SPECIFICATIONS 1 PORTABLE STEEL BUILDING A. GENERAL 1. Work Included. The work to be included under this section of the Specifications ' shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for furnishing and installing of prefabricated portable steel building where shown on the Plans. 2. Quality Assurance ' a. Structures shall be the product of a manufacturer with a minimum of five (5) years documented experience in the design and fabrication of portable steel buildings. ' b. Electrical devices factory installed within the prefabricated building shall be UL listed. ' c. Structural design shall conform to the Standard Building Code. 3. Submittals. Submit complete shop drawings showing elevations, section, floor plan, electric schedule, service entrance locations, anchor clip detail and color charts illustrating manufacturers' available colors and patterns. ' B. MATERIALS 1. Portable steel building shall be Par-Kut International, Inc. Model No. 86, or equal. 2. The building shall be single unit welded steel construction 14 gauge galvanized ' steel panels and tubing on the exterior and 18 gauge galvanized steel interior panels. All welded joints ground smooth. ' 3. Base height shall be 4 inches and floor shall be 12 gauge galvanized steel, four-way tread plate. Provide minimum four 1/4 inch steel angle anchor clips. Building to be secured with stainless steel anchor bolts. ' 4. Windows shall be aluminum construction and include all glazing and hardware complete with insect screens at operable sections. Provide single hung windows for ventilation. 5. All glazing shall be laminated safety glass, 3/16 inch minimum thickness. 6. Finish: All steel surfaces shall be painted with rust inhibitive epoxy primer. All exposed steel surfaces shall be painted with air dry enamel. Two colors may be selected from manufacturer's standard line at no extra charge. 1 601-1 Section 601 1 Portable Steel Building I 7. Canopy shall be 14 gauge galvanized steel and shall extend 6 inches beyond the side walls. I 8. Provide lifting ring welded and centered on the roof. Roof surface shall be 14 gauge galvanized steel sheet with all seams continuously welded, caulked and weatherproof. 9. Walls shall be insulated with minimum 2 inch rigid fiberglass board, R = 10. Roof shall be fully insulated, minimum R = 17. 10. Provide two work counters: One 18 inches deep, one 24 Inches deep, of 14 gauge painted steel across width of booth. Provide one 16 inch wide steel storage drawer. Provide one 1-1/4 electrical cord access hole in each counter. 11. Building shall be delivered complete with all wiring required for two fluorescent lights, five 110V duplex outlets, thru wall heat/cool unit, and 100A, 12 circuit breaker box complete with 100A main circuit breaker. All wiring shall be No. 12 minimum. C. EXECUTION I Install prefabricated building on flat and level concrete pad in accordance with manufacturer's recommendations and placement drawings. Position building over utility stub -ups, verify building is level and anchor. I END OF SECTION , I I I 601-2 I I Section 612 Masonry TECHNICAL SPECIFICATIONS BUILDINGS/MASONRY ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, supplies and incidentals necessary for the construction of masonry structures as shown on the Plans and hereinafter specified. 1 B. MATERIALS 1. Hollow Concrete Masonry Units. All hollow concrete masonry units shall conform Ito the requirements of ASTM C90 for "Hollow Load -Bearing Concrete Masonry Units." a. Exterior Walls Above Grade and Interior Walls. For exterior masonry walls above grade and interior walls, units shall conform to the requirements of ASTM C90 for Grade N, Type 1, and shall be manufactured using normal/standard weight aggregates conforming to ASTM C331. Sizes as shown on Plans. 2. Mortar. Mortar for brickwork and hollow concrete masonry units shall be Type S as defined by the Standard Building Code. All mortar shall be mixed and made up in batches for the work immediately in hand. Retempering of mortar will not ' be allowed. 3. Grout. Fine or coarse gravel shall conform to ASTM C476 and the grout shall develop an ultimate compressive strength at 28 days of a minimum of 2,500 psi. Aggregates should meet the requirements of ASTM C404, Standard Specification for Aggregate for Masonry Grout, or ASTM C144, Standard Specification for ' Aggregate for Masonry Mortar. Maximum -size grout coarse aggregate shall be 1/2 inch. Grout proportion sha!I be as required by ASTM C476. 4. Wall Ties. Wall ties shall be Dur-O-Wal truss ties, or equal. The truss ties shall be galvanized steel consisting of side rods welded at 16 inch intervals to continuous diagonal cross rods forming a truss design. Wall ties shall be truss type construction with spacing as shown on the Plans. The wall ties furnished shall include prefabricated corner and tee sections to form continuous reinforcement around corners and for anchoring abutting walls and partitions. ' 5. Vertical and Bond Beam Reinforcement. Vertical and bond beam reinforcement shall be Grade 60 steel deformed reinforcement bars as specified elsewhere in ' these Specifications. 6. Fi'ler for Contro.' and Expansion Joints. Vertical control and expansion joints shall be filled with neoprene wide flange "Rapid Control" as manufactured by Dur-O-Wal, or equal. 1 612-1 Section 612 Masonry 7. Insulation. The space within the hollow concrete masonry units shall be filled full height (of wall) with loose -fill (granular) insulation, as specified in Section 640. I 8. Bar Positioners. Vertical and horizontal reinforcing steel shall be held in proper position by the use of acceptable positioners as manufactured by Dur-O-Wal, Inc. 9. Grout Stop. A monofilament screen which prevents grout fall -through, while maintaining a positive bond in the mortar joint. The grout stop shall be equal to Dur-O-Stop by Dur-O-WaL; Inc. 10. Thru-Wall Flashing. Flexible sheet polyvinyl chloride waterproof flashing, minimum of 20 mils thickness, equal to Nervastral, C. CONSTRUCTION Masonry construction shall include all concrete block and related items required to complete the work shown on the Plans and described in these Specifications. in general, all masonry work shall consist of interior block walls/partitions. It is the intent of these Specifications that all masonry work be structurally sound, straight, true and first class and complete in every respect. Dimensions shown on the Plans must be strictly adhered to, unless otherwise approved by the Engineer. 1. AA proval by Engineer. The Contractor shall construct the first two courses of the ' single wythe CMU walls in a manner truly representative of the materials and methods of laying to be incorporated in the work. The wall shall contain the full range of color, texture and quality of the block, joint finish, and workmanship of the finished work. Upon approval of the Engineer, wall construction shall continue in a manner consistent with the approved installation. 2. Workmanship. All work shall be laid plumb, level and true. The work shall be maintained level all around the building as far as practicable, but where necessary ' to run up part of the work in advance of the remainder, the courses shall be raked back; toothing will not be permitted. Wetting of block before laying shall be done in a manner consistent with the 1 nature of the block, the kind of mortar used and the weather conditions, the object being to adjust the absorption of the water from the mortar so as to obtain the proper bond between the mortar and block. Excessive wetting of blocks during periods when freezing may be expected shall be especially avoided. All block walls shall be laid in running bond. Closures at jambs and angles, and I jumping of bond will not be permitted. a. Bonding and Joints. The walls shall be laid in running bond or as shown ' on the Plans in straight level courses, plumb, true and securely anchored. I 612-2 I I I J I I I I I I I I I I I I Section 612 Masonry Joints shall be not less than 3,%8 inch nor more than 1/2 inch wide but shall be uniform except that head joints may vary slightly in widths as may be necessary to adjust the bond and eliminate closures. As the blocks are laid, the mortar shall be cut flush with the surface with the edge of the trowel. The mortar shall remain in this condit'on until it has taken a moderate set; the e'apsec time will vary, dependent upon the exact nature of the block and mortar and upon weather conditions. Masonry joints shall be firmly tooled with a round iron tool, taking the head joints first and then the bed joints. At the time of jointing, all nail and other surface holes shall be carefully filled. This shall be done in such a manner as to thoroughly compact the mortar. The surface shall then be lightly brushed to remove irregular projections of mortar and loose particles. Bed joints shall be completely filled with mortar. Vertical joints sha!l be comp!etely filled (full depth) w h mortar. In laying mortar for bed joints, furrowing will not be permitted. The entire end of each unit shall be buttered for head joints. Where caulking is required, the joints and spaces shall be completely filled with mortar and then raked out with a "V" shaped tool to a depth of not less than 1/2 inch. b. Reinforcement. Prefabricated or job fabricated corner and tee sections shall be used to form continuous reinforcement around corners, and for anchoring abutting wal!s and partitions. Material in corner and tee sections shall correspond to type and design of reinforcement used. Unless otherwise noted on the Plans, masonry walls shall be reinforced with wall ties as previously specified. Reinforcement shall be installed in the first and second bed joints, 8 inches apart immediately above lintels and below sills at openings and in bed joints at 16 inch vertical intervals elsewhere. Reinforcement in the second bed joint above or below openings shall extend 2 feet beyond the jambs. All other reinforcement sha!l be continuous except that it shall not pass through vertical masonry control joints. Side rods shall be lapped at least 6 inches at splices. Reinforcement shall be so placed as to assure a 5/8 inch mortar cover on the exterior face of walls and 1/2 inch mortar cover on interior faces. Vertical reinforcing as shown on the Plans shall be anchored in the foundation and placed in cavities fil'ed with grout. Forty (40) diameter laps shall be provided at splices. Vertical bar positiorer shall be used to ensure proper bar location. It shall be constructed of 9 gauge wire with br:te finish. Locate first positioner at top of final course and one course below top of wall with intermediate I 612-3 Section 612 ' Masonry spacing of 4 feet 8 inches. Set reinforcing steel, anchors, positioners, etc. in required position and secure against displacement before grouting is started. Grout vertical cores in maximum of 5 foot lifts. Stop grout pours 1-1/2 inches below a mortar joint, except at top of wall. Where bond beams are used, stop grout pour 1/2 inch below top. 3. Built -In Items. All flashings where required shall be constructed in a substantial , and workmanshiplike manner. Flashing shall penetrate masonry walls not less than 1-1/2 inches. Built-in door frames, window frames, and all other items to be incorporated in the masonry work shall be installed as masonry work is laid. Built-in pipe sleeves, pipe and conduits or other trade items as required for installation shall be installed as masonry work is laid. The Contractor shall consult all trades in advance and make provisions for the installation of their work without the necessity of cutting and patching as far as possible. The Contractor shall do necessary cutting and patching with sufficient care to ' prevent damage to structural stability, appearance and weather resistance. Extreme care shall be used not to damage the structural strength or weather , resistance of the walls. The Plans show window and door details. The Contractor shall set such windows, doors, or other work, as shown on the Plans. 4. Protection of Masonry and Cleaning. The top of walls and partitions shall be , covered at the end of each day's work using waterproof reinforced paper or canvas weighted down. No masonry shall be laid during freezing weather unless approved adequate means are employed to prevent freezing of the work; nor shall masonry be laid when it may be reasonably anticipated that freezing will occur within eight hours unless provisions for protection are employed. All work shall be protected against mechanical injury as may be necessary. On completion of the masonry work, all exposed masonry surfaces shall be S thoroughly cleaned down and mortar joints pointed to leave the work in a condition acceptable to the Engineer. Cleaning and pointing shall be started at the top and worked down. Cleaning shall be done with fiber brushes using a (non-acid) detergent type cleaner, subject to the approval of the Engineer. Excess mortar stains shall be removed and the entire surfaces rinsed with clean water. A 1 pressure wash may be used (with detergent), subject to approval of the Engineer. Defective mortar joints shall be cut out when necessary, and the crevices filled I solid with mortar and tooled as specified. 5. Caulking and Sealing. The Contractor shall furnish all labor and materials to I 612-4 1 ISect'.on 612 Masonry 1 complete all caulking and all rncisture and water protection not covered in other I sections of the Specifications. These items shall generally include caulking, waterproofing or sealing: all window frames, louver frames, door frames, window walls, entrances, window sills, door saddles, thresholds, control and closure joints as detailed or required. Acditionally, areas around all fixtures, reglets and flashing shall be sealed. All exterior masonry walls shall rece,ve finishes as herein specified. Unless otherwise specified, the caulk, sealant, or mastic sha'I be approved by the Engineer, and shall be installed in strict accordance with the manufacturer's ' recommendations. D. TESTING IThe Contractor shall furnish to the Engineer prior to delivery of materials, the manufacturer's affidavit stating that all materials conform to the requirements of these Specifications, and that all tests specified herein have been performed and that all test requirements have been met. I I I I I I I 1 1 I END OF SECTION 1 612-5 Section 615 Structural Steel TECHNICAL SPECIFICATIONS STRUCTURAL STEEL ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, supplies and incidentals necessary for the completion of structural steel and related items as shown on the Plans and hereinafter specified. The structural steel shall consist of roof trusses, trolley and support beams, ' columns, bearing and base plates, bolts, anchors, framing and bridging angles and channels, and steel masonry lintels recessary for construction of the project. ' B. APPLICABLE STANDARDS AND CODES All materials and work shall conform to the requirements of standards, codes and ' recommended practices required in Part 5 of "Manual of Steel Construction," latest edition, as published by American Institute of Steel Construction and the Steel Joist Institute (SJI). In conflicts between industry standards, required standards, and this ' Specification, or this Specification and the local code, the more stringent requirement as interpreted by the Engineer shall govern. C. MATERIALS The Contractor shall furnish the following specified materials as shown on the Plans for work under this Specification. 1. Structural Steel. Structural steel shall conform to the requirements of ASTM A36, A242, A441, A572 or A588. Fabrication of beams, columns, struts, and other miscellaneous structural elements shall be in accord with Part 5 of "Manual for Steel Construction," latest edition, by AISC. ' Beams shall be wide flanged shapes of either A36 or A441 steel with welded or bolted connections as shown on the Plans. All exposed columns shall be of the sizes and types shown on the Plans. ' All structural steel except items to be embedded in concrete, shall be prepared by Commercial Blast Cleaning. or equaSSPC-SP-6, and then coated with a standard shop coat of red oxide paint, 1.7 mil dry thickness. 2. Steel Joists and Joist Girders. Steel joists shall conform to the requirements of ASTM A36, A242, A441, A572 or A588. Fabrication of joists shall be in ' accordance with the latest edition of the Steel Joist Institute (SJI). Where any applicable design feature is not specifically covered therein, the design shall be in accordance with those of the latest adoption of the American Institute of Steel Construction Specification for Design, Fabrication and Erection of Structural Steel ' Buildings, where the mater;al used consists of plates, shapes or bars. 615-1 Section 615 Structural Steel All steel joists and joist girders shall be prepared by Commercial Blast Cleaning, or equal SSPC-Sp-6, and the coated with a standard shop paint which conforms to SSPC Specification 15-68T, Type 1 (red oxide) or Federal Specification TT -P-636 (red oxide), or shall be a shop paint which meets the minimum performance requirements of one of the above listed specifications. Bolts, Nuts and Washers. Bolts, nuts and requirements of ASTM 307 and ASTM 325. Base Plates. Base plates shall conform to the requirements of ASTM A570, Grades D and E. Welding Electrodes. Welding electrodes shall conform to the requirements of AWS A5.1 and A5.5. Drilled Masonry and Concrete Anchors. Expansion anchors shall conform to the requirements of General Services Administration Federal Specification FF-S-325, Group II, Type 4, Class I, as manufactured by Hilti, Inc. of Tulsa, Oklahoma, or equal. Drilled anchors for use in connecting structural steel members and aluminum hardware to concrete or masonry shall conform to HVA Adhesive Anchor System by Hilti, Inc., or equal. Bolts used for connecting aluminum to concrete or steel shall be stainless steel. Slide Bearings. Slide bearing plates shall be equivalent to those manufactured by Fabreeka Products Company, Dallas, TX. The upper unit shall be a FAB-UU-25 consisting of a 20 gauge highly polished stainless steel facing mechanically bonded to a 0.25 inch thick carbon steel plate for tack or full welding. The upper unit shall mate with the lower unit (FAB-LU-25). The lower unit shall consist of a 0.125 inch thick PTFE bearing pad bonded to a 0.25 inch thick steel plate for tack welding. The sizes shall be as indicated on the Plans. EXECUTION Structural Steel. All fabrication and erection of structural steel and accessories shall be as shown on the Plans in accord with Part 5 of the "Manual of Steel Construction," latest edition, by AISC. All bolts, plates or anchors shall be set by template in the proper locations as shown on the Plans. shall be with non -shrink grout approved by the All structural steel shall be erected, plumb and to the lines and elevations shown on the Plans, and all connections properly completed before work of other trades requiring attachment to the structural frame can being. ' Section 615 Structural Steel Framing around any openings in the roof except roof hatch opening shall be •' min'.mum of 4 inch x 3 inch x 1;4 inch angles and installed with the structural frame system. • 2. Steel Joists and Joist Girders. NI fabrication and erection of steel joists and I accessories shall be as shown on the Plans in accordance with SJI, latest edition. Care shall be exercised at all times to avoid damage through careless handling during unloading, storing and erecting. ' As soon as jo!sts are erected, all bridging shall be completely installed and the joists permanently fastened into place before the application of any loads except the weight of the erectors. Many joists exhibit some degree of lateral instability ' under the weight of an erector until bridging is installed. Therefore, where three or more rows of bridging are required, caution shall be exercised by the erectors until all bridging is comp'etely and properly installed. Bridging shall support the top chords against lateral movement during the construct'on period and shall hold the steel joists in the approximate position as ' shown on the Plans. The ends of all bridging !fines terminating at walls or beams shall be anchored thereto. Where four or five rows of bridging are required, each joist shall be adequately ' braced laterally before the next joist is erected and before any loads are applied. Hoisting cab!es shall not be released until support has been provided by a row of diagonal bridging nearest the mid -span of the joist and the bridging line has been anchored to prevent lateral movement; where joists are bottom bearing, their ends 'must be restrained laterally. During the construction period, the Contractor shall provide means for adequate distribution of concentrated loads so that the carrying capacity of any joist is not exceeded. [j I I I Field welding shall not damage the joists. The total length of weld at any one point on cold -formed members whose yield strength has been attained by cold working, and whose as -formed strength is used in the design, shall not exceed 50 percent of the overaldeveloped width of the cold -formed section. Erd Anchorage for Steel Joists a. Masonry and Concrete. Ends of K -Series ;oists resting on steel bearing plates on masonry or structural concrete shall be attached thereto with a minimum of two 1/8 inch fillet welds 1 ir.ch long, or with a 1/2 inch bclt, unless noted otherwise on the Plans. [_l 615-3 Section 615 Structural Steel I b. Steel. Ends of K -Series joists resting on steel supports shall be attached thereto with a minimum of two 1/8 inch fillet welds 1 inch long, or with a 1/2 inch bolt, unless noted otherwise on the Plans. End Anchorage for Joist Girders I a. Masonry and Concrete. Ends of joist girders resting on steel bearing plates on masonry or structural concrete shall be attached thereto with a minimum of two 1/4 inch fillet welds 2 inches long, or with two 3/4 inch bolts. b. Steel. Ends of joist girders resting on steel supports shall be attached thereto with a minimum of two 1/4 inch fillet welds 2 inches long, or with two 3/4 inch bolts. In steel frames, joist girders at column lines shall be field -bolted to the columns to provide lateral stability during construction. , 3. Slide Bearings. Slide bearing pads shall be installed in accordance with the manufacturer's recommendations. E. TESTING The Contractor shall furnish to the Engineer, prior to delivery of materials, the ' manufacturer's affidavit stating that all materials conform to the requirements of these Specifications, and that all tests specified herein have been performed and that all test ' requirements have been met. END OF SECTION , I [1 I I 615-4 Section 616 Carpentry ' TECHNICAL SPECIFICATIONS CARPENTRY ' A. GENERAL The work to be included under this section of the Specifications shall consist of furnishing all materials, labor, equipment, tools, supplies and incidentals necessary for the completion of carpentry as shown on the Plans and hereinafter specified. B. MATERIALS The Contractor shall furnish the fo!lowing specified materia!s as shown on the Plans for work under this Specification. 1. Wood Framing/Lumber. Wood for framing, blocking, furring, etc. shall be No. 2 ' or better fir or pine with no loose knots, holes, or longitudinal cracks; 54S, unless otherwise approved; kiln dried with 15 percent maximum moisture content. ' 2. Treated Wood. Where lumber or plywood is indicated as "Treated," or is specified herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood), and of applicable AWPB Standards. Use "Osmose" or equal treated wood. Use treated wood items as follow: Wood cants, nailers, curbs, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. ' 3. Plywood. Plywood for soffits, ceilings, walls and floors shall all be exterior grade with thicknesses and finishes as shown on the Plans. Plywood to be painted shall ' be birch or maple, B -C grade; exposed or stained plywood shall be fir, A -C grade, unless otherwise noted on the Plans. 4. Wood Trim. Wood for painted trim, cab'nets, casework, etc. shall be kiln dried, No. 1 fir or white pane, clear of knots. Wood for transparent (stained) finish shall be kiln dried red oak or other hardwood to match adjacent surfaces. ' 5. Fasteners and Anchorages. Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal • Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended nails. Provide galvanized anchors at exterior and at all wet/damp areas of interior. C. EXECUTION 1. Finish Carpentry. Finished woodwork shall be dressed and sanded, free from ' 616-1 Section 616 ' Carpentry I machine and tool marks, abrasions, raised grain, or other defects on surfaces exposed to view in the finished work. Joints shall be tight and so formed to conceal shrinkage. Running finish shall have a minimum number of splices, and where these occur, they shall be beveled and jointed where solid fastenings can be made. All nail heads in finished work shall be countersunk with a nail punch. Panels shall be set and secured to prevent checks and wraps. Trim shall be properly framed, closely fitted, and accurately set to required lines and levels, and shall be rigidly secured in place. ' 2. Rough Carpentry. Provide wood nailers, blocking or furring wherever shown or required for attachment of other work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise shown. Build into masonry during installation of masonry work. Provide blocking for support of all wall and base, laboratory equipment, cabinets, ' plumbing fixtures, toilet partitions, toilet accessories, fire extinguisher cabinets, etc., and for all recessed or semi -recessed items or equipment. I I END OF SECTION k L I I I I I I 616-2 I Section 617 Light Gauge Metal Framing TECHNICAL SPECIFICATIONS ' LIGHT GAUGE METAL FRAMING ' A. GENERAL The work to be included under this section of the Specifications shall consist of furnishing all materials, labor, equipment, tools, supplies and incidentals necessary for the completion of light gauge metal framing as shown on the Plans and hereinafter specified. I I I I I I I I I I [.l I B. MATERIALS 1. Metal Framing. The metal framing members shall be of appropriate gauges and spacing in accordance with the manufacturer's literature and recommendations for the design conditions and wall heights shown on the Plans. a. Interior. Interior metal wall studs shall be ASTM C645 channel type, 3-5/8 inches deep, 25 gauge studs with a maximum spacing of 16 inches on -center. The allowable deflection shall be 1/240 span. Use 20 gauge stud jambs at door/window frame openings. Metal runners and tracks shall be 20 gauge channel type, same size as the studs. b. Exterior. Exterior metal wall studs shall be ASTM C645 channel type, 6 inches deep, 20 gauge studs with a maximum spacing of 16 inches on -center. The allowable deflection shall be 1/240 span. Metal runners and tracks shall be 20 gauge channel type, same size of studs. 2. Furring Channels. Furring channels/hat channels shall be roll -formed, galvanized Grade "A" steel conforming to ASTM, with a metal thickness of 0.022 inch minimum, 7/8 or 1-1/2 inch depth, spaced at maximum of 24 inches on -center. 3. Wall Channels. Wall (stiffener) channels shall be 1-1/2 inch cold -rolled galvanized channels and 3/4 inch channels (galvanized or factory -coated with rust -inhibitive paint). 4. Hanger Wire. Hanger wire for suspended gypsum board ceilings shall be of soft - temper, annealed and galvanized steel wire. Hanger wire size shall be not less than that required by governing code. 5. Fasteners. Fasteners shall be as required and as recommended by the manufacturer for the respective substrates. C. EXECUTION ' 1. Installation Requirements. All metal framing work shall be installed in E 617-1 Section 617 Light Gauge Metal Framing I conformance with the manufacturer's recommendations, "Gypsum Construction Handbook" by U. S. Gypsum Company, the applicable codes, ANSI, and as specified or shown. 2. Runner Track Attachment. Floor and ceiling (top) runner tracks shall be securely fastened to floor and overhead construction. Set floor track at exterior walls in continuous sealant bead. Anchor top track to structure or brace to structure at 5 feet 0 inch O. C. with 20 gauge studs. 3. Stud Attachment. Studs shall be securely fastened to tracks, and spaced in accordance with this Specification. Each stud shall be screwed or fastened into runner , tracks at the top and bottom, both sides of studs. 4. Stud Requirements. Metal stud installation shall conform to the following. Studs shall be located at all door/window frame jambs, at abutting construction, intersecting walls, and corners. Each corner and intersection of walls and partitions shall be formed with not less than three studs. Double 20 gauge studs shall be secured to the jamb anchors of each door frame by bolt or screw attachment. Studs extending from door frame header to ceiling runner over door frames shall be positioned at wall board joints. 5. Wall Stiffening. Walls shall be stiffened with 3/4 inch channels placed horizontally at not more than 4-1/2 foot vertical spacing. 6. Openings. Openings shall conform to the following requirements: a. Channels shall be provided around openings for attachment of metal frames, dampers, grilles, and ductwork in connection with metal studs and shall be securely fastened to studs. b. Headers, sills and jacks studs shall be provided as required at openings. , Headers shall overlap adjacent vertical studs and shall be securely screw - attached to adjacent studs. END OF SECTION , I I 617-2 1 ' Section 620 ' Metal Doors/Frames ' TECH\ICAL SPECIFICATIONS METAL DOORS/FRAMES A. GENERAL The work to be included under this section of the Specifications shall consist of providir.g '• all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of metal doors in building walls, as shown on the Plans and hereinafter specified. ' B. MATERIALS 1. General. Provide doors and frames which comply with the requirements cf the Steel Door Institute "Recommended Specifications" for Standard Steel Doors and Frames SDI -100, and as herein specified. ' Doors and frames shall be manufactured by a single firm or company; acceptable manufacturers include Curries Company, Mesker, Kewanee, or equal. ' As shown on the Plans or as scheduled, provide fire -rated doors investigated and tested as fire door assemblies, complete with type of hardware and laboratory labels, indicating applicab'e fire rating of doors. Construct and install assemblies to comp:y with NFPA Stancard No. 80. 2. Doors Exterior Flush Doors. Doors shall be 1-3!4 inch full flush (thickness) with face sk'n of 16 gauge cold -rolled stretcher leveled steel, and shall have a full perimeter ' channel frame (lock and ninge rails shall be one piece full height). Both lock and rail edges shall be welded, filled and ground smooth the full height of the door. Top and bottom edges shall be closed as an integral part of door fabrication, or if inverted steel charnels are used, then steel caps/closures shall be provided. Core shall be expanded polystyrene foam permanently bonded to the inside of each face skin. Curries Type 707N door shall establish the minimum standards for this Specification. Interior Flush Door. As specified for exterior flush doors except that the face skin shall be 18 gauge steel. 3. Frames. Exterior door frames shall be fabricated of 16 gauge galvarealed steel; ' interior frames shall be 16 gauge cold -rolled steel. Furnish all frames as set-up, mitered, and welded units, wfth 2 ;nch wide face at the ;ambs, a 2 inch or 4 inch face at the head, as scheduled, and a jamb depth as shown on the Plans or as • required for the respective wall and finishes. Interior door frames (at metal s:ud and drywall conditions) shall be 16 gauge cold- , rolled steel; mitered, knocked -down drywall frames with 2 inch wide jambs, 2 inch head, and a jamb depth as required fcr the respective wal; (structure and finishes). 5 620-1 Section 620 ' Metal Doors/Frames 4. Hardware Preparation. Prepare doors and frames to receive mortised, cylindrical, and/or concealed finish hardware in accordance with the finish hardware specification, the hardware schedule, and manufacturer's templates. Comply with applicable requirements of ANSI A115 series specifications for door and frame preparation for hardware. Reinforce doors and frames to receive surface -applied hardware. 5. Finish. All doors and frames shall be bonderized and all exposed surfaces shall receive one shop coat of the manufacturer's baked -on, rust -inhibiting primer. 6. Anchors/Ties. The jamb frames shall be tied to the wall as set out on the Plans using adjustable strap anchors for masonry, channel anchors for metal studs, or other anchor types as required for the substrate. 7. Door Louvers. Provide sight -proof stationary louvers for interior doors where indicated, constructed of inverted V-shaped or Y-shaped blades formed of 24 gauge cold -rolled steel set into 18 gauge steel frame. 8. Mortar Backfill. All frames in masonry walls shall receive mortar (or grout) backfill full height of jambs and at head. Mortar shall be as specified elsewhere. 9. Caulk/Sealant. Exterior sealant shall be one part polyurethane, Mameco "Vulkem 116," or equal. Interior caulk shall be Hornseal One -Component High Solids Elastomeric Caulk, or equal. ' 10. Submittals. The Contractor shall submit shop drawings and specifications for doors and door frames to the Engineer for approval prior to beginning fabrication. Such submittals shall indicate details of the door and frame construction, as well as where the door is to be installed, anchor types, etc. C. EXECUTION 1 1. Installation. Doors and door frames shall be installed in accordance with the manufacturer's instructions and approved shop drawings; comply with SDI -105, "Recommended Erection Instructions for Steel Frames." Fit doors to frames and floor with clearances as specified in SDI -100. Frames and doors which are bent or sprung out of line prior to or during installation will not be approved and will be replaced at the Contractor's expense. Install a minimum of one (1) floor anchor and three (3) jamb anchors at each , jamb. Place fire -rated doors and frames as specified in NFPA 80. Do not remove or paint over rated labels. 2. Mortar Backfill. All frames in masonry walls shall be backfilled with mortar, full ' height of jambs and at head. 620-2 1 Section 620 Metal Doors/Frames ' 3. Hardware Preparation. Prepare doors and frames to receive finish hardware, including cutouts, reinforcing, m,ortis!ng, drilling, and tapping in accordance with approved/f'.nal Finish Hardware Schedule and templates provided by hardware ' supplier. Comply with applicab'e requirements of ANSI Al 15 series specifications for door and frame preparation for hardware. Reinforce doors and frames to receive surface -applied hardware. Drilling and ' tapping for surface -applied finish hardware may be done at project site. Locate finish hardware as shown on final shop drawings, or if not shown, in ' accordance with "Recommended Locations for Builder's Hardware for Custom Steel Doors and Frames," published by Door and Hardware Institute. ' 4. Caulking. All doors and frames shall be sealed/caulked at the intersection of the wall and frame both inside and outside. 5. Painting. Doors and frames shall be painted, as specified in Section 1000. I I Li I Li I H I I END OF SECTION 1 620-3 Section 621 Wood Doors ' TECHNICAL SPECIFICATION'S WOOD DOORS A. GENERAL The work to be included under this section of the Specifications shall consist of providing '• all materials, labor, equipment, tools, supplies and incidentals necessary for the furnishing and insta:lation of wood doors as shown on the Plans and hereinafter specified. B. MATERIALS 1. Doors. Except where specifically noted on the Plans, all wood doors shall meet or exceed Spec'.`ications of Industry Standard I.S. 1 and Architectural Woodwork Institute Sect. 1300-G-3, Type PC -7. All doors shall be factory machined, pre -fit, and beveled and machined for the specified hardware. Doors receiving closers or special hardware shall be fully blocked/reinforced. ' Doors shall be 7 -ply particle -board solid core, 1/3-4 inches thick, with sizes as shown on door schedules. All doors shall have minimum 1-1/2 inch hardwood stiles and 2-1/4 inch hardwood rails; three-ply, 1/8 inch thick veneer face; Type I waterproof adhesive. Graham "GPC" doors sha'l establish the minimum ' equivalent standard for this Specification. Interior doors sha'1 have premium plain sliced red oak veneer face both sides. Door shall receive a transparent finish unless otherwise shown. 2. Hardware. All doors shall be prepared for hardware. All hardware shall be as ' specified elsewhere in these Specifications, or as provided by a hardware allowance. ' 3. Warranty. Lifetime warranty for interior use; two years for exterior use. C. EXECUTION ' Through -bolts shall be used for installing all surface mounted hardware. All doors and hardware shall be installed in accordance with the manufacturers' recommendations. Doors must be stored to protect against mo!sture, stains, or other damage. A!1 damaged doors must be replaced (at no cost to Owner). All doors shall be f:nished before hanging. Al! door edges shall receive the same finish as the face. Steel wool sha'l not be used in the sanding process. The doors shail be ' sanded with 5/0, 180 grit sandaaper with a hand block sander and then stained or painted. Finish coat shall be either satin or serni-g!oss. ' END C= SECTION 621-1 ' Section 622 Aluminum Entrances 1 TECHNICAL SPECIFICATIONS ALUMINUM ENTRANCES ' A. GENERAL The work to be inc!uded under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of aluminum entrances in build'ng walls, as shown on the Plans and hereinafter specified. ' B. MATERIALS 1. Doors and Frames - General. The Contractor shall furnish materials which comply with the applicable prov'.s;ons of "Metal Curtain Wall, Window, Storefront, and Entrance Guide Specifications Manual" by AAMA and as herein specified. Doors ' and frames shall be as manufactured by Kawneer Company, Inc., or equal. 2. Doors ' Glass/Aluminum Entrance Door. Door(s) shall be Kawneer Series 350, medium stile door with No. 17 clear anodized coating. Prepare doors for 1 inch insulated glass. 3. Frames ' Entrance Door and Fixed G!ass. Use Kawneer TRIFAB II 451 flush glazed framing system. Finish to match door. I I I I I 4. Hardware. To be furnished by the alurr:num door manufacturer. Coord;nate locks and keying as part cf the master key system. Finish to match doors and frames. Entrance Doors Hinges - Kawneer offset pivots; top, bottom and one intermediate. Locks - Adams Rite No. 4510 with 4590 latch paddle at interior and No. 4043 cylinder guard. Closer - Kawneer SAM II concealed overhead c!oser; single act ng. Push -Pull - KawneeCS-9 pu'l at exterior; CP II push bar at interior. Threshold - Kawneer "Panic Guard" x 4 inch width. 622-1 Section 622 ' Aluminum Entrances 1 5. Fasteners. Fasteners shall be aluminum, non-magnetic stainless steel, or other materials warranted by manufacturer to be non -corrosive and compatible with aluminum components. Do not use exposed fasteners except where unavoidable for application of hardware. 6. Brackets and Reinforcements. Manufacturer's high -strength aluminum units where 1 feasible; otherwise, non-magnetic stainless steel. 7. Concrete/Masonry Inserts. Type compatible with aluminum components. I 8. Glass and Glazing Materials. Provide 1 inch tinted, tempered glazing at fixed glass areas and at vision/view panels. 9. Sealant. Exterior sealant shall be Vulkem 921 single -component, polyurethane, by Mameco International, Inc. Caulk shall be Hornseal one -component high solids elastomeric caulk as manufactured by W. R. Grace and Company, Construction Products Division, or equal. 10. Weatherstripping. All doors shall be weatherstripped as per manufacturer's recommendations. C. EXECUTION Doors and door frames shall be installed in accordance with the manufacturer's instructions and final shop drawings. Frames and doors which are bent or sprung out of line prior to installation will not be approved and will be replaced at the Contractor's expense. 1. Packing, Marking and Installation of Hardware. Each item of hardware shall be packaged in individual containers, complete with all items necessary for installation. Each container shall be marked with the item number corresponding to the number on the Contractor's hardware schedule. All items shall be stored to protect the finish. All hardware shall be installed by workers skilled in that type of work and in accordance with the hardware manufacturer's recommendations. 2. Caulking. Doors and frames shall be sealed/caulked at the intersection of the wall I and frame both inside and outside, as shown on the Plans or directed by the Engineer. Set thresholds in full sealant bed at perimeter. 3. Plumb and Level. Set units plumb, level, and true to line, without warp or rack of framing members, doors or panels. Anchor securely in place, separating aluminum and other corrodible metal surfaces from sources of corrosion of electrolytic action at points of contact with other materials. 4. Sill Members. Set sill members in bed of sealant, or with joint fillers or gaskets to provide weathertight construction. END OF SECTION S 622-2 S Section 623 Finish Hardware TECHNICAL SPECIFICATIONS FINISH HARDWARE IA. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of finish (builder's) hardware, as shown on the Plans, and as hereinafter specified. B. MATERIALS 1. General. Finish hardware includes all hardware/accessories for all personnel doors (swinging, sliding or folding). 2. Hardware Schedule. Hardware shall be furnished as required by the hardware ' "Set Nos." shown on the Door Schedules found on each Building Floor Plan sheet of the Plans. The respective "Set Nos." are also described on the Plans. Quality/function of hardware to be furnished shall be equivalent to the following: a. Butts/Hinges. Stanley FBB179, 4-1/2 x 4-1/2 standard weight hinges for all exterior doors and all doors with closers. Use Stanley FB179 hinges for all other doors. b. Mortise Lock/Latch Sets. Russwin 5000 Series with L4 "Armstrong" ' design lever handles, or Sargent 18-8100 line with LNB lever handles. c. Cylindrical Locksets/Latchsets. Russwin "800 Series" heavy-duty lever ' lockset with No. 75 lever handle or Sargent 10 line with LNB lever. d. Closers. Russwin R 9120 Series closer (multi -size application) or 1 Sargent 1230/1231 Series closer. Furnish for parallel arm installation at all entry/exit doors. I I I I I e. f. 9. Exit Devices. Russwin Series 372 with No. 3P pull at exterior. Push -Pulls. Rockwood pulls No. 105 x 70; push plates No. 70 - 3-1/2 inches x 15 inches. Stops Rockwood Overhead Stops: Wall Stop: Wall Stop w/Hook: Kick Stop: No. 1530 Series; non -friction with hold open Ives No. 407-1/2 Ives No. 445 Ives No. 452 w/4 inch arm Kick Plates. Rockwood No. 70 plates, 16 inches high x 2 inches less than door width. Section 623 ' Finish Hardware 1 i. Flushbolts. Ives No. 457-1/2 x 12 inches with all plates for rod retention. j. Threshold. National Guard No. 656. ' k. Drip Cap. Door Top: National Guard No. 16AD x door width plus 2 inches. Mount to head of hollow metal frame. I. Bottom Sweep. National Guard No. 200NA x door width. ' m. Weatherstrip. National Guard No. 135N; install at each jamb and at head. 3. Finish. Finish for all hardware shall be US26D or equivalent finish for ' accessories/items not available in this finish. 4. Keying. Key all new locks to Owner's existing master key system. j 5. Fire -Rated Openings. Provide hardware as required by NFPA Standards for all t rated openings, and which has been tested and labeled by UL for use, type, size, etc. 6. Submittals. Submit final hardware schedule in the manner indicated below. Organize hardware schedule into "hardware sets" indicating complete designations of every item required for each door or opening. Include the following information: I Type, style, function, size and finish of each hardware item. Name and manufacturer of each item. Fastenings and other pertinent information. , Location of hardware set cross-referenced to indications on Plans both on floor plans and in door and frame schedule. I Explanation of all abbreviations, symbols, codes, etc. Mounting locations for hardware. I Door and frame sizes and materials. Keying information. C. EXECUTION 1. Installation. Mount hardware units at heights indicated in "Recommended Locations for Builders Hardware for Standard Steel Doors" and as specifically indicated or required to comply with governing regulations/codes. • 623-2 ' I I Section 623 Finish Hardware Install each hardware item in compliance with the manufacturer's instructions and ' recommendations. Do not install surface -mounted items until finishes have been completed on the substrate. IJ I 11 C I I •I I I I I LI II I I I Set units level, plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. Drill and countersink units which are not factory -prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. 2. Adjust and Clean. Adjust and check each operating item of hardware and each door to ensure proper operation or function of every unit. Replace units which cannot be adjusted to operate freely and smoothly as intended for the application made. Final Adjustment. Wherever hardware installation is made more than one month prior to acceptance or occupancy of a space or area, return to the work during the week prior to acceptance or occupancy, and make final check and adjustment of all hardware items in such space or area. Adjust door control devices to compensate for final operation of heating and ventilating equipment. Instruct Owner's personnel in proper adjustment and maintenance of hardware and hardware finished, during final adjustment of hardware. END OF SECTION ' 623-3 Section 625 Overhead Doors I TECHNICAL SPECIFICATIONS ' SECTIONAL OVERHEAD DOORS ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing • all materials, labor, equipment, tools, supp'ies and incidentals necessary for furnishing and installing all sectional overhead doors, operators and hardware for a complete and acceptable installation as shown on the Plans and as herein specified. IB. MATERIALS Ii. Doors. The upward acting, insu!ated, sectional steel doors shall be Overhead Door Corporation 591 Thermacore series, or equal, where overhead doors are shown on the Plans. The sections shall be constructed of roll formed hot -dipped galvanized steel panels with a continuous foamed -in -place polyurethane lamination process for a 1-5/8 inch nominal thickness of homogeneous polyurethane insulation in a metal/foam/metal sandwich. Seals and a EPDM thermal break shall 1 be provided between each door section. End stiles shall be 16 gauge formed steel fastened on the section back with thru-bolts capped with rigid insulating PVC end caps. Hinges and fixtures shall be galvanized steel. Rollers shall be full -floating ball bearing type with hardered steel races. Heavy-duty springs shall be high tensile wire with a minimum 10,000 cyc e spring rife. Doors shall be equipped with a complete weather seal package --jambs, head and bottom seals. Provide Sup-ur-Seal jamb weatherstrip and EPDM rubber -top seal. Doors shall be prefinished with manufacturer's baked -on polyester finish on each face. Color shall be white, unless otherwise specified. View panels shall be double (thermal) acrylic glazing; approximately 12 inches H. x 25 inches W. 2. Tracks. Tracks shall be 3 inch track made of galvanized steel reinforced as requ'red. The tracks shall be supported from wall and/or structure above as recommended by the manufacturer. All track to be full vertical lift unless otherwise noted. I3. Operators. Operators shall be Overhead Model JST, with 1/3 Hp, 115 V single- phase motor. Furnish w,th standarc 24 V, three -button, NEMA 1 wall -mounted interior pushbutton station. Provide chain host and interlock switch for ' (emergency) manua operation. C. EXECUTION' ' 1. The overhead doors shal be irsta:led in steel jambs provided as part of the 625.1 Section 625 Overhead Doors general construction. The doors and operators shall be installed in strict accordance with the manufacturers' recommendations. General Contractor must coordinate electrical service to each door with electric operator, wall switches, master switch, etc. END OF SECTION Section 626 Rolling Service Doors TECHNICAL SPECIFICATIONS ROLLING SERVICE DOORS IA. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the furnishing and installation of rolling service doors complete and operating in place as shown on the Plans and hereinafter specified. B. MATERIALS 1 Rolling service doors, where shown on the Plans, shall be Series 625 as manufactured by Overhead Door Corporation, or equal. Curtain shall be flat profile Type F-2651. The front slat shall be 20 gauge galvanized steel and the back slat shall be 24 gauge galvanized steel. The slat cavity shall be filled with CFC-free, foamed -in -place, ' polyurethane insulation. Weatherstrip door as recommended by the manufacturer for "Stormtite" construction. The hood shall be galvanized steel with an internal baffle weatherseal. Finish shall be baked -on polyester, white, unless otherwise noted. C. OPERATORS Operators shall be Overhead Door Model RDB, 2 Hp, 115 V single-phase motor. Furnish with standard 24 V, three -button, NEMA 1 wall -mounted interior pushbutton station. Provide chain hoist and interlock switch for (emergency) manual operation. D. EXECUTION The doors shall be installed and erected in accordance with the manufacturer's recommendations and instructions. Installation shall be by an authorized representative of the manufacturer. 1 END OF SECTION I I I I 1 626-1 Section 640 Bu'Idirg Insulation 1 TECHNICAL SPECIFICATIONS 1 BUILDING INSULATION ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing 1 all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of building insulation as shown on the Plans and hereinafter specified. 1 B. MATERIALS The Contractor shall furnish the fo lowirg specified materials for work under this section. 1. Perimeter Foundation Insulation. roundation perimeter insulation shall be Dow Styrofoam brand square edge extruded polystyrene insulation board, or equal, ' 1-1/2 inches thick, meeting ASTV C578-85, Type IV. 2. Acoustic (Wall) Insulation. Owens-Corning Fiberglas "Sound Attenuation" batts, ' or equal. Provide unfaced bats, 3-1;2 inch mirimum thickness, complying with ASTM C655, Type I. 3. Thermal (Wal') Insulation. Owens-Corn:ng Fiberglas, kraft faced thermal insulation, 6 inch thickness, complying with ASTV: C655, Type II, Class C. 4. Masonry Wall Insulation. Insulation for single wythe masonry/CMU walls shall be: a. Perlite water repellent treated loose fill insulation; conform to requirements of ASTM C549. C. EXECUTION Furnish and install insulation as snown or specified, as recommended by the manufacturer, and in compliance with governing building anc energy codes. Apply insulation units to substrate by method indicated, complying with manufacturer's recommendations, and. -or as approved by the Engineer. If no specific method is 1 indicated, bond units to substrate with adhesive, tape. or use mechanical anchorage to provide permanent placement and support of units. Extend insulation full thickness as shown over entire area to be insulated. Cut and fit tightly around obstruct ons, and f:.l voids with insulation. Remove pro,ections which interfere with placement. ' Set vapor barrier faced units with vapor barrier to warm side of construction, except as otherwise shown. Tape joints and ruptures in vapor barriers, and seal each continuous area of insulation to surround'ng construction to ensure vapor -tight installation. I 640-1 Section 640 I Building Insulation All joints between building insulation and/or various building materials which would allow the passage of outside air to the interior of the building shall be caulked/sealed with material approved by the manufacturer and by the Engineer. END OF SECTION I I I I I I I I I I I 640-2 Section 650 V:nyl Floor Covering TECHNICAL SPECIFICATIONS ' VINYL FLOOR COVERINGS 1 A. GENERAL The work to be included under this section of the Specificat'ons shall consist of furnishing i• all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of resilient floor coverings where shown on the Plans and as herein specified. IB. MATERIALS 1. Sheet Vinyl Floor. Provide a sheet vinyl material with a (vinyl) wear layer and a fibrous composition backing complying with ASTM F1303-90. Gauge of material shall be .080 inch; static load limit of 700 psi. ' "SMARAGD" shoot vinyl as manufactured by FORBO Industries, Inc. Pattern and color will be selected from manufacturer's standard !ine. 1 2. Vinyl Wall Base. Provide 1;8 inch gauge, 4 inch high, coved -toe, standard vinyl wall base. Color shat be uniform throughout the entire thickness of the material. "Standard" Wall Base by Kencove, or equal. 3. Adhesives. Waterproof, stabilized types as recommended by flooring imanufacturer for substrate. Use primer as required. 4. Leveling Compounds. Latex -type compounds as recommended by flooring manufacturer. C. EXECUTION 1. General. The flooring shall be installed us;ng the adhesives and installation techniques recommended by the manufacturer. The installer shall be certified by the manufacturer for the respective material installation technique. The concrete floor slab must be scraped and then swept completely clean of all debris prior to installing any vinyl flooring. ' 2. Sheet Vinyl Floors. Lay sheet flooring to provide minimu-n seams w;th economical use of materials. Match edges for color shading and pattern at seams in compliance with manu`acturor's recommendatiors. Prepare seams for most inconspicuous appeararce. sealing cont.nuously with fluid -applied sealant or adhesive as standard with manufacturer. Hand -roll at perimeter of each covered area to assure adhesive bond. 3. Wa'l Base. lnsta'l at walls, cclumns, pilasters, casework and other permanent fixtures in rooms or areas. Install base in lengths as long as practicable. Piecing or use of remnants is not accectable. Tightly bond base to substrate throughout 650-1 Section 650 , Vinyl Floor Covering I length of each piece, with continuous contact at horizontal and vertical surfaces. Do not use preformed corners. 4. Install resilient edging/transition strips at perimeter edges of flooring which would otherwise be exposed, or result in an offset. Place resilient edge strips tightly butted to flooring and secure with adhesive. 5. Cleaning and Protection. Remove any excess adhesive or other surface blemishes, using neutral type cleaners as recommended by flooring manufacturer. Protect installed flooring with heavy paper or other covering. Prior to final inspection of work, thoroughly clean floors and base. Apply polish and buff, with type of polish, number of coats, and buffing procedures in compliance with flooring manufacturer's instructions. Type of polish must be approved by Owner. 6. Extra Material. Furnish Owner with extra material (not remnants) of each floor type; minimum 1 linear yard for 6 foot wide rolls. I J END OF SECTION I I 650-2 I Section 652 ' Carpet TECHNICAL SPECIFICATIONS CARPET ' A. GENERAL The work to be included under this section of the Specifications shall consist of furnishing t all materials, labor, equipment, tools, supplies and incidentals necessary for providing a complete and acceptable carpet installation where shown on the Plans and as herein specified. ' B. MATERIALS Carpet shall be a textured loop, solution dyed nylon carpet with unitary backing equal to Karastan, Rocky Mount Loop Pile 4517 carpet as manufactured by Karastan Bigelow and shall carry a ten-year minimum unlimited warranty against wear. Carpet shall have a ' 20 pound tuft bind minimum, ar.d meet Class A Tunnel Test (ASTM E-84), Class 1 Radiant Panel Test (ASTM E-648) and be rated for Class III extra heavy commercial use. Carpet. Carpet shall conform to the `allowing minimum basic requirements: II L I I I Weave: Tufted - Textured Loop Gauge: 1/10 Stitches/Inch: 9.4 Pile Height: .159" Face Yarn: Solution Dyed Nylon Yarn: 3 Ply Pile/Face Weight: 26 Ounces per Square Yard Primary Back: Synthetic Secondary Back: Unitary Total Weight: 63.8 Ounces per Square Yard Dye Method: Solution Density: 5,886 Weight Density: 153,036 Contractor shall submit samples of carpet, pad and metal edges to be used. Samples shall show pattern and texture. Color to be selected by Engineer. I I 1: C. EXECUTION All materials shall be installed by qualified carpet layers under proper supervision. The commencement of nstallation cf carpet by the Contractor shall be an indication of his acceptance of the sub-f.00r. Surfaces to receive carpet sha:l meet minimum requirements established in the printed recommendations of the carpeting manufacturer. The Contractor shall determine actual area dimensions and surface concit'ons and shall correct surface defects before starting installation. Use of strips or pieces less than 3 feet 0 inch wade will not be permitted. I 652-1 Section 652 1 Carpet I After installation is complete, all dirt and debris shall be removed and the carpet shall be cleaned of all spots with proper spot remover. All. loose threads shall be removed with sharp scissors and carpet vacuum cleaned. The Engineer will examine all carpet remnants and scraps and retain any selected remnants and scraps for future repairs before they are removed from the job site. The entire installation shall be left clean and in an approved condition. The installed carpeting shall be provided with protection until final acceptance by the Owner. I END OF SECTION I 1 I I I 652-2 ISection 655 Wall Panels 1 TECHNICAL SPECIFICATIONS WALL PANELS ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing 1 all materials, labor, equipment, tools, supplies and incidentals necessary for installation of gypsum drywall and for FRP covered wall panels as shown on the Plans and as herein specified. B. MATERIALS ' 1. Gypsum Wallboard. Panels shall be 5/8 inch thick standard gypsum wallboard. Panels shall be attached with screw fasteners as recommended by the 1 manufacturer. Spacing of fasteners as recommended by "Gypsum Construction Handbook" by U. S. Gypsum Company. I 2. FRP Panels. Panels shall be fiberglass reinforced plastic, .090 inch thickness, laminated to 1/2 inch thick exterior grade plywood as manufactured by United Industries, Bentonville, Arkansas, or equal. Fasteners to be noncorroding. C. EXECUTION Attach panels to metal studs or furring with screw fasteners of the type, size and spacing as recommended by the manufacturer for the type of wall being constructed. Tape and bed all gypsum board walls. Furnish and install all joint covers, trims, caps, corners, etc. required for a complete installation of the FRP panels. Install in strict accordance with manufacturer's instructions. I END OF SECTION I I 1 655-1 Section 660 Suspended Ceilings I TECHNICAL SPECIFICATIONS 1 SUSPENDED CEILINGS A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of suspended acoustical ceiling systems as shown on the Plans and as hereinafter specified. B. MATERIALS I 1. Acoustic Panels/Tile. Furnish 3/4 inch thick, mineral fiber, molded/cast lay -in tile with standard white finish as follows: Acoustone "F" Fissured No. 135, 2 x 4 Standard lay -in tile by USG. 2. Suspension System. Furnish Class A exposed metal suspension system, complete with all accessories, trims, and moldings, meeting intermediate duty main tee structural classifications of ASTM C635, with manufacturer's standard white painted finish: ' Donn Suspension Systems DX by USG Interiors, Inc., or equal. 3. Attachment Devices. Design for five times design load required in ASTM C635, Table I, Direct Hung. 4. Hanger Wire. Galvanized carbon steel wire, ASTM A641, soft temper, pre- stretched, sized for stress at three times hanger design load (ASTM C635, Table I, Direct Hung). C. EXECUTION I 1. General. Measure each ceiling area and establish layout of acoustical grid system to balance border widths at opposite edges of each ceiling. Avoid use of less - than -half width units at borders, and comply with reflected ceiling plans unless otherwise directed. Install materials in accordance with manufacturer's printed instructions, and to comply with governing regulations and/or fire -resistance rating requirements. 2. Suspension Systems. Comply with ASTM C636, with hangers supported only from building structural members. Locate hangers not less than 6 inches from each end and spaced at 4 feet 0 inch. Level to tolerance of 1/8 inch in 12 feet 0 inch. Hanger or suspension wires shall not attach to or band around interfering 1 materials, such as ductwork, conduit, etc. Trapeze or equivalent devices shall be 660-1 Section 660 1 Suspended Ceilings I used where obstructions interfere with direct suspension. All recessed or drop -in light fixtures provided and installed by the Electrical 1 Contractor shall be supported directly from the fixture housing to the structure above, with a minimum of two (2) 12 gauge wires. 1 3. Acoustical Panels. Install with all edges concealed by support of suspension members. Scribe and cut panels to fit accurately at borders and at penetrations. 4. Adjustment and Cleaning. Clean all exposed surfaces of acoustical ceiling systems, including trim, edge moldings, and suspension members; comply with manufacturers' instructions for cleaning and touch-up. Remove and replace work which cannot be successfully cleaned or repaired. 5. Extra Materials. Furnish Owner a minimum of one carton of each type of ceiling I tile. END OF SECTION I 1 I I I 660-2 1 ISection 670 Single Membrane Roofing 1 TECHNICAL SPECIFICATIONS SINGLE MEMBRANE ROOFING ' A. GENERAL 1. Work Included. The work to be included under this section of the Specifications ' shall consist of furnishing all materials, labor, equipment, tools, supplies and incidentals necessary for the EPDM single -ply ballasted membrane roof. Roof insulation related to single -ply roofing is included herein. ' 2. Quality Assurance a. Manufacturer. Obtain primary single -ply membrane roofing from a single manufacturer. Provide secondary materials as recommended by manufacturer of primary materials. Manufacturer shall send qualified technical representative to the project site for the purposes of advising installer of procedures and precautions for use of roofing materials. b. Installer. Installer shall be a firm with not less than three years of successful experience installing roofing systems similar to those required for this project and which is licensed by manufacturer of primary roofing materials. 3. Submittals a. Product Data. Submit specifications, installation instructions and general recommendations from manufacturers of single -ply membrane roofing system materials for types of roofing required. Include data substantiating ' that materials comply with requirements. b. Samples. Submit 12 inch square samples of finished roofing sheets. 1 c. Shop Drawings. Submit complete shop drawings showing roof configuration and sheet layout, standard details at perimeter, and special conditions. Furnish separate drawings of special and/or non-standard details. Id. Insulation. Submit manufacturer's specifications and performance data. e. Walkway Pavers. Submit specifications, performance data and installation details. 4. Job Conditions. Proceed with roofing work when existing and forecasted weather conditions permit work to be performed in accordance with manufacturer's recommendations and warranty requirements. !_l 1 670-1 Section 670 Single Membrane Roofing 5. Special Project Warranty. Provide written warranty, signed by the manufacturer of primary roofing materials and his authorized installer, agreeing to replace/repair defective materials and workmanship. Warranty period is 10 years after date of substantial completion. Furnish watertight guarantee with no monetary limit. Warranty shall not be voided by ponding water or by building movement (12 inch limit). Warranty shall include all perimeter metal flashings, gravel stops, trims, etc., furnished as part of the roofing system. B. MATERIALS 1. General a. Performance. Provide roofing materials recognized to be of generic type indicated and tested to show compliance with indicated performances. b. Compatibility. Provide products which are recommended by manufacturers to be fully compatible with indicated substrates, or provide separation materials as required to eliminate contact between incompatible materials. Single membrane roofing shall not be allowed to come in contact with any asphaltic material. 2. Loose/Ballasted Single -Ply Membrane Roof System I I I I I I a. Roofing Material. Roofing material shall be E.P.D.M. (Ethylene Propylene Diene Monomer). b. Acceptable Manufacturers. Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: Carlisle; Firestone; or equal. I c. Physical Properties. Requirements for acceptable roofing systems are as follows: Property Test Method Specification Thickness 60 mil min. Tensive Strength ASTM-D-412 1,300 psi min. Brittleness Temperature ASTM-D-746 -490 F min. Ozone Resistance ASTM-D-1149 No Cracks Ultraviolet Resistance Tensive Strength ASTM-D-412 1,200 psi min. Elongation ASTM-D-412 300% min. Water Vapor Permeability ASTM-E-96 2.0 perm -mils (Proc. B or BW) 1 Elongation ASTM-D-412 300% min. Tear Resistance ASTM-D-624 150 lbs/in. min. Weight % EPDM Polymer 30% ■ 670-2 1 Section 670 Single Membrane Roofing d. Ballast. Ballast shall be 3/4 inch to 1-1/2 inch diameter smooth washed 1 gravel. Ballast size shall not be more than 10 percent retained by a 2 inch sieve and not more than 10 percent passing a 3/4 inch sieve. Crushed stone is not permitted. Provide sample for approval. 3. Insulation. Roof insulation shall be Schuller Ultra Gard Polyisocyanurate roof insulation, minimum 3 inch thickness, or thickness as shown on the Plans, '• whichever is greater. 4. Flashing and Sheet Metal a. Zinc -Coated Steel. Commercial quality with 0.20 percent copper, ASTM A525, except ASTM A527 for lock -forming, G90 hot -dip galvanized, mill phosphatized where indicated for painting; 0.0359 inch thick (24 gauge) except as otherwise indicated on Plans. b. Prefinished Metal. Minimum 24 gauge, hot -dipped galvanized steel (G-90) commercial quality; primed and finished one side with Kynar based fluoropolymer coating, 1.0 minimum total dry film thickness, with a wash coat of .3 to .4 minimum dry film thickness applied to reverse side. Provide a strippable film protection for the finished surface. Furnish with a 20 year non -prorated finish warranty. Material shall be the following or an approved equal: ColorKlad; Howmet. Submit color. 5. Walkway Pavers. A walkway system shall be provided to permit regular servicing of rooftop equipment, required by the building owner or their designee. Walkways shall consist of concrete paving blocks weighing a minimum of 10 Ibs/ft2. Abrasive blocks require an acceptable cushion layer directly beneath them to isolate them from the roofing membrane. Only smooth, trowel finish paving stones are accepted without a cushion layer. Cushion layer must extend a minimum of 2 inches beyond the paving stone. 1 Walkways are required at all areas where traffic will be concentrated (i.e., access doors, roof hatches, ladders, etc.). See Roof Plan(s). ' 6. Miscellaneous Materials. All flashing adhesive, sealers, joints, etc. shall be as recommended by roofing manufacturer. C. EXECUTION 1. Storage and Handling. The Contractor is to be aware of all storage requirements and precautions as recommended by the manufacturer and is to protect all materials accordingly. 2. Preparation at Substrate a. General. Comply with manufacturer's instructions for preparation of substrate to receive membrane roofing system. 1 1 670-3 Section 670 Single Membrane Roofing 1 b. Cleaning. Clean substrate of dust, debris, and other substances detrimental to insulation and to membrane roofing system as recommended by the manufacturer. Remove/repair all sharp projections which could damage membrane. c. Priming. Prime substrate where recommended by manufacturer of materials being installed. d. Accessories. Install cant strips, flashings, and other accessories as shown, and as recommended by manufacturer, even though not shown. e. Containment. Prevent compounds from entering and clogging drains and , conductors, and from spilling and migrating onto surfaces of other work. 3. Installation a. General. Comply with manufacturer's instructions, except where more I stringent requirements are indicated. b. Insulation. Extend insulation full thickness over the entire surface to be insulated, cutting and fitting tightly around obstructions. Form cant strips, crickets, saddles, and tapered areas with additional materials as shown and as required for proper drainage of membrane. Provide positive slope to all roof drains. 1 Do not install more insulation each day than can be covered with membrane before the end of the day and before start of inclement weather. Provide waterstops or barriers to prevent moisture from penetrating under new insulation/roof system while work is not in progress. Set insulation units loose on substrate and cover immediately with loose 1 membrane for ballasted insulation. Limit joints between adjacent units to 1/8 inch maximum. I c. Membrane Roofing Installation. Start installation only in the presence of manufacturer's technical representative if required as a condition of the ' warranty. Install membrane by unrolling over prepared substrate, attaching only at perimeter and at roofing penetrations. All building up to 50 foot width will be covered with single sheet roofing, with no joints. Where a joint is required (L-shaped buildings), lap adjoining sheets as recommended by manufacturer and bond as recommended by manufacturer. Install flashings and counterflashing as shown and as recommended by manufacturer. Apply ballast course in uniform thickness at minimum rate of 15 pounds per square foot, spreading with care to minimize possibility of damage to membrane. 1 670-4 1 Section 670 Single Membrane Roofing 1 Coordinate flashing and metal work herein with other flashing and metal work trades to result in a complete installation. d. Walkway Pavers. Install as required by roofing membrane manufacturer to comply with roofing warranty. ii I I I END OF SECTION 670-5 Section 680 Misc. Building Items TECHNICAL SPECIFICATIONS MISCELLANEOUS BUILDING ITEMS ' A. GENERAL The work to be included under this section of the Specifications shall consist of all materials, labor, equipment, tools, supplies and incidentals necessary for furnishing and installing all miscellaneous building items as shown on the Plans and as herein specified. B. MATERIALS 1. Toilet Partitions. Global, solid polymer plastic, floor -mounted, overhead braced ' panels, or equal. Furnish with all trims, fittings, anchors, hinges, latches, coat hook/stop, and all accessories required for a complete installation. ' 2. Toilet Accessories. Furnish and install toilet accessories for men's and women's toilet rooms and shower room as manufactured by A. J. Washroom Accessories, Bradley, or equal, as follows: ' a. Towel Dispenser. A. J. Model U169A/199A surface -mounted roll towel cabinet, lever operated mechanism, fabricated of Type 304 #18 gauge stainless steel with #4 satin finish. 1 b. Mirrors. A. J. Model U700 stainless steel angle framed mirror fabricated of Type 304 stainless steel #18 gauge with #4 satin finish. Corners to be ' mitered, welded, and ground smooth. c. Toilet Paper Dispenser. A. J. Model U806 surface -mounted double roll dispenser, fabricated of die cast aluminum alloy with satin matte finish. d. Grab Bars. At handicap toilets, furnish A. J. Model No. U30 stainless steel grab bars, 1-1/2 inch diameter with satin finish. Locate as shown on the Plans. e. Soap Dispenser. A. J. Model U109 surface -mounted dispenser, liquid type, gravity feed with translucent, unbreakable poly globe. ' 3. Clothes/Coat Hook. Bradley Model 9134, Type 304 stainless steel with satin finish. 4. Shelf/Towel Bar. Bradley Model 9104-90 shelf -bar combination, 24 inches wide, Type 304 stainless steel with satin finish. 5. Fire Extinguishers. Cabinets and extinguishers shall be as follows: Surface -mounted extinguishers to be multi -purpose, dry chemical, with a minimum capacity of 10 pounds, equal to Larsen's MP Series. Install with B-2 surface mounted wall bracket. 1 680-1 Section 680 ' Misc. Building Items Semi -recessed cabinet shall be equal to Larsen's Architectural Series No. AL -2409-6R with wire glass front panel. Extinguisher shall be multi -purpose, dry chemical, with a minimum capacity of 10 pounds, equal to Larsen's MP Series. 6. a. Metal Lockers. Republic "Standard Locker," 12 inches wide x 18 inches deep, single tier, with vent louver top and bottom, top shelf and rod, coat hooks, number plates and padlock attachment. Furnish with 16 gauge zee bases. Color to be selected from manufacturer's standard line. b. Locker Benches. Republic benches made from laminated maple, 1-1/4 inch finished thickness, 1-1/4 inch O.D. tubing pedestals with 10 gauge steel flanges. Overall height shall be 17-1/2 inches. II 7. Flag Pole. American Flagpole #90346, external halyard with shoe base, 6063-T6 aluminum tubing with uniform conical taper, satin ground finish, 25 feet exposed height, complete with all cleats, trucks, halyards, collars, etc. necessary for a finished installation. Foundation shall be as recommended by the manufacturer for an 80 mph wind. ' 8. Roof Vent. Bilco Model No. DHS 4872 535 (243), 4 foot 0 inch x 6 foot 0 inch double -leaf fire vent. 1 9. Dock Bumpers. Pawling Corporation Model S-626. Overall size to be 10 inches high x 26 inches wide. ■ 10. Trailer Restraint Device. Blue Giant Equipment Corporation Model ML -10, "Manu-Latch." , C. EXECUTION 1. All furnishings and equipment shall be installed in accordance with the ' manufacturers' instructions and recommendations at the locations shown on the Plans and/or as directed by the Engineer. 2. Provide nominal 2 inch thick wood blocking for all recessed and/or surface mounted equipment and accessories. END OF SECTION ' 4 1 680-2 1 . Section 740 Facility Piping, Fittings, Valves, Appurtenances TECHNICAL SPECIFICATIONS PLANT/FACILITY PIPING, FITTINGS, ' VALVES AND APPURTENANCES A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for furnishing ' and installing all plant/facility piping, fittings, valves, and other appurtenances of the type required as shown on the Plans and hereinafter specified. B. MATERIALS 1. General. Piping for special purposes shall be as noted on the Plans or as ' specified elsewhere in these Specifications. All piping, except as noted otherwise, shall be ductile iron pipe. All pipe used for pressure situations shall be designed to meet the hydraulic conditions of working pressure times a factor of 1.5. 2. Ductile Iron Pipe and Ductile Iron Pipe Fittings with Push -On or Mechanical Type Joints. Unless otherwise shown on the Plans or specified, pipe and pipe fittings ' furnished on this project for exterior piping shall be ductile iron, with either push -on or mechanical type joints. Flanged pipe or pipe fittings shall be used as indicated on the Plans, and shall be in conformance to paragraph B.3 of this Specification. ' a. Ductile Iron Pipe. All ductile iron pipe furnished with either push -on or mechanical type joints shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids," AWWA Standard O151, latest revision, and shall be thickness Class 50, unless otherwise shown on the Plans. When a heavier thickness class is required, a notation is shown on the Plans to indicate the heavier thickness class and the area in which it is to be used. The manufacturer shall check the profile for depth of bury, and shall furnish pipe of a heavier class in accordance with ANSI/AWWA C150/A21.50, latest revision, if required. ' b. Ductile Iron Pipe Fittings. All fittings shall be ductile iron fittings and shall conform to the requirements of ANSI/AWWA C110/A21.10, or compact fittings conforming to the requirements of ANSI/AWWA C153/A21.53 (3 Inch through 16 Inch), latest revision, for "Ductile Iron and Gray -Iron Fittings, 3 Inch Through 48 Inch, for Water and Other Liquids." All fittings shall have a minimum pressure rating of 250 pounds per square inch unless otherwise shown on the Plans. c. Ductile Iron Pipe Joints. All ductile iron pipe and ductile iron pipe fittings with mechanical or push -on type joints shall have rubber gasket joints in 740-1 Section 740 Facility Piping, Fittings, Valves, Appurtenances I conformance with "Rubber Gasket Joints for Ductile Iron and Gray -Iron Pressure Pipe and Fittings," ANSI/AWWA C111/A21.11, latest revision. d. Restrained Joints. Where shown on the Plans, restrained "Lok-Fast" mechanical joints shall be provided as manufactured by American Cast Iron Pipe Company, United States Pipe and Foundry Company, or equal. 3. Ductile Iron Pipe and Ductile Iron Pipe Fittings with Flanged Type Joints. Where shown on the Plans, the Contractor shall furnish and install flanged ductile iron pipe and flanged ductile iron fittings in accordance with the following Specifications. a. Ductile Iron Pipe. All flanged pipe furnished on this project shall be ductile iron pipe in conformance with the requirements for "Flanged Cast Iron and Ductile Iron Pipe with Threaded Flanges," AWWA C115, latest revision, and to the applicable requirements of AWWA C151, latest revision. The pipe shall have a minimum rated pressure of 250 pounds per square inch. All flanged ductile iron pipe shall be thickness Class 53. Ductile Iron Pipe Fittings. All flanged fittings shall be ductile iron fittings in conformance with the requirements of ANSI/AWWA C110/A21.10, latest revision, and Appendix B of said standard. All fittings shall have facing and drilling which match AWWA C115 threaded -on flanges and shall have a minimum pressure rating of 250 pounds per square inch. Compact fittings in conformance with the requirements of ANSI/AWWA C153/A21.53, latest revision, may also be used. c. Bolts and Gaskets for Flanged Pipe and Pipe Fittings. Bolts and gaskets for pipes conveying water or wastewater shall meet the requirements of AWWA C115 and C110, latest revisions. Gaskets shall be rubber, 1/8 inch thick, full face. Gaskets for flanged pipes which convey compressed air shall be EPDM gaskets with temperature capability of 25° F. d. Pipe Bosses. Bosses shall be provided on pipe as shown on the Plans. Where the working pressure shown is less than or equal to 200 pounds per square inch, the bosses shall be foundry fabricated and be faced and tapped with AWWA C110 flange connections. Where the working pressure shown exceeds 200 pounds per square inch, the bosses shall be foundry fabricated and be faced and tapped for ANSI B16.1, Class 250 flange connections. U I I I I I I I I I 4. Inside Coatings. All ductile iron pipe shall receive the following interior linings: I a. Sewer Lines, Drains, and Force Mains. All ductile iron pipe and fittings shall be lined with a high -build, multi -component Amine -cured Novalac 1 740-2 Section 740 Facility Piping, Fittings, Valves, Appurtenances epoxy lining. The lining system shall be Protecto 401 Ceramic Epoxy as manufactured by Vulcan Painters, Inc. The lining applicator shall have a successful history of applying linings to the interior of ductile iron pipe. 1) Condition of Ductile Iron Prior to Surface Preparation. All ductile iron pipe and fittings shall have a high -build protective lining on the ' interior and a bituminous coating on the exterior except for 6 inches back from the spigot end. The bituminous coating shall not be applied to the first 6 inches of the exterior of the spigot ends. All ductile pipe and fittings shall be delivered to the application facility without asphalt, cement lining, or any other lining on the interior surface. Because removal of old linings may not be possible, the • intent of this Specification is that the entire interior of the ductile iron pipe and fittings shall not have been lined with any substance prior to the application of the specified lining. ' 2) Surface Preparation. Prior to abrasive blasting, the entire area which will receive the protective compound shall be inspected for oil, ' grease, etc. Any areas where oil, grease, or any substance which can be removed by solvent is present shall be solvent -cleaned using the guidelines outlined in SSPC-1 Solvent Cleaning. After the ' surface has been made free of grease, oil or other substances, all areas to receive the protective compounds shall be abrasive blasted with sand or grit abrasive media. The entire surface to be lined shall ' be struck with the blast media so that all rust, loose oxides, etc., are removed from the surface. Any area where rust reappears before coating must be reblasted to remove all rust. 3) Lining. After the surface preparation and within eight hours of surface preparation, the interior pipe shall receive 40 mils dry film thickness of the protective lining. No lining shall take place when the substrate or ambient temperature is below 40 degrees Fahrenheit. The surface also must be dry and dust -free. The linings must not be used on the face of the flange. All fittings shall be lined with 40 mils of the protective lining. The 40 mils system shall not be applied in the gasket grooves. 4) Coating of Gasket and Spigot Ends. Due to the tolerances involved, the gasket area and exterior spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum Protecto Joint Compound, or equal. This coating shall be applied by brush to ensure coverage. Care should be taken that the ' coating is smooth without excess buildup in the gasket groove or on the spigot end. All materials for the gasket groove and spigot end shall be applied after the application of the lining. 1 740-3 Section 740 Facility Piping, Fittings, Valves, Appurtenances 5) Number of Coats. The number of coats of lining material applied shall be as recommended by the lining manufacturer. However, in no case shall this material be applied above the dry thickness per coat recommended by the lining manufacturer in printed literature. The time between coats shall never exceed that time recommended by the lining material manufacturer. No material shall be used for lining which is not indefinitely recoatable with itself without roughening of the surface. 6) Touchup and Repair. Protecto Joint Compound shall be used for touchup or repair. Procedures shall be in accordance with manufacturer's recommendations. b. Water Lines. All ductile iron pipe and ductile iron fittings used for potable water service shall have a standard thickness mortar lining in conformance to ANSI/AWWA C104/A21.4. c. Inspection and Certification 1) Inspection. All ductile iron pipe and fitting (linings shall be checked for thickness using a magnetic film thickness gauge. The thickness testing shall be done using the method outlined in SSPC-PA-2 Film Thickness Rating. The interior epoxy lining of all pipe and fittings shall be tested for pinholes with a nondestructive 2,500 volt test. Each pipe joint and fitting shall be marked with the date of application of the lining system and with its numerical sequence of application on that date. 2) Certification. The pipe or fitting manufacturer must supply a certificate attesting to the fact that the applicator met the requirements of this Specification, and that the material used was as specified, and that the material was applied as required by the Specification. 5. Outside Coating. coating, or shall below. I I I I I I I I I I All ductile iron pipe shall have either a bituminous exterior ' be delivered to the site factory cleaned and primed as set out a. Factory Primed Pipe. Unless otherwise shown on the Plans, all exposed pipe and fittings within the limits of structure walls or all pipe exposed above ground shall be delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or equal. I I I 740-4 I Section 740 Facility Piping, Fittings, Valves, Appurtenances ' b. Bituminous Coating. All pipe and fittings indicated for buried service shall have a bituminous coating approximately 1 mil thick. The coating shall be factory applied to the outside of all pipe and fittings. The finished coating ' shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. 6. Plastic Water and Drain Lines. Where plastic lines are indicated on the Plans, unless noted otherwise, they shall be polyvinyl chloride (PVC), chlorinated polyvinyl chloride (CPVC) for hot water, and polyethylene as follows. a. Polyvinyl Chloride Lines and Fitting. All interior PVC lines as shown on ' the Plans shall be Schedule 80. Fittings for PVC lines shall be Schedule 80 conforming to the requirements of ASTM D2467 (socket fittings) and ASTM D2464 (threaded). Unions shall be furnished with Viton "D" rings. b. Polyvinyl Chloride Drain and Vent Lines and Fittings. All drain and vent lines and fittings shall be ASTM D1785, Schedule 40 polyvinyl chloride pipe with joints as required by the local code and approved by the Engineer. c. Polyvinyl Chloride Sewer Connection. ASTM D3034, SDR 26, with a ' minimum cell classification of 12454-B or 12364-B. 7. Wall Brackets and Pipe Hangers. Wall brackets and pipe hangers for water piping shall be fabricated of 316 stainless steel and secure the piping with split -ring or U -bolt tiedown in a position 2-3 inches from the wall or ceiling. Brackets shall be fastened to the walls with stainless expansion anchors. The pipe hangers and brackets shall be spaced to prevent pipe sag. IC. EXECUTION 1. Pipe, Fitting, Valve and Appurtenance Installation ' a. General. The Contractor shall, unless otherwise specified, furnish all material, equipment, tools and labor necessary to do the work required under this contract and unload, haul and distribute all pipe, castings, fittings, valves, hydrants and excavate the trenches and pits to the required dimensions; excavate the bell holes; sheet, brace and support the adjoining ' ground or structures where necessary; handle all drainage or groundwater; provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, valves, hydrants and backfill compaction; remove surplus ' excavated material; and clean the site. Prior to trenching for new lines, the Contractor shall locate existing lines which may interfere or dictate location and grade of new piping. 740-5 Section 740 r Facility Piping, Fittings, Valves, Appurtenances ' 1) Alignment and Grade. The pipe shall be laid and maintained to the required lines and grades with fittings, valves and hydrants, and other appurtenances, at the required locations, spigots centered in bells, and all valve and hydrant stems plumb. ' 2) Trench Excavation. The trench shall be excavated so that the pipe can be laid to the alignment and depth required. The trench shall be so braced and drained that the workmen may work therein safely and efficiently. It is essential that the discharge of any trench dewatering pumps be conducted to natural drainage channels, drains or storm sewers. 3) Trench Width. The excavated pipe line trench shall not exceed the width as shown on the standard detail sheet of the Plans at any point from the trench bottom to a point 12 inches above the top of the pipe barrel. If the Contractor overexcavates the trench, he shall provide additional pipe bedding gravel or concrete as necessary to prevent crushing of the pipe due to excessive earth loads. All additional bedding material or concrete required shall be furnished at the Contractor's expense. 4) Trench Length. The Engineer shall have the right to limit the amount of trench excavated in advance of laying the pipe. In general, such excavation shall not exceed 300 feet, and trench excavated to grade shall not exceed 150 feet. Every trench in rock shall be fully opened at least 50 feet in advance ' of the place where pipe is being laid. 5) Pipe Bedding. After the trench has been excavated as set out , above, the pipe shall have a bed prepared according to the type of area through which construction is proceeding. The cost of any aggregate base course used as pipe bedding or backfill shall be included in the lump sum price in the Bid. a) Pipe Bedding. All pipe shall be bedded in aggregate base , course from a point 4 inches below the bottom of the pipe barrel to a depth of one -eighth the pipe diameter by the full width of the excavated ditch. All plastic pipe shall be bedded up to the top of the pipe by the full width of the excavated ditch. All overexcavation below the pipe shall be backfilled with pipe bedding material at the Contractor's expense. The additional material required will be placed in 8 inch lifts and thoroughly tamped. This procedure will be repeated until the ' established grade has been reached. All pipe bedding shall 740-6 1 Section 740 Facility Piping, Fittings, ' Valves, Appurtenances ' be tamped so as to provide a uniform and continuous bearing support for the pipe at every point along the pipe barrel. b) Pipe Backfill (Driving Surfaces, Parking Areas, Etc.). Where the pipe line excavation is within the limits of or crossing driving surfaces, including the top of pipe, unpaved roads, driveways or parking lots, and within 24 inches of the finished grade, the backfill material shall be aggregate base course, Class 7. All overexcavation below the pipe shall be backfilled with pipe bedding material at the Contractor's expense. The additional ' material required will be placed in 8 inch lifts and thoroughly tamped. This procedure will be repeated until the established grade has been reached. All pipe bedding shall be tamped so as to provide a uniform and continuous bearing support for the pipe at every point along the pipe barrel. ' c) Small Pipe_Beddinn . Any pipe 2 inches in diameter and smaller shall be bedded in sand for 6 inches in all directions. 6) Excavation in Poor Soil and Refilling to Grade. Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, all types of refuse, vegetable or other organic ' materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, the Contractor shall excavate and remove such unsuitable material to the width and ' depth ordered by the Engineer. Before the pipe is laid, the subgrade shall be made by backfilling with trench backfill gravel in 8 inch uncompacted layers. The layers shall be hand or machine ' tamped as directed by the Engineer so as to provide a uniform and continuous bearing and support for the pipe at all points along the pipe length. Note: No extra payment will be made for the ' excavation or backfill of undercut areas. 7) Bracinn and Shoring. The sides of any excavation, when deemed necessary. shall be properly supported with bracing, shoring or sheeting as the need may be. Such bracing and shoring shall be withdrawn as the work progresses. In case the excavation is close ' enough to buildings or other foundations as to endanger their stabif ty by the removing of such bracings, then they shall be made secure and left in place, and the pipe line trench backfilled and thoroughly tamped with the bracing in place. The Contractor will not be paid for such bracing, sheeting, or shoring whether it is withdrawn or left in the trench. 1 ' 740.7 Section 740 , Facility Piping, Fittings, Valves, Appurtenances 8) Removal of Water and Muck. The Contractor shall provide sufficient pumps and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, the Contractor shall remove all such soft material and replace it with dry loam, sand, or crushed bedding gravel at his own expense. Under no conditions will the pipe line be laid in a trench that has not been properly dewatered. ' 9) Deviations Occasioned by Other Structures. Whenever obstructions not shown on the Plans are encountered during the progress of the work and interfere to such an extent that an alteration in the plan is required, the Engineer shall have the authority to change the Plans and order a deviation from the line and grade or arrange with the owners of the structures for the removal, relocation or reconstruction of the obstruction. 10) Concrete Reaction Backing. All pipe fittings in pipe lines operating ' under pressure shall have concrete reaction backing. Backing shall be placed between solid ground and the fitting to be anchored. The area of bearing on the pipe shall be that shown on the detail sheet of the Plans or as directed by the Engineer. The backing shall, unless otherwise shown or directed, be so placed that the pipe and fitting joints will be accessible for repair. All fittings shall be wrapped with Visqueen prior to the placement of reaction backing. 11) Concrete Pipe Cover. If shown on the Plans or otherwise directed ' by the Engineer, concrete cover shall be placed over the top of the pipe line to the dimensions shown on the Plans. Where in the opinion of the Engineer additional concrete cover is required, it shall be provided and installed by the Contractor. 12) Concrete Encasement. If shown on the Plans or otherwise directed , by the Engineer, the pipe line shall be encased in concrete to the dimensions shown on the Plans. Where in the opinion of the Engineer additional encasement is required, it shall be provided and installed by the Contractor. Pipe joints shall not be encased for a distance of 2 feet either side of the joint. All pipes under tanks shall be encased in concrete. b. Pipe Installation 1) Ductile Iron Pipe. Ductile iron pipe and fittings shall be installed in conformance with the requirements of AWWA C600, latest revision, and these Specifications. 2) Steel Pipe. Steel pipe and fittings shall be installed in conformance ' with the requirements of AWWA C600, latest revision, and these 740-8 ' Section 740 Facility Piping, Fittings, Valves, Appurtenances Specifications. 3) Other Pipe. All other pipe shall be installed in accord with accepted ' practices, the manufacturers' recommendations and these Specifications. Plastic pipe shall be bedded with crushed gravel for the full depth of the pipe then backfilled with select material. All threaded connections required for the installation of pressure, temperature or other switches, sample connection of any kind, or ' other appurtenances installed on steel or stainless steel piping shall be field or shop fabricated NPT threads and shall be threaded through a 3/4 inch thick boss or 1/2 inch coupling welded to the pipe ' and threaded prior to coating (if required). All piping, fittings, valves and appurtenances shall be painted as ' specified elsewhere in these Specifications. 4) Testing ' a) General. This section describes testing for various pipe materials and sizes used throughout the facility site. The manufacturer's test procedures shall supplement those outlined herein. IAll pipe, except road culverts, shall be tested. Lines smaller than 4 inch diameter shall normally be tested by applying service pressures and observing them for obvious or apparent leakage. Lines of 4 inch diameter and larger shall be tested as described herein. El 11 I I I I It shall be the responsibility of the Contractor to provide the necessary outlets for testing pipeline. Outlets shall consist of a galvanized fitting fabricated integrally with the pipe, having iron pipe threads, and a corporation cock, which shall be Mueller No. H5025, or equal. The Contractor shall furnish all materials, tools, equipment and labor required for testing. Any needed repairs or retesting shall be done by the Contractor at his expense. The Contractor shall utilize water purchased from the Owner for flushing, testing and disinfecting all facilities. Underground pipe shall not be tested until it has been backfilled. Exposed pipe shall not be tested until it has been completely installed and restrained. I 740-9 Section 740 I Facility Piping, Fittings, Valves, Appurtenances , b) Hydrostatic Testing. All pipe on this project shall be tested as set out in AWWA C600, latest revision. Tests will be conducted after the line is completed and backfill made, except those areas around valves and fire hydrants may be left open at the discretion of the Contractor. (1) Test Pressure and Duration. The line shall be tested at an equivalent pressure of 150 pounds per square inch gauge. The Contractor shall provide all pumps or other equipment necessary to maintain the test pressure within ±5 pounds per square inch at the test point for a period of two hours. (2) Definition of Leakage. The leakage test shall be 1 conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. Leakage shall not be measured by a drop in pressure in a test section over a period of ' time: The Contractor shall be responsible for providing all ' pumps, equipment and appurtenances necessary to maintain the above specified test pressure, and to meter the water supplied to the line in order to ' maintain the test pressure within the limits specified. (3) Allowable Leakage. Leakage for water pipe shall be , within the limits set out in AWWA C600, latest revision. Should any test of pipe laid disclose leakage greater than that specified, the Contractor shall, at his own ' expense, locate and repair the defective joints, and retest the line until the leakage is within the specified allowance. (4) Visible Leaks. All visible leaks are to be repaired regardless of the amount of leakage. c) Cost of Testing. The cost of all testing shall be included in the other applicable pay items for this project. After piping has been tested, all water lines shall be flushed thoroughly. i 740-10 ' Section 740 Facility Piping, Fittings, Valves, Appurtenances ' 5) Disinfection. After piping has been tested, all water lines, both potable and nonpotable shall be flushed thoroughly and then disinfected as follows: a) The Contractor shall provide temporary flushing equipment, chlorine injection equipment and all materials required for the process. b) Disinfection shall be performed in accordance with the latest 1 issue of AWWA C601. c) The method of chlorination may be either the continuous feed ' method or the slug method. Use of the tablet method is not allowed. Chlorine solution shall be injected into the lines by use of a pump. d) The form of chlorine shall be sodium hypochlorite or calcium hypochlorite solution. Liquid or gaseous chlorine shall not be used except by trained personnel with the approval of the Engineer. e) Flushing shall include each and every fixture branch or dead leg of the entire system. If) The lines shall be considered disinfected only after two consecutive samples taken at 24 hour intervals (at each location) receive negative reports when sent to the Arkansas ' Department of Health for testing. g) Valves, regulators and other equipment in the systems shall be operated during the disinfection period so that all parts will be disinfected. 2. Valve Installation a. Valves. All valves shall be installed at the locations shown on the Plans or at the direction of the Engineer, and shall be installed in accordance with the detail sheet of the Plans and these Specifications. ' END OF SECTION 740-11 Section 750 Building Plumbing TECHNICAL SPECIFICATIONS ' BUILDING PLUMBING ' A. GENERAL The work included under this section of the Specifications shall consist of all materials, labor, equipment, tools, supplies and incidentals necessary for furnishing and installing all building plumbing, water and air lines, drains, vents, fixtures and other appurtenances for a complete and operating system as shown on the Plans and as herein specified. Where brand names are called out for establishing type and quality of equipment, the Engineer shall be the sole judge of equal quality of any substituted equipment. ' B. MATERIALS Piping LJ u I I [I L I II I] I a. Sanitary Drain, Vent and Roof Drain Piping. Sanitary drain, vent and roof drain piping shall be SV (service) cast iron soil pipe and fittings, coated inside and out, conforming to ASTM A74, having hub and spigot joints made with positive double -seal compression -type gaskets conforming to ASTM C564, or shall be hubless-type cast iron complying with Cast Iron Soil Pipe Institute Standard 301. Vent piping above floor, size 2-1/2 inches or less, may be Schedule 40 galvanized steel per ASTM Al20 with cast iron threaded drainage fittings. Where noted on the Plans or where corrosive materials will be handled, Schedule 80 PVC shall be used for drain piping, as specified elsewhere in these Specifications. b. Water Supply Piping. Unless otherwise specified on the Plans, water supply piping shall be ASTM 888, Type "L" hard drawn seamless copper above slab, Type "K" soft or hard below slab, with wrought copper or cast bronze fittings, bronze valves, and soldered joints, using silver solder below slab and within 10 feet of building drain; 95-5 Tin -Antimony solder elsewhere. c. Pipe Insulation. Except for exposed plated supplies at fixtures, all interior, exposed, hot water, cold water and roof drain piping shall be insulated with jacketed high density fiberglass pipe insulation. Fittings shall be insulated with PVC premolded fitting covers containing fiberglass inserts. Joints shall be sealed vapor -tight in all unconfined spaces. Insulation shall be protected at hangers and supports with 18 gauge galvanized, 10 inch long, 180 degree metal shields. For piping 2 inches and larger, 1 inch thick foamg!as pipe insulation, or equivalent, shall be installed at supports. Unless otherwise specified, the thicknesses of the pipe insulation shall be 1/2 inch for pipe sizes to 1 inch, and 1 inch thick for larger sizes. Insulate buried hot water pipe with 1/2 inch elastomeric closed cell foam. I 750-1 Section 750 Building Plumbing 2. Floor Drains. Floor drains shall be constructed of cast iron, bronze or other durable corrosion -resistant materials. ' All internal surfaces shall be sloped to outlet to facilitate drainage. Floor drains installed in rooms which are required to have waterproof floors shall ' have an integral flange, seepage openings and clamping device which will securely clamp the waterproof membrane. Each floor drain grate must be load rated to safely bear the maximum anticipated load which will pass over it. Floor drains in restrooms shall have either bronze or nickel bronze top rim and grate. Floor drains which receive debris -laden wastewater shall have a suitable sediment ' bucket in the drain body, which will intercept and retain this debris. 3. Sill Cocks and Yard Hydrants. Sill cocks and yard hydrants shall be designed to , pass through walls or extend out of the ground and may terminate flush with or extend beyond the respective surfaces. All hydrants terminating in areas subject to freezing temperatures shall be designed to operate in these temperatures. Hydrants shall be designed so the seats, seat washers and other parts subject to wear can be replaced from the face of the hydrant without removing the hydrant from its installed position. Hydrants shall be constructed of durable corrosion - resistant materials and shall be key operated. Hydrants shall be equipped with an approved vacuum breaker. 4. Cleanouts. Cleanouts shall be made of durable corrosion -resistant materials conforming in thickness to that required for pipe and fittings of the same material. The design shall be such that the closure plug, when properly secured, will make a gastight and watertight seal. Cleanouts designed for use on concealed piping shall terminate at finished wall or floor surface with removable access cover of adequate size to permit removal of plug. Access covers used in floors shall be of sufficient strength to sustain area traffic. 5. Fixture Supports (Carriers) a. General. All items are to be of the material specified, suitable for installation and service in the place specified. The castings for all components shall be sound, free of blow holes, cold , shuts and other imperfections, and shall be of uniform wall thickness and true to pattern. They shall also be clean and free of fins. b. Water Closets. Supports for off -the -floor closets shall be a combination waste fitting and support assembly and incorporate as a minimum a support structure complete with fasteners to mount and connect the closet, 750-2 1 ' Section 750 Building Plumbing fitting and conduit means for carrying the waste from the closet into the ' waste line, means to tie the assembly to the structural floor slab, and necessary gasketing, and the combination shall provide an assembly that will support the fixture independent of the wall or partition and that can be ' fully concealed in the building construction. c. Urinals. Supports for off -the -floor mens' urinals shall be of the chair carrier type. The carrier shall provide the necessary means for mounting the fixture, a foot or feet to anchor the assembly to the floor slab, adjustability to locate the fixture at the desired height and in relation to the wall, and be designed to rigidly support the fixture under normal usage without damaging stress on the wall structure or wall finish. Supports for floor - mounted urinals shall include the wall anchors and the floor brackets. ' d. Lavatories. Supports for off -the -floor lavatories and fixtures similar in size, design and use shall be of the chair carrier type. The carrier shall provide ' the necessary means for mounting the fixture, a foot or feet to anchor the assembly to the floor slab, adjustability to locate the fixture at the desired height and in relation to the wall, and be designed to rigidly support the fixture under normal usage without damaging stress on the wall structure or wall finish. • e. Sinks. Supports for sinks and similar fixtures larger in size than conventional lavatories shall be of the chair carrier type. The carrier shall provide the necessary means to mount the fixture, feet to anchor the ' assembly to the floor slab, adjustability to locate the fixture at the desired height and in relation to the wall. ' 6. Fixtures a. General. All fixtures shall be of the type and quality shown in the fixture schedule on the Plans, including water closets, lavatories, urinals, showers, hot water heaters, drinking fountains, faucets, valves and exposed piping. b. Single Source. For consistency and ease of maintenance, all equipment or materials of the same type shall be furnished by the same manufacturer. 7. Hose Bibs. Hose bibs shall be designed to pass through walls or extend out of the ground and may terminate flush with or extend beyond the respective surfaces. All hose bibs terminating in areas subject to freezing temperatures shall ' be designed to operate in these temperatures. Hose bibs shall be designed so the seats, seat washers and other parts subject to wear can be replaced from the face of the hose bib without removing the hose bib from its installed position. Hose bibs shall be constructed of durable corrosion -resistant materials and shall be key operated. Hose bibs shall be equipped with an approved vacuum breaker. 8. Backflow Preventer. The backflow preventer shall be of the reduced pressure principle type. It shall consist of two independently acting spring -loaded check ' 750-3 Section 750 ' Building Plumbing 1 valves, an automatically operating pressure differential relief valve, tightly closing shutoff valves located at each end of the device, and shall be fitted with properly located test cocks. Operation shall be completely automatic. All internal parts of the spring -loaded check valves and the pressure differential relief valves must be removable or replaceable without removal of the backflow preventer from the line. 1 9. Water Heaters. The heater shall be rated at 4500 KW, 240 volts, single phase, 60 cycle AC and listed by Underwriters Laboratories. The heater shall have a maximum working pressure of 150 psi, a storage tank with a separate 3/4 inch tapping for relief valve installation and a rigidly supported anode rod for maximum cathodic protection. All internal surfaces of the heater exposed to water shall be glass -lined with an alkaline borosilicate composition fused -to -steel. Electrical heating elements shall be low waft density incoloy sheath, screw -in design. Element operation shall be double element, non -simultaneous. The controls shall include a thermostat with each element and a high temperature cutoff. The jacket shall provide full size control compartments for performance of service and maintenance through front panel openings and enclose the tank with foam insulation. 10. Pipe Hangers ' a. Hangers. Hangers and supports shall be standard metal types made by a recognized manufacturer for this purpose. They shall be provided with means for adjustment so as to maintain proper pitch. Allowances shall be made for free expansion and contraction due to temperature changes. Provide complete hanger assemblies, including washers, nuts, turnbuckles, ' rods, clip angles, beam clamps, and through bolts. Provide any adjustable items with a locking device. b. Spacing. Maximum spacing and minimum rod size for piping supports shall be as follows: Maximum Maximum Maximum Pipe Spacing Spacing Spacing Rod ' Size Copper. Pipe PVC Pipe Steel Pipe Size 1/2" 5' 4' 7' 3/8" 3/4" 6' 4' 7' 3/8" 1" 6' 5' 7' 3/8" 1-1/2" 8' 6' 9' 3/8" Support all cast iron piping at 5 foot intervals and at all changes of direction. Additional supports shall be installed near valves, traps, flexible connections and offsets. 750-4 H L1 I I I I I Section 750 Building Plumbing Install oversize hangers and supports with shields to suit insulation. 11. Trench Drain Frame and Grates. Trench drain frames and grates shall be cast iron material conforming to ASTM A48 Class 30. All castings shall be furnished with ground bearing surfaces. Grates to be furnished in standard 2 foot 0 inch modules to fit 4 foot 0 inch frame modules. 12. Submittals a. Product Data. Prior to installation, submit for approval of the Engineer, schedules of equipment, catalog data, drawings and descriptive specifications showing sizes, dimensions, materials, capacities, electrical data and other characteristics included in the equipment schedules, Specifications and Plans notes, as applicable for all the following items: 1) Fixtures and equipment. ' 2) Proposed substitutions of materials or methods of installation. I El I IA I H I b. Record Documents. Include an updated drawing showing the location of all buried piping. 13. Substitutions. Fixtures shall be of the type specified or scheduled on the Plans. Any substitutions must be approved by the Engineer. C. EXECUTION 1. General a. Qualifications of Installers. Use plumbers who are thoroughly trained and experienced in the work of this Specification. Installer must have any licenses required by Administrative Authorities for work of this Specification. b. Codes and Standards. Comply with the plumbing code adopted by the Administrative Authority. In the absence of an adopted code, comply with all applicable requirements of the Standard Plumbing Code as issued by the Southern Building Code Congress International, Inc. 2. Piping Installation a. General. Connect all fixtures and equipment shown on the Plans, including any furnished by the Owner or by others. Plastic piping shall be used below ground only and shall be installed with tracer wire. The connection between the plastic service pipe and the building steel pipe shall be made below ground and shall be provided with I 750-5 Section 750 Building Plumbing cathodic protection in accordance with the applicable Gas Code. All unions for connecting and disconnecting piping shall be ground joint type. Install full line size shutoff valves in an accessible location at meter, building entrance, at all appliances and any other locations shown on the Plans. All regulators shall be properly vented to the atmosphere. Provide drip legs at appliances as recommended by the manufacturer b. Drainage and Vent Piping Installation. Install drainage piping at uniform grade in practical alignment with a minimum slope of 1/4 Inch per foot for 3 inch diameter and smaller, and 1/8 inch per foot for larger than 3 inch diameter, unless otherwise approved by the Engineer. Cleanout sizes shall be the same as the connecting line up to a maximum of 4 inch diameter. All cleanouts shall be properly installed flush with the wall or floor. All floor drains shall be deep seal traps. c. Water Piping Installation. Water lines shall be placed on the interior side of building insulation. Install full line size shutoff valves in main service line and at all fixtures and equipment so located and/or provided with handle extensions as required for convenient accessibility. H I I I I I I r 1 I I I Install a temperature/pressure relief valve at all water heaters and connect its outlet to a drain or outside as shown on the Plans. I Avoid joints below concrete slab wherever possible. Secure vertical piping with blocking to prevent excessive vibration and movement. d. Testing. Tests shall be conducted in the presence of the Engineer prior to backfilling, insulating or concealment with partitions. Provide pumps, fittings, accessories and labor to conduct tests. Rough -in drain and vent piping shall withstand a minimum pressure of 10 feet of water for one hour with no loss of pressure. Immediately before floor slab is poured, all drains shall pass a ball 1/2 inch smaller than the pipe. I 1 C I H 750-6 I Section 750 Building Plumbing 1 Water piping shall be tested with water at a pressure of 150 psig for four hours. Air piping shall be tested with air as required in Section 740 of these I Specifications. Piping shall be reworked as required until proven tight. Allowable leakage shall be as specified in Section 740 of these Specifications. ' e. Sterilization. After fixtures and accessories are installed and connected, water system shall be sterilized in accordance with the requirements of the ' state and local plumbing codes (latest edition) or as the Administrative Authority having jurisdiction so directs. At the end of the sterilization period, water at the extreme ends of the systems shall be tested and shall ' contain no less than ten parts chlorine per million. Sterilization operations shall be repeated as necessary to attain this result. ' Valves, cocks and regulators in the systems shall be operated during the sterilization period so that they will be sterilized. Following satisfactory sterilization results, the system shall be flushed until the chlorine content of the water is no more than that in the exterior service mains. f. Pining Fabrication and Erection. Shop fabricate pipe in largest sections practical for shipping and field assembly using a minimum of field welded ' joints. Before fabrication, make field measurements necessary to determine piping ' make-up lengths or closures accurately and to permit working the piping into place without forcing or springing. ' Remove loose scale, sand, weld spatter, cutting chips and other foreign material by means of mechanically -driven cleaning tools and/or wire brush. ' Blow out piping with compressed air. Plug ends and openings in shop -fabricated pipe prior to shipping to job site. ' g. Joints and Equipment Connections 1) Flanged Joints. Pipe flanges shall be faced true to line and thoroughly cleaned before assembly. Gasket faces shall be free of burrs or bruises. 1 ' 750-7 Section 750 Building Plumbing Coat bolt threads with mixture of equal parts of graphite and boiled linseed oil. 2) Screwed Joints. After having been cut, pipes shall be reamed to remove burrs and cleaned of cuttings and debris. I U I Threading dies shall be in good condition and produce clean-cut threads. ' Clean and coat threads with thread lubricant and sealant. 3) Soldered Joints. Ream or file pipe to remove burrs. Clean and polish contact surfaces of joint. 1 Apply flux to both male and female ends. Insert end of tube into fittings full depth of socket. ' Bring joint to soldering temperature in as short a.time as possible. ' Form continuous solder bead around entire circumference of joint. h. Installation i 1) Equipment. Assemble, erect, connect piping to and otherwise completely install all equipment in strict accordance with manufacturers' instructions and the Plans. 2) Pipit. Route parallel to building lines and other piping. ' Make all branch connections with use of proper type fittings. No nozzles permitted in field erection. Provide sufficient unions and flanged connections to permit ' dismantling and removing equipment. 3) Spacing. Adequate to permit servicing valves and specialties, and replacing sections of pipe. 1 4) Flexibility. Prevent excessive forces or movements on equipment. Prevent bending stress in piping in excess of allowable stress, per USASI B31.1. Provide vent and drain valves as required to fill and drain piping for hydrostatic testing. I 750-8 1 ISection 750 Building Plumbing Close ends of partially erected systems. Flush or otherwise clean systems after erection. 5) Valves. Install valves with stems horizontal or above. Where not otherwise detailed, locate valves for convenient operation ' from floors. Install as recommended by manufacturer to prevent damage of body. Tighten valve glands as work is erected, and again as required after ' placing in service. Replace any gland packing which is in deteriorated or in • unsatisfactory condition. Provide framed wall and floor access covers for all cleanouts, valves and other concealed equipment. Remove temporary preservative coatings from valves and ' accessories. i. Pie Insulation. Piping shall be tested and cleaned before insulation commences. Surfaces to be insulated are to be clean, dry and primed. Insulation is to be clean, dry and undamaged at time of application, and insulation is to be applied only under ambient conditions suitable for the work to be installed, and with provision for protecting the work until complete and dry. Fit insulation to surface of pipe. Neatly fit around irregular surfaces; tightly butt joints. Make necessary cuts accurately with saw or knife, not ripped. Cut covering seams with a sharp knife or scissors, not ripped, and apply seam to least conspicuous side. Provide vertical pipe lines with sheet ' metal insulation supports at intervals not to exceed 15 feet. Supports shall be T304SS (Type 304 stainless steel). Insulate valve bodies, fittings, etc. with premolded fittings of same material as pipe insulation and of same thickness as pipe insulation. Install vapor barrier jacket. Seal self-sealing laps of jacket and tightly butt and seal end joints. Conform to manufacturer's printed instructions. 3. Penetrations a. General. All ceiling, wall, roof and floor penetrations shall be caulked, flashed or otherwise sealed. ' 750-9 Section 750 ' Building Plumbing Construction of all penetrations must allow adequate flexibility for relative movement of the building element with respect to the pipe. , Provide escutcheons on all penetrations exposed to view in finished interior areas. 1 Unless shown or otherwise approved, do not penetrate any structural members. I b. Metal Roofs and Sloped Frame Roofs. All pipe penetrations extending above the roof or connecting to equipment shall be installed with storm collars or roof jacks to suit the actual slope, and be complete with flashings and sealant. Ducts terminating at the roof line may be installed with prefabricated roof caps having bases attached directly to the roof. c. Bases Attached to Metal Roofing. Bases attached to metal roofing must be 1 1) fully caulked with permanently flexible type sealant such as silicone; 2) secured with screws all around at a maximum spacing of 1-1/2 inches; and 3) fit within flat section width. For larger penetrations, see that full curbs are provided to suit the exact roofing profile. d. Pipe Sleeves. Provide Schedule 40 galvanized steel or wrought iron ' sleeves where all pipes pass through floors and masonry wall. Install cast iron pipe sleeves through grade beams and foundations. Sizes shall be 1/2 inch greater than the outside pipe or insulation diameter. For sleeves passing through floors subject to flooding, use cast iron with integral flanges and extend 1 inch above finished floor. Caulk opening between sleeve and pipe with packing and waterproof caulking compound. 4. Hangers. Fastenings and Supports a. General. Hangers and other supports shall be attached to main structural members using beam clamps, bolts and other suitable fastening devices. No drilling, welding or cutting of building columns or beams is permissible. Care shall be taken not to significantly weaken any structural member. The Engineer shall make the final determination on marginal situations. No wire hangers or perforated strap iron or similar material will be ' permitted. b. Fastenings. Provide fastening devices which are permanent, non -corroding, high -strength type using threads for tightening. Minimum 750-10 1 ' Section 750 Building Plumbing I size bolt shall be 3/16 inch, and minimum size screw shall be No. 10. Cement or glue type fasteners shall not be used. Driven studs may be used for fastening only in steel. In concrete and solid masonry, use threaded inserts secured in drilled holes or cast into the concrete. Pipes 1 inch and larger and all equipment subject to motion, operation or vibration shall be fastened with lead tamped or wedge type expanding shield secured threaded inserts. In hollow masonry, plaster and plasterboard, toggle bolts or expanding lag anchors shall be used with excess hole area covered with washers. Whenever possible, fastening in plaster or plasterboard shall be into studs or structural supports. In wood construction, wood screws and lag bolts may be used. Screws shall not be hammered into wood. In steel construction driven threaded studs, welded threaded studs, drilled threaded or through holes, or threaded clamps shall be used. In lightweight applications on sheet metal, self -threading screws or bolts may be used. ' 5. EE uipment Installation a. General. Inspect each piece of equipment for defects to see that all 'components are properly installed, adjusted and operational. Install all equipment, including that furnished by the Owner. 1 Install all equipment in accordance with the manufacturer's 1 recommendations. Locate equipment with proper clearance for service and ventilation and clear of direct runoff from roofs and other structures. b. Water Closets. Install water closets no closer than 15 inches from the center to a side wall and no closer than 30 inches from center to center. c. Urinals. Install urinals no closer than 12 inches from the center to a side wall and no closer than 24 inches from center to center. 1 d. Fixture Supports. Fixture supports shall be installed in accordance with manufacturer's instructions. e. Water Heaters. Provide safety pans under water heaters located over finished areas, and install piping to drain. I 750-11 Section 750 Building Plumbing 1. Hydrants. Wall hydrants shall be installed with valves exposed in heated area of buildings, and ground or post -type hydrants shall be installed with valves below frost line to prevent freezing. Hydrants shall be installed and spaced as required for practical use. g. Floor Drains. Floor drains must be installed at the low points of the areas to be drained, with tops of drains set flush with finished floor. Drains must be easily accessible for maintenance. END OF SECTION 750-12 I I TECHNICAL SPECIFICATIONS MECHANICAL - HVAC Section 760 Mechanical, HVAC ' A. GENERAL The work included under this section of the Specifications shall consist of providing a!! materials, labor, equipment, tools, supplies and incidentals necessary for furnishing and installing a complete heating, ventilation and air conditioning system, as shown on the Plans and as herein specified. B. MATERIALS 1. General a. Single Source. For consistency and ease of maintenance, all equipment ` or materials of the same type shall be furnished by the same manufacturer. b. Equipment Accessories. Furnish, install and adjust motors and drives with all mechanical equipment. c. Roof Curbs. Furnish and install factory -made roof curbs of proper type for all roof -mounted equipment. Where factory curbs are not available to suit the type of roof construction, furnish shop -made curbs complying with requirements of the equipment manufacturer to suit the actual roof profile. 2. Duct Construction a. General. All sheet metal duct, plenum and casing construction shall conform to the low pressure classifications and shall be in accordance with the construction details and installation details in the "SMACNA HVAC Duct iConstruction Standards - Metal and Flexible 1st Edition." Unless otherwise specified on the Plans, all duct shall be galvanized steel of lock -forming quality with minimum galvanizing of 1-1/4 ounces per square foot total of both sides. All duct joints shall be securely fastened with screws, rivets, or equivalent to resist pullout. Duct and dampers shall be so constructed and installed as to be free of tself -generated noise and vibration. Weatherproof all exposed exterior duct and joints with flashing and mastic. b. Sealing Ducts. All duct construction shall be essentially airtight, including ` counter bases and other plenums used to convey supply air. 1 760-1 Section 760 ' Mechanical, HVAC I All duct penetrations such as operating rods and doors shall be properly gasketed. i All ducts shall be sealed conforming to SMACNA requirements for the seal classification applicable to the duct pressure classification. In addition, the transverse joints of all supply ducts located outside the conditioned space (except return air plenums) shall be sealed using mastic, mastic plus tape, or mastic tape. I. c. Dampers. Each outlet branch shall be provided with an accessible damper for balancing, located either at the register or in the branch duct, unless noted on the Plans. Dampers in rectangular duct shall be opposed blade type. Dampers in round duct may be butterfly type if located at the trunk connection. i d. Clearances. Heating ducts shall have a minimum clearance of 1/2 inch to combustible construction. In concealed spaces where 1/2 inch clearance cannot be maintained, the interior surfaces of the space shall be protected with 1/4 inch of approved insulating material. Ducts shall not be installed within 4 inches of the ground unless otherwise shown on the Plans. e. Accessories. Provide gasketed access doors and labels for equipment 1 within ducts and for fire dampers. Install flexible connections where Plans indicate at heating and cooling fans and fan -coil units, using fireproof and waterproof 16 ounce canvas having a minimum length of 4 inches and a maximum length of 10 inches. f. Insulation. Insulation shall be applied in strict accordance with the manufacturer's instructions, and SMACNA standards. 3. Registers and Grilles. Center all registers and grilles to coordinate with ceiling pattern, lighting, speakers and other fixtures. Install securely using gaskets where , furnished. 4. Gas Piping a. Support gas piping with carbon steel clevis pipe hangers and all -thread rod (minimum 1/4 inch) from roof structure. Support pipe at minimum 10 foot , intervals and within 12 inches of each horizontal elbow. b. Provide a pipe sleeve at walls where gas pipes enter the building and seal with a UL listed fire stopping caulk. Provide metal collar or escutcheon on both sides of penetration. I 760-2 1 1 Section 760 Mechanical, HVAC I 5. Piping Insulation a. Type. Flexible elastomeric closed cell foam, or equivalent, with joints sealed vapor -tight above finished floor. ' b. Thermal Conductivity. Thermal conductivity shall be 0.27 BTU, inch/hour, square foot, degrees Fahrenheit maximum at 75°F mean temperature. c. Minimum Thickness Refrigerant Cold (Suction) Line: Inside Conditioned Space = 1/2 inch Outside Conditioned Space = 1 inch (Two layers of 1/2 inch) All Metallic Condensate Drain Above Finished Areas = 1/2 inch 6. Duct Insulation a. Flame Spread and Smoke Ratings. All insulation materials, including 1 adhesive (where used), shall have a flame spread rating not over 25 without evidence of continued progressive combustion and a smoke developed rating no higher than 50. b. Duct Liner. Mat coaling fiberglass with a minimum thickness of 1 inch and having the following properties: Density = 1-1/2 pound per cubic foot Thermal Conductivity = 0.26 BTU, inch/hour, square foot, degrees Fahrenheit (at 75°F mean temperature) ' Velocity Rating = 4,000 feet/minute C. External Blanket. Flexible glass fiber blanket with a minimum thickness of 1 inch and having a factory -applied fiberglass/aluminum foil reinforced Kraft vapor barrier facing and with the following properties: I Density = 3/4 pound per cubic foot Thermal Conductivity = 0.31 BTU, inch/hour, square ' foot, degrees Fahrenheit (at 75°F mean temperature) All joints shall be taped with ARK tape. 1 760-3 Section 760 '. Mechanical, HVAC I 7. Single Package Rooftop Unit with Electrical Cooling and Gas Heating. Furnish the size, type and models listed in the equipment schedule. Units shall consist of insulated unit casing, hermetic compressor(s), air cooled condenser coil, evaporator coil, condenser fan(s) return air filters, supply motor and unit controls, gas fired heating section, factory roof curb, integrated economizer and disconnect. Gas fired section shall include automatic safety controls, gas valve, pressure regulator, shutoff valve,,and main gas valve. Manufacturers: Carrier or Trane. 8. Power Roof Exhaust Fans, and Propeller Fans. Furnish the size, type and models i listed in the schedule. a. Power Roof Exhaust Fans. Fans shall be a centrifugal roof exhauster with heavy gauge spun aluminum housing, aluminum base with welded corners, and backward inclined aluminum wheel. Wheel shall be statically and dynamically balanced. Provide long life (L50), self aligning, heavy duty ball bearings, solid steel shaft, vibration isolators, V -belt drive and TEFC motor with service factor of 1.15. Provide birdscreen, disconnect, back draft damper and 12 inch high factory roof curb. Manufacturer: Penn Ventilator or equal. b.. Propeller Fans. Furnish the size, type and model listed in the schedule. Propeller fan shall be direct drive with low speed, high efficiency formed steel, statically and dynamically balanced operating blades. The frame shall be steel with a deep spun Venturi, welded corners and given a coat of factory enamel. Fan motors and drives shall be supported by structural steel shapes attached to a steel panel. Optional accessories include a self- acting wall shutter, wall sleeve, rear guard, angle frame for wall mounting and disconnect switch. Manufacturer: Penn Ventilator or equal. 9. Gas Fired Unit Heater. Furnish the size, type and model listed in the equipment 1 schedule. Gas fired unit heater shall be equipped with automatic safety controls, gas valve, pressure regulator, shutoff valve, main gas valve, aluminized steel heat exchanger and with 80 percent efficient combustion design. 10. Excavation and Backfill. Excavation and backfill shall be as specified elsewhere in these Specifications. I 11. Sequence of Operation a. Each RTU shall be manually started located in the electrical room. components as necessary to main spaces. Nominal set points shall be and stopped from a start/stop switch The control system shall operate lain the set point in all conditioned 78°F in summer and 68°F in winter. b. EF-1 and EF-2 shall be interlocked with RTU-1 through H -O -A switches. c. EF-3 and EF-4 shall be interlocked with RTU-2 through H -O -A switches. I 760-4 I 1 ! I I I I 1 I I I I I I Section 760 Mechanical, HVAC EXECUTION Equipment Installation a. General. Inspect each piece of equipment for defects and see that all components are properly installed, adjusted and operational. Install all equipment, including that furnished by the Owner. Install all equipment in accordance with the manufacturers' recommendations. Locate equipment with proper clearance for service and ventilation and clear of direct runoff from roofs and other structures. b. Qualifications of Installers. Use mechanics and sheet metal workers who are thoroughly trained and experienced in the work of this Specification. Installer must have any licenses required by Administrative Authorities for work of this Specification. c. Codes and Standards. In addition to complying with all pertinent codes and regulations, comply with all applicable requirements of NFPA 90A, "Standard for the Installation of Air Conditioning and Ventilating Systems." d. Submittals. Prior to installation, submit for approval of the Engineer schedules of equipment, catalog data, drawings and descriptive specifications showing sizes, dimensions, materials, capacities, speeds, electrical data and other characteristics included in the equipment schedules, Specifications and Plans notes, as applicable for all the following items: 1) Air handling units, fans, unit heaters and accessories. 2) Controllers, thermostats, bypass dampers and control devices. 3) Control schematic of all systems and equipment. e. Substitutions. The equipment shall meet all requirements specified herein. Where manufacturers' model numbers are listed, it is not the intention of these Specifications to exclude equal products made by a different, or by the same, manufacturer. However, for all heating, ventilating and air conditioning equipment, any proposed substitutions shall be submitted with complete catalog data, the reasons for the substitution, and must be approved by the Engineer. f. Structural Support. lnsta!l all outdoor equipment on level concrete pads at a minimum of 4 inches above grade. Furnish the general Contractor with 760-5 Section 760 ' Mechanical, HVAC approved layouts for construction of all supports, foundations and pads, providing concrete aprons where grass or foliage may restrict air inlets. I For all louvers and equipment on metal buildings and frame construction, see that structural frames of proper size and dimensions are installed to receive the mechanical equipment. Install roof curbs and flashing in accordance with recommendations of SMACNA HVAC Duct Construction Standard - Metal and Flexible 1st Edition. Provide vibration isolation devices or materials as recommended by the 1 manufacturer for all roof and deck -mounted equipment. g. Condensate Drains. Install a water seal at each condensate drain, of ' sufficient depth to resist the maximum static pressure, using flexible material where exposed to possible freezing. Run piping to drain or outside, unless otherwise shown. h. Combustion Ventilation. Isolate conditioned air and return air from combustion air using metal ducts sealed to the furnace casing. i. Controls and Wiring. Furnish thermostats and other control devices as specified for installation and wiring by the electrical contractor. Provide the electrical contractor with electrical data, complete wiring diagrams and instructions for all equipment and controls furnished. Notify the electrical contractor of any changes in the electrical requirements due to substitution or variations of the mechanical equipment. Unless otherwise noted, install thermostats approximately 4 feet 9 inches above the floor. Level all thermostats in accordance with manufacturer's instructions, where applicable. j. Filters. See that return air filters of the correct type and size are installed in units or ductwork. All filters should be the same size where practicable. 2. Duct Design a. Duct Sizes. Duct sizes shown on the Plans shall be the metal dimensions. b. Maintain Equivalent Areas. Maintain equivalent areas through each section ' where obstructions require changes in the shapes of ducts. c. Bends. Bends in all rectangular duct, including those at takeoffs, shall have a centerline radius of at least one and one-half times the duct dimension 1 760-6 1 ISection 760 Mechanical, HVAC I in the direction of the turn, or shall be radius elbows with at least two vanes, or shall be square elbows with double thickness turning vanes. All bends in round duct shall have a centerline radius of one and one-half times the duct diameter. Fittings shall be either smooth, or shall be five - piece type for 90 degree elbows and three-piece type for 45 degree elbows. Id. Transformations. Contractions and Expansions. Transformations, contractions and expansions shall have a maximum angle from direction of flow for each side of 20 degrees on diverging flow and 30 degrees on contracting flow, except at coils, where each side may be 30 degrees from the direction of flow at the inlet and 45 degrees at the outlet. e. Supply Takeoffs. Supply takeoffs in rectangular duct shall have splitter dampers at main divisions, and either 45 degree entry fittings, extractors or vaned collars at individual outlet branches. Branches in round duct shall be made with 45 degree tees or conical tees. Round branch supply connections to rectangular trunks shall be made using either conical tees, vaned collars or extractors, unless otherwise shown on the Plans. f. Ducts shall be fabricated in accordance with the latest edition of SMACNA HVAC Duct Construction Standards - Motor Flexible 1st Edition. 3. Registers and Grilles. Furnish size and type listed in the schedule shown on the Plans. All ceiling air devices shall be furnished with factory -applied off-white enamel, unless otherwise specified. Interior wall and door mounted devices shall be furnished with factory -applied prime coating as a minimum. 4. Testing and Balancing a. General. Test and demonstrate all equipment and systems in the presence of, and to the complete satisfaction of, the Engineer. Operate HVAC systems and fans. Inspect for leaks and rattles. Rework as required. b. Air Balance. Balance air flows to within 10 percent of values shown on the Plans using a Pitot tube and manometer or equal accuracy calibrated instruments. Adjust volume dampers and drive speeds to provide design air flows without overloading fan motors, and take current readings to verity operation within motor ratings. Submit a typewritten test report of final recorded air flows and current readings. 1 760-7 Section 760 Mechanical, HVAC 1 5. Painting. Field painting of equipment, ductwork, piping, registers and grilles, where required, is specified elsewhere in these Specifications, except that the Contractor is to be responsible for touch-up of exposed items in finished areas which become damaged during construction. In addition, all ductwork visible through registers, grilles and diffuser openings shall be given two coats of dull black paint. 6. Instruction Manuals. The Contractor shall provide the Owner with one copy of manufacturers' printed instructions for installation, operation and maintenance of mechanical and electrical equipment furnished under the contract. 7. Defective Equipment. The Owner shall have the right to operate equipment until defects are corrected, guarantees are met, or rejected equipment is replaced, without cost for depreciation, use or wear. i Equipment shall be removed from operation for examination, adjustment, alternation or change only at times approved by the Owner. 8. Position. Grade and Alignment. The Contractor shall perform such detail measurements and transfer the elevations as required to properly lay out and construct the work. 9. Equipment Nameplates. All manufacturers' nameplates on equipment items are to be kept visible and are not to be obscured by other equipment or conduit, nor are they to be covered by any paint or insulating material. 10. Availability of Specified Items. Verify prior to bidding that all specified items will ! be available in time for installation during orderly and timely progress of the work. In the event specified items will not be so available, notify the Engineer prior to receipt of bids. Costs of delays because of non -availability of the specified items, when such delays could have been avoided by the Contractor, will be back -charged as necessary and shall not be borne by the Owner. 11. Repairs to Cut or Damaged Work. In case of accidental damage by a contractor to any existing works, the Contractor shall bear the expense of such repair as to leave the work in a condition equal to that existing before the damage. 12. Approval of Finishes. Bids shall be based on the materials, patterns and colors as specified except that where none is specified, bids may be based on the standard finish of the manufacturer of the models specified. However, before procurement, the Contractor shall obtain approval for finishes of all exposed equipment, fixtures and grilles in finished areas of buildings. Submittals shall include description of materials, patterns and colors for all such items, and shall include color samples for all ceiling and wall -mounted devices, such as grilles. I 760-8 1 Section 760 Mechanical, HVAC 13. Cleanup. The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his operations. At the completion of the work, he shall remove all his waste materials and rubbish from 1 and about the project, as well as all his tools, construction equipment, machinery and surplus materials. 14. Completed Work. Completed work shall find materials structurally sound, free from scratches, abrasions, distortions, chips, breaks, blisters, holes, splits or other disfigurement considered as imperfections for the specific material. Equipment shall operate properly to design performance capacities and requirements. Finished installations shall illustrate first-class workmanship. Completed surfaces shall be thoroughly clean and free from foreign materials and stains. I END OF SECTION 1 E Li Li Li I L I 1 760-9 I Section 900 Platform Scale TECHNICAL SPECIFICATIONS CONCRETE DECK PLATFORM SCALE ' A. GENERAL The work to be included under this section of the Specifications shall consist providing all materials, labor, equipment, tools, supplies and incidentals necessary for the construction of a concrete deck platform scale, complete with accessories and electronic controls as described below. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and hereinafter specified. ' B. MATERIALS 1. Platform a. Furnish and install one concrete deck platform scale, 100 ton total capacity, with a clear and unobstructed weighing surface of not less than 70 feet ' long and not less than 11 feet wide. The scale shall be furnished and installed complete with all electronic instruments, indicators, printer, keyboard, cables, and other wiring necessary to make a fully functional system. b. The scale shall be fully electronic in design and shall not incorporate any mechanical weighing elements. c. The scale shall be designed to perform as a single weighing platform and shall be of flat top design. The scale shall be designed to accept vehicles ' which generate up to 55,000 pounds per tandem axle. The scale shall be calibrated to 200,000 pounds by 20 pound increments. Id. All critical parts of the scale including junction boxes, load cells, load cell mounting hardware, cover bolts, and fasteners shall be constructed of stainless steel or other corrosion -resistant materials. The cables shall be stainless steel sheathed. e. The scale shall meet the requirements set forth by the current edition of the ' National Institute of Standards and Technology Handbook 44 (NIST H-44). The scale manufacturer shall provide a Certificate of Conformance (NTEP Certification) to these standards upon request. The design and ' manufacture of the scale weighbridge, load cells, digital instrument, printer, and associated accessories shall be of one manufacturer as to maximize compatibility and availability of components. Also, the manufacturer shall have a quality system that has been registered to the standards of ISO 9001. f. The manufacturer shall provide with the submittal a listing of major spare parts and their prices including (but not limited to) replacement load cells, 1 900-1 Section 900 1 Platform Scale digital instrument, printer, junction box circuit boards, and associated parts. g. The weighbridge shall be a "pour -in -place" design with all scale platform i reinforcement materials installed prior to shipment from the manufacturer. h. The weighbridge shall be designed to allow access to the junction boxes, ,1 load cell cables, base plates, and all foundation anchor bolts from the top of the scale platform. All required junction boxes, load cell cables, and interconnecting cables shall be installed and pre -wired prior to shipment by the manufacturer. There shall be no bolted connections between the load cell and weighbridge assemblies. There shall be no field welding required for the installation of the scale. j. The scale shall be a Mettler -Toledo DigiTOL TRUCKMATE Model 7560, or approved equal. 2. Surface Preparation and Finish a. The weighbridge shall be shot blasted to a minimum SSPC-SP6 I specification prior to painting. b. All exterior surfaces of the scale shall have a two-part epoxy finish of Carboline 890, or equal, providing a total dry film thickness of 6-8 mils. 3. Load Cell Specifications I a. Each load cell shall have a minimum capacity of 22.5 metric tons (49,600 pounds). Load cells shall be certified by NTEP and meet the specifications as set forth by NIST H-44 for Class IIIL devices. A Certificate of Conformance to these standards shall be provided by the manufacturer upon request. i b. Load cells shall be of digital type with an integral microprocessor and analog to digital conversion function located within the load cell housing. Load cells shall output only converted digital information to the scale instrument. Analog output of signals from the load cell is not acceptable. c. The load cell assembly shall have no positive fixed mechanical connectors, ' such as bolts or links, that are required in mounting the load cell to the weighbridge or foundation base plates. The load cell shall not require check rods or chain links for stabilization. The load cell shall be of stainless steel or corrosion -resistant construction and hermetically sealed with a minimum NEMA 6P (submersible) rating. The load cell shall have a positive lock quick connector integral to its housing for connecting and disconnecting the load cell interface cable at the load cell. The connector shall maintain a hermetic seal. 1 900-2 1 I Section 900 Platform Scale Id. The load cell interface cable shall be stainless steel sheathed for environmental and rodent protection. The load cell shall have a minimum two-year warranty against defects in materials and workmanship. The warranty shall cover all costs associated with replacement parts and on -site labor. Load cells shall be Mettler -Toledo, Inc. DigiTOL Power Cell, or equal. ' 4. Scale Instrument a. The scale instrument shall be NTEP approved and meet or exceed the specifications set forth by NIST H-44 for Class II, III, and IIIL devices. A Certificate of Conformance to these standards shall be provided by the ' manufacturer upon request. The scale instrument shall be housed in an enclosure which is suitable for desktop mounting. The instrument housing shall be metal and have a NEMA 12 environmental rating. b. The scale instrument shall be capable of performing calibration, span, zero, and shift adjustment through software calculations that require no in -scale adjustment. The scale instrument shall prompt the startup personnel through all phases of set-up, calibration, and testing. Entry of information shall be accomplished through the instrument's keyboard only. ' C. The scale instrument shall be capable of communicating with up to 12 pairs of digital load cell assemblies. The scale instrument shall be capable of digitally averaging the weight information sent from the load cells and updating the instrument's weight display. d. The scale instrument shall only receive digital information from the load cell assemblies. There shall be no analog to digital conversion function in the scale instrument. The scale instrument shall be capable of assigning each load cell with its own unique identification number and shall be capable of Idisplaying the weight reading of each individual load cell through the instrument without disconnecting any of the load cells from the system. The scale instrument shall display an error code in the event of a load cell failure. The error code shall identify the failed load cell and the cause of the failure. e. The scale instrument shall have a minimum of 100 weight memories with 10 commodity registers. The scale instrument shall be capable of storing the weight information automatically or by the manual assignment of a memory location to the weight by the operator. The scale instrument shall have subtotal and total weight accumulators. The operator shall be able to enter up to 12 digits of numeric I.D. through the instrument keyboard. if. The scale instrument shall have gross -net weight switching. The scale instrument shall be capable of being programmed and calibrated in pounds or kilograms. g. The scale instrument sha!l have a standard communication port configured 900-3 Section 900 1 Platform Scale 1 in bit serial ASCII, bi-directional, RS232C, or 20mA current loop. The port shall be selectable for on -demand or. continuous communications at up to 9600 baud. The port shall be capable of receiving a remote print command via serial communication or hard wire input. The scale instrument shall be capable of adding a second data output port in the future that is capable of being configured in a bit serial ASCII, bi-directional, RS232C, four -wire RS422, or two -wire RS485 format with up to 9600 baud communication rates. The port shall also be capable of a multi -drop host computer configuration. h. The scale instrument shall have a transaction counter to automatically assign sequence numbers to transactions. The scale instrument shall output the following information: Gross, tare, and net weight. 12 -digit numeric LD. Transaction counters. , Time and date. The scale instrument shall be capable of being programmed for sign corrected net weighing so that all net weights are positive. The scale instrument shall have adjustable digital filtering. The scale instrument shall be ULJCSA listed. The scale instrument shall be a Mettler -Toledo, Inc. Model 8530, or approved equal. 5. Printer Specifications a. The printer shall be housed in a suitable enclosure for desktop mounting. b. The printer shall interface with the scale instrument using a singular cable 1 with quick connectors on each end and shall not require any modifications to the instrument or printer. The printer shall communicate with the instrument utilizing a 20mA current loop or RS232C with selectable transmission rates from 300 to 9600 baud. Transmission must be on demand. c. The printer shall have a 24 -wire print head. The printer shall have an easily replaceable "snap -in" style loop type ink cartridge which shall be rated for a minimum life of two million characters. d. The printer shall be capable of accepting single or multi -part forms ranging in thickness from 0.003 to 0.015 inch. An adjustable paper guide shall be provided. The printer shall provide both friction feed and tractor feed paper advance. e. The printer shall have a line of 8 inches to allow up to 80 standard characters of print per line. A paper sensor shall be incorporated to inhibit the print cycle until paper is present. 900-4 1 I I I I I ;1 I 1 6. Section 900 Platform Scale The printer shall have a buffer memory capable of storing at least 4000 characters. The printer shall be capable of printing all information sent from the scale instrument, including: Gross, tare and net weights. Time and date. Transaction counter number. 12 -digit numeric I.D. The printer shall be capable of printing the contents of the two weight accumulators in the scale instrument. g. All materials, components, and electrical design shall comply with UL and CSA standards and requirements. The printer shall be a Mettler -Toledo, Inc. 8845, or equal. Junction Boxes and Cables a. All junction boxes shall be NEMA 4 rated and constructed of stainless steel. b. Junction boxes shall be accessible for inspection and maintenance from the top of the scale platform. c. Load cell and scale platform to scale instrument cables shall be stainless steel sheathed for environmental and rodent protection. Lightning Protection Specifications a. A comprehensive lightning protection system shall be provided with the scale. The system shall not require complicated wiring or devices to provide this protection. Major scale components including load cells, scale instrument, and printer shall be included in the lightning protection system. Grounding of all scale components including load cells, scale instrument, printer, and accessories shall be to one common point. Multiple ground point systems are not acceptable. b. An AC line surge protector shall conveniently plug into a common electrical outlet and have receptacles for the scale instrument, ticket printer, and other scale accessories. Each AC fine surge protector required shall have one isolated grounding, hospital grade duplex receptacles, and an internal 15 Amp circuit breaker. c. Verification of lightning protection system performance shall be available in writing from the manufacturer upon request. Warranty Requirements a. All construction work and materials are warranted against defects in material or workmanship for a period of one year from the date of 900-5 Section 900 1 Platform Scale I completion of all work. Contractor shall promptly correct any such defect appearing within the warranty period. i b. The scale manufacturer shall warrant the scale assembly including all load cells, scale instrument, printer, junction boxes, cables, and accessories for a period of 24 months from the date of installation from failures due to a defect in manufacturing, workmanship, lightning, or surge voltages. c. The manufacturer shall bear the charges and expenses associated with I replacement parts, equipment, on -site labor, and any associated freight or handling expenses incurred in the repair or replacement of the scale assembly due to failed or damaged items under warranty. d. At any time during the 24 -month warranty period, the scale's owner/operator shall have the option of extending this warranty coverages for up to a total of five years. e. The manufacturer and/or its local representative shall present a program of regular maintenance and calibration service including the associated inspection costs. Inspection shall occur at a minimum of once every six months and shall comply with the guidelines set forth by the manufacturer, local regulations, and NIST H-44. C. EXECUTION I 1. General. The Contractor shall prepare all sitework, subgrades, concrete scale foundation, conduits, grounding rods, approaches, and pour the concrete deck as shown on the Plans and in accordance with these Specifications and manufacturers' requirements. Concrete scale foundation dimensions shall be as shown on approved shop drawings submitted by the manufacturer. The scale manufacturer shall be responsible for installation of the scales, electronic instruments and accessories, and shall properly test and calibrate the weighing and measurement system using factory -trained technicians. The Contractor's bid shall include the cost of all work necessary for the construction of a complete and functioning truck scale system, including the costs of shipping, handling, storage, and services provided by the scale manufacturer, including installation, testing, and calibration of the scales. 2. Construction Sequence. After the Contractor has constructed the scale foundation in accordance with approved shop drawings, the manufacturer's representatives shall set the scale and install all equipment up to the pouring of the concrete deck. The Contractor shall then pour the concrete deck in accordance with the manufacturer's recommendations. Concrete shall, at a minimum, meet the requirements for reinforced concrete as given in these Specifications. After the deck has cured for a minimum of 28 days, the manufacturer's technicians will test and calibrate the scales. Touch-up painting will be performed as necessary, in ' accordance with these Specifications. END OF SECTION 1 900-6 LJ 1 Section 901 Baler & Conveyor ' TECHNICAL SPECIFICATIONS BALER AND CONVEYOR ' A. GENERAL ' The work to be included under this section of the Specifications shall consist providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of a baler and pit conveyor in the Materials Recovery Facility. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and hereinafter specified. I I 1 I I I I I I I B. MATERIALS 1. Baler. The Contractor shall furnish and install one baler designed for the compaction and baling of various recyclable materials including corrugated cardboard, newsprint, P.E.T., H.D.P.E., aluminum cans, and tin cans. The baler shall bale these materials without preconditioning by fluffers or other mechanical devices. The bales produced shall be 48 inches long x 60 inches wide x 30 inches high. Approximate bale weights for various materials shall be: Corrugated Cardboard 1100 - 1300 lbs. High Grade Paper 1300 - 1500 lbs. Old Newsprint 1350 - 1600 lbs. P.E.T. 750 - 900 lbs. H.D. P.E. 800 - 950 lbs. The baler shall have a platen face pressure of at least 58 psi at 1850 psi system pressure, for a total force of at least 104,600 lbs. Bales shall be manually tied off with a six -tie pull -through system. The baler shall have a cycle time of 52 seconds or less. The baler shall be a Model HE -60 horizontal baler as manufactured by J. V. Manufacturing, Inc., or approved equal. a. Construction. The baler shall be of steel construction with sides of 6 inch x 3 inch and 6 inch x 4 inch rectangular tubing with 1/4 inch side plates reinforced with 4 inch steel channel. The floor and top shall be 1/2 inch x 8 inch flat bar, reinforced with 3/4 inch x 4 inch flat bar. The cylinder mounting shall be 12 inch channel reinforced with 1/2 inch x 12 inch flat bar. The presshead shall be 1/4 inch plate top sheet reinforced with 6 inch x 2 inch tube and 6 inch channel. The faceplate shall be 1/2 inch reinforced with 12 inch channel and 3/8 inch plate gussets. Four sets of UHMW tail guides shall be provided. b. Hydraulic System. The baler cylinders shall be of hydraulic operation with the following characteristics: CI 901-1 Section 901 1 Baler & Conveyor Hydraulic Pump Capacity 36 GPM System Pressure 1850 psi (2250 psi max.) Hydraulic Cylinders (2) 6" diameter bore with 3-1/2 inch diameter rod, 76" stroke Reservoir 105 gallon remote Door Cylinder 4" bore x 12" stroke c. Electrical System Motor Size: 20 Hp Type: TEFC, 240/480 VAC three-phase, 1750 RPM, 1.15 service factor Controls and Safety Features: 1) NEMA 12 enclosure 2) 115 VAC control circuit 3) UL listed control panel 4) Control Features: I Solid state programmable controller Emergency stop pushbutton Conveyor stop pushbutton Start pushbutton Power on indicator light Baler mode selector switch Material selector switch Loading door safety interlock switch Chamber door switch Photoelectric cycle control Full bale/bale jam indicator light 2. Conveyor. The baler shall come complete with a pit conveyor capable of , conveying materials from floor level to the baler opening. a. Construction. The conveyor frame and slider bed shall be formed from 10 ga. sheet steel with 4 inch channel cross bracing. The conveyor side boards shall be 11 ga. sheet steel 12 inches tall. b. Drive Assembly. The drive assembly shall include a 1-1/2 Hp TEFC three-phase motor with 30:1 gear reduces and #60 drive chain. c. Belt and Pulley. The belt shall be 48 inches wide PVC -150 roughtop with 1-1/2 inch vulcanized rubber cleats on 36 inch centers and stainless staple type lacing. The head pulley shall be 8 inches diameter with 3/8 inch vulcanized lagging. The belt speed shall be 40 feet per minute. 3. Painting. All steel surfaces shall be cleaned to remove mill scale and oils and I thereafter be coated with one coat of rust inhibitive primer (1.5 mils minimum), followed by two coats of enamel, 1.5 mils minimum dry film thickness per coat. I 901-2 1 1 Section 901 ' Baler & Conveyor ' C. EXECUTION The Contractor shall, unless otherwise specified, furnish all material, equipment, tools ' and labor to do the work required under this contract to provide, install, and adjust the baler/conveyor system so it is fully operational. A manufacturer's representative shall be available for up to eight (8) hours on -site assistance for final adjustments, testing, startup, ' and operator training. END OF SECTION I I I I J I I I I 1 901-3 1 I I IA. GENERAL Section 902 Subm. Pump Lift Stations TECHNICAL SPECIFICATIONS SUBMERSIBLE PUMP LIFT STATIONS ' The work to be included under this section of the Specifications shall consist providing all materials, labor, equipment, tools, supplies and incidentals necessary for the construction of a washdown water pump station and a stormwater runoff pump station. Contractor shall furnish and install three 4 inch non -clog submersible centrifugal pumps and accessories. The pumps shall be provided complete with cast iron discharge elbows and stainless steel anchor bolts, aluminum access frames and covers, FRP guide rails and brackets, check valves, lifting chains, float controls, control panel, and all necessary conduit, wiring, and appurtenances. The pumps shall be Hydromatic Model S4MRC vortex pumps, or approved equal. The work shall include every item of construction ' necessary for a complete and acceptable installation as shown on the Plans and hereinafter specified. IS. RECESSED IMPELLER SUBMERSIBLE PUMPS 1. Operating Conditions. Each pump shall be rated 3 Hp, 480 volts, three-phase, ' 60 Hertz, 1150 RPM. Each pump shall be provided with an 8.5 inch diameter impeller and shall be capable of pumping under the following hydraulic conditions: ' Minimum GPM TDH Efficiency 1100 24 ft. 30% 200 20 ft. 39% 300 12.5 ft. 34% Ii I I I Each pump shall be capable of handling a 3 inch spherical solid. The pump shall be non -overloading throughout the entire range of operation without employing a service factor. The pumps shall reserve a minimum service factor of 1.20. The performance curve submitted for approval shall state in addition to head and capacity performance, the pump efficiency, solid handling capacity and reflect motor service factor. 2. Construction. Each pump shall be of the sealed submersible type, Model S4MRC as manufactured by Aurora/Hydromatic Pumps, Inc. The pump volute, motor and seal housing shall be high quality gray cast iron, ASTMA-48, Class 30. The pump shall be fitted with a 4 inch standard ASA 125 lb. flange, faced and drilled. All external mating parts shall be machined and Buna N Rubber 0 -ring sealed on a beveled edge. Gaskets shall not be acceptable. All fasteners exposed to the pumped liquids shall be 300 series stainless steel. I 3. Electrical Power Cord. Electrical power cord shall be STW-A, water resistant 600V, 60°C, UL and CSA approved and applied dependent on amp draw for size. 1 902-1 Section 902 Subm. Pump Lift Stations The pump shall be triple protected with a compression fitting and two epoxy potted areas at the power cord entry to the pump. A separation between the junction box area of the pump and the motor by a stator lead sealing gland or terminal board shall not be acceptable. The power cable entry into the cord cap assembly shall first be made with a ' compression fitting. Each individual lead shall be stripped down to bare wire at staggered intervals, and each strand shall be individually separated. This area of the cord cap shall then be fitted with an epoxy compound which will prevent water contamination to gain entry even in the event of wicking or capillary attraction. The power cord leads shall then be connected to the motor leads with extra heavy connectors having brass inserts with a screwed wire to wire connection, rather than a terminal board that allows for possible leaks. The connection box wiring shall be separated from the motor housing by stripping , each lead down to bare wire, at staggered intervals, and separating each strand. This area shall be filled with an epoxy compound potting. Fiberglass terminal boards which are subject to heat fatigue and cracking, and which may lead to possible leaks shall not be acceptable. The cord cap assembly where bolted to the connection box assembly and the connection box assembly where bolted to the motor housing shall be sealed with a Buna N Rubber O-ring on a beveled edge to assure proper sealing. 4. Motor. The stator, rotor and bearings shall be mounted in a sealed submersible ' type housing. The stator windings shall have Class F insulation, and a dielectric oil filled motor, NEMA B design. Further protection shall be provided by on , winding thermal sensors. Air -filled designs shall not be acceptable. The pump and motor shall be specifically designed so that they may be operated ' partially or completely submerged in the liquid being pumped. The pump shall not require cooling water jackets. Dependence upon, or use of water jackets for supplemental cooling shall not be acceptable. Stators shall be securely held in place with a removable end ring and threaded fasteners so they may be easily removed in the field without the use of heat or a press. Stators held by a heat shrink fit shall not be acceptable. Stators must be capable of being repaired or rewound by local motor service station. Units which require service only by the factory shall not be acceptable. No special tools shall be required for pump and motor disassembly. Pump shall be equipped with heat sensors. The heat sensor shall be a low , resistance, bi-metal disc that is temperature sensitive. It shall be mounted directly on the stator windings and sized to open at 120°C and automatically reset at 30-35°C differential. The sensors shall be connected in series with motor starter ' coil so that the starter shall be equipped with three -leg overload heaters so all normal overloads are protected by the starter. 902-2 1 I Section 902 Subm. Pump Lift Stations 5. Bearings and Shaft. An upper radial bearing and a lower thrust bearing shall be required. These shall be heavy-duty single row ball bearings which are permanently lubricated by the dielectric oil which fills the motor housing. Double ' row, sealed grease packed bearings shall not be acceptable. Bearings which require lubrication according to a prescribed schedule shall not be acceptable. The upper radial bearing shall have a minimum B-10 life at the specified condition of ' 40,000 hours and the lower thrust bearing shall have a minimum B-10 life at the specified condition of 40,000 hours. Bearing shall be locally available. ' The shaft shall be machined from a solid 303 stainless steel forging and be a design which is of large diameter with minimum overhang to reduce shaft deflection and prolong life. 6. Seals. The pump shall have two mechanical seals, mounted in tandem, with an oil chamber between the seals. John Crane Type 21, BF1C1, seals shall be used ' with the rotating seal faces being carbon and the stationary seal faces to be ceramic. The lower seal shall be replaced without disassembly of the seal chamber and without the use of special tools. Pump -out vanes shall be present Ion the backside of the impeller to keep contaminates out of the seal area. Units which require the use of tungsten -carbide seals or foreign manufactured seals shall not be acceptable. Seal shall be locally available. ' The pump shall be equipped with a seal leak detection probe and warning system. This shall be designed to alert maintenance personnel of tower seal failure without having to take the unit out of service for inspection or requiring access for checking seal chamber oil level and consistency. ' There shall be an electric probe or seat failure sensor installed in the seal chamber between the two tandem mechanical seals. If the lower seal fails, contaminants which enter the seal chamber shall be detected by the sensor and ' send a signal to the specified warning device. Units equipped with opposed mechanical seals shall not be acceptable. 7. Impeller. Impeller shall be of the multi -vane, recessed non -clogging design and have pump -out vanes on the backside of the impeller to prevent grit and other ' materials from collecting in the seal area. Single -vane design impellers which cannot be easily trimmed and which do not maintain balance with wear causing shaft deflections and reduce seal and bearing life are not acceptable. Impeller shall not require coating. Because most impeller coatings do not remain beyond the very early life of the impeller, efficiency and other performance data submitted shall be based on performance with an uncoated impeller. Attempts to improve efficiency by coating impeller shall not be acceptable. Impellers shall be dynamically balanced. The tolerance values shall be listed below according to the International Standard Organization grade 6.3 for rotors in ' rigid frames. 1 902-3 Section 902 Subm. Pump Lift Stations II RPM Tolerance 1150 .026 in. - oz./lb. of impeller weight A 300 series stainless steel washer and impeller bolt shall be used to fasten the impeller to the shaft. Straight end shafts for attachment of the impeller shall not be acceptable. 8. Casing. The casing shall be of the recessed impeller, end suction volute type having sufficient strength and thickness to withstand all stress and strain from service at full operating pressure and load. The casing shall be of the centerline discharge type equipped with an automatic pipe coupling arrangement for ease of installation and piping alignment. The design shall be such that the pumps will be automatically connected to the discharge piping when lowered into position with the guide rails. The casing shall be accurately machined and bored for register fits with the suction and casing covers. 9. Paid. The pump shall be painted after assembly, but before testing, with zinc ' chromate base enamel. The paint shall be applied two coats with a minimum mil thickness of 6 mils. The paint shall be air dried prior to testing. Cast iron base elbows shall be painted with coal tar epoxy with a minimum thickness of 6 mils. 10. Serviceability. The complete rotating assembly shall be capable of being removed from the volute without disturbing the suction piping, discharge piping, and volute. The motor housing, seal housing with seal plate and impeller still attached to the shaft shall be capable of being lifted out of the volute case from the top as one assembly. 11. Support. Though the pump may not require feet to support the unit while installed, the pump volute must have feet to support the unit when removed for service. Units which do not have feet upon which the unit can be supported when removed for service shall not be acceptable. 12. Testing. Commercial testing shall be required and include the following: a. The pump shall be visually inspected to confirm that it is built in accordance ' with the specification as to the Hp, voltage, phase and hertz. b. The stator motor leads shall be tested for integrity using a megohmeter at 1 the highest setting. c. Pump shall be allowed to run dry to check for proper rotation. 1 d. Discharge piping shall be attached, the pump submerged in water and amp readings shall be taken in each leg to check for an imbalanced stator winding. If there is a significant difference in readings, the stator windings shall be checked with a bridge to determine if an unbalance exists. If so, , the stator shall be replaced. 902-4 1 Section 902 Subm. Pump Lift Stations I e. The pump shall be removed from the water, tested with megohmeter again, dried and the motor housing filled with dielectric oil. It. In addition to the above commercial testing, a special megohmeter test shall be performed and include the following: Ii) The pump shall be submerged in water and allowed to run at maximum load for 30 minutes. A written report on the above shall be prepared by the test engineer, certified and submitted to the Engineer. 13. Warranty. The pump unit or any part thereof shall be warranted against defects in material or workmanship within one year from date of installation or 18 months from date of manufacture, whichever comes first, and shall be replaced at no charge with a new or manufactured part, F.O.B. factory or authorized warranty service station. The warranty shall not assume responsibility for removal, reinstallation, or freight, nor shall it assume responsibility of incidental damages resulting from the failure of the pump to perform. The warranty shall not apply to damage resulting from accident, alteration, design, misuse or abuse. C. GUIDE RAIL SYSTEM 1. General. Contractor shall furnish all labor, materials, equipment and incidentals required to provide a complete pumping system as specified herein. The ' pultruded rail system shall include three submersible non -clog sewage pumps, discharge elbow with guide arms, hydraulic sealing flange assembly with sealing diaphragm, guide rail connector, lifting chain or cable, access frame and hatch cover, float mounting bracket, control equipment, pultruded guide rail and ' discharge piping. 2. Discharge Elbow with Guide Arms. A discharge base elbow, designed to mount directly to the sump floor shall be supplied for each pump. It shall have a standard 125 pound flange faced and drilled on the outlet side with the inlet flange faced and zinc spray coated to provide a smooth corrosion and abrasion resistant surface. Three stainless steel guide arms shall be bolted to the discharge elbow that will guide and support the pump when it is lowered into the sump. The non -corrosive FRP, pultruded I-beam shall attach to the base elbow. All fasteners shall be 300 series stainless steel. The base elbow shall be painted with coal tar epoxy to a minimum thickness of 6 mils. ' 3. Hydraulic Sealing Flange. A cast iron sealing flange, complete with Buna N rubber diaphragm type sealing gasket, shall be mounted on each pump discharge. This diaphragm shall be held in place by a clamp ring with stainless steel ' fasteners. The pump shall be equipped with a stainless steel sliding guide connector which is bolted to the pump flange and loosely fits over the pultruded I-beam rail. All fasteners, washers, and nuts required shall be 300 stainless steel. 1 902-5 Section 902 Subm. Pump Lift Stations 4. Lifting Chain/Cable. Each pumping unit shall be provided with a lifting chain or cable, and be of sufficient length to extend from the pump to the top of the wetwell. The access frame shall provide a hook to attach the chain or cable when not in use. The lifting chain or cable shall be sized according to the pump weight. 5. Access Frame and Door. A separate access frame assembly shall be supplied I with a separate hinged door for removal of the washdown water pump and for the two stormwater pumps. The frame assemblies and doors shall be designed to withstand a live load of the H-20 designation and shall comply with the Hi R series specifications given in Section 961 of these Specifications. 6. Float Mounting Bracket. A float mounting bracket shall be provided with strain ' reliefs that support and hold the level control cords. Continuous cords are to run from pump(s) and level controls to a control panel or junction box. No splices shall be made in the wiring. The bracket shall be fabricated from steel, coal tar epoxy coated for corrosion resistance, and attached to the access frame with 300 series stainless steel fasteners. A dielectric spacer should be installed when bolting to an aluminum access frame. 7. Pultruded Guide Rail. A single guide rail shall be used to direct the pump into proper alignment with the stationary base elbow and discharge piping. This rail shall be a non -corrosive, non -sparking, FRP pultrusion formed in the shape of an I-beam. It shall bolt directly to the base elbow on the sump floor, and extend up and bold directly to the access frame. It shall be one piece. 8. Piping and Valves. All piping within the pump stations shall be flanged ductile iron pipe. All ductile iron pipe, fittings and gaskets shall comply with the requirements of Section 740 of these Specifications. Each pump shall be provided with a Valmatic Model 504 Swing -Flex check valve as shown on the Plans. Where piping passes through a wall, waterstop (Synko-Flex, or equal), shall be used to make a watertight joint. D. CONTROL PANEL f 1. General. Contractor shall furnish all labor, materials, equipment and incidentals ' required to provide motor control panel as specified herein. The motor control panel shall be assembled and tested prior to shipment by pump supplier. The motor and control panel shall be assembled and tested by the same manufacturer supplying the pump so as to insure suitability and assurance of experience in matching controls to motors and to insure single source responsibility for the equipment. 2. Construction a. The controls for the pumps shall be contained in a single, stainless steel enclosure meeting NEMA 4X requirements with a hinged door and neoprene gasket. 902-6 I E Section 902 Subm. Pump Lift Stations b. The enclosure shall have provisions for padlocking. A nameplate shall be permanently affixed to the panel and include the model number, voltage, phase, hertz, ampere rating and horsepower rating. A warning label ' against electric shock shall be permanently affixed to the outer door. All fasteners shall be 300 series stainless steel. The hinge shall permit the outer door to be separated from the main enclosure, when opened, by a ' simple upward motion. A hinge arrangement which requires unbolting for removal of the outer door is not acceptable. C. A stainless steel back panel with electroplated bright zinc and clear chromate finish shall be provided. A painted steel back panel will not be acceptable. The back panel shall be mounted on stainless steel bolts using ' stainless steel nuts and lock washers to maintain enclosure integrity and shall be used as the means for mounting the components in the enclosure. Id. Run lights and hand -off -auto switches shall be provided for each pump. Run lights and hand -off -auto switches shall be mounted on an electroplated bright zinc with clear chromate finish steel bracket. The run lights and ' hand -off -auto switches shall be properly labeled as to pump and function. The hand -off -auto switches shall be rocker type with an electrical life of 50,000 operations. The run lights shall match the hand -off -auto switches t in appearance and have an electrical life of 5,000 hours. Run lights shall be red. e. The incoming power shall be 480 volt, three-phase, 60 Hertz service. Terminal blocks with box type lugs shall be supplied to terminate all wiring for floats and heat and seal sensors for the pump, if required. The pump ' leads shall be terminated at the overload relay or at box type terminal blocks. The terminal blocks for the float connections shall be on the pump controller, as described in paragraphs 9.03 and 9.04. ' f. Circuit breakers shall be used to protect from line faults and to disconnect the pump from the incoming power. Circuit breakers shall be thermal ' magnetic and sized to meet NEC requirements for motor controls. g. The magnetic starters shall include a contactor with a minimum mechanical life of 3,000,000 operations and a minimum contact life of 1,000,000 operations. A definite purpose contactor shall not be acceptable. The magnetic starters shall include overload relays which are ambient temperature compensated and bimetallic. The overload relays shall have test and reset buttons. The overload relays shall be capable of being set in either manual or automatic reset mode. In the manual mode, reset shall ' be accomplished only by the operator. At six times full load amps, the overload relays shall trip within 10 seconds or Class 10 rated overload relays shall be required. ' h. Control voltage shall be 120 VAC and will be accomplished by the means of a transformer. A control fuse and on/off switch shall protect and isolate 902-7 Section 902 Subm. Pump Lift Stations the control voltage from the line. i. Wire ties shall be used to maintain panel wiring in neat bundles for 1 maintenance and to prevent interference with operating devices. All wiring shall be color coded to facilitate maintenance and repair of the control panel. Where a color is repeated, number coding shall be added. A schematic shall be permanently attached to the inside surface of the front door. j. Al! ground connections shall be made with ring tongue terminals and star washers to assure proper ground. ' k. The pump control for all pumps shall be accomplished by float controls. The floats shall be made of polypropylene, with stainless steel clamps. The float shall have a component rating of 4.5A at 120V and a switch rating of 2.2A at 23V. The floats shall be mounted to the mounting pipe, and arranged so they do not tangle or hang up. The floats shall be Mini -Float ' by Anchor Scientific, Inc., or equal. I. Float elevations shall be set within both the washdown water pump station and the stormwater pump station to provide the following operating conditions: Washdown Water Pump Station ' Condition Elevation Pump Off 1180.50 Pump On 1183.75 ' High Water Alarm 1184.25 Stormwater Runoff Pump Station Condition Elevation Both Pumps Off 1180.50 , One Pump On 1183.75 Two Pumps On/High Water Alarm 1184.25 m. The pump controllers shall indicate float circuit operations utilizing red , amber LED indicator lights. LED indicator lights shall provide adequate information so that they can be used for diagnosis in troubleshooting problems located in the float circuits. Each LED shall be permanently I labeled on the pump controller as to function. n. Pump controllers shall have provisions for connecting float level controls and heat sensor monitors, where applicable, to box type lug connectors. ' 902-8 1 Section 902 ' Subm. Pump Lift Stations ' o. Box type lug connectors shall be made of polyamide thermoplastic too exclude aging due to heat influences. Phenolic type terminal blocks on the pump controller shall not be acceptable. Each terminal block shall be properly and permanently labeled on the pump controller as to its purpose. p. Wiring of hand -off -auto switches, run lights, contactors, and overloads to ' the pump controller shall be accomplished by means of plug connectors. The pump controllers shall have male header assemblies from the corresponding devices as labeled on the pump controller for that male ' header assembly. Header assemblies shall be constructed of a corrosion -resistant thermoplastic material having a temperature range of -55°C to 105°C and copper alloy, bright acid tin over nickel plating ' contacts. There shall be no external lights on the pump control panel. All must be NEMA 4X rated and on a hinged dead front door on the panel interior. 3. Options. Panel shall be equipped with the following additional features: - High level alarm light (flashing) for each wetwell. I. Dry contacts for telemetry of alarm conditions. (Two required.) - Redundant off float switch. (Two required.) - Elapsed time meter (per pump). - Seal failure light per pump. - Anti -condensate heater (50 watt) with thermostat. - Heat sensor - manual reset. ' - Phase failure protection (3 phase only). - Lead pump selector switch. I I j I II - Lightning suppressor. - Cycle counter. - Swing dead -front door with non -fused disconnect. - Alternator for duplex control station. END OF SECTION 1 902-9 I I Section 961 Access Doors ' TECHNICAL SPECIFICATIONS ACCESS 000RS A. GENERAL ' The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of access doors as shown on the Plans and as hereinafter specified. ' B. MATERIALS I I I I I I I I I I I Access Doors with Trash Baskets. The Ti R series (single leaf) access frames and covers as manufactured by Halliday Products, Inc., of Orlando, FL, shall have a 1/4 inch thick, one-piece, mill finish, extruded aluminum frame, incorporating a continuous concrete anchor. The two -door unit shall combine the regular access and the trash basket access doors in a one-piece frame structure and shall be sized to facilitate the removal of the Series B Halliday Products trash basket system. The door panels shall be 1/4 inch aluminum diamond plate, reinforced to withstand a live load of 300 pounds psf. Doors shall open to 90° and automatically lock with stainless steel hold -open arms with aluminum release handles. Doors shall close flush with the frame. Lifting handles, hinges and all fastening hardware shall be stainless steel. Unit shall lock with non -corrosive locking bars. Unit shall be guaranteed against defects in material and/or workmanship for a period of ten (10) years. 2. Trash Basket System. The B1A series trash basket system as manufactured by Halliday Products, Inc. of Orlando, FL, shall be of the perforated screen style basket, having 2 inch holes on 3 inch centers. The basket shall be of .080 inch aluminum with aluminum tracking angles as part of the basket frame. The guide rails shall be extruded aluminum channels sized to facilitate easy operation of the basket. An aluminum basket stop shall be supplied. 3. Standard Access Doors. The Si R series (single leaf) access frames and covers as manufactured by Halliday Products, Inc., of Orlando, FL, shall have a 1/4 inch thick, one-piece, mill finish, extruded aluminum frame, incorporating a continuous concrete anchor. Door panel shall be 1/4 inch aluminum diamond plate, reinforced to withstand a live load of 300 pounds psf. Door shall open to 90° and automatically lock with a stainless steel hold -open arm with aluminum release handle. Door shall close flush with the frame. Lifting handle, hinges and all fastening hardware shall be stainless steel. Unit shall lock with non -corrosive locking bar. Unit shall be guaranteed against defects in material and/or workmanship for a period of ten (10) years. 4. Pump Station Doors. The H1 R series (single leaf) access frames and covers as manufactured by Halliday Products, Inc., of Orlando, FL, shall have a 1/4 inch thick, one-piece, mill finish, extruded aluminum frame, incorporating a continuous concrete anchor. The inside of the frame shall have a door -support ledge on two I 961-1 Section 961 ' Access Doors (2) sides. Both frame and ledge must be supported by a full bed of Class A concrete. The door panel shall be 1/4 inch aluminum diamond plate, reinforced to withstand a live load of the H-20 designation. Door shall open to 900 and automatically lock with a stainless steel hold -open arm with aluminum release handle. For ease of operation, door shall incorporate enclosed stainless steel compression spring assists. Door shall close flush with the frame. Lifting handle, hinges and all fastening hardware shall be stainless steel. Unit shall lock with stainless steel slam lock with removable keys. Unit shall be guaranteed against defects in material and/or workmanship for a period of ten (10) years. C. INSTALLATION Access frame and covers shall not be damaged during handling or installation and shall be Installed at the locations shown on the Plans in accordance with the manufacturer's approved shop drawings. All access frames and covers shall lie flat with no tendency to rock when installed. Poorly fitting or damaged covers will be rejected. END OF SECTION I I I I I I I 961-2 Section 971 Door Guard Posts i TECHNICAL SPECIFICATIONS DOOR GUARD POSTS A. GENERAL The work to be included under this section of the Specifications shall consist of providing • all materials, labor, equipment, tools, supplies and incidentals necessary for furnishing and installing door guard posts at overhead or roll -up doors as shown on the Plans and as hereinafter specified. B. MATERIALS Guard posts shall be made from 10 inch diameter extra strong steel pipe 8 feet 6 inches long filled with concrete. The exposed portion shall be painted in 2 inch wide black and yellow reflectorized stripes around the pipe. C. EXECUTION The guard posts shall be set 3 feet 6 inches into the ground (5 feet exposed above grade) inside and outside of and on each side of each overhead or roll -up door to prevent damage from vehicles to the door jambs. I I El [I [I I I [1 The guard posts shall be set in concrete for the full depth of bury with a minimum of 8 inches around the post. After setting, the pipes shall be filled full length with concrete and the concrete rounded on top for water drainage. After filling with concrete, the guard posts shall be painted with alternating yellow and black stripes of reflectorized paint. END OF SECTION ' 971-1 I I I I I I I I 11 H I I H L I I TECHNICAL SPECIFICATIONS STEEL RAILS A. GENERAL Section 973 Steel Rails The Contractor shall furnish and install steel rails and rail clips as shown on the Plans and as hereinafter specified. B. MATERIALS 1. Rails. Steel rails shall be new or used 85 pound A.S.C.E. rails in stock lengths of 30 feet. Rails shall be straight without twists, bends, cracks, gouges, or other deformities. Rails shall be A&K Section 8540, or approved equal. 2. Rail Clips. Rail clips shall be A&K No. 103, or approved equal. C. EXECUTION Rails shall be installed as shown on the Plans. Rails shall be welded together at the heads, and welds ground flush with the rail heads. Care shall be taken not to damage the concrete slab upon which the rails are mounted. Rail clips shall secure the rails to the slab using Hilti stainless steel anchors. END OF SECTION I 4Mzl U Section 981 n TECHNICAL SPECIFICATIONS ITRAFFIC SIGNAL LIGHTS Traffic Signal Lights I A. GENERAL The Contractor shall furnish and install traffic signal lights where shown on the Plans for t the control of traffic onto and off of the platform scale. The Contractor shall provide all parts, labor, and materials for a fully functioning system which will be controlled from within the scale house. ' B. MATERIALS 1. Signal Heads. The signal heads shall be mounted on two aluminum poles at locations shown on the Plans. The signal heads shall be mounted so that each pole supports two pair of lights; each pair consisting of one red light and one ' green light, with one pair mounted 180° in direction from the other pair on the common pole. Signal heads shall be as manufactured by Peek Traffic, Tallahassee, Florida, or approved equal. I fl I I I I L I The housing of each section shall be die cast from aluminum alloy ASTM Designation SC84B (or Commercial Designation 380), one-piece, complete with integral top, bottom, and sides, having a minimum thickness of .100 inch. The top and bottom opening of each housing shall have integral serrated bosses that will provide positive positioning of the signal head in five -degree increments to eliminate undesirable rotation or misalignment of the signal head between sections. A total of 72 teeth shall be provided in the serrated bosses to allow the signal face to be rotated 360° about its axis. The teeth shall be clean and sharp to provide positive positioning with the grooves of the mating section or framework. Each opening shall accommodate standard 1-1/2 inch pipe fittings and brackets. Individual sections shall be fastened together with a coupling washer assembly composed of two washers, three zinc plated bolts, nuts, and lock washers which lock the individual sections together. The hole in the coupling washer assembly shall be large enough to accommodate three 3/4 inch cables. As an alternative, individual sections may be fastened together with four cadmium plated bolts, lock washers, and nuts. Each housing shall have two integral hinge lugs, with stainless steel hinge pins, located on the left side for mounting the door. The 8 inch housing shall have an integral latching bolt lug on the right side with a stainless steel latching bolt (AISI 303 or equivalent), washer, and wing nut. Each housing shall be equipped with holes to be used for mounting backplates. I 981-1 Section 981 ' Traffic Signal Lights The door of each signal section shall be sand cast from aluminum alloy ASTM Designation SC84B (or Commercial Designation 380), one-piece, having a minimum thickness of .100 inch. Each door shall have two integral hinge lugs, with stainless steel hinge pins, located on the left side for mounting to the housing. The 8 inch door shall have an integral forked latching lug to accommodate the stainless steel latching bolt, washer, and wing nut on the housing. The inside of the door shall be grooved to accommodate a one-piece, air -cored EPDM (Ethylene Propylene Diene Monomer) gasket providing a completely weatherproof and dustproof assembly when the door is closed. The outside of the door shall have an integral rim completely encircling the lens opening to prevent any leakage between the door and the lens. The rim shall have four equally spaced tabs around the circumference to accommodate a visor. No automatic latching devices are to be used. The aluminum cap visor will be roll formed from die cut aluminum sheets .050 inch 1 minimum thickness. The rear edge of the visor shall be equipped with four mounting lugs for attaching the visor to the door. The visor shall be designed to fit tightly against the door and the molded rim, completely encircling the lens opening. The visor and door assembly shall not permit any leakage of light between the door and the visor. The mounting holes in the visor shall be designed to permit the visor to be rotated and mounted in 90° increments. All visors shall have a downward tilt of 70. The inside surfaces of green visors shall be painted flat black. Polycarbonate lenses shall conform to the latest I.T.E. (Institute of Transportation ' Engineers) specification. The lens shall be held firmly in the door by means of four stainless steel screws and clamps equally spaced around the lens opening. It shall be possible to rotate the lens within the door to any angle that may be ' desired. The periphery of the lens shall be enclosed in and protected by an air - cored EPDM (Ethylene Propylene Diene Monomer) gasket providing a completely weatherproof and dustproof seal between the lens, door, and reflector assembly. Bulb wattages shall be low enough to prevent damage to the polycarbonate lenses ' during continuous illumination. The reflector assembly shall consist of a reflector and fixed -focus lamp receptacle I mounted in a snap -out frame of polycarbonate or aluminum that swings open for inspection and maintenance, and can be removed without the use of tools. The reflector assembly shall automatically align with the lens when the door is closed. The reflector frame shall accept either glass or alzak® aluminum reflectors. Coated plastic reflectors shall not be accepted. The lamp receptacle shall be heat resistant, molded phenolic type with integral t lamp grip to prevent the lamp from working loose due to vibration. The lamp receptacle shall be permanently focused to the reflector and hold in place by a 981-2 Section 981 Traffic Signal Lights corrosion -resistant wire spring bail so that it can be removed without the use of ' tools. It shall be rotatable through 360° in 45° steps for filament alignment after relamping. The receptacle shall be equipped with a gasket to provide a dust -tight seal between the receptacle and the reflector. Sealants shall not be permitted. ' Lamp receptacles shall be pre -wired with two #18 AWG, 105°C, 600 volt, Type TEW thermoplastic insulated, color -coded wire leads 26 inches long terminated with quick -disconnect lugs for easy connection to the terminal block. 2. Aluminum Pole. An 8 foot tapered aluminum pole, designed for 100 mph wind loading, compatible for use with traffic signal lights shall be provided by the Contractor. The pole shall taper from 4 inches to 3 inches and include an anchor base flange, base cover, ground lug, with three galvanized anchor bolts sized as 1 required, and shall have standard finish rotary sanded satin aluminum. The lights shall be mounted at a height approved by the Owner and Engineer. ' 3. Control Box. A control box shall be provided and installed in the scale house which will allow operation of the signal lights. The control switches shall allow any of the four pairs of signal lights to be turned on or off and for either the green or red light to be turned on or off in each pair. The control box shall be painted metal construction with properly labeled switch control functions. IC. EXECUTION The Contractor shall furnish and install all equipment, poles, conduits, wiring, switches, ' and accessories to make a fully functioning system. Aluminum pole base plates shall be firmly mounted to the concrete surfaces in accordance with the manufacturer's recommendations, or as approved by the Engineer. IEND OF SECTION LI I P I• I I 1 981-3 ' Section 1000 Painting/Buildings; Structures TECHNICAL SPECIFICATIONS LPAINTING/BUILDINGS AND STRUCTURES A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for painting all buildings and structures as specified or shown on the Plans. The object of these Specifications is to provide the material and workmanship necessary to produce a first-class job. Painting shall be done at such times as the Contractor and Engineer may agree upon in order that dust -free and neat work be obtained. All painting shall be done strictly in accordance with the manufacturer's instructions and shall be performed in a manner satisfactory to the Engineer. LB. MATERIALS I II I LI I I I I [_I The paints and the paint products of Kop-Coat, Inc., Pittsburgh, PA and Devoe & Reynolds Company, Louisville, KY mentioned in the following Specifications are set up as standards of quality. The usual or equal" clause shall apply. Request for substitution shall contain the full name of each product, descriptive literature, directions for use, and its generic type. Submittals to the Engineer of satisfactory data cataloging past performance of the alternate paint for similar installations shall be made by the Contractor. Items to be Painted. Painting of interior and exterior surfaces of buildings shall be in accordance with Finish Schedules shown on the Plans and as described in these Specifications. This painting section includes the painting of all ferrous metals not underground. Exposed surfaces of aluminum, stainless steel, nickel or chromium shall not be painted. Galvanized surfaces, piping, conduit, roof decking, louvers, grilles, and exposed duct work shall be painted. 2. Paints and Primers. All work shall be primed and painted as set out below. a. CMU/Concrete Block - Interior. All block walls shall receive one coat of Kop-Coat Flexxide Block Filler followed by two coats of Glamorglaze 200 Epoxy. b. Exterior Concrete. After surface preparation, exterior concrete surfaces shall receive two coats Kop-Coat 620 Acrylic. The first coat may be thinned 15 percent and applied as a prime coat. c. Interior Concrete. The interior of all concrete walls and concrete base at Vehicle Storage Building shall receive one coat of Kop-Coat Flexxide Block Filler followed by two coats of Glamorglaze 200 Epoxy. I 1000-1 Section 1000 1 Painting/Buildings; Structures 1 d. Concrete Floors 1) All new concrete floors noted to be "sealed concrete" in the Finish Schedule on the Plans shall receive one coat of Ashford Formula. Apply as required by the manufacturer, Curecrete Chemical Company, Inc. 2) All new concrete floors noted to be "sealer -hardener" in the Finish Schedule(s) on the Plans, shall receive three (3) coats of Sonneborn "Lapidolith" (or equal) to harden, and to improve the wear and chemical resistance. Apply as required by the manufacturer, Rexnord Chemical Products, Inc. e. Metal Doors and Frames I 1) New Hollow Metal Doors. All exposed surfaces of new doors and frames shall receive one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, followed by two coats Rustarmor 500 Speed. Custom color(s) shall be provided at no additional charge, regardless of quantity. 2) Overhead Sectional Doors. All new overhead doors shall receive two coats of Kop-Coat 620 Acrylic. Use of a de -sander prior to finish coat application is required for proper bonding to the baked enamel finish. f. Ferrous Metals Above Grade. Exposed ferrous metals above grade, , including exposed trusses, joists, or metal deck, shall receive one coat Kop- Coat 622 LCF Primer and two coats of Kop-Coat Rustarmor 500 Speed. Other ferrous surfaces shall receive two finish coats of Glamorglaze 200 Epoxy. Galvanized surface shall be further treated/primed as required below. g. Galvanized Metal. Galvanized metal shall be treated/primed with zinc chormate primer, Kop-Coat 40 Passivator, and then painted in accordance with the section on Ferrous Metals Above Grade, Included in this requirement is louvers, grilles, ductwork, and the underside of all roof deck to be painted. h. Gypsum Board. All gypsum board shall receive an "orange peel" texture and then painted as specified below and as noted in the respective Building Finish schedules. Prime with one coat latex primer, Devoe Wondertones 50801, followed with two coats acrylic latex satin enamel, Devoe Wondertones 35XX. 1000-2 L1 Section 1000 I I I I� L Painting/Buildings; Structures Interior Wood 1) Stain. All exposed interior surfaces of wood construction scheduled to be stained or semi -transparent finish shall receive the following: Sealer/Primer: One coat Devoe Wonder Woodstain and one coat Wonder Woodsealer. Finish Coats: Two coats Wonder Wood Satin. I 3. Paint Color. Colors not specified or indicated on the Plans shall be as selected by the Engineer. Custom colors required to match exterior building/trim colors shall not be an additional charge, regardless of quantity. 4. Thinners. Where thinning is necessary, only the products of the manufacturer furnishing the paint (for the particular purpose) shall be allowed, and all such thinning shall be done strictly in accordance with the manufacturer's directions and with approval of the Engineer. The painter shall not employ thinners in fibrated bituminous coatings. ' 5. Submittals. Provide submittals for each paint/primer types consisting of manufacturer's descriptive literature, directions for use, coverage rates, etc. ' Submit color charts for preliminary selections and minimum 8 inch x 8 inch color sample panels for final color selections. C. EXECUTION: SURFACE PREPARATION, CLEANING PAINT APPLICATION 1. Surface Preparation. All surfaces are to be prepared in a workmanlike manner with the object of obtaining a smooth, clean and dry surface free from cracks, tie holes, ridges, nail holes, chips, voids, scratches, etc. No painting shall be done before the prepared surfaces are approved by the Engineer. The following surface preparation specifications are to be used as a guide. All surface preparation shall be in accordance with the manufacturer's recommendations. a. Masonry/Concrete. Existing masonry or concrete surfaces shall be powerwashed, brushblasted or waterblasted as necessary to remove dirt, loose paint, or chalking. Holes or irregularities shall be patched and primed prior to painting. New masonry/concrete shall cure at least 28 days prior to preparation and painting. Surfaces shall be cleaned of all dust, form oil, or other foreign ' matter. The surface shall be cleaned with a thorough washing utilizing a detergent solution. 1 b. Ferrous Metal Surfaces. Existing metal surfaces, frames, trims, etc. shall be sanded, wirebrushed, or sandblasted to remove loose paint, scratches and blemishes. Fill and grind smooth all voids, dents or holes using filler Lor compounds recommended for the respective location or use and as 1000-3 Section 1000 I Painting/Buildings; Structures I approved by the Engineer. All ferrous metal to be primed in the shop shall have all rust, dust and I scale, as well as all other foreign substances, removed by sandblasting or pickling. Cleaned metal shall be primed or pretreated as set out in these Specifications immediately after cleaning to prevent new rusting. All ferrous metals not primed in the shop shall be sandblasted in the field prior to application of the primer, pretreatment or paint. I c. Wood. Wood surfaces shall be thoroughly cleaned and free of all foreign matter, with cracks and nail holes and other defects properly filled and smoothed. Wood surfaces with stains/blemishes shall. be replaced if removal cannot be satisfactorily accomplished. Wood trim should be sanded to a smooth finish and wiped clean of dust. 2. Application of Paint. Paint shall be applied in strict accordance with the recommendations of the paint manufacturer. Temperature, moisture condition and surface preparation shall comply with the manufacturer's requirements, except where more strict preparation provisions are set out. Paint shall be applied in amounts and mil thickness in accordance with the , manufacturer's specifications. If material has thickened or must be diluted for application by spray gun, the coating shall be built up to the same film thickness ' achieved with undiluted material. Where touching up is necessary, the painter shall wait until the paint has dried thoroughly, as rebrushing over a partly set film leads to streaking and shadowing. If touchup painting does not match surrounding surface area (color or finish), then the entire wall or area must be repainted. Spray painting will be allowed, when the type of paint specified and the job are adaptable to spray painting. Care must be taken that spray equipment is designed for the work to be done, and that overspray does not damage adjacent surfaces. Particular attention is called to the fact that spray application of paint to metal edges does not generally result in paint of a thickness required for its protection. Therefore, wherever spray is applied to metal edges, the edges shall be touched ' up with a brush. END OF SECTION I I I 1000-4 I I TECHNICAL SPECIFICATIONS IELECTRICAL - GENERAL Section 1100 Electrical - General A. GENERAL The Contractor shall furnish all equipment, tools, materials and perform all labor, and • install complete all electrical circuits, conduit, wiring, cable, fittings, lighting fixtures, lamps, panelboards, switches, fuses, motor control equipment and apparatus, and all other work and materials required for a complete installation of all electrical work and equipment covered by these Specifications and the Plans. All work shall be done and materials furnished in accordance with these Specifications and in a manner satisfactory to the Engineer. ' B. CODES AND PERMITS The work shall be performed and all materials shall conform and be in accordance with the latest National Electrical Code and applicable state and local rules and regulations. The Contractor shall, at his own expense, obtain all necessary permits, inspections and approval of proper authorities in local jurisdiction of such work. C. RELATION TO OTHER WORK ' The electrical work shall be done to conform to the construction schedule and progress of other associated trades. Electrical apparatus on all equipment furnished and set by other trades shall be connected, checked out, serviced, and placed in readiness for proper operation to the satisfaction of the Owner and the Engineer, all within the scope of the work intended under these Specifications. iD. MATERIALS AND WORKMANSHIP All materials shall be new, and shall be of the latest standard design of a manufacturer regularly engaged in the manufacture of that type of equipment. Materials shall be in good condition and shall be free from dents, scratches or other damage incurred in ' shipment or installation. All equipment shall comply with the National Electrical Code, Underwriters Laboratories, or other appropriate agency. Installation shall be made in a neat and workmanlike manner, and all materials shall be installed in accordance with the recommendations of the various manufacturers. Incidental materials required to complete the installation as intended by these Specifications shall be of the type and quality in keeping with specified equipment. Section 1100 Electrical - General E. MATERIALS STANDARDS AND EQUIPMENT APPROVAL Manufacturers' trade names or catalog numbers used in these Specifications and/or indicated on the accompanying Plans denote type, size, quality and design of equipment required and are not intended as closed Specifications. All materials used in this work are subject to the approval of the Engineer. Items of electrical equipment manufactured by Square D, Cutler -Hammer, General Electric, Westinghouse, or equal, will be acceptable. All materials and equipment shall be submitted for approval, and all pertinent information, when submitted from catalog or equipment information sheets, shall be clearly marked so that the material or equipment proposed to be furnished can be readily and completely identified. ii Schematics and connection diagrams of all electrical equipment shall be submitted for approval. Manufacturers' standard connections, where clearly marked by black ink, will be acceptable. LL F. GUARANTEE I The Contractor shall guarantee to the Owner all work performed under this contract to be free from defects in workmanship and material for a period of one year from date of final acceptance. Defects arising during this period will be promptly remedied by the Contractor at his own expense, upon notice by the Owner. All lamps for lighting fixtures shall be excluded from this guarantee, but one complete and operative set of lamps for lighting fixtures shall be in place at time of final acceptance. G. PLANS I The Plans indicate the extent and general arrangement of the various systems. No departure from the arrangements shown on the Plans shall be made without the prior written approval of the Engineer. Where wire sizes, conduit and other items of construction are shown or required for a complete installation, but are not adequately identified as to size or material requirements, the materials furnished shall be in accordance with "Cody requirements as though shown in detail on the Plans. I The Plans showing the extent and arrangement of the work of this particular trade must be used, together with the Plans showing the extent and arrangement of the work of other trades, and the Contractor shall lay out his work with due consideration for the other trades and shall be responsible for calling to the attention of the Engineer any interferences encountered. Such interferences shall be investigated and called to the attention of the Engineer before any equipment is installed and before any materials are fabricated. Relocation resulting from interferences shall be made at no additional cost to the Owner. I 1 1100-2 Section 1100 Electrical - General H. TESTS AFTER INSTALLATION Before final acceptance will be given by the Owner, the Contractor shall make such L insulation and load tests as to assure the proper performance of each and every circuit. Instruments for such tests shall be furnished by the Contractor. All circuits, regardless of voltage class, will be checked with a D. C. megger prior to energizing the first time. Insulation tests shall include D. C. megger tests of all feeder circuits. Resistance values of 10 megohms or greater shall be required for all circuits. All branch circuits and feeders shall be tested under maximum and typical load conditions, and loads shall be balanced on the phases of the system as is practical to do. I The Contractor shall submit to the Engineer in writing a statement that all such tests have been made and all deficiencies corrected. The Contractor shall, in the presence of the Engineer or his representative, verify the results of any or all of the above tests. Before placing in permanent service, all motors are to be checked to see if motors are operating within nameplate current rating. All instances where nameplate rating is exceeded shall be reported to the Engineer, so that reason for overload may be investigated. I. PLANS OF RECORD The Contractor shall furnish "Plans of Record" drawings at the completion of the job. 1 One complete set of prints will be furnished the Contractor for this purpose in indicating changes made in the actual installation. Changes made on the Plans of Record drawings shall include the following: 1 1. Actual location of all panels and equipment. 2. Revision of fixture schedule and other materials schedules to indicate fixtures and materials actually installed. 3. Actual routing of conduit installed underground on the site. These drawings shall be turned over by the Contractor to the Engineer for his approval at the completion of the job. J. SETTING OF EQUIPMENT All equipment shall be leveled and made plumb. Metal junction boxes, equipment enclosures and metal raceways mounted on water or earth -bearing walls shall be separated from walls not less than 1/4 inch by corrosion -resistant spacers. All electrical 1100-3 ' Section 1100 1 Electrical - General j conduits and items of equipment shall be run or set parallel to walls, floors and other items of construction. K. GROUNDING All equipment and electrical systems shall be grounded and bonded in compliance with Section 250 of the National Electrical Code and as hereinafter set out. All three phase circuits shall include an insulated grounding conductor of the same size as the power conductor on all circuits up to and including 20 ampere circuits. On circuits over 20 amperes, the size of the grounding conductor shall be in accordance with the applicable tables in the latest edition of the National Electrical Code. Grounds to equipment shall be made with lugs or clamps. L. MECHANICAL EQUIPMENT CONNECTIONS I - The electrical contractor shall provide power for the mechanical contractor's electrical equipment. The electrical contractor shall install all power wiring, making final connection to the equipment, and shall install all control wiring and electrical controls in compliance with the manufacturer's specifications. The mechanical contractor will furnish the electrical contractor with adequate wiring diagrams for complete installation of the required electrical work, and the mechanical contractor shall supervise the electrical contractor in all such connections, and shall verify the correctness of the installation before the system is energized. M. OPERATION VOLTAGES I Unless specifically shown otherwise on the Plans or provided for in these Specifications, all new equipment shall be designed for voltages as follows: 1. All motors of every type 1/2 horsepower and larger: 460 volt, three phase, 60 Hertz. I 2. All starter holding coils of every type: 115 volt. 3. All lighting circuits: 115 volt. 4. All control circuits, except specific units requiring reduced voltage: 115 volt. 1 5. Motors less than 1/2 horsepower, unless otherwise specifically provided: 115 volt. I END OF SECTION I II 1100-4 I Section 1105 Conduit TECHNICAL SPECIFICATIONS CONDUIT 1 A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of conduit. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS i1. PVC -Coated Rigid Conduit. All wiring shall be installed in conduit. All conduit that is exposed shall be PVC -coated rigid conduit. All conduit, couplings, elbows, etc. which form a part of the conduit system shall be made of PVC -coated mild steel of quality and merit as determined and approved by the Engineer. All conduit shall have a continuous PVC coating throughout the entire exterior surfaces of the conduit regardless of diameter. The interior of the conduit shall be perfectly smooth. All threads of the conduit shall be clean and sharp and shall be coated to conform with the remainder of the conduit. 2. Galvanized Rigid Conduit. All conduit that is concealed, in concrete, or underground shall be galvanized rigid conduit. All conduit, couplings, elbows, etc., which form a part of the conduit system shall be made of zinc -coated mild steel of quality and merit as determined and approved by the Engineer. All conduit shall have a continuous zinc coating throughout the entire interior and exterior surfaces of the conduit regardless of diameter. The interior of the conduit shall be perfectly smooth. All threads of the conduit shall be clean and sharp and shall be coated to conform with the remainder of the conduit. 3. Electric Metallic Tubing. Electric metallic tubing can be installed only on lighting circuits that are run above suspended ceilings or concealed in walls. 4. Couplings. Only threaded type couplings shall be used on rigid conduit. Only compression type couplings shall be used on electrical metallic tubing. Indenter type or set screw type are prohibited. At couplings, conduit ends shall be threaded so that they meet in the couplings. Right and left couplings shall not be used. Conduit couplings of the Erickson type shall be used at locations requiring such joints. The use of running threads will not be permitted. Where conduits cannot be jointed by standard threaded couplings, approved watertight conduit unions shall be used. All couplings and unions shall be mechanically strong and shall make perfect electric ground between conduits connected. 1 ' 1105-1 Section 1105 ,' Conduit 1 5. Expansion Fittings. Expansion fittings, O -Z Type "AX," shall be provided on all conduits where passing through expansion joints. 1 6. Flexible Conduit. All flexible conduit shall be liquid -tight as manufactured by American Brass Company "Seal-Tite" Type UA or EF. A spiral encased copper bonding conductor shall be included in all 1-1/4 inch and larger sizes. 7. Raceways. Raceways shall be of best quality steel, smooth inside and out, and shall be galvanized or Sheradized. Raceways shall be as manufactured by Sherarduct, Triangle, Walker, or equal. 8. Junction Boxes. Junction boxes in outdoor or underground installations shall be I cadmium plated cast iron boxes complete with appropriate gasketed cover and suitable hubs for watertight connections. 9. Bolts and Screws. All bolts and screws used in the installation of all other materials shall be stainless steel. C. EXECUTION Conduit shall be run concealed where possible and shall be kept at least 6 inches from I hot water pipes and flues. Conduits shall be installed in a neat and workmanlike manner, whether concealed or exposed. For exposed construction, conduits must be run parallel or perpendicular to walls and ceilings with right angle turns consisting of symmetrical bends or fittings. All bends and offsets shall be avoided where possible. A run of conduit between outlet and fitting shall not contain more than the equivalent of four quarter bends, including those immediately at outlet or fittings. Bends in rigid conduit shall be made with a hickey or conduit bending machine without reducing the internal diameter of the conduit or without injury to protective coatings. The use of a pipe tee or vise will not be permitted. The radius of the curve of the inner edge of the conduit shall not be less than six times the inside diameter of the conduit. Conduit deformed or crushed in any way shall not be installed and must be removed from the buildings without delay. No conduit shall have a nominal diameter of less than 1/2 inch and sizes, unless otherwise shown or noted on the Plans, shall conform to the requirements of the National Electrical Code. All empty conduits shall have a No. 18 steel pull wire left in place. Where conduits are laid below ground known to be corrosive and where they pass through, or are laid in cinder concrete or plain cinder fill, they shall be thoroughly coated with two coats of Kop-Coat Bitumastic No. 50 waterproof paint, and shall have all wrench marks carefully touched up after being made up. Threaded joints shall be made up with pipe dope, applied to male thread only. Except for the areas having suspended ceilings, throughout the entire project conduit is to be installed on the surface of walls and ceilings. All conduit in the areas with suspended ceilings shall be concealed in walls or above ceiling. 1105-2 1 ISection 1105 Conduit Wherever motors are to be serviced out in floor areas (except immediately adjacent to walls) conduit shall be run in the concrete floors and shall extend to near the motor head location. Connections to the motors will be by flexible conduit as hereinafter specified. Where large motors are set out in floor spaces and no other impediment is involved, Iconduit may be brought in straight runs from the ceiling overhead. All raceways 1-1/4 inches in diameter and larger shall be terminated in pull boxes, junction boxes, panelboards, etc. Myers Scru hubs, in lieu of locknuts and bushing, shall be used in all areas requiring NEMA 3R equipment. 1 Conduits shall be cut with a hacksaw; ends must be square, threads cut and cleaned before reaming. The ends of all conduit shall be reamed to remove all rough edges and burrs. Conduits shall be securely fastened to all outlet boxes with locknuts and bushings Iof approved make. All exposed conduits, boxes and fittings (minus devices, plates and fixtures) shall be installed prior to painting of the interior of the building, so that all exposed work may receive a finish coat of paint to match surrounding surfaces. Underground conduits and duct banks shall have 18 inches minimum earth cover unless otherwise permitted by the Plans or Specifications. This minimum earth cover shall be 24 inches under areas of vehicular travel. I I Fl I I 11 I.' L Install pull wires in empty raceways. Use No. 14 AWG zinc -coated steel or monofilament plastic line having not less than 200 pound tensile strength. Leave not less than 12 inches of slack at each end of the pull wire. END OF SECTION 1 1105-3 I I TECHNICAL SPECIFICATIONS 1 ELECTRICAL WIRE Section 1110 Wire JA. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of wire. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS The wire that is to be used in construction shall be copper: Type THHN for dry/damp locations; Type THWN for wet locations. Locations underground and/or below grade I level shall be considered a wet location. On power and lighting circuits, no wire smaller than No. 12 shall be permitted. Control wiring shall be no smaller than No. 16, color coded, and the colors shall be continuous for any one circuit throughout the entire length. On wire sizes where colored insulations are not available, the circuits and phase shall be identified by colored tape strips wrapped around the wire at the points of connection. Comply with NEC Article 310; comply with NEC Paragraph 310-3 for stranding. The specific wire sizes shown on the Plans refer to American Wire Gauge and circular -mil area designations. DNO ALUMINUM WIRE WILL BE APPROVED. All insulated wire for use on secondary circuits shall have a voltage rating of 600 volts and shall conform to current National Electrical Code and ASTM Standards. I All low level signal circuits shall be wired with No. 18 three -pair or six -pair individually shielded instrumentation cable. C. EXECUTION A complete wiring system shall be installed as shown on the Plans. No wires shall be pulled in until the conduit system is complete. No grease, oil, or lubricant other than 1 powdered soapstone or Ideal wire ease shall be used to facilitate the pulling of wires. Joints that may become necessary in circuit work at the outlets shall be made with approved compression connectors, Scotch Loc, or equal. At each fixture outlet, a loop or end of wire not less than 8 inches long shall be left for connection to fixtures. All wire in blanked -up outlets shall have the ends taped. END OF SECTION 1 L1 I IA. GENERAL El I I I I I Section 1113 Outlets & Switches TECHNICAL SPECIFICATIONS CONVENIENCE OUTLETS AND LIGHT SWITCHES The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of convenience outlets and light switches. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS All device plates, except in office areas, shall be Hubbell No. 5210 weatherproof cover for convenience outlets for use with No. 5362 outlets, or equal. Wall switches on lighting and small mechanical unit devices in office areas shall be 20 amperes, 115/230 volts A.C., Hubbell Nos. 1221-I through 1224-I, or equal, with 302 stainless steel device plates. Wall switches, except in office areas, shall be 20 amperes, 115 volts A.C., Hubbell No. 1221, or equal, with 302 stainless steel switch plates. Receptacles shall be standard 115 volt circuit convenience outlets, duplex, three wire, polarized, grounding type rated, 20 amperes, 125 volts, Hubbell No. 5362, or equal, with 302 stainless steel device plates. All wall switch and outlet covers in office areas are to be 302 stainless steel. C. EXECUTION ' Concealed conduit systems shall have flush mounted switch and convenience outlets. Exposed conduit systems shall have surface mounted switch and convenience outlets. I I I I Boxes and fittings in exposed conduit systems shall be cadmium finished threaded malleable iron or PVC coated as required by the Plans, Appleton Type FS, or equal. For systems encased in poured concrete, the same type of boxes shall be used. Boxes and fittings in concealed systems, other than in concrete, shall be galvanized steel. Wall switches shall be mounted 4 feet 0 inches above the floor. Except as otherwise noted, convenience outlets within office areas shall be mounted 16 inches above the floor. However, within the pump stations and operations buildings, convenience outlets shall be mounted approximately 3 feet 6 inches above the floor. END OF SECTION I 1113-1 ISection 1114 Control Relays I TECHNICAL SPECIFICATIONS iCONTROL RELAYS A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of control relays. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS Relays shall be heavy duty industrial quality and shall have a 10 ampere rating of 0-600 volts, 60 Hertz. ' Contacts shall be resilient type with contact surfaces of beryllium copper or silver alloy. Contacts, contact guides, and complete magnetic assembly and all other steel parts with ' wearing surfaces shall be hardened. Relays shall be electrically or mechanically held as indicated. Electrically held relays shall be Square D Company Type XO, Class 8501, or equal. Mechanically held relays shall be Square D Company Type XO-XL, Class 8501, or equal. Time delay relays are to be Square D Company Type XO-XT, Class 8501, or equal. ' The bistable relay changes state when a pulse of 75 milliseconds minimum is received by the coil. The bistable relay shall be an electromechanical device. The contacts shall be rated 15 amps, 125 VAC/250 VAC. The coil shall be rated 120 VAC continuous duty. The relay contacts shall be configured for double -pole double -throw (DPDT). The relay shall be housed in a dust -proof enclosure with an octal base. The octal base shall be I supplied with the relay and shall have screw terminals that accept 14 AWG ring lugs. The relay shall be an S89R series as manufactured by Potter & Brumfield, or equal. C. EXECUTION Where practical, all relays of every type shall be installed inside the starter that is being controlled, or inside sub -panels as shown on the Plans. In either case, the relays shall be mounted securely to the back panel of the starter or sub -panel. The Plans show the number of normally open or normally closed contacts that are needed for each control function. The time periods for time delay relays shall be as shown on the Plans and as hereinafter specified. When the Plans indicate that a relay is to be mounted separately, the relays shall be provided with enclosures as called out on the Plans. Enclosures shall be designed for 1 surface or flush mounting as indicated. END OF SECTION I I i I I I !J I I I I I I U I TECHNICAL SPECIFICATIONS SAFETY DISCONNECTS A. GENERAL Section 1116 Safety Disconnects The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of safety disconnects. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS All items of electrical equipment which are out of sight of the branch switch protecting the unit shall be equipped with a nonfusible, single throw, heavy duty safety switch. The switches shall be rated 600 volt A.C. The enclosures shall be as set out on the Plans on the oneline diagrams. The short circuit "withstand rating" shall equal or exceed the rating of the overcurrent device protecting the disconnect switch. C. EXECUTION The safety disconnects shall be securely mounted near the motors they serve and shall be mounted at a standard operational height. The disconnects shall be labeled as specified in Section 1150 of these Specifications to properly identify the equipment that the disconnect is serving. END OF SECTION u I I ' A. GENERAL U I I I I I Li I I J w J I Section 1120 Electrical Services TECHNICAL SPECIFICATIONS ELECTRICAL SERVICES The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of the electrical services. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS The Contractor shall furnish and install the necessary wire terminations, conduit, wire and concrete pads as detailed on the Plans and as hereinafter specified to connect the service entrance equipment to the transformer. The Contractor shall furnish and install all conduit and wire of all types to connect the transformer secondary windings to the service entrance equipment, and as required by the utility company. C. EXECUTION There will be one electrical service required. The service is to be located as shown on the Plans. The service on this project is to be rated 2771480 volts, three phase, grounded wye. The Contractor shall make all necessary arrangements with the power company, local to the facility, to have the service provided. The Contractor shall provide a concrete pad as detailed on the Plans for the power company to set the transformer. The Contractor is to verify loading requirements and dimensions of transformer pad with the utility company prior to construction. The Contractor shall also provide all conduit, wire, trenching and backfilling from the power pole to the transformer as required by the serving utility company. Minimum depth of bury shall be 36 inches, and shall be backfilled with hand -placed SB-2 under areas of vehicular travel. Any temporary electrical services required by the Contractor shall be metered services installed by the electrical contractor on a minimum of 20 foot service pole. The Contractor shall pay all costs associated with all temporary electrical services, including cost of power. END OF SECTION I 1120-1 Li I ' A. GENERAL Li Li I I I I 1 I I [I I 1 I Section 1124 Control Centers TECHNICAL SPECIFICATIONS MOTOR CONTROL CENTERS The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of motor control centers. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MOTOR CONTROL CENTER MATERIALS General. Motor control centers shall be Allen-Bradley "Centerline," Square D Company "Model 5," or equal. The motor control centers shall consist of one or more enclosed vertical sections joined together to form a rigid, free-standing assembly. The construction of the motor control centers shall meet the requirements set forth by Underwriters Laboratories Publication UL -845, NEMA Publication No. ICS -2-322, and the National Electric Code. 2. Enclosure. The motor control center enclosure type shall be in accordance with NEMA standards for enclosure type as shown on Plans. 3. Service. Motor control centers shall be suitable for operation for 277/480 volt, three phase, four wire, 60 Hertz (grounded) service. Control centers shall be suitable for connection to an available fault rating as shown on Plans. 4. Vertical Sections. Vertical sections shall support the horizontal and vertical buses, combination starter units, covers and doors, and shall be designed to allow for easy rearrangement of units by the purchaser. Vertical sections shall have structural supporting members formed of a minimum of 13 gauge hot -rolled steel. All finished surfaces shall be blemish -free. Where needed, reinforcement structural parts shall be of 10 gauge steel to provide a strong, rigid assembly. Each section shall be 90 inches high and shall have 7 gauge steel, 3 inch high removable lifting angle and two 1-1/2 inch high base channels. Complete control center line-ups shall be divided into shipping splits no wider than approximately 60 inches. The lifting angle shall be provided on the top of each shipping split and shall extend the entire width of the shipping split. Lifting angles shall be designed to support the entire weight of the MCC section. Base channels shall be provided with holes to permit bolting the motor control centers to the floor. The entire assembly shall be constructed and packaged to withstand all stresses induced in transit and during installation. Motor control centers shall be designed so that matching vertical sections of the same current rating and manufacture can be added later at either end of the line-up without use of transition sections and without difficulty or undue expense. Removable end closing plates shall be provided to close off openings on the end Section 1124 Control Centers II of the motor control center line-up. A removable top plate shall be provided on each vertical section and shall be of one piece construction for added convenience in cutting conduit holes. The design shall allow use of the standard conduit entrance area without significant sag or deformation of the top plate. Vertical sections shall be designed to accommodate plug -on units in front -of -board construction. Vertical sections housing plug -on units shall be 20 inches wide and shall be 20 inches deep. Wider sections will be permitted only for bolted connection type units not fitting the 20 inch wide sections. Unit mounting area shall be divided into one-half space factor divisions, each approximately 6 inches. NEMA Size 1 and 2 combination starter units shall use only 12 inches of unit mounting space. Vertical sections shall allow for at least 72 inches of unit mounting space. Removable blank plates shall cover all unused unit mounting spaces. Blank plates shall be flanged on all four sides and shall be mounted with captive screws. Vertical sections shall be provided with both horizontal and vertical wireways. Sufficient clearances shall be provided in the horizontal wireway so that no restriction is encountered in running wires from the vertical to horizontal wireway. Wireways shall be in accordance with the wireway sections contained in this document. 5. Horizontal Wireways. Horizontal wireways shall be provided in the top of each vertical section and shall be arranged to provide full length continuity throughout the entire assembly. The top horizontal wireway shall have a cross-sectional area of not less than 20 square inches with openings between sections of not less than 11-1/2 square inches. Covers for all wireways shall be equipped with captive type screws to prevent loss of hardware during installation. All wireways shall be isolated from the bus bars. 6. Vertical Wireways. A vertical wire trough shall be located on the right-hand side of each vertical section and shall extend from the top horizontal wireway to the bottom of the available unit mounting space. Each vertical wire trough shall have a cross-sectional area of not less than 19 square inches and shall be isolated from the bus bars to guard against accidental contact. A separately hinged door having captive type screws shall cover the vertical wire trough to provide easy access to control wiring without disturbing control units. Reusable wire ties shall be furnished in each vertical wire trough for the purpose of grouping and securely holding wires in place for a neat and orderly installation. 7. Bus Bars. A continuous main three -conductor horizontal bus shall be provided over the full length of the control center. A fully -rated horizontal neutral bus shall also be supplied over the full length of the motor control center. When necessary, the bus shall be split to allow for ease in moving and handling. Splice bars will be supplied to join the bus wherever a split has been made. All splice connections shall be made with at least two bolts and shall employ the use of Belleville washers in the connection. Horizontal bus bars shall be mounted edgewise and I I I I I I 1124-2 I Section 1124 Control Centers 1 supported by insulated bus supports. For distribution of power from the main horizontal bus to each unit compartment, a three-phase vertical bus shall be provided. The vertical bus shall be firmly ' bolted to the horizontal bus for permanent contact. The main horizontal and vertical buses shall be made of copper and the entire length shall be electrolytically silver plated to provide maximum protection to the bus bars from normal or adverse atmospheric conditions. I I I 1 [1 I I I I I Bus supports shall be formed of high strength glass reinforced alkyd material. Bus supports shall have generous surface clearances in the vertical plane to shed dust and maintain dielectric integrity. Bus supports and insulators shall be red to indicate proximity of energized bus parts. The main horizontal bus rating shall be a minimum of 600 amperes continuous (as called out on the Plans). Vertical bus rating shall be a minimum of 300 amperes (as called out on the Plans) for adequate current carrying capacity. Continuous current ratings shall be in accordance with temperature rise specifications set forth by U.L., ANSI and NEMA standards. A copper ground lug shall be provided in each incoming line vertical section capable of accepting a No. 8 to 250 MCM cable. A horizontal and vertical copper ground bus shall be provided in each section of the motor control center. Horizontal ground bus shall run continuously throughout the control center except where splits are necessary for ease of shipment and handling, in which case splice bars shall be provided. Ground bus shall be tin plated copper and have a cross-sectional area of equal to 28 percent of the main horizontal bus cross-sectional area. Horizontal ground bus shall be located at the bottom of the motor control center. Vertical ground bus shall run parallel to the power distribution bus in each vertical section. Design shall be such that for any plug -on unit the ground bus stab shall make contact with the ground bus before the power bus contact is made. 8. Bus Barriers. Insulated horizontal and vertical bus barriers shall be furnished to reduce the hazard of accidental contact with the bus. Barriers shall have a red color to indicate proximity of energized buses. Vertical bus barriers shall have interlocking front and back pieces to give added protection on all sides and shall segregate the phases to reduce the possibility of accidental "flash over." Small, separate openings in the vertical bus barriers shall permit unit plug -on contacts to pass through and engage the vertical bus bars. Bottom bus covers shall be provided below the vertical bus to protect the ends of the bus from accidental contact with fish tapes or other items entering from the bottom of the enclosure. All stab holes shall have red plastic closing plates with warning notes and are removed only for unit mounting. When removed, they are to be stored in place provided. El 1124-3 Section 1124 Control Centers 9. Main Incoming Lug Compartments. A front accessible main lug compartment shall be provided with suitable main lugs to accommodate number and size of cables per phase as indicated. The compartment shall be located in the bottom -most unit space of the section to accommodate the user's cables entering the motor control center. The main incoming lug compartment shall be covered by a hinged door for maintenance access. This door shall be held closed with captive type screws to discourage unauthorized access. 10. Units. Combination starter units in control centers shall consist of full voltage I magnetic starters, molded case, thermal -magnetic, inverse -time, circuit breakers and auxiliary control devices, as required and/or shown on the one -line and elementary diagrams. All auxiliary equipment, except that which is specified for mounting on the door, shall be mounted within the compartment. All units shall be provided with unit doors, unit support pans, unit saddles and unit disconnect operators as outlined in this Specification. Each unit compartment shall be enclosed and isolated from adjacent units, buses and wireways except for openings for conductor entrance into units. Units shall be designed and constructed so that any fault will be localized within the compartment. All units shall be UL listed for a minimum ampere RMS symmetrical fault withstandability as shown on Plans. _ Plug -on combination starter units of the same NEMA size and branch feeder units of the same trip size shall be readily interchangeable with each other. It shall be possible to withdraw each plug -on unit to a de -energized position with the unit still being supported by the structure. It shall be possible to lock the unit in this position with one padlock. Full voltage non -reversing combination starter units shall have the following minimum space requirements, shall be provided with plug -on connections and shall be provided with ample space for customer wiring room: Mounting Space (feet) 1 Size 1 1 Size 2 1-1/2 Size 3 2 Size 4 3 Size 5 5 1 11. Unit Plug -On. For convenient unit connection to bus bars, unit plug -on contacts shall be provided on the following units: For circuit breaker type units; full voltage starters, Size 4 and smaller; auto -transformer reduced voltage starters, Size 4 and smaller; part winding reduced voltage starters, Size 4PW and smaller; branch circuit units, 225 ampere and smaller. 1 The plug -on connection for each phase shall be of a high quality two point connection and shall be designed to tighten around the vertical bus bar during a 1124-4 1 ISection 1124 Control Centers heavy current surge. For trouble -free connections, the plug -on fingers shall be silver plated and coated with a compound to assure a low resistance connection. Contact fingers shall be of a floating and self -aligning design to allow solid seating onto the vertical bus bars. 12. Unit Doors. Each unit shall have a door securely mounted with rugged concealed type hinges which allow the door to swing open a minimum of 1120 for ease of ' unit maintenance and withdrawal. Doors shall be fastened to the structure so that they remain in place when a unit is withdrawn and may be closed to cover the unit space when the unit has been temporarily removed. Doors shall be held closed with captive type screws which engage self -aligning cage nuts. These screws shall provide at least two threads of engagement to hold doors closed under fault conditions. Each unit door shall be interlocked with its disconnect mechanism to prevent the door from opening when the unit is energized. A defeater mechanism shall be provided for defeating this interlock by authorized personnel. Removable door panels held with captive type screws shall be provided on starter unit doors 1 for mounting pushbuttons, selector switches or pilot lights. Blank door panels capable of accepting future pilot devices shall be furnished when pilot devices are not originally specified for starter units. Each starter unit door shall house an external low -profile overload reset button for resetting the overload relay in the event of tripping. 13. Unit Support Pan. Each plug -on unit shall be supported and guided by a tilt and lift -out removable pan so that unit rearrangement can be easily accomplished. For easy unit installation and rearrangement, transfer of this unit support pan from one ' location to another shall be accomplished with ease after the control unit and door have been removed. 14. Unit Saddles. Each plug -on unit shall have a saddle of 14 gauge hot rolled steel designed and constructed to physically isolate the unit from the bus compartment and adjacent units. Saddles shall be equipped with captive, self -aligning mounting screws which shall hold the unit securely in place during shipment. Flanged edges shall be provided on each saddle to facilitate unit removal. 15. Disconnect Operators. An external operator handle shall be supplied for each switch or breaker. This mechanism shall be engaged with the switch or breaker at all times regardless of unit door position to prevent false circuit indication. The operator handle shall be color coded to display red in the ON position and black in the OFF position. The operator handle shall have a conventional up -down motion and shall be designed so that the down position will indicate the unit is OFF. For added safety, it shall be possible to lock this handle in the OFF position with up to three padlocks. The operator handle shall be interlocked with the unit door to prevent switching the unit to ON while the unit door is open. A defeater mechanism shall be provided for the purpose of defeating this interlock by a deliberate act of an electrician, should he desire to observe the operation of the operator handle assembly or the unit components. I 1124-5 Section 1124 1 Control Centers 16. Magnetic Starters. Magnetic starters shall be furnished in all combination starter units. Starter Sizes 1 through 5 shall employ the use of a horizontal stroke contactor to minimize contact bounce and produce extra long contact life. Thermal overload relays on starters shall be standard trip three coil eutectic alloy type. Overload heater units shall be provided in each starter unit. However, the overloads shall be field sized and installed to more closely match the overloads to the actual motor run current, in accordance with NEC Article 430-32. 17. Circuit Breakers. Molded case circuit breakers shall be furnished in all starter and branch feeder units using circuit breakers as a disconnect means. All circuit breakers will have a test feature for testing and exercising the circuit breaker trip mechanism. 18. Identification. A control center identification nameplate describing section catalog numbers and characteristics shall be fastened on the horizontal top wireway cover of every section. Each control center unit shall have its own identification nameplate fastened to the unit saddle. These nameplates shall have suitable references to factory records for efficient communication with supplier. Each control center unit shall also have an engraved bakelite nameplate fastened to the outside of the unit door for ease in identification and for making changes when ' regrouping units. 19. Wiring. The control center wiring shall be NEMA Class 1, Type B. As defined by NEMA Standard ICS -2-322, Class 1 control centers shall include no interconnections between control units. Type B wiring shall include terminal blocks mounted on lift -out brackets• in the units. Terminal blocks shall be quick separating pull -apart solderless box lug type with finger latch release. 20. Finish. All metal and unit parts shall be completely painted using an electrode -position process so that interior and exterior surfaces as well as bolted joints have a complete finish coat on and between them. The basic process shall consist of using an iron phosphate pretreatment for improvement of paint adhesion. The paint process shall consist of cleaning, rinsing, phosphating, four prepaint rinses, painting, two post -paint rinses, a bake cure, and cool down. Paint shall be acrylic -melamine electrodeposition baked enamel, No. 49 medium light gray, per ANSI Z55.1 - 1967. Removable pushbutton operator plates, flange mounted operator handles and trim plates, and top horizontal wire trough cover plates shall be painted a contrasting light gray. C. STARTER MATERIALS 1. Individual starters shall conform to applicable portions of paragraph B of this 1 section, the Plans, and the following. 2. Combination starters shall be manufactured in accordance with the latest published NEMA standards, sizes and horsepower ratings. Disconnect switch combination starters shall consist of a visible blade disconnect switch and a motor ' starter. Circuit breaker type combination starters shall consist of a circuit breaker 1124-6 1 Section 1124 Control Centers and a motor starter. Combination starters shall be mounted in general purpose ' enclosures unless otherwise indicated on the Plans. 3. All starters used in combination starters shall be manufactured in accordance with ' the latest published NEMA standards, sizes, and horsepower ratings. These starters shall be furnished with three melting alloy type thermal overload relays. 4. Thermal units shall be of one-piece construction and interchangeable. The starter shall be inoperative if a thermal unit is removed. 5. The disconnect handle used on combination starters shall always be in control of the disconnect device with the door opened or closed. The disconnect handle shall be clearly marked as to whether the disconnect device is "ON" or "OFF," and shall include a two-color handle grip, the black side visible in the "OFF" position indicating a safe condition, and the red side visible in the "ON" position indicating an unsafe or danger condition. ' 6. All non -fusible and/or fusible combination full voltage, non -reversing starters shall be Square D Class 8538, or Class 8738, three -pole, three-phase, of NEMA size ' applicable with three melting alloy overload relays and general purpose enclosure. 7. All reduced voltage autotransformer starters shall be Square D Class 8606, with non -fusible disconnect switch integral to enclosure. 8. Alternate - In lieu of autotransformer type in paragraph 7 above, part -winding 1 starters may be furnished, provided: • motors are two winding suited to part -winding start; • starter has a disconnect switch integral to starter enclosure; • separate overcurrent protection, sized by NEC, is provided for each winding; • separate overload protection is provided for each winding; and • plans and specifications are submitted for review. ' Part winding starters shall be Square D Class 8640. 9. Starters shall have control features as required on control diagrams. ' D. EXECUTION The motor control centers shall be installed as shown on the Plans and in conformance with all local and National Electric Code requirements and as specified herein. END OF SECTION I I 1124-7 Section 1 126 Starter Controls TECHNICAL SPECIFICATIONS STARTER CONTROLS ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of starter controls. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS IA!! start -stop pushbuttons, green run lights, relays, etc. shall be Allen-Bradley, Square D, or equal. C. EXECUTION The Contractor shall furnish and install all of the components necessary to control the motors as shown on the Plans. END OF SECTION 1126-1 Section 1138 Circuit Breaker Lighting Panelboards TECHNICAL SPECIFICATIONS CIRCUIT BREAKER LIGHTING PANELB0AR0S 240 VAC MAXIMUM A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of branch circuit panelboards rated 400 amperes or less, circuit breakers and accessories. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. ' B. MATERIALS Panelboards. Furnish with distributed phase sequence type bussing with approved ' plating. Provide plug -on or bolt -on circuit breaker connections as scheduled on the Plans. Furnish with wiring terminals UL listed for 75° C and for copper wire. Enclose bus assembly in galvanized steel cabinet of required gauge and gutter sizes. ' Paint the outside of surface mounted cabinets to match the fronts. Provide "dead front' construction of code gauge steel with flush doors, concealed ' hinges, and flush cylinder tumbler -type locks. Key all panelboard locks in the building alike and also key like any existing panelboards where possible. ' For surface -mounted cabinets, provide fronts of same size as the cabinets. For recessed cabinets, provide oversized fronts to completely cover wall openings. ' Provide solid neutral terminal block that is isolated from the cabinet unless used for a service entrance panelboard. ' Provide a grounding terminal block that is bonded to the cabinet unless used for an isolated grounded panelboard. ' Furnish panelboards with either a main breaker (MB) or main lugs only (MLO) as scheduled on the Plans. Provide molded case circuit breakers of quick -make, quick -break, thermal -magnetic type with trip indication and common trip on all multi -pole breakers. Handle ties on multi -pole breakers will not be accepted. Rate each panelboard in accordance with UL Standard 67 for the integrated equipment short circuit rating of 10,000 AIC, unless otherwise shown on the Plans. Where a IStandard MB or MLO is provided, each branch breaker shall have the required interrupting capacity (AIC). At the Contractor's option, a current limiting type main 1138-1 Section 1138 Circuit Breaker Lighting Panelboards 1 breaker may be provided with lower rated AIC branch breakers as long as the UL recognized combinations of the series connected interrupting ratings meet the required integrated equipment short circuit rating indicated on the panel schedules. Panelboards shall be equal to Square D Type NQOD with circuit breaker types being Q0, 01, O2, Q4, IF, IK or I1 as applicable. C. EXECUTION 1 Mount panelboards with the top 6 feet above finished floor. Submit manufacturer's data sheets for each panelboard and each type of circuit breaker 1 proposed for use. Submit schedule of engraved nameplates and panelboard circuit directories. 1 Approved manufacturer is Square D for comparable and competitive product lines as applicable. Additions to existing panelboards shall be made with circuit breakers and accessories from the same manufacturer as the existing panelboard. 1 END OF SECTION 1 1 I LI I 1 1138-2 I I I I fl H H I I I I I I I I I TECHNICAL SPECIFICATIONS TRANSFORMERS, DRY TYPE A. GENERAL Section 1139 Transformers The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of transformers and accessories. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. B. MATERIALS Dry Type Transformers. Furnish transformers with voltage, phase and KVA rating as scheduled on the Plans. Provide a minimum of four 2-1/2 percent full -capacity primary taps on 25 KVA and larger. Transformers shall be UL listed for 115° C temperature rise above 40° C ambient, capable of carrying a 15 percent continuous overload without exceeding 150° C rise. Insulating materials shall be in accordance with NEMA ST20 standards for a 220° C UL component recognized insulation system. Coils shall be of the continuous wound construction and shall be impregnated with nonhygroscopic, thermosetting varnish. Transformer cores shall be constructed of high grade, non -aging silicon steel with high magnetic permeability, and low hysteresis and eddy current losses. Magnetic flux densities shall be kept well below saturation. The core and coil shall be attached to the enclosure with rubber, vibration adsorbing mounts. There shall be no metal -to -metal contact between the core, coil or enclosure; however, the core shall be visibly grounded to the enclosure by means of a flexible grounding conductor sized in accordance with NEMA, IEEE, and ANSI standards. Transformers shall be housed in heavy gauge, sheet steel, ventilated enclosure with ventilating openings designed to prevent accidental access to "live" parts. The maximum temperature of the top of the enclosure shall not exceed 500 C rise above a 40° C ambient. Enclosure shall be finished in gray baked enamel. Provide ground accessories. Sound levels shall be guaranteed by the manufacturer not to exceed NEMA specified levels. When required due to resonances, transformers shall be mounted on rubber pads or vibration isolators as directed. Transformers shall be equal to Sorgel "Watchdog,' as manufactured by Square D. C. EXECUTION Install transformers so that connections are accessible and ventilating openings are unobstructed. Section 1139 1 Transformers 1 Remove any shipping holddown devices that may prevent the core/coil assembly from floating free in the resilient mounts. ' Ground the transformer in strict compliance with the NEC and these Specifications. Select the primary voltage taps that will provide nominal secondary voltage under light -to- , medium load with consideration to primary voltage extremes measured at the transformer. i Submit manufacturer's data sheets and wiring diagrams for each type of transformer proposed for use. Submit report on final operating tests. ' When installation is complete but prior to final acceptance, measure and record primary and secondary voltage and current for each phase under no load, medium load, and full load. Submit typed report of the test results. END OF SECTION , i I I I I I 1139-2 Section 1142 Lighting Fixtures TECHNICAL SPECIFICATIONS LIGHTING FIXTURES A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of lighting fixtures, lamps and accessories. The term "fixtures" in this section shall pertain to lighting fixtures. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. ' B. MATERIALS 1. Fluorescent Fixtures. Fixture housings shall be constructed in a manner to prevent sagging or warping. Housing, trim and lens frame shall be true, straight and parallel as designed. Interior light reflective finishes shall be white baked enamel with a minimum reflectance of 85 percent. Hinged doors on ceiling- ' mounted fixtures shall operate smoothly without binding, and latches shall function easily without the use of tools. All fixtures shall be sealed or gasketed to prevent light leaks. Lenses shall be formed from 100 percent virgin acrylic with prismatic ' pattern, unless noted otherwise. Lenses and louvers shall exactly fit the frame, and shall exhibit no signs of warping or sagging. Ballasts shall be certified by ETL and carry the CMB label, and shall be high power factor class "P" with UL listing. Ballasts for "nominal 40 watt" lamps shall be sound rated "A" and high efficiency rapid start type equal to Advance, Universal, or G. E. Provide single ballast for 1, 2 or 3 lamp fixtures and two ballasts for 4 lamp fixtures. I I J L u Li Ballasts shall operate reliably in ambient temperatures from 50-100° F and shall contain automatic reset thermal protection. Ballasts located in unheated spaces or outside shall operate reliably down to 0° F. Power factor shall be no less than 90 percent. Lamps shall be Sylvania, G. E., or Westinghouse. Fluorescent lamps shall be high efficiency, cool white, rapid start, unless noted otherwise. Wiring within the fixture shall have insulation suitable for the voltage, current and temperature to which the conductors will be subjected. Lamp sockets shall conform to the applicable requirements of UL 542. Surface -mounted fixtures shall be UL listed for mounting directly to low density ceilings. Fixtures shall be furnished with hangers, stems or spacers as required or as noted on the Plans. All fixtures installed in damp or wet locations shall be approved and listed as such. I 1142-1 Section 1142 1_ Lighting Fixtures 2. H.I.D. Fixtures. Fixture construction, including wiring, shall be in accordance with UL standards and the NEC. All outdoor fixtures shall be listed as suitable for wet locations and shall include all mounting accessories, poles, anchor bolts, brackets and concrete bases for pole -mounted fixtures where indicated or required. Ballasts shall be CWA type capable of reliable starting down to -20° F and shall 1 have a power factor of 0.9 or greater. C. EXECUTION Submit manufacturer's data sheets complete with dimensions, mounting accessories, and photometric data for each type of fixture and lamp combination proposed for use. Include total connected fixture watts and power factor where applicable. The Contractor shall study the finished conditions and shall furnish fixtures compatible 1 with the type of ceiling in which they are to be installed including all required mounting accessories. The Contractor shall relocate any fixture which, after installation, is found to interfere with other equipment or is otherwise located to conflict with proper performance as intended. Final wiring connections to fixtures located in lay -in ceilings shall be through flexible 1 metal conduit (FMC). Lay -in fluorescent fixtures shall be supported at all four corners directly from the structure above with No. 12 AWG galvanized steel hanger wire. Hanger wires may be attached to the fixture or to the ceiling T -bar grid system at the fixture corners. Where hanger wires are attached to the T -bar grid, provide approved clips to attach fixture to the grid. Recessed incandescent fixtures installed in lay -in ceilings shall be provided with bar hangers attached to the T -bar grid and supported with a minimum of two No. 12 AWG galvanized steel hanger wires and shall support fixture with no force on the ceiling panels. Trim rings shall completely cover openings in ceiling panels. ' Expose sides of surface -mounted fixtures shall have no visible knock -out indentations. Upon completion of work, thoroughly clean and polish all fixtures inside and out, and clean all lamps. Adjustable fixtures shall be carefully aimed and positioned in the presence of the Engineer. END OF SECTION ' I 1142-2 Section 1150 Nameplates/Labeling TECHNICAL SPECIFICATIONS NAMEPLATES AND LABELING ' A. GENERAL The work to be included under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of nameplates and labels. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as ' hereinafter specified. B. MATERIALS ' The nameplates shall be uniformly sized laminated plastic type. The lettering shall be upper case, a minimum of 1/4 inch high, and shall be engraved white letters on a black background. Warning type nameplates shall have engraved white letters on a red background. The lettering shall describe the function of the units where nameplates are to be installed. Lighting panels shall be supplied with a removable card that can be affixed to the inside of the door in the panel. The circuit information shall be typed onto the card. Hand lettering will not be accepted. The card shall be protected by a clear plastic carrier. C. EXECUTION The Contractor shall furnish and install nameplates on the associated motor control center starters and safety disconnects as shown on the Plans in the LIST OF MOTORS and LIST OF HEATERS. At any motor not shown with a safety disconnect, the Contractor shall provide a label to read as follows: WARNING DISCONNECTING MEANS FOR THIS ' MOTOR IS LOCATED IN MCC F IEND OF SECTION I' Section 1195 Miscellaneous Electrical TECHNICAL SPECIFICATIONS MISCELLANEOUS ELECTRICAL A. GENERAL The Contractor shall furnish and install conduit, wire, lighting panels, heaters, solenoids, light fixtures, switches, convenience outlets, and all other incidental materials necessary for a complete and acceptable project as specified herein and as shown on the Plans. END OF SECTION 1195-1 Section 1200 Payment TECHNICAL SPECIFICATIONS METHODS OF MEASUREMENT AND PAYMENT A. GENERAL Methods of measurement and payment as set out in the Specifications covering the various items of construction are hereby clarified and superseded as set out herein. Wherever they are not clarified or superseded herein, methods of payment as provided in the applicable section of the Specifications shall govern. Payment for all work under ' this contract shall be made at the lump sum prices bid under the items of the Bid as hereinafter set out. Bid Item 1 - Solid Waste Transfer Station and Materials Recovery Facility Payment for the Solid Waste Transfer Station and Materials Recovery Facility for the City of Fayetteville, Arkansas, shall be made in accordance with the lump sum bid. The price shall be full compensation for every item of work as shown on the Plans and/or as called for in the Specifications. Price bid includes sitework, ' excavation and compacted fill, grading and drainage, pre-engineered building and adjoining offices, truck -type platform scale facilities including scale house, concrete and asphalt paving, conveyor and baler equipment, stormwater and washdown pumping facilities, mechanical, plumbing, electrical, fencing, topsoiling, seeding and mulching, and other miscellaneous items. This item includes all items of construction as specified and detailed on the Plans not specifically called for under other items of the Bid. ' Payment shall be made in accordance with the lump sum price bid under this item of the Bid. Measurement shall be based on the Engineer's estimate of percent complete. Bid Item 2 - Trench or Excavation Safety System Payment under this item shall be made in accordance with the lump sum price bid. The price bid shall be full compensation for trench or excavation safety system requirements in accordance with Act 291 of the 1993 Arkansas General Assembly. Payment under this item will not be made until project is completed, accepted, and the Contractor certifies that he has met all requirements as set out in said Act 291. ' END OF SECTION I 1 1200-1