Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
133-98 RESOLUTION
RESOLUTION NO j33-g.g A RESOLUTION AWARDING BID NO. 98-67 TO J & L CONSTRUCTION, INC. IN THE AMOUNT OF $368,500, PLUS A CONTINGENCY AMOUNT OF $40,000, FOR THE WATER SYSTEM IMPROVEMENTS, PHASE II (HIGHWAY 45 EAST AREA), SECTION II• GULLY ROAD PUMP STATION; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Rection 1 The City Council hereby awards Bid No. 98-67 to J & L Construction, Inc., in the amount of $368,500, plus a contingency amount of $40,000, for Water System Improvements, Phase II (Highway 45 East area), Section II• Gulley Road Pump Station; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 7 The City Council hereby approves a budget adjustment in the amount of '$350,000 increasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 20 by decreasing use of Fund Balance, Acct. No. 540 0940 4999 99. A copy of the budget adjustment is attached marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this day of October , 1998. ti V APPROVED• r . By: t•<' ir„ n. . .... , •Je;,,LI❑ By - Heather Woodruff, City Clerk Fred Hanna, Mayor d‘Its City of Fayetteville, Arkansas Budget Adjustment Form • Budget Year 1998 Department: Public Works Division: Water & Sewer Program: Capital Water Mains Date Requested 09/21/98 Adjustment # Project or Item Requested: Additional funding is requested for the HWY 45 East Pump Station & Elevated Tank Project, project # 98044. Project or Item Deleted: None. Use of fund balance is proposed for this adjustment. Justification of this Increase: Additional funding is needed to fully fund the construction of project. Justification of this Decrease: The City has increased water sales due to dry conditions during the summer sufficient to fund this request. Account Name - 71.1 lt-PV Capital Water Mains ' ` `Account Name U e f(Fun alanc 4 tJse,of,.Fund aalance=� Increase Expense (Decrease Revenue) Amount Account Number 350,000 5400 5600 5808 00 ski Decrease Expense (Increase Revenue) • . 3 4, 7.;:i Amount Account Number .it350,000 °'5400 bQ940 J4 4999 99,.. a. L.,: 1. ; . , is ZJt t*.. Project Number 98044 20 Project Number 'Approval Signatures" - �a. `;i'.$ t t t Budget Office Use Only Department Director , AdMin. Services Di ci.t. /- - }krr Mayor .,;Date 7-2-1 Date 7z 98 Date 4 a -4-4-4r Date Blue Copy:'Budget & Research / Yellew Copy: Requester Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log E CMPPt98B UDtBAAD.NJWY45W. WK4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 133 -gr "-/4 fr CONTRACT OWNER SPECIFICATIONS AND CONTRACT DOCUMENTS WATER SYSTEM IMPROVEMENTS Phase II - Highway 45 East Area Contract Section 11 Gulley Road Pump Station For the City of FAYETTEVILLE, ARKANSAS Plans No. Fy-268 February, 1998 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas 01 998 McGoodwnn, Williams and Yates ADDENDUM NO.2 WATER SYSTEM IMPROVEMENTS Phase II— Highway 45 East Area Contract Section 11 Gulley Road Pump Station For the City of Fayetteville, Arkansas Plans No. Fy-268 Dated February 1998 The Specifications and Contract Documents for the above project are hereby changed or clarified in the following particulars: SPECIFICATIONS Section 11106 — Centrifugal Pumps Page 11106.1, paragraph B.1, add Patterson Pump Company to the list of approved suppliers, also change one of the pump operating points from 750 gpm at 80 feet to 640 gpm at 80 feet. Section 16050 — Electrical Materials and Methods Page 16050-1, paragraph B, There is no requirement for either PVC Conduit or PVC -Coated Rigid Conduit on this project. All conduit used on this project shall be Galvanized Rigid Conduit as shown on the Plans PLANS Sheet No. E-1 — Electncal and Controls Change motor M1, M2, and M3 on the LIST OF MOTORS from 20 horsepower to 30 horsepower Also change the CURRENT values from 27.0 amperes to 40.0 amperes. Add a'h inch GRC conduit with 6412 wires from the automatic transfer switch cabinet to the RTU cabinet location on the LIGHTING AND POWER PLAN Change the 2412 wires in the 11/2 inch conduit running between the direct burial cable termination box to the RTU location to 3-1 pair shielded instrumentation cables. All instrumentation cable that is called out on the Plans shall be #18 1 -pair individually shielded cable. Change Motor No. 1, No. 2, and No. 3 on the BOOSTER PUMP STATION ONELINE DIAGRAM from 20 horsepower to 30 horsepower. Change the wire running from the starter to the motor on each pump to 3-#3 with 148 ground. The switch shown on the Plans next to the roll -up door is a limit switch to indicate intrusion through this door. Furnish and install % inch GRC with 2412 wires from this switch to the man -door switch and key bypass switch that are shown on the Plans. Furnish and install one ground fault interrupter type outlet between the lighting panel transformer and the lighting panel inside the electrical room. Receptacle Circuit No. 8 that is shown in the lighting panel shall power this outlet. The electrical outlet shown in the pump room on the South wall shall be changed to a feed through type ground fault interrupter and shall be wired to protect all of the outlets on Circuit No. 2 of the lighting panel. Delete the note on the LIGHTING AND POWER PLAN that refers to a hoist power cable reel. The chain hoist does not require power. GENERAL Acknowledge receipt of this Addendum by returning the attached acknowledgment form 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. August 28,1998 McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Phone (501) 443-3404 FAX (501) 443-4340 ADDENDUM N0.1 WATER SYSTEM IMPROVEMENTS Phase II — Highway 45 East Area Contract Section II Gulley Road Pump Station For the City of Fayetteville, Arkansas Plans No. Fy-268 Dated February 1998 The Specifications and Contract Documents for the above project are hereby changed or clarified in the following particulars: SPECIFICATIONS Section 09900 — Painting/Buildings and Structures Page 09900-1, paragraph B.2.a, add the following paragraph: CMU/Concrete Block — Exterior. All new CMU/block walls shall receive one coat of Carboline ("Sanitile") Flexxide Masonry Block Filler and two coats of Flexxide HB (single -component waterborne vinyl acrylic). PLANS Sheets Al Detail 7 — Canopy Overhang; and Sheet A2 Detail 1 Overhang Detail. The soffit material is to be prefinished metal soffit panels as specified. GENERAL It is the intent that the pump base shall be grouted into place using non -shrink grout as specified in Section 03310 of the Specifications. Acknowledge receipt of this Addendum by returning the attached acknowledgment form 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 August 27,1998 McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Phone (501) 443-3404 FAX (501) 443-4340 SPECIFICATIONS AND CONTRACT DOCUMENTS WATER SYSTEM IMPROVEMENTS Phase II - Highway 45 East Area Contract Section 11 Gulley Road Pump Station For the City of FAYETTEVILLE, ARKANSAS Plans No. Fy-268 February, 1998 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas 01998 McGoodwin, Williams and Yates 1 1 1 �1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS 1 ADVERTISEMENT FOR BIDS 2 INSTRUCTIONS TO BIDDERS 4 ARKANSAS DEPARTMENT OF LABOR WAGE DETERMINATION 5 BID 6 AGREEMENT 7 PERFORMANCE BOND AND PAYMENT BOND 8 GENERAL CONDITIONS SC SUPPLEMENTARY CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS 01000 PROJECT REQUIREMENTS 01025 METHODS OF MEASUREMENT AND PAYMENT 01301 SCHEDULES 01312 SEQUENCE OF THE WORK 01335 SUBMITTALS 01660 TESTING 01800 OPERATION AND MAINTENANCE MANUALS DIVISION 2 - SITEWORK 02100 SITE PREPARATION 02460 HOT -MIXED ASPHALT PAVING 02461 AGGREGATE BASE COURSE, CLASS 7 02640 BOOSTER PUMP STATION PROCESS PIPING, FITTINGS, VALVES & APPURTENANCES 02643 FLUSHING, HYDROSTATIC TESTING, DISINFECTION AND DYNAMIC TESTING OF WATER LINES 02831 CHAIN LINK FENCE 02835 CEDAR -CLAD FARM TYPE GATE 02930 CLEANUP AND SOLID SODDING DIVISION 3 - CONCRETE 03200 REINFORCING STEEL 03300 CAST -IN-PLACE CONCRETE 03310 APPURTENANT CONCRETE MATERIALS, JOINT FILLERS, WATERSTOPS, AND MISCELLANEOUS METALS DIVISION 4 - MASONRY 04232 DIVISION 5 - METALS 05120 05300 05420 BUILDINGS/MASONRY STRUCTURAL STEEL METAL DECKING METAL SIDING DIVISION 6 - WOOD AND PLASTICS 06100 MISCELLANEOUS CARPENTRY DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07211 FOAMED -IN-PLACE INSULATION 07412 STANDING SEAM METAL ROOF DIVISION 8 - DOORS AND WINDOWS 08110 08331 08710 DIVISION 9 - FINISHES METAL DOORS AND FRAMES ROLLING SERVICE DOORS DOOR HARDWARE 09800 PAINTING/EQUIPMENT, PIPING, VALVES AND FITTINGS 09900 PAINTING/BUILDINGS AND STRUCTURES DIVISION 10 NOT USED DIVISION 11 - EQUIPMENT 11106 HORIZONTAL SPLIT CASE CENTRIFUGAL PUMPS 11398 MISCELLANEOUS ITEMS AND EQUIPMENT 11 DIVISIONS 12 THROUGH 14 NOT USED 1 DIVISION 15 - MECHANICAL 1 15400 BUILDING PLUMBING 15500 MECHANICAL HVAC 1 DIVISION 16 - ELECTRICAL 1 1 1 1 1 1 1 16000 BASIC ELECTRICAL REQUIREMENTS 16050 ELECTRICAL MATERIALS AND METHODS 16120 WIRE AND CABLES 16140 WIRING DEVICES 16195 ELECTRICAL IDENTIFICATION 16411 POWER FACTOR CAPACITORS 16421 SERVICE ENTRANCE BREAKER 16470 CIRCUIT BREAKER PANELBOARDS 16480 COMBINATION MOTOR STARTERS 16481 CONTROL RELAYS 16515 LIGHTING FIXTURES 16620 STANDBY POWER GENERATOR AND AUTOMATIC TRANSFER SWITCH 16950 INSTRUMENTATION AND CONTROL 16995 MISCELLANEOUS ELECTRICAL iii 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 1.45 p.m. on Tuesday, September 1, 1998, for furnishing all tools, materials and labor and performing the necessary work for construction of Water System Improvements; Phase II - Highway 45 East Area; Contract Section II Gulley Road Pump Station [City of Fayetteville Bid No. 98-67]. At this time the bids received will be publicly opened and read aloud in Room 326 of City Hall. The work generally consists of: The construction of a potable water booster pump station, which includes three 20 Hp horizontal split -case pumps, all valves, pump control valves, meters, piping, instrumentation and control, electrical, sitework, paving, fencing, cleanup and seeding, and the construction of a masonry building to house the pumping equipment, and all other necessary appurtenances for a complete and operational facility 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 $50.00 for plans and $50.00 for specifications, a total of $100.00, which is not refundable. The contractors shall make such inspection and studies of the site of the work as to familiarize themselves with all conditions to be encountered. Each bid must be accompanied by an acceptable statement of bidder's qualifications. The requirements of the bidder's statement of qualifications will be furnished to prospective bidders with plans and specifications. Each bid must be accompanied by an acceptable form of bid guaranty in the amount equal to at least five percent of the whole bid, and such bid bond or cashier's check shall be subject to the conditions provided in the Instructions to Bidders. Bids must be made upon the official bid sheets contained in the specifications, and such bid sheets shall not be removed from the remainder of the Specifications and Contract Documents. All bids shall be sealed and the envelopes addressed to the 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 Water System Improvements; Phase II - Highway 45 East Area; Contract Section II: Gulley Road Pump Station [City of Fayetteville Bid No. 98-67], the time for opening of bids, and the name and current contractor's license number of the bidder. All bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965, as amended. 1-1 Attention is called to the fact that the minimum prevailing wage rates for each craft or type of worker and the prevailing wage rate for overtime work as determined by the Arkansas Department of Labor shall be paid. 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 Stn day of August 1-2 1998. /s/ Peggy Vice Peggy Vice, Purchasing Officer Instructions to Bidders INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS. Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8) (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 - 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 whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 1.4 "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 Bld may be obtained from the Engineer upon request. 2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2 3 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS. To demonstrate qualifications to perform the Work, each Bidder must submit with his Bid detailed written evidence such as financial data, previous experience, present commitments, and other such data as may be called for below (or in the Supplementary Instructions). 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. 2-1 Instructions to Bidders STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and. comprehensive. This statement must be notarized If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1) Name of Bidder. 2) Permanent main office address. 3) When organized. 4) If a corporation, where incorporated. 5) How many years have you been engaged in the contracting business under your present firm or trade name?. Contracts on hand. (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7) General character of work performed by your company. 8) Have you ever failed to complete any work awarded to you? 9) Have you ever defaulted on a contract? If so, where and why? 10) List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11) List your major equipment available for this contract. 12) Experience in construction similar in size to this project, along with project owners and engineers: 13) Background and experience of the principal members of your organization, including the officers. 14) Credit available: $ 15) Give bank reference: 1 16) Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? Dated at this day of ,19 2-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name of Organization: State of County of Instructions to Bidders By Title being duly sworn deposes and says that he (she) is the of Contractor(s), and that answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of 19 Notary Public My commission expires (Seal) 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 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. 2-3 Instructions to Bidders 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 Information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities or others, and Owner 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 2-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 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 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. 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. 2-5 Instructions to Bidders BID SECURITY 7.1 Each Bid must be accompanied by Bid security made payable to Owner in an amount of five percent of the Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed) issued by a surety meeting the requirements of paragraph 5.1 of the General Conditions. 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 earlierof 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 M1"al .• 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 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. 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 corm). 12.7 The address and telephone number for communications regarding the Bid must be shown. 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, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that 2-7 Instructions to Bidders 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 Ownerreserves 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 in the best interests of the Project. 2-8 Instructions to Bidders 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. 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. t20. 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 contractors license before their bids will be considered, and shall note their license number on the outside of their Bid. 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. f 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. 2) post the scale of wages in a prominent and easily accessible place at the site of the Work. 2-9 Instructions I to Bidders 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 `l 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.'i 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 • 9 Li Mike Huckabee James L. Salkeld Governor Director STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR �� 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131 July 22, 1998 Jeffrey L. Richards, P.E. McGoodwin, Williams and Yates, Inc. 909 Rolling Hills Drive Fayetteville, AR 72703 I Re: Water System Improvements, Phase II - Hwy. 45 East Area Contract Section II — Gulley Road Pump Station Fayetteville, Arkansas; Washington County Dear Mr. Richards: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 98-054 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 22-9-315 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 in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days filled out and returned to this office within 30 days of the Notice to Proceed for this project. • '! f I f 1 u' a '/ /. /' /f I % /� "! I / / / 'N. If you have any questions, please call me at (501) 682-4536. Sincerely, Don Cash Prevailing Wage Investigator Enclosures 1 4-1 Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RATE DATE: July 22, 1998 DETERMINATION #: 98-054 PROJECT: Water System Improvements COUNTY: Washington Phase II— Hwy. 45 East Area EXPIRATION DATE: 1-22-99 Contract Section II SURVEY #: 798-AR05 I Gulley Road Pump Station Fayetteville, Arkansas :I I CLASSIFICATION Asbestos Worker/Insulator Bricklayer/Pointer, Cleaner, Caulker Carpenter Concrete Finisher/Cement Mason Electrician/Alarm Installer Elevator Mechanic Elevator Helper Glazier HVACR Mechanic Ironworker Laborer Marble/Tile/Terrazzo Worker Millwright Painter/Sheet Rock Finisher Plasterer Plumber/Pipefitter Roofer Sheet Metal Worker Sprinkler Fitter Truck Driver Waterproofer Power Equipment Operators: Group I Group II Group III Group IV BASIC HOURLY RATE 8.30 17.60 12.05 10.15 13.20 17.20 12,04 10.95 13.05 11.85 8.30 12.69 10.85 9.80 13.60 13.00 10.00 11.90 15.30 10.05 14.00 14.75 11.45 11.00 9.50 FRINGE BENEFITS .45 2.00 7.50 7.08 .70 .30 2.80 1.65 1.40 2.00 .65 .85 1.09 2.85 1.70 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 1998 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. I 4-2 Page 2 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RATE DATE: July 22, 1998 DETERMINATION #: 98-054 ' PROJECT: Water System Improvements COUNTY: Washington Phase II — Hwy. 45 East Area EXPIRATION DATE: 1-22-99 Contract Section II SURVEY#: 798-AR05 Gulley Road Pump Station Fayetteville, Arkansas Power Equipment Operators: Group Operators engaged in operating the following equipment: Cranes, draglines, shovels and piledrivers with a lifting capacity of 50 tons or over, and operators of all tower climbing cranes and derricks required to work 25 feet or over from the ground, blacksmith and mechanics. Group II Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity less than 50 tons, as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or tractors with swinging boom attachments, gradealls, all 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: all bulldozers, all front end loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull scrapers, all motor graders, all trenching machines, regardless of size or motive power, all backfillers, all central mixing plants, 10S and larger, finishing machines, all boiler fireman high or low pressure, all asphalt spreaders, hydro truck crane, Imultiple drum hoist, irrespective of motive power, all rotary, cable tool, core drill or chum 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, rollers of all 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 10S, end dump euclid, pumperete spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, all well point system dewatering and portable pumps, space heater, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. 'I 4-3 I ) 0 3 G py � � O y C O 3c•; x � d ti H L 3 CL) eon r W O °cas a ,g' U aq C7 Y 3 r H A Q 3 �Ayg °� ow3 I z o �3 Way 00 o. �A 3 qCO O W o VU d OoE �.y ° y N U c� w M N Z W a N :I — Ct I- tad +•�-'� a 4n O E �Yao Z5d`" E' a " a " ed O va7� Iz �y�d w ° W CC °' = d d a = o > E r� F °'C °°�•" a z 000 F d C7 o o c H y 3 U(}1 r LA ..r Ln G Cy ri I u >DLo 3a,vw3 d 3 ;; U o d o o cnp3 E 3 o °oOFo U H H 4-4 • i IBID Water System Improvements Phase II - Highway 45 East Area CONTRACT SECTION II I GULLEY ROAD PUMP STATION For the City of • Fayetteville, Arkansas Plans No. Fy-268 Dated February, 1998 City of Fayetteville Purchasing Office, City Hall 113 West Mountain Street Fayetteville, Arkansas 72701 To Mayor Hanna and the City Council: 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an 11 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) Date Number August 27, 1998 1 August 28, 1998 2 Iand such addenda are attached to the Bid. I 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 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. f) 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, VI 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 Ior rules of any group, association, organization or corporation; Bidder has not 1 5-2 I 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 Five Percent Bid Bond ($ 5% 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 1. Lump Sum Water Pump Station, including pumps, valves, piping, control valves, meters, electrical, instrumentation, sitework, standby power generator, building, cleanup and seeding, and all other work, complete in place Three Hundred Sixty -Eight Thousand and no/100--- dollars $ 368, 000.00 DollarAmountwritten in Words) (In Figures) 2. Lump Sum Trench or Safety Excavation System, as required by Act 291 of the 1993 Arkansas General Assembly Five Hundred and no/100-------------------------dollars 500.00 Three Hundred Sixty -Eight Thousand Five Hundred and no/100----------------------------------------- --- 368,500.00 TOTAL BID ............... ..................... $ 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. 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. I 5-3 1 lI Ir II 11 II 1, f; I 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 120 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 150 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 1st day of September 19_98 Respectfully submitted, J & L Construction (Firm Name) By /s/ Justin Bryan Attest: Title Owner (Seal, if bid is by corporation.) Arkansas License No. 0032810499 Post Office Box 1479 Huntsville, Arkansas 72740 (Business Address & Zip Code) 5-4 Li I 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 Subcontractor's Name & Address Asphalt 0004640798 2% Hutchens Construction 600 Mill Street Cassville, Missouri 65625 ',1 2. Electrical 0018940298 20% Merit Electric 2301 S. School Avenue aettev; i i e Arkansas 72701 3. i • 4. 5. 6. 7. INote: Attach additional sheets if required. i 5-5 NAMED EQUIPMENT/MATERIAL SUPPLIER LIST: 1i The Bidder shall indicate below which Supplier the Bidder intends to use to furnish, under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material. (Proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract.) If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all of the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Equipment/Material Spec Section Supplier I Control Valves 02640 Cla-Val IITT/AC/Jaco Sales Pumps 11106 I. Gulley Road Pump Station E. A. Martin/Caterpillar Standby Generator 16620 I I i Y I I I 5-6 PROPOSED SUBSTITUTE EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder proposes the following suppliers of substitute or "or equal" products identified below: Equipment Item or Material 1. 2. 3 4. 5 N 'Ii E -t Specification Substitute Supplier Section (List Only One) Note: These suppliers will only be considered after award of the Contract. The procedure for the submittal of substitute or "or equal" products is specified in the General Requirements. 5-7 I I I I I I AGREEMENT THIS AGREEMENT is dated as of the_ in the year 19 Is by and between day of L& -r, b&, the City of Fayetteville, Arkansas (hereinafter called OWNER) and J & L Construction of Huntsville, Arkansas (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: Water System Improvements; Phase II, - Highway 45 East Area; Contract Section II: Gulley Road Pump Station, and all associated items, which consists of all items as set out in the Bid (City of Fayetteville Bid No. 98-67), and these Plans and Specifications No. Fy-268, dated • February, 1998, including all work required for a complete installation. .1 I ,11 I I Article 2. 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 and in service within one hundred twenty (120) 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 one hundred fifty (150) days after the date when the Contract Times commence to run. These Contract Times include delays for normal (average) weather -related events, such as rain, snow, and freezing temperatures which may affect the progress of the construction in the following amounts on a per -month basis as hereinafter set out. Only weather -related delays in excess of these amounts will be considered for time extensions, if requested by the Contractor. I 6-1 I Days Included in Contract Times for Normal Weather -Related Events ' (On A Monthly Basis) January 11 February 9 March 8 April 8 ' May 8 June 8 July 5 August 6 September 6 October 6 ' November 6 December 9 I I I L', I I I I I The Contractor shall include within the Contract Times the respective number of days (as shown above for each month during the Contract) for normal weather -related events which may cause delays in the progress of the Work, and place a sufficient work force on the project to ensure completion of the Work within the Contract Times. 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 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 ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds for the performance of the Contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, for unit and lump sum prices in the Bid, the total sum being Three Hundred Sixty -Eight Thousand Five Hundred and no/100-----------------------($ 368,500.00 ), (use words) (figures) As provided in paragraph 11.9 of the General Conditions estimated quantities are not I 6-2 I I I I I I I I 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 the last Friday 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. 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. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: ' 6-3 I U I 6.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 7) and the other related data identified in the Bidding Documents including "technical data." 6.2 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. 6.3 Contractor is familiar with and is satisfied as to all federal, state and local Laws I and Regulations that may affect cost, progress, performance and furnishing of the Work. I I I I I I 6.5 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. 6.6 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. ' 6.7 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. 1 ' 6-4 6.4 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 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 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. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between Owner and Contractor concerning the Work consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement. 7.3 Performance, Payment and other Bonds. 7.4 Notice to Proceed. 7.5 7.6 7.7 7.8 7.9 7.10 General Conditions. Supplementary Conditions. Specifications consisting of divisions and sections as listed in the Table of Contents. Drawings consisting of 10 sheets. Addenda numbers 1 Contractor's bid. to 2 , inclusive. 7.11 Documentation submitted by Contractor prior to Notice of Award. 7.12 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 7.2 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 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 8. MISCELLANEOUS 8.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2 The Contractor and all Subcontractors shall pay not less than the minimum prevailing hourly wage rates as found by the Arkansas Department of Labor or as determined by the Court on appeal to all workmen performing work under the Contract. 6-5 I ' 8.3 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. 8.4 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. 8.5 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. ' IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One counterpart each has been delivered tp 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 Q�4 . 19 ' (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: City of Fayetteville, Arkansas J & L struction By:____ Fr Hanna, Mayor ryan, caner [Corporate Seal] [ or orate Seal] Attest " Atte eather Iri_rian..i od ,' Clerk Address for Giving Notices:. Address for Giving ti s T Post Office Box 1479 • 113 West Ioun i•�i B!trre'et- Fayettevif-le,••.Arkansasr72701 Huntsville, Arkansas 72740 1 6-6 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) J & L Construction a(2) hereinafter called "Principal" and (3) Mid -State Surety Corporation of Grosse Pointe Farms , State of Michigan , hereinafter called the "Surety," are held and firmly bound unto (4) the City of Fayetteville, Arkansas , hereinafter called the "Owner," in the penal sum Three Hundred Sixty -Eight Thousand Five Hundred and no/100----- dollars ($_368,500. 00 ) 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 j day of T)±%1t k2 19_'72' , a copy of which is hereto attached and made a part hereof for the construction of: Water System Improvements; Phase II - Highway 45 East Area; Contract ' Section II: Gulley Road Pump Station; Fayetteville, Arkansas; Plans No. Fy-268. 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. I 7-1 This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts 01 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement. IN WITNESS WHEREOF, this instrument is ex ted in six (6) couptwparts, each one of which shall be deemed as original, this theS day of , 19c_. J & Co struction i Attest: incipal - /na p ( rincipal e ry By (Seal) ustin Br n, Owner Post Office Box 1479 Huntsville, Arkansas 72740 Wi ess as to Principal Address d Address 7x165 Attes . k k Surety (Surety) Secretary BY (Seal) Attorney-i -Fact 1 Witness as to Surety Address Ik$a3 b ' � t3 DC t�,ri2iC��lJ'f� 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. I 7-2 MID -STATE SURETY CORPORATION GROSSE POINTE FARMS, MICHIGAN 48236 572003 POWER OF ATTORNEY Know All Men By These Presents: That the MID -STATE SURETY CORPORATION, a corporation of the State of MICHIGAN, having its principal office in the City of Grosse Pointe Farms, Michigan pursuant to authority granted by a resolution of its Board of Directors, which reads as follows: The President, the Vice President, or the Treasurer of this Corporation shall have authority to appoint in writing such attorneys -in -fact, as the business of the Corporation may require, and to authorize such attorneys -in -fact, and each of them to execute on behalf of the Corporation, any bonds, recognizances, stipulations, contracts of indemnity and other undertakings of like character, or to exercise any lesser number of said powers as hereinbefore set forth. "Said appointments shall be attested by the Secretary or a Vice President of this Corporation under its seal. The signature of the Secretary or any Vice President to certified copies of such powers of attorney may be original or facsimile, and when the corporate seal is affixed thereto, any third party may rely on said certified copies of powers of attorney as the act and deed of this Corporation. The President, the Vice President, or Treasurer may revoke any appointment made pursuant hereto, and revoke any and all authority conferred by any such appointment" does hereby nominate, constitute and appoint JACQUE L. LINDSEY, KENNETH L. GALLOWAY, ADRIAN W. LUTTRELL, DANNY L. SCHNEIDER AND BILLY E. BENNETT, JR. EACH OF SPRINGDALE, ARKANSAS ,its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, as Surety, and its act and deed. Any and all bonds in an amount not exceeding $10,000,000.00 in any single instance, for or on behalf of this Company, in its business and in accordance with its charter, and to bind MID -STATE SURETY CORPORATION, thereby, and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. IIN WITNESS WHEREOF, MID -STATE SURETY CORPORATION of Grosse Pointe Farms, Michigan, has caused these presents to be signed by its proper officer. land its corporate seal to be hereunto affixed this 10th day of June . 1924 . [ON I TATE OF MICHIGAN, COUNTY OF WAYNE this 10th day of June . A.D. 1994. personally came before me JOHN J. BARRY, to me known to be the individual and officer of the MID -STATE SURETY CORPORATION of Grosse Pointe Fame, Michigan, who executed the above instrument, and acknowledged the execution of the same, and being by one duly sworn, did severally depose and say: that he is the said officer of the Corporation aforesaid and the seal affixed to the above instrument is the seal of the rporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said Corporation. DEBORAH ANN WYNN NoiyPIic WNotary Public, Oaldand-Coumy W My Commission Expires •44 C.nmmktnn R'�w� wB Apr. 21999 1, the undersigned, Vice President of the Mid -State Surety Corporation of Grosse Pointe Farms, Michigan, a Michigan corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore that the provisions of the By -Laws of the company and the esolutions of the Board of Directors set forth in the Power of Attorney, are still in -force. •4- igned and sealed at the City of Grosse Pointe Farms this [ 5 day of � tear JO H A. DRYS, VI ID PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) J & L Construction a (2) hereinafter • called "Principal" and (3) Mid -State Surety Corporation of Grosse Pointe Farms ,State Of Michigan ,hereinaftercalled the "Surety," are hold and firmly bound unto (4) the City of Fayetteville, Arkansas , hereinafter called the "Owner," in the penal sum rn of Three Hundred Sixty -Eight Thousand Five Hundred and no/100----- dollars ($_3681500.00 ) 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 enterr�d�.,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: Water System Improvements; Phase II- Highway 45 East Area; Contract Section II: Gulley Road Pump Station; Fayetteville, Arkansas; Plans No. Fy-268. 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 I I ,1 I 1 I '1 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 eec�Jted in six (6) cou to arts, each one of which shall be deemed as original, this the345T day of I ma fry .. to • , f)bc-w,jc 5SgrtAaJA�..-.A� Address 165 J ustin Br t OfficeVustsville, Address ion an, Owner Box 1479 Arkansas 72740 Surety, , By Attorney -in -Fact nn Glfooa Qot4-Fc4 wvS, t�i1Li4&t� Address '& 3 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. 7-4 MID -STATE SURETY CORPORATION GROSSE POINTE FARMS, MICHIGAN 48236 572003 1 POWER OF ATTORNEY Know All Men By These Presents: That the MID -STATE SURETY CORPORATION, a corporation of the State of MICHIGAN, having its principal office in the City of Grosse Pointe Farms, Michigan pursuant to authority granted by a resolution of its Board of Directors, which reads as follows: The President, the Vice President, or the Treasurer of this Corporation shall have authority to appoint in writing such attorneys -in -fact, as the business of the Corporation may require, and to authorize such attorneys -in -fact, and each of them to execute on behalf of the Corporation, any �bonds, recognizances, stipulations, contracts of indemnity and other undertakings of like character, or to exercise any lesser number of said powers as hereinbefore set forth. "Said appointments shall be attested by the Secretary or a Vice President of this Corporation under its seal. The signature of the Secretary or any �Vice President to certified copies of such powers of attorney may be original or facsimile, and when the corporate seal is affixed thereto, any third party may rely on said certified copies of powers of attorney as the act and deed of this Corporation. The President, the Vice President, or Treasurer may revoke any appointment made pursuant hereto, and revoke any and all authority conferred by any such appointment" does hereby nominate, constitute and appoint JACQUE L. LINDSEY, KENNETH L. GALLOWAY, ADRIAN W. LUTTRELL, DANNY L. SCHNEIDER fl AND BILLY E. BENNETT, JR. EACH OF SPRINGDALE, ARKANSAS its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, as Surety, and its act and deed. I'�Any and all bonds in an amount not exceeding $10,000,000.00 in any single instance, for or on behalf of this Company, in its business and in ,accordance with its charter, and to bind MID -STATE SURETY CORPORATION, thereby, and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. IWITNESS WHEREOF, MID -STATE SURETY CORPORATION of Grosse Pointe Farms, Michigan, has caused these presents to be signed by its proper officer. 'Fnd its corporate seal to be hereunto affixed this 10th day of June 19 94. !I SATE OF MICHIGAN, COUNTY OF WAYNE this _10th day of _June . A.D. 19 , personally came before me JOHN J. BARRY, tome known to be the individual and offiar of the MID -STATE SURETY CORPORATION of Grosse Pointe Farms, Michigan, who executed the above instr unent, and acknowledged the execution of the same, and being by e duly sworn, did severally depose and say: that he is the said officer of the Corporation aforesaid and the seal affixed to the above instrument is the seal of the forporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said Corporation. DEBORAH ANN lyW ', .�A9ig. �N yIN No P lie Notary Public, Oaldand-Coulgy & My Commission Expires Ny Cnminkcir,nc,�t.s APr 2, 1999 1 the undersigned, Vice President of the Mid -State Surety Corporation of Grosse Pointe Fauns, Michigan, a Michigan corporation,DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore that the provisions of the By -Laws of the company and the esolutions of the Board of Directors set forth in the Power of Attorney, are still innr6force. ii S gned and sealed at the City of Grosse Pointe Farms this lY i S� day of be4_- 19 . JO HA. DRYS, VI EI. ID ,.a OCT-21-1999 08:39 FROM WALKER BRO INS TO 4434340 P.02 N! 2568 Cent' 'eate of Authority CF ,WJstra cflS. •. urttE NOGK THIS IS 70 CBEtT n. 75x1 pursvmdGo lnrrroeea C�dt �d a 91rtr . � H IIID�8TA7$SORWIZ;.CORFOEtlTOH p}' CAOMI POidis FAM 1QCHICts 0 nhdtt.k 116 Sf fr -y .. "- a& C stASkorfrhS#flttt{ ar Qw easPo9 eabnenoot : dheJ6Hwring die+' of flfle• 9mtlSIY - ,• • I. .. .• . . .,_. .:. ... ..: III' ♦v / .. . ./ ... Ilvr.. L... I. r , .q f/... .r..•Il... II .. 1 .... • ..y :II' ._' . .I I 1 ,I 1 $ I I I This document has important legal consequences: consultation with an attorney is encouraged with respect to its completion or modification. GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by Engineers Joint Contract Documents Committee and Issued and Published Jointly By by HMO t VAMERICAN A 0O a x c�� PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL• - AMERICAN SOCIETY OF CIVIL ENGINEERS CONSTRUCTION SPECIFICATIONS INSTITUTE This document has been approved and endorsed by The Associated General 4 Contractors of America 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 Edition). When bidding is involved, the Standard Form of Instructions to Bidders (No. 1910-12) (1990 Edition) may be used. EJCDC No. -1910.8 (1990 Edition) ♦ . . © 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. TABLE OF CONTENTS OF GENERAL CONDITIONS Article or Paragraph Page Number & Title Number 1. DEFINITIONS ................................... 13 1.1 Addenda ............................. 13 1.2 Agreement ........................... 13 I. 1.3 1.4 1.5 11.6 1.7 1.8 1.9 1.10 • 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 I 1.21 1.22 1.23 1.24 1.25 1.26 1.27 1.28 • 1.29 1.30 1.31 1.32 1.33 1.34 1.35 1.36 1.37 1.38 1.39 • 1.40 1.41 1.43 1.43 1.44 1.45 2. PRE 2.1 2.2 2.3 2.4 I! Application for Payment .............. Asbestos ............................. Bid................................... Bidding Documents ................... Bidding Requirements ................ Bonds.......................:........ Change Order ........................ Contract Documents ................. . Contract Price ........................ Contract Times ....................... CONTRACTOR ............4......... defective............................. Drawings ............................. Effective Date of the Agreement ...... ENGINEER ...............4.......... ENGINEER's Consultant ............. Field Order ............................ General Requirements ................ Hazardous Waste ..................... Laws and Regulations; Laws or Regulations ........................ Liens...............6................. Milestone ............................. Notice of Award ...................... Notice to Proceed .................... OWNER ............................. Partial Utilization ..................... PCBs................................. Petroleum ............................ Project........................... Radioactive Material ............. Resident Project Representative ....... Samples.............................. Shop Drawings ....................... Specifications ......................... Subcontractor........................ Substantial Completion ............... Supplementary Conditions ............ Supplier........................... Underground Facilities ................ Unit Price Work ............... Work................................. Work Change Directive ............... Written Amendment .................. _IMINARY MATTERS ...................... Deliveryof Bonds .................... Copies of Documents ................. Commencement of Contract Times; Notice to Proceed .................. Starting the Work .................... 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 13 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 15 15 15 15 15 I5 15 15 Article or Paragraph Page Number & Title Number 2.5-2.7 Before Starting Construction; CONTRACTOR's Responsibility to Report: Preliminary Schedules; Delivery of Certificates of Insurance .......................... I5 2.8 Preconstruction Conference ........... 15 2.9 Initially Acceptable Schedules ......... 16 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ............................ 16 3.1-3.2 Intent................................16 3.3 Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies ...................... 16 3.4 Intent of Certain Terms or Adjectives .. 17 3.5 Amending Contract Documents ....... 17 3.6 Supplementing Contract Documents ... 17 3.7 Reuse of Documents ................17 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICALCONDITTONS;REFERENCEPOINTS . 17 4.1 Availability of Lands .................. 17 4.2 Subsurface and Physical Conditions ... 17 4.2.1 Reports and Drawings ................ 17 4.2.2 Limited Reliance by CONTRACTOR Authorized; Technical Data ......... 18 4.2.3 Notice of Differing Subsurface or Physical Conditions .................IS 4.2.4 ENGINEER's Review 18 4.2.5 ................ Possible Contract Documents Change . 18 4.2.6 Possible Price and Times Adjustments . 18 4.3 Physical Conditions —Underground Facilities ........................... 18 4.3.1 Shown or Indicated 18 4.3.2 ................... Not Shown or Indicated .............. 19 4.4 Reference Points ...................... 19 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ...... 19 5. BONDS AND INSURANCE ..................... 20 5.1-5.2 Performance, Payment and Other Bonds . 20 5.3 Licensed Sureties and Insurers; Certificates of Insurance ............ 20 5.4 CONTRACTOR's Liability Insurance . 20 5.5 OWNER's Liability Insurance ........ 21 5.6 Property Insurance ................... 21 5.7 Boiler and Machinery or Additional Property Insurance ................. 21 5.8 Notice of Cancellation Provisions ..... 21 5.9 CONTRACTOR's Responsibility for Deductible Amounts ................ 22 5.10 Other Special Insurance ............... 22 5.11 Waiver of Rights ...............22 li I Article or Paragraph - Page Number & Title Number 5.12-5.13 Receipt and Application of Insurance Proceeds ........................... 22 5.14 Acceptance of Bonds and Insurance; Option to Replace 22 5.15 Partial Utilization —Property Insurance .......................... 23 6. CONTRACTOR'S RESPONSIBILITIES .......... 6.1-6.2 Supervision and Superintendence ...... 6.36.5 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 ........ I.... 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 8. 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 ........:...................... 8.5 Insurance ............................. 23 23 23 23 23 24 25 25 25 25 26 26 26 26 26 26 27 27 27 Article or Paragraph Page Number & Title Number 8.6 Change Orders ....................... 29 8.7 Inspections, Tests and Approvals ...... 29 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 0 9.6 ....... Rejecting Defective Work ............. 9.7-9.9 Shop Drawings, Change Orders and Payments .......................... 9.10 Determinations for Unit Prices 9.11-9.12 ........ Decisions on Disputes; ENGINEER as Initial Interpreter ................... 9.13 Limitations on ENGINEER's Authority and Responsibilities ...... 10. 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 ................. 27 11. CHANGE OF CONTRACT PRICE 11.1-11.3 .............. Contract Price; Claim for Adjustment; 27 Value of the Work 11.4 .................. Cost.of the Work 27 11.5 ..................... Exclusions to Cost of the Work 1 I.6 ....... CONTRACTOR'S Fee :............... 11.7 Cost Records 27 11.8 ......................... Cash Allowances 28 11.9 ....:............... Unit Price Work ....................... 28 12. CHANGE OF CONTRACT TIMES .............. 28 12.1 Claim for Adjustment ................. 28 12.2 Time of the Essence .................. 12.3 Delays Beyond CONTRACTOR'S 29 Control 29 12.4 ............................ Delays Beyond OWNER's and CONTRACTOR's Control ........: 29 29 13. TESTS AND INSPECTIONS; CORRECTION, 29 REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK........................................... 29 13.1 Notice of Defects 13.2 . ..................... Access to the Work 29 13.3 ................... Tests and Inspections; Contractor's 29 Cooperation ................ 29 30 30 30 30 30 30 30 30 30 30 I. 1 31 31 3l 31 32 I. 32 32 32 32 32 32 33 34- 34 34 35 35• 35 35 35 :1 35 35 36 36 36 36 11 2 ;, Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 13.4 OWNER's Responsibilities; 14.12 Final Application for Payment ......... 40 Independent Testing Laboratory .... 36 14.13-14.14 Final Payment and Acceptance ........ 40 13.5 CONTRACTOR's Responsibilities ..... 36 14.15 Waiver of Claims 40 ' 13.6-13.7 CoveringWork Prior to Inspection, ..................... Testing or Approval ................ 36 15. SUSPENSION OF WORK AND 13.8-13.9 Uncovering Work at ENGINEER'S TERMINATION .................. • • • • • ........ 40 Request ............. . . . .... 36 15.1 OWNER May Suspend Work ......... 40 � 13.10 OWNER May Stop the Work ... 36 15.2-15.4 OWNER May Terminate .............. 40 13.11 Correction or Removal of Defective 15.5 CONTRACTOR May Stop Work or Work ............................... 37 Terminate .......................... 41 I 13.12 Correction Period 13.13 ..................... Acceptance of Defective Work ........ 37 16. DISPUTE RESOLUTION ....................... 41 13.14 OWNER May Correct Defective Work ............................... 37 17. MISCELLANEOUS ............................. 42 17.1 Giving Notice ........................ 42 17.2 Computation of Times ................ 42 14. PAYMENTS TO CONTRACTOR AND 17.3 Notice of Claim ......................42 COMPLETION ................................. 37 17.4 Cumulative Remedies ................. 42 14.1 Schedule of Values .................... 37 17.5 - Professional Fees and CourtCosts - 14.2 Application for Progress Payment ..... 38 Included 42 14.3 CONTRACTOR's Warranty of Title ... 38 ........................... 14.4-14.7 Review of Applications for EXHIBIT GC -A (Optional): Progress Payments ................. 38 Dispute Resolution Agreement (Optional) ..... GC -AI 14.8-14.9 Substantial Completion ............... 39 16.1.16.6 Arbitration .................... GC -Al r14.11 14.10 Partial Utilization ..................... Final Inspection ...................... 39 39 16.7 Mediation ........GC -A2 1 .1 r I 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, £6.2, 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 — definitionof .......................................... ENGINEER's Responsibility ......................... 1.3 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) Article or Paragraph Number Bidding Documents --definition of ................ 1.6 (6.8.2) Bidding Requirements —definitions of ...... 1.7 (1.1, 4.2.6.2) Bonds — acceptance of.......................................5114 additional bonds ........................... 10.5, 11.4.5.9 Cost of the Work .................................. 11.5.4 definition of ............................................ 1.8 delivery of ...................................... 2.1, 5.1 final application for payment ................. 14.12-14.14 general ...............1.10, 5.1-5.3, 5.13, 9.13,10.5, 14.7.6 performance, Payment and Other ................. 5.1-5.2 Bonds and Insurance —in general ......................... 5 Builder's risk "all risk" policy form ................... 5.6.2 Cancellation Provisions, Insurance ........ 5.4.1 1., 5.8, 5.15 Cash Allowances ...................................... 11.8 Certificate of Substantial Completion ......... 1.38, 6.30.2.3, 14.8, 14.10 Certificates of Inspection ................ 9.13.4, 13.5, 14.12 Certificates of Insurance ..2.7, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, ....................................... 5.14, 9.13.4, 14.12 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, 9.1 1, 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 ...................................... 11.4-11.7 Exclusions to ....................................... 11.5 CostRecords.......................................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 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 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 ...................... 3.5 Cash Allowances...................................11.8 Change of Contract Price ...................:......... I Change of Contract Times ............................ 12 Changes in the Work .................................. 10 CONTRACTOR's fee ............................... 11.6 Cost of the Work .... ........................... 11.4-11.7..- I I 11 11 li Article or Paragraph Number Cost Records ............................: .......... 11.7 definition of ....................................... 1.9 emergencies ........................................ 6.23 ENGINEER's responsibility ......... 9.8, 10.4, 11.2, 12.1 execution of........................................10.4 Indemnification ..................... 6.12, 6.16, 6.31, 6.33 Insurance, Bonds and ................... 5.10, 5.13, 10.5 OWNER may terminate ........................ 15.2-15.4 OWNER's Responsibility .................8.6. 10.4 Physical Conditions — Subsurface and, ..................................... Underground Facilities ........................... 4.2 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 CONTRACTOR's Fee .............................. 11.6 CONTRACTOR's liability ............ 5.4, 6.12, 6.16, 6.31 Cost of the Work .............................. 11.4, 11.5 Decisions on Disputes ......................... 9.11, 9.12 Dispute Resolution .................................. 16.1 Dispute Resolution Agreement .................. 16.1-16.6 ENGINEER as initialinterpretor .................... 9.11 Lump Sum Pricing ................................ 11.3.2 Notice of ........................................... 17.3 OWNER's ........... 9.4, 9.519.11, 10.2, 11.2, 11.9, 12.1, 13.9, 13.13, 13.14, 17.3 OWNER's liability ................................... 5.5 OWNER may refuse to make payment .............. 14.7 Professional Fees and Court Costs Included .......... 17.5 request for formal decision on ....................... 9.11 Substitute items .................................. 6.7.1.2 TimeExtension ..................................... 12.1 Time requirements ............................ 9.11, 12.1 UnitPrice Work .................................. 11.9.3 Valueof ............................................ 11.3 Waiver of —on FinalPayment ................ 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 ..................................... Hazard Communication Programs ................... Completion — 6.2, 6.9.2, 8.1 6.22 Final Application for Payment ...................... Final Inspection ................................... Final Payment and Acceptance ............... 14.12 14.11 14.13-14.14 Partial Utilization .................................. Substantial Completion ................... Waiver of Claims .................................. Computation of Times ......................... Concerning Subcontractors, 14.10 1.38, 14.8-14.9 14.15 17.2.1-17.2.2 Suppliers and Others ............................ Conferences — 6.8-6.11 initially acceptable schedules ......................... preconstruction...................................... Conflict, Error, Ambiguity, Discrepancy — 2.9 2.8 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 ............................. Contract Documents — 6.29, 10.4 Amending........................................... 3.5 Bonds............................................... 5.1 Cash Allowances ................................... 11.8 Change of Contract Price ............................. II 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................................................ Insurance............................................ Intent............................................ minor variations in the Work ......................... OWNER's responsibility to furnish data .............. OWNER's responsibility to make 3 5.3 3.1-3.4 3.6 8.3 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 .............................. Related Work ........................................ Reporting and Resolving Discrepancies ........... Reuseof ............................................. Supplementing....................3.6 Termination of ENGINEER's Employment Unit Price Work....................................11.9 variations..................................3.6, Visits to Site, ENGINEER's ......................... Contract Price — 3.3 7.2 2.5, 3.3 3.7 ........... 8.2 6.23, 6.27 9.2 adjustment of ........3 .5,4.1,9.4, 4.1, 9.4, Changeof ............................................ Decision on Disputes ............................... definition of ........................................ Contract Times — 10.3, 11.2-11.3 I I 9.1 I 1.1I adjustment of ...................... 3.5. 4.1, Change of ...................................... 9.4. 10.3, 12 12.1-12.4 1 I Article or. Paragraph Number Commencement of ................................... 2.3 definition of ....................................... CONTRACTOR — 1.12 Acceptance of Insurance ............................ 5.14 Limited Reliance on Technical Data Authorized ..... 4.2.2 Communications ............................... 6.2, 6.9.2 Continue Work ................................ coordination and scheduling.. . . . . . . . . . 6.29, 10.4 . 6.9.2 definition of . . . . . . . . . . . ........................................ May Stop Work or Terminate• ....................... 1.13 15.5 provide site access to others ........ ... 7.2, 13.2 Safety and Protection ....... 4.3.1.2, 6.16, 6.18, 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal . 6.25 Stop Work requirements ........................... 4.5.2 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 ......................................... 6.23 Equipment and Machinery Rental, Cost of the Work ...................................11.4.53 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, 631-6.33 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.I0, 10.4 obligation to perform and complete the Work ........ 6.30 Patent Fees and Royalties, paid for by ........ 6...... 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'sexpense ....................... 6.7.1 CONTRACTOR's General Warranty and Guaran- tee............................................... 6.30 CONTRACTOR'sreviewprior toShop 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 Fcr 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 ....... ...............,.... Labor, Materials and Equipment ................ ...6.31-6.33 6.3-6.5 Laws and Regulations ................. 6.14 .....:..:.. Liability Insurance ................................. 5.4 Notice of variation from Contract Documents ..... 6.27. Patent Foes and Royalties .:....................... 6.12 Permits .................... Progress Schedule .6 .13 ................................. Record Documents ............................... 6.6 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 ............................. 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............................................ 6.15 Tests and Inspections ........................... 13.5 ToReport ......................................... 2.5 Use of Premises .................... 6.I6-6.18, 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, 9.1 1, 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 .................................. 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 .......:........... ........ Contractual Liability Insurance ...................... ...... 7 5.4.10 Contractual Time Limits .............................. 12.2 Coordination I I I I 1 I I 1 I I I I I1. :i 111 11 I, I Article or Paragraph Number CONTRACTOR's responsibility .................... 6.9.2 ....................... Copies of Documents ........... 2.2 Correction Period....................................13.12 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.I4 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 CONTRACTOR's Fee .......:...................... 11.6 Employee Expenses ............................. 11.4.5.1 Exclusions to ....................................... 11.5 General 11.4-11.5 ........................................ Home office and overhead expenses ................. 11.5 Losses and damages ............................. II.4.5.6 Materials and equipment .......................... 11.4.2 Minor expenses ................................. 11.4.5.8 Payroll costs on changes .......................... 11.4.1 performed by Subcontractors ...........11.4.3 Records............................................ 11.7 Rentals of construction equipment and machinery . 11.4.5.3 Royalty payments, permits and license fees ...... 11.4.5.5 Site office and temporaryfacilities ...............11.4.5.2 Special Consultants, CONTRACTOR's ............ 11.4.4 Supplemental.....................................11.4.5 Taxes related 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...........................13.6-13.7 Cumulative Remedies ............................ 17.4.17.5 Cutting, fitting and patching ............................ 7.2 Data, to be furnished by OWNER ...................... 8.3 Day —definition of.............................17.2.2 Decisions on Disputes .................9 9.12 .11,9.12 defective —definition of................................1.14 defective Work — Acceptance of .............................. 10.4.1, 13.13 Correction or Removal of ................... 10.4.1. 13.11 Correction Period .................................. 13.12 in general.................................13, 14.7, 14.11 Observation by ENGINEER ......................... 9.2 OWNER May Stop Work .......................... 13.10 Prompt Notice of Defects ........................... 13.1 Rejecting............................................9.6 Uncovering the Work ............................... 13.8 Definitions............................................... Delays ................................. 4.1, 6.29, 12.3.12.4 Delivery of Bonds ...................................... 2.1 Delivery of certificates of insurance ..................... 2.7 Article or Paragraph Number Determinations for Unit Prices 9.10 ........................ 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, 6.14.2 Dispute Resolution — Agreement ..................................... 16.1-16.6 Arbitration 16.1.16.5 .... .......... .......:.. general..................................4............ 16 Mediation .......................................... 16.6 Dispute Resolution Agreement .................... 16.1-16.6 Disputes, Decisions by ENGINEER .............. 9.11-9.12 Documents — Copiesof............................................2.2 Record.............................4............... 6.19 Reuseof.............................................3.7 Drawings -definition of ............................... I.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 —definition of ................ 1.18 ENGINEER's— authority and responsibility, limitations on ........... 9.13 Authorized Variations in the Work .................... 9.5 Change Orders, responsibility 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 .......................... 4.2.4 Shop Drawings and Samples, review responsibility.....................................6.26 Status During Construction — authorized variations in the Work .................. 9.5 Clarifications and Interpretations ................... 9.4 Decisions on Disputes ........................9.11-9.12 Determinations on Unit Price ..................... 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 ............................. 9.3 Rejecting Defective Work .......................... 9.6 Shop Drawings, Change Orders and Payments .................................... 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 ................ 11.4.5.3 Equivalent Materials and Equipment .................... 6.7 Errors or omissions ................................... 6.33 Evidence of Financial Arrangements ................... 8.11 Explorations of physical conditions ................... 4.2.1 Fee, CONTRACTOR's—Costs-Plus ................... II Field Order — .6 definition of ........................................ 1.19 issued by ENGINEER ......................... 3.6.1, 9.5 Final Application for Payment ........................ 14.12 Final Inspection......................................14.11 Final Payment — and Acceptance .............................. 14.13-14.14 Prior to, for cash allowances ........................ 11.8 General Provisions ............................... 17.3-17.4 General Requirements= defintion of........................4................ 1.20 principal references to .............. 2.6, 6.4, 6.6-6.7, 6.24 Giving Notice ......................................... 17.1 Guarantee of Work —by CONTRACTOR ............6.30. 14.12 Hazard Communication Programs ..................... 6.22 Hazardous Waste — definition of ........................................ 1.21 general..............................................4.5 OWNER's responsibility for ........................ 8.10 Indemnification ........................ 6.12, 6.16,6.31-6.33 Initially Acceptable Schedules .......................... 2.9 Inspection — Certificates of ......................... 9.13.4, 13.5, 14.12 Final.............................................. 14.11 Special, required by ENGINEER ....................9.6 Tests and Approval .....r .:................ 8.7, 13.3-13.4 Insurance— Acceptance of, by OWNER ......................... 5.14 Additional,, required by changes in the Work ................................. 11.4.5.9 Before starting the Work ............................. 2.7 Bonds and —in general.................................5 Cancellation Provisions ............................... 5.8 Certificates. of .. 2.7, 5, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, 5.14; 9.13.4, 14.12 completed operations ..............................5.4.13 CONTRACTOR's Liability ........................... 5.4 CONTRACTOR's objection to coverage ...........:. 5.14 Contractual Liability 5.4.10 ...... ... ..................... Article or Paragraph Number deductible amounts, CONTRACTOR's responsibility....................................5.9 Final Application for Payment ...................... 14.12 Licensed Insurers .................................... 5.3 • Notice requirements, material changes .................................. 5.8, 10.5O Option to Replace .................................. 5.14 other special insurances ............................. 5.10 OWNER as fiduciaryfor insureds .............. 5.12-5.13 OWNER's Liability .................................. 5.5 OWNER's Responsibility ............................ 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....................................5.11 Intent of Contract Documents ....................... 3.1-3.4 Interpretations and Clarifications ................. 3.6.3, 9.4 Investigations of physical conditions .................... 4.2 Labor, Materials and Equipment .................... 6.3-6.5 Lands — and Easements ...................................... 8.4 Availability of...................................4.1, 8.4 Reports & Tests.....................................8.4 Laws and Regulations —Laws or Regulations— Bonds...........................................5.1-5.2 Changes in the Work ...................:.......... 10.4 Contract Documents.................................3.1 CONTRACTOR's Responsibilities ................... 6.14 Correction Period, defective Work .................. 13.12 Cost of the Work, taxes ......................... 11.4.5.4 definition of ........................................ 1.22 general.............................................. 6.14 Indemnification................................6.31-6.33 Insurance............................................5.3 Precedence....................................3.1, 3.3.3 Referenceto ....................................... 3.3.1 'Safety and Protection ..........................6.20, 13.2 Subcontractors, Suppliers and Others ............6.8-6.11 Tests and Inspections ............................... 13.5 Use of Premises ..................................... 6.16 Visits to Site.........................................9.2 Liability Insurance— CONTRACTOR's.................................... 5.4 OWNER'S ........................................... 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 .............. F:l I I I I. I I. I Article or Paragraph Number Reference to in Contract Documents ......::.::...... 3.3.1 Materials and equipment— fumished by CONTRACTOR ........................ 6.3 not incorporated in Work ............................ 14.2 Materials or equipment —equivalent ..................... 6.7 Mediation (Optional) .................................. 16.7 Milestones definition of 1.24 .............................. Miscellaneous — Computation of Times .............................. 17.2 Cumulative Remedies 17.4 ............................... Giving Notice ....................................... 17.1 Notice of Claim ..................................... 17.3 Professional Fees and Court Costs Included .......... 17.5 Multi -prime contracts .................................... 7 Not Shown or Indicated 4.3.2 .............................. Notice of — Acceptability of Project ...................14.13 Award, definition of ................................. 1.25 Claim .................................17.3 Defects, 13.1 ............................................ Differing Subsurface or Physical Conditions ..........4.2.3 Giving.............................................. 17.1 Tests and Inspections ...............................13.3 Variation, Shop Drawing and Sample ................ 6.27 Notice to Proceed — definition of.........6.............................. 1.26 givingof.............................................2.3 Notification to Surety.................................10.5 Observations, by ENGINEER .................... 6.30, 9.2 Occupancy of the Work ................ 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR ............. 6.9, 9.13 "Open peril" policy form, Insurance ...................5.6.2 Option to Replace .....................................5.14 "Or Equal" Items......................................6.7 Otherwork .............................................. 7 Overtime Work —prohibition of .......................4.6.3 OWNER — Acceptance of defective Work ...................... 13.13 appoint an ENGINEER .............................. 8.2 as fiduciary....................................5.12-5.13 Availability of Lands, responsibility ................... 4.1 definition of........................................1.2?' data, furnish.........................................8.3 May Correct Defective Work ....................... 13.14 May refuse to make payment ........................ 14.7 May Stop the Work................................13.10 may suspend work, terminate ....................... 8.8, 13.10, 15.1-15.4 Payment, make prompt ................... 8.3, 14.4, 14.13 performance of other Work ........................... 7.1 permits and licenses, requirements .................. 6.13 purchased insurance requirements ...............56-5.10 OWNER's— Acceptance of the Work ......................... 6.30.2.5 Change Orders, obligation to execute....................................8.6, 10.4 Communications.....................................8.1 Coordination ofthe Work ............................ 7.4 Disputes, request for decision ....................... 9.11 Article or Paragraph Number Inspections, tests and approvals ................. 8.7, 13.4 Liability Insurance ................................... 5.5 Notice of Defects ................................... 13.1 Representative —During Construction, ENGINEER's Status ............................ 9.1 Responsibilities — Asbestos, PCB's, Petroleum, Hazardous Waste on Radioactive Material ............... P .. 8.10 Change Orders .................................... 8.6 Changes in the Work .............................. 10.1 communications...................................8.1 CONTRACTOR's responsibilities .................. 8.9 evidence of financial arrangements ................ 8.11 inspections, tests and approvals .................... 8.7 Insurance......................................... 8.5 lands and easements 8.4 ............................... prompt payment by................................8.3 replacement of ENGINEER ....................... 8.2 reports and tests...................................8.4 stop or suspend Work .................. 8.8, 13.10, 15.1 terminate CONTRACTOR's services .......... 8.8, 15.2 separate representative at site ........................ 9.3 independent testing ................................. 13.4 use or occupancy of the Work .................................... 5.15, 14.10 written consent or approval required ...............................9.1. 6.3, 11.4 written notice required .......... 7.1, 9.4, 9.11, 11.2, 11.9, 14.7, 15.4 PCBs — definition of .........................................1.29 general.............................................. 4.5 OWNER's responsibility for ........................ 8.10 Partial Utilization — definition of...................................4.... 1.28 general...................................6.30.2.4, 14.10 Property Insurance ................................. 5.15 Patent Fees and Royalties ............................. 6.12 Payment Bonds.....................................5.1-5.2 Payments, Recommendation of .............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion — Application for Progress Payments .................. 14.2 CONTRACTOR's Warranty of Title ................. 14.3 Final Application for Payment ...................... 14.12 Final Inspection...................................14.11 Final Payment and Acceptance ...............14.13-14.14 general...........................................8.3. 14 Partial Utilization..................................14.10 Retainage...........................................14.2 Review of Applications for Progress Payments..................................14.'i-14.7 promptpayment.....................................8.3 Schedule of Values..................................14.1 Substantial Completion ......................... 14.8-14.9 Waiver of Claims .................................. 14.15 when payments due .......................... 14.4, 14.13 withholding payment ................................ 14.7 Performance Bonds ................................. 5.1-5.2 Permits............................................... 6.13 I Article or Paragraph Number Petroleum— definition of ........................................ general.............................................. 1.30 4.5 OWNER's responsibility for ........................ 8.10 Physical Conditions — Drawings of, in or relating to ..................... 4.2.1.2 ENGINEER's review .............................. 4.2.4 existing structures .................................. 4.2.2 general........................................... 4.2.1.2 Subsurface and..-.. ....... ......... ....... Underground Facilities ............................... . 4.2 4.3 Possible Contract Documents Change ............... 4.2.5 Possible Price and Times Adjustments .............. 4.2.6 Reports and Drawings .............................. 4.2.1 Notice of Differing Subsurface or, .................. 4.2.3 Subsurface and.............................4.2 Subsurface Conditions ............................ 4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized .................... 4.2.2 Underground Facilities — general.......................................... 4.3 Not Shown or Indicated ....................... 4.3.2 Protection of ............................... 4.3, 6.20 Shown or Indicated ............................ 4.3.1 Technical Data ..................................... 4.2.2 Preconstruction Conference ............................. 2.8 Preliminary Matters.......................................2 Preliminary Schedules..................................2.6 ?remises, Use of ................................. 6.16-6.18 Price, Change of Contract ...............................ii Price, Contract —definition of 1.11 .......................... Progress Payment, Applications for .................... 14.2 Progress payment—retainage........................... 14.2 Progress schedule, CONTRACTOR's ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Project -definition of ................ 1.31 Project Representative— ......... ENGINEER's Status During Construction ............9.3 Project Representative, Resident —definition of ...................................... 1.33 prompt payment by OWNER ........................... 8.3 Property Insurance Additional...........................................5.7 general.......................a...6..............5.6-5.10 Partial Utilization ............................ 5.15, 14.10.2 receipt and application of proceeds....I.............................. 5.12-5.13 Protection, Safety and ....................... 6.20-6.21, 13.2 Punchlist ............................................. 14.11 Radioactive Material— definition : .......................................... 1.32 .................................. general - : ............ 4.5 OWNER's responsibility for ........................ 8.10 Recommendation of Payment ..............14.4 14.5, 14.13 Record Documents ............................. 6.19. 14.12 Records, procedures for maintaining ....................2.8 Reference Points ....................................... 4.4 Reference to Standards and Specifications of Technical Societies .................................. 3.3 Article or Paragraph Number Regulations, Laws and (or) .............................6.14 Rejecting Defective Work ............................... 9.6 Related Work — at Site ........................................... 7.1-7.3 Performed prior to Shop Drawings and Samples submittals review .................. 6.28 Remedies, cumulative ......................17.4, 17.5 Removal or Correction of Defective Work .................................... 13.11 rental agreements, OWNER approval. required ...................................... 11.4.5.3 replacement of ENGINEER, by OWNER .............. 8.2 Reporting and Resolving Discrepancies .... 2.5, 3.3.2, 6.14.2 Reports — and Drawings ...................................... 4.2.1 and Tests, OWNER's responsibility .................. 8.4 Resident Project Representative— definition of ........................................ 1.33 provision for ......................................... 9.3 Resident Superintendent, CONTRACTOR's ............. 6.2 Responsibilities— CONTRACTOR's-in general .................... •....... 6 ENGINEER's-in general ............................... 9 Limitations on ..................................:. 9.13 OWNER's-in general...................................8 Retainage............................................. 14.2 Reuse of Documents .....................4...04.0...... 3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ...................... 6.25 Review of Applications for Progress Payinents......................................14.4-14.7 Right to an adjustment................................10.2 Rights of Way..........................................4.1 Royalties, Patent Fees and ....0......4.....0...0....... 6.12 Safe Structural Loading ........6.18 Safety — and Protection ....... 4.3.2, 6.16, 6.18, 6.20-6.21, 7.2, 13.2 general........................................ 6.20-6.23 Representative, CONTRACTOR's ...................6.21 Samples — definition of ........................................ 1.34 general ....................0...0.0..0.......... 6.24-6.28 Review by CONTRACTOR ......................... 6.25 Review by ENGINEER ....................... 6.26, 6.27. relatedWork........................................628 submittal of.......................................6242 submittal procedures .........0...........4.........0 6.25 Schedule of progress ..... 2.6, 2.8-2.9, 6.6, 6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals ....................... 2.6, 2.8-2.9, 6.24.6.28 Schedule of Values .......................... 2.6, 2.8-2.9, 14.1 Schedules — Adherence to ..................................... 15.2.1 Adjusting..............0.0...............0........... 6.6 Change of Contract Times ....................0.....0 10.4 Initially Acceptable ..........................0....2.8-2.9 Preliminary ......... ................................ 2.6 Scope of Changes .............................. 10.3-10.4 Subsurface Conditions 4.2.1.1 ........................0000... 10 I I it Il LL Article or Paragraph Number Shop Drawings— 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, 6.24.6.28 related Work 6.28 ........................................ review procedures ......................... 2.8, 6.24-6.28 submittal required ................................. 6.24.1 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 byothers ........................................... 13.2 "Special causes of loss" policy form, insurance ........ 5.6.2 Specifications — definition of ........................................ 1.36 of Technical Societies, reference to ................. 3.3.1 precedence ........................................ 3.3.3 Standards and Specifications of Technical Societies ......................................... 3.3 Starting Construction, Before ....................... 2.5-2.8 Starting the Work ...................................... 2.4 Stop or Suspend Work — by CONTRACTOR ................................. 15.5 by OWNER .............................8.8. 13.10, 15.1 Storage of materials and equipment ................. 4.1, 7.2 Structural [.oading, Safety ............................. 6.18 Subcontractor— Concerning...................................... 6.8-6.11 definition of........................................1.37 delays..............................................12.3 waiver of rights.....................................6.11 Subcontractors —in general ........................ 6.8-6.11 Subcontracts —required provisions ........5.111 6.11. 11.4.3 Submittals — Applications for Payment ........................... 14.2 Maintenance and Operation Manuals ............... 14.12 Procedures..................6.25 Progress Schedules .............................. 2.6, 2.9 Samples.......................................6.241.6.28 Schedule of Values ............................. 2.6, 14.1 Schedule of Shop Drawings and Samples Submissions .................... 2.6, 2.8-2.9 Shop Drawings.................................6.24-6.28 Substantial Completion — certification of ........................ 6.30.2.3, 14.8-14.9 definition of........................................1.38 Substitute Construction Methods or Procedures ....... 6.7.2 Substitutes and "Or Equal" Items ...................... 6.7 CONTRACTOR's Expense .......................6.7.13 ENGINEER's Evaluation .......................... 6.7.3 '.Or-F.qual"........................................ 6.7.1 Substitute Construction Methods of Procedures ..... 6.7.2 Article or Paragraph Number Substitute Items ................:................. 6.7.1.2 Subsurface and Physical Conditions — Drawings of. in or relating 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 Supplemental 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 Supplier — definition of........................................l.'4 principal references to .................. 3.7, 6.5, 6.8-6.11, 6.20, 6.24, 9.13, 14.12 Waiver of Rights....................................6.11 Surety — consent to final payment ..................... 14.12, 14.14 ENGINEER has no duty to ......................... 9.13 Notification of ........................... 10.1, 10.5. 15.2 qualification of ................................... 5.1-5.3 Survival of Obligations................................6.34 Suspend Work, OWNER May .................. 13.10. 15.1 Suspension of Work and Termination. .................. 15 CONTRACTOR May Stop Work or Terminate..............................4......... 15.5 OWNER May Suspend Work ....................... 15.1 OWNER May Terminate .......................15.2-15.4 Taxes -Payment by CONTRACTOR .................... 6.15 Technical Data — Limited Reliance by CONTRACTOR ............... 4.2.2 Possible Price and Times Adjustments .............. 4.2.6 Reports of Differing Subsurface and Physical Conditions .............................. 4.2.3 Temporary construction facilities ........................ 4.1 Termination — by CONTRACTOR ................................. 15.5 by OWNER ............................... 8.8, 15.1-15.4 of ENGINEER's employment ........................ 8.2 Suspension of Work-in general ........................ 15 Terms and Adjectives..................................3.4 Tests and Inspections — it 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............................................ Change of Contract 6.6 ................................... Adjusting.................................0.......... 12 Computation of.....................................172 6.6 Contract Times -definition of ....................... 1.12 day.......................... ....:.............. 17.72 Milestones ........................................... 12 Requirements— appeals..........................................16 clarifications, claims and disputes .............9.11, 11.2, 12 commencement of contract times ................... 2.3 preconstruction conference ....2.8 schedules..................................2.6, 2.9, 6.6 starting the Work .................................. 2.4 Title, Warranty of.....................................14.3 Uncovering Work.................................13.8-13.9 Underground Facilities, Physical Conditions — definition of ......................................... 1.41 Not Shown or Indicated ............................ 4.3.2 protection of...................................4.3, 6.20 Shown or Indicated................................4.3.1 Unit Price Work— claims............................................11.9.3 definition of.........................................1.42 general..................................11.9, 14.I, 14.5 Unit Prices — general........................................... 11.3.1 Determination for...............................a... 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 12 Article or Paragraph Number Utilization, Partial ............... 1.28, 5.15, 6.30, 2.4, 14.10 Value of the Work' ..................................... 11.3 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, CONTRACTOR'S ................... 14.3 Work — Access to ........................................... byothers 13.2 .............................................. Changesin the ....................................... 7 10 Continuing the ......................................6.29 ..................................... 6.29 CONTRACTOR May Stop Work or Terminate .................................... - coordination of ...................................... 7.4 Cost of the ..................................... II.4-11.5 definition of ........................................ 1.43 neglected by CONTRACTOR ...................... 13.14 otherWork ............................................ 7 OWNER May Stop Work .......................... 13.10 OWNER May Suspend Work ................. 13.10, 15.1 Related, Work at Site .............................7.1-7.3 Startingthe..........................................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, 9.10-9.11, 10.4, 11.2, 12.1 by OWNER ....................9.10-9.11, 10.4, 11.2, 13.14 I 1 It I li Li I GENERAL CONDITIONS ARTICLE 1 —DEFINITIONS !" Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: I.I. 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 prices for the Work to be performed. 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements —The advertisement or invita- tion to Bid, instructions to bidders, and the Bid form. 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGI- NEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10. Contract Documents —The Agreement. Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Draw- ings as the same are more specifically identified in the Agree - ment, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 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: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommenda- tion of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. 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- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work to be furnished and per- formed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant —A person, firm or corpo- ration having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or con- sultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 13 1.20. General Requirements�ections 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 toProceed�A written noticegiven by OWNER 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- tions, 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. 14 1.43. Work —The entire completed construction or the var- ious separately identifiable parts thereof required to be fur- nished under this 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 or4.3 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 nonengineering or nontechnical rasher than strictly construction -related aspects of the Contract Docu- ments. (Addition; SC -1) ARTICLE 2 —PRELIMINARY MATTERS Delivery of Bonds: 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 specified in the Supplementary Con- ditions) of the Contract Documents as are reasonably neces- sary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. (Addition; SC -2.2) Commencement of Contract Times; Notice to Proceed: 2.3. The Contract Times will commence to run on the thirti- eth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 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 be done at the site prior to the date on which the Contract Times commence to run. Before Starling 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 OWNER 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 in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sam- ple submittals which will list each required submittal and the times for submitting, reviewing and processing such submit- tal; 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit 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, with copies to each additional insured identified in the Supplementary Condi- tions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with para- graphs 5.4, 5.6 and 5.7. Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference 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 ful l responsibility therefor. CONTRA(-70R'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: 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 responsibilitiesofOWNER, CONTRACTORor 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 p I I I I I 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 be 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 following 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 Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Docu- ments may be 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 Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarifica- tion (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings. Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written 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 of or filing a mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands 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 orextent of any adjustments in the Contract Price or the Contract Times as a result of any delay 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. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of: 4.2.1.1. Subsurface Conditions: Those reports of explo- rations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in prepar- ing the Contract Documents. 17 4.2.2. Limited Reliance by CONTRACTOR 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 maybe made therefor as provided in Articles 11 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 datashown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on 18 I I I I Ir. I I i I 1 ii I 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 Conditions: 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 respon- sibility 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 repairing 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 issued as provided in Article 10 to reflect 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 by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering surveys to estab- lish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point, is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be respon- sible for the accurate replacement or relocation of such 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 Material 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 (ii) notify OWNER and ENGINEER (and thereafter confirm such notice in writing). 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) specifying 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 written 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 be 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 portion 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 hold harmless CON- TRACTOR, Subcontractors, ENGINEER, ENGINEER's 19 1 6.7.1.1. "Or -Equal": If in ENGINEER's sole discre- ,construction is shown or indicated inand expressly required by •:u'i,a r;tionan item of material or equipment proposed by CON- the Contract Documents, CONTRACTOR may furnish or 'yr bi." ul I TRACTOR is functionally equal `to that named and suffi- utilize a substitute' means, -method, technique, aequence or � ^. €,.a u,."•i= ciently similar so that no changein•related Work will be procedure of construction acceptable to ENGINEER. CON - required, it - may be considered by ENGINEER as an TRACTOR shall submit sufficient information to allow ENGI-1 "or -equal" item, in which case review and approval of the NEER; in ENGINEER's sole discretion, to determine that the proposed item.may, in ENGINEER's sole discretion, be substitute proposed is equivalent to that expressly called for by. accomplished without compliance with some or all of the the Contract Documents. The procedure for review by ENGI- a^ _ requirements for acceptance of proposed substitute ite ms. NEER'will be similar to that provided in subparagraph 6.7.1.2. i�-if"' ♦ Y' :Ff i -r, fn i„ 1 ,t .— - - yr c ... a „s ,6.7.1.2.- Substitute Items: If in,ENGINEER's sole'° ."''6.7.3: is Engineer's Evaluafioni ENGINEER will be allowed Ys' discretion. an item of material or equipinant'proposed by `a reasonable time within which to evaluate each proposal or SF x CONTRACTOR does not"qualify as an "or-equal',item submittal made pursuant to•paragraphs 6.7.1.2 and 6.7.2. under, subparagraph 6.7.1.1, it twill be considered a pro= 3 ENGINEER will be the sole judge of acceptability. No "or - posed substitute item. CONTRACTOR shall submit sufH ,'equal" or substitute will be ordered, installed or utilized a , t cient information as provided below to allow ENGINEER -"° without ENGINEER's prior written acceptance which will be vs a r , to, determine that the item of material c or equipment' t --=evidenced by either a Change Order or an approved Shop r :. proposed is essentially equivalent to that named and an Drawing. OWNER may require CONTRACTOR to furnish at . L'ia„acceptable substitute therefor. The procedure for review CONTRACTOR's expense a special performance guarantee or „l;. _ " by the ENGINEER will include the following as supple- ' other surety with respect to any "or -equal" or substitute. /I t I • 3r r.. merited in the General Requirements and as ENGINEER ENGINEER will record time required by. ENGINEER and t.- may decide. is appropriate under,the circumstances. Re- g .1 ENGINEER's Consultants in evaluating substitute's proposed • . , quests for review of proposed substitute items of material or submitted by CONTRACTOR pursuant to paragraphs 6.7.1 2 1 ,t;. r or equipment will. notbe accepted by ENGINEER from - and 6.7.2 and in making changes in the Contract Documents (or anyone other than CONTRACTOR. If CONTRACTOR in the provisions of any other direct contract with OWNER for wishes to furnish or use a substitute item of material or. work on •the Project) occasioned thereby. Whether or not equipment, CONTRACTOR shall first make written appli- ENGINEER accepts a substitute item so proposed or submit - cation to ENGINEER for acceptance thereof, certifying , ted by CONTRACTOR, CONTRACTOR . shall reimburse that the proposed substitute will perform adequately the Yt'OWNER for the charges of ENGINEER and ENGINEER's functions and achieve the results called for by the general Consultants for evaluating each such proposed substitute item. ••_ design, be similar.in•substance to that specified and be'r" •t' - - suited to the same use as that specified. The application t ' " "d l 4..... . d i; _ a Ir - 'will state the extent, if any; to which the evaluation and ,��' t t �° Concerning Subcontractors, Suppliers and Others: acceptance of the proposed substitute will prejudice CON- '^ - - TRACTOR's achievement of Substantial Com Ietion one u^• '' `i€t"a. Lrwr A, ,, I 5L;W .Ii . p fit," r, 6 8 1,.°.CONTRACTOR shall not employ' any Subcon- r, t . time, whether or not acceptance of the substitute for use in, aOr tractor. Supplies or other, person or organization (including the Work'will-require a. change in any of the Contract those acceptable to OWNER and ENGINEER as indicated tin ..t t w't Documents (or in the provisions' of an `other driest ' i e`' .b.k contract with OWNER for work on the Project) to adapt °" S tagar sit whom OWNER orhENGINEER may haveially or as a breason �dt - $ ' the design [o the proposed substitute and whether or not; ` 'ble' '. I^ tf te. ' fl1 incorporation or use of the substitute in connection with able objection. CONTRACTOR shall ' not be required to employ any Subcontractor, Supplier or other person or the• Work is subject to -payment of any license fee or organization .to furnish or perform any of the Work against royalty. All variations of the proposed substitute from that - - a. whom CONTRACTOR has reasonable objection. ' specified will be identified in the application and available '-4'^2 "' •" ' "E:" d p ..tz x'r. maintenance, repair and replacement service will be mdi-' ` m" r' . , If w ' ' r�• t it catedr.The application will also contain an itemized esti�' • =.6.8.2. y If the Supplementary Conditions require the iden- rej .._ vi mate' of all costs or credits that " will result directlyor = y' ` tity of certain Sncludi moors, Suppliers or other persons or bst'ti".+.dsindirectly from acceptance of such substitute-includingt iteoms of (materiatlsoceeuihmen[)o ire ttoo f betsubmsh rt[ed to -' costs of redesignandclaims of other contractors affected M. l e p by the resulting change, all of which will be considered by OWNER in advance of, the : specified date prior to the ..r� Effective Date of the Agreement for acceptance by'OWNER ENGINEER in evaluating the-proposed"ubstitute. EN- and ENGINEER, and if CONTRACTOR has submitted a ` GINEER may require. CONTRACTOR to furnish addi• list thereof in accordance -with the Supplementary Condi .t „a;» tionalydata about the proposed substitute t - t tions;' OWNER's or-ENGINEER's acceptance (either in r, writing or by failing to make written objection thereto by the s- -• 6.7. 1.3:' CONTRACTOR s Expense: All data to be'- 1, i date -indicated for acceptance or objection in the bidding it f.. ;-m1 provided by CONTRACTOR in supportof any proposed '"I documents .,the Contract Documents) of any such Subcon- r %iU V'or-equal : or substitute item will be at CONTRACTOR's', - XC - ` " pe m :. , , _, tractor, Supplier or other person or organization so.identified ov expense. x- , , "Y. .{ s,,. „ ,. , r• .d :c - - '. ,o r„ ,._ na. ,.e , i a t - ` , may be revoked on the basis of reasonable objection after -r r due investigation; in which case CONTRACTOR shall sub- 672't'SubstituteConsrruclionMedtodsto'procedures Ifa�-yl` mit�an acceptable 'substitule,-the ContractPricte will be _ s �= specific -means, method, technique, sequence or procedure of"'°" , adjusted by the difference .in the cost occasioned by such ,'# ♦Jn! ♦N •" • 7e r, tiu.. �♦l '"_•.: , u1',-[ Vy i.-i t' e.litiaw'it": A fY • t- _ 24 I n I I I I I I I 11 I substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organiza- tions performing or furnishing any of the Work undera direct or indirect contract with CONTRACTOR just as CON- TRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcon- tractor, Supplier or other person or organization, nor shall it create any obligation on the 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 Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Sub- contractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Docu- ments for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.6 or 5.7, the agreement between the CONTRACTOR and the Subcontractor or Supplier will con- tain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants and all other additional insureds for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 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 performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract 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 shall assist CON- TRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CON- TRACTOR shall pay all charges of utility owners for connec- tions to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. (Addition; SC -6.13 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 required by applicable Laws and Regulations, neitherOWNER nor ENGINEER shall be responsible for monitoring CON- TRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations. CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRAC- TOR's obligations under paragraph 3.3.2. (Addition; SC -6.14.3) Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of 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. G: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 - grains 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 H I 1' I r7� -I I I :1 I I I I I I I I II responsibilities shall be the prevention'6f accidents and the maintaining and supervising of safety precautions and pro- grams. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accor- dance with Laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or au- thorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CON- TRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant 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 be complete with respect to quanti- ties, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materi- als and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. (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 use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6.26. The num- bers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sam- ple, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimen- sions, specified performance criteria, installation require- ments, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.2. all information relative to 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 compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, se- quence or procedure of construction is specifically and ex- pressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Draw- ings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Draw- ings or Samples shall not relieve CONTRACTOR from respon- sibility for any variation from the requirements of the Contract •i 27 I Documents unless CONTRACTOR has in writing called EN- GINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGI- NEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ing resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRAC- TOR may otherwise agree in writing. 6.30. 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 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR'sobligationtoperformandcom- plete the. Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.3. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion -or any payment by OWNER to CONTRAC- TOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of accept- ability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemnification: 6.31. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regard- less of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGI- NEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall hot 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. Survival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in. required by or given in accordance with 2 C I Ii I I I I I the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final pay- ment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7 —OCHER 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. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several 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 be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CON- TRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such author- ity and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Condi- tions, OWNER shall have sole authority and responsibility in respect of such coordination. (Addition SC -7.5) ARTICLE 8 —OWNER'S RESPONSIBILITIES S.I. Except as otherwise provided in these General Condi- tions, OWNER shall issue all communications to CONTRAC- TOR through ENGINEER. 8.2. In case of termination of the employment of ENGI- NEER, OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish ref- erence points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. /a /i W MMis lwav Wc4Wc/bdovwr4 4'9(9f941VI )"i A1fi 0' 9VV(NddsW A)d /sf f6yfVi4 pi0"p lY_!_YtN0)1&KAf9' (Replacement SC -8.5) 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspec- tions, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. 1 29 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 win 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) Ciadficadons 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 or12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective,,or I I I that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as.., a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspec- tion or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6,24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, I I, and 12. I L I L I I I I 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRAC- TOR. ENGINEER will review with CONTRACTOR the EN- GINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement:' entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and Claims under Articles II and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. ENGINEER's written decision on such claim. dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Reso- lution Agreement," entered into between OWNER and CON- TRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant to Article 16. 9.13. Limitations on ENGINEER's Authority and Responsibilities: 9.13.1. Neither ENGINEER's authority or responsibil- ity under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create. impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization. or to any surety for or em- ployee or agent of any of them. I 31 E 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRAC- TOR's means, methods, techniques, sequences or proce- dures of construction, or the safety precautions and pro- grams incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Docu- ments. 19.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization 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- uments. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGI- NEER's Consultants, Resident Project Representative and assistants. ARTICLE 10 —CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions; deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of 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 be 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 Loan 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 II —CHANGE OF CONTRACT PRICE 1I.I. 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 (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 ifOWNER W N ER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will I. I I1 I I I I 32 I I. I I I I I I be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without lim- itation superintendents, foremen and other personnel em- ployed full- time at the site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, work- ers' compensation, health and retirement benefits, bonuses. sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CON- TRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materi- als and equipment shall accrue to OWNER, and CON- 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. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, survey- ors, attorneys and accountants) employed for services spe- cifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's em- ployees incurred in discharge 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. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agree- ments approved by OWNER with the advice of ENGI- NEER, and the costs of transportation, loading, unload- ing, installation, dismantling and removal thereof —all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable. imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. I 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: 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 1.6.2.3. 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 11.4 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 I I I Li I I .1 I E I I I I I I 11 I I I H Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be fur- nished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: • 11.8.1. the allowances include the cost to CONTRAC- TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. 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 will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifica- tions of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each sepa- rately identified item. 11.9.3. OWNER. or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article II if: (Replacement; Sg" of l�7d 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRAC- TOR is entitled to an increase in Contract Price as a result � of having incurred additional expense or OWNER be- ,.. Neves that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 —CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGI- NEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRAC- TOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather condi- tions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRAC- TOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of CONTRACTOR, or (ii) I 35 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. 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 36 I 1 I I I I I I I I I I 11 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 Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. 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: (i) 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 defective, 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 corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such re- moval and replacement (including but not limited to all costs of repair or replacement of work of others) will be 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 all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or re- moval and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGI- NEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with 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- TRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall pro- 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 related thereto, take possession of CONTRACTOR's tools, appliances, construc- tion equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site orfor which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER. OWNER's representatives, agents and employees. OWNER's other con- tractors and ENGINEER and ENGINEER's Consultants ac- cess to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article II. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replace- ment of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE II PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and I 37 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 OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. 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. /Try sentence;. SC -14.4) 14.5. ENGINEER's recommendation of any payment re- quested in an Application for Payment will constitute a repre- sentation by ENGINEER toOWNER, 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. 1 1 1 I I I I I 1 L I L I im I 14.7.6. Liens have been filed in connection with the ENGINEER in writing prior to ENGINEER's, issuing the Work, except where CONTRACTOR"has delivered a "'' "defihitive certificate of Substantial Completion. ENGINEER's specific Bond satisfactory to OWNER to secure the aforesaid recommendation will be binding on OWNER and satisfaction and discharge of such Liens, CONTRACTOR until final payment. I I I I I I 7 I I I I I I 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 15.2.4 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 shall 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 Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work sub- stantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Com- pletion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections. ENGINEER concludes that the Work is not substantially complete. ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, EN- GINEER considers the, Work substantially complete. ENGI- NEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Sub- stantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pend- ing final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utili- ties, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform 14.9. OWNER shall have the right to exclude CONTRAC- TOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Uhliuuion: 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 be 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 following: 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- 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 part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially 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 be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. FinalInspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete. ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all I 39 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 OW NER 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 15 —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: m 11 I 1 I 1 I 1 I 1 I C L 1 I I 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (in- cluding, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regula- tions of any public body having jurisdiction; 15.2.2. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any sub- stantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any,) seven days' written notice and to the extent permit- ted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materi- als and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored eisewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and dam- ages exceed such unpaid balance. CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGI- NEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so ter- minated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER. OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effec- tive date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Docu- ments in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 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 fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agree- ment and recover from OWNER 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 all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CON- TRACTOR from making claim under Articles II and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRAC- TOR's stopping Work as permitted by this paragraph. ARTICLE 16 —DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement:' to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11, and 9,12. OWNER and CONTRACTOR may exercise 41 such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE I7 -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 meazured 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 the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 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.] 42 1 EXHIBIT GC -A to General Conditions of the • Agreement Between OWNER and CON- TRACTOR Dated i For use with EJCDC No. 1910-8 (1990 ed.) I I I I I I I I I DISPUTE RESOLUTION AGREEMENT 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 be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding 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 ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten- day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of 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 be 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 are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and 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 be final, judgment may be entered upon it in any court having jurisdic- tion thereof, and it will not be subject to modification orappeal. (The remainder of this page was left blank intentionally.] I GC -Al II u 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, dis- putes and other matters 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- GC -A2 Lion 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 1 1 I ' TABLE OF CONTENTS Ii OF SUPPLEMENTARY CONDITIONS ' Paae SC -1 Definitions and Abbreviations ....................... SC -1 SC -2 Preliminary Matters . . . . . ........ SC -2 ... SC -5 Bonds and Insurance ...... ... ..... SC -3 SC -6 Contractor's Responsibilities SC -6 I 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 -10 SC -13 Tests and Inspections; Correction, Removal or Acceptance of Defective Work SC -11 SC -14 Payments to Contractor and Completion ................. SC -11 1 1 1] I Ii :1 SC-i i ISupplementary Conditions 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 words "OWNER" and "City" shall mean the City of Fayetteville, Arkansas, acting through its duly authorized representatives. The words "City Council" shall mean the City Council of Fayetteville, Arkansas, the duly elected or appointed governing body of the City of Fayetteville. The words "Mayor" and "City Clerk" shall mean, respectively, the Mayor and City Clerk of the City of Fayetteville, Arkansas. The words "City Attorney" shall mean the City Attorney 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 for this Work. 1 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 a part thereof, and also such Supplementary Drawings as the ENGINEER may issue from time to time in order to clarify the Drawings, or for the purpose of showing changes in the Work as authorized under the section "Modifications and Alterations," or for showing details which are not shown thereon. The term "grade" used in these Specifications is understood to refer to and indicate the established elevations of the paving, flow line of sewers or other appurtenances as shown on the Plans on file in the office of the official designated in the "Advertisement for Bids." 1 SC -1 Supplementary Conditions I Whenever the following abbreviations are used, they shall have the meanings given below: II 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 1 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: I SC -2 1 Supplementary Conditions it 1 1 SC -2.2 Copies of Contract. Not less than six copies of the bound volumes of the proposal, Contract and stipulations shall be preparedeach 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 -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 by 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). 1 I I SC -5.4 CONTRACTOR'S Liability Insurance Add the following paragraphs immediately after the respective paragraphs contained in 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: 2) Applicable Federal (e.g. 3) Employer's Liability: $ 100,000 Statutory Longshoreman's): Statutory 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 -3 Supplementary Conditions I 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 1 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 indemnify and save harmless the OWNER and ENGINEER from and against all losses and claims, demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against them by reason of any omission or act of the CONTRACTOR, his agent or employees in the execution of the Work or in the guarding of it. The CONTRACTOR shall obtain in the name of the OWNER and. ENGINEER (either as co-insured or by 1 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 theseS 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 SC -4 Supplementary Conditions 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 shall 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 1 against all loss during the cowse 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: ' 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 -5.1 0 Delete paragraph 5.10 of the General Conditions in its entirety. SC -5.12 Receipt and Application of Insurance Proceeds. Delete paragraph 5.12 of the General Conditions in its entirety. ' SC -5.13 Delete paragraph 5.13 of the General Conditions in its entirety. SC -5.14 Acceptance of Bonds and Insurance. Delete paragraph 5.14 of the General , Conditions in its entirety. SC -5 Supplementary Conditions I SC -6 CONTRACTOR'S RESPONSIBILITIES I. 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.• SC -6.14 Laws and Regulations. Add a new paragraph immediately after 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 SC -7.5 Separate CONTRACTOR Claim. Add anew paragraph immediately after paragraph 7.4 of the General Conditions which shall read as follows: SC -7.5. Should CONTRACTOR cause damage to the Work or property of any separate contractor at the site, or should any claim arising out of CONTRACTOR'S performance of the Work at the site be made by any separate contractor against CONTRACTOR, OWNER or ENGINEER, or any other person, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor cause damage to the Work or property of CONTRACTOR or should the performance of Work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not • institute any. action, legal or equitable, against OWNER or ENGINEER or permit any action against any of them to be maintained and continued in SC -6 Supplementary Conditions 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 .i 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: ' Resident Promect 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 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. 1 SC -7 Supplementary Conditions 1 3) Liaison. 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 ano I ests. 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 whonever RPR believes than any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR•believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c) Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. d) Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the. results of these inspections and report to ENGINEER. 6) Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit 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. SC -8 I I 1 I Supplementary Conditions I dI I I I 1 1 1 I 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 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 I SC -9 Supplementary Conditions i 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 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: 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 El I Supplementary Conditions Hi li SC -13 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. SC -14 PAYMENTS TO CONTRACTOR AND COMPLETION SC -14.4 Review of Applications for Prowess Payment. Delete the last sentence of paragraph 14.4 of the General Conditions and replace with the following: After the required internal reviews and processing by the OWNER, the OWNER will diligently proceed to make payment to the CONTRACTOR, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the OWNER cannot guarantee the 30 days maximum time. I I I Ii 11 SC -11 I I Section 01000 Project Requirements II II TECHNICAL SPECIFICATIONS Water System Improvements Phase II - Highway 45 East Area CONTRACT SECTION II GULLEY ROAD PUMP STATION For the City of Fayetteville, Arkansas Plans No. Fy-268 Dated February, 1998 PROJECT REQUIREMENTS A. SCOPE OF WORK The work to be done under this contract is as shown on the Plans and as provided for in these Specifications, and shall include the furnishing of all materials, equipment, tools and supplies and performing all labor in the construction of work generally as follows: The construction of a potable water booster pump station, which includes three 20 Hp horizontal split -case pumps, all valves, pump control valves, meters, piping, electrical, instrumentation, sitework, paving, fencing, cleanup and seeding, and the construction of a masonry building to house the pumping equipment, and all other necessary appurtenances for a complete and operational facility. • B. LANDS AND RIGHTS -OF -WAY The work to be performed under this contract shall be on lands owned by the City of Fayetteville, Arkansas. C. ENTRANCE ROAD MAINTENANCE The Contractor shall, during the contract time period (during actual field construction), construct and maintain the entrance road to the site as required for construction vehicles, equipment haulers, concrete trucks, etc. The Contractor shall maintain the entrance road to fully meet the requirements of the Contract Documents throughout the contract time period. This maintenance includes the furnishing of such additional aggregate base course and asphalt as required to keep the road substantially free of ruts, potholes, etc. All costs • associated with this requirement shall be paid for by the Contractor. I 01000-1 Section 01000 I. Project Requirements 1 D. CONSTRUCTION STAKING The Contractor shall furnish, without charge, competent men from his force and such 1 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. E. STORAGE OF MATERIALS Materials shall be stored so as to ensure the preservation of their quality and fitness for 1 the work. When directed by the Engineer, they shall be placed on a wooden platform or other hard, clean surfaces and not on the ground, and shall be placed under cover when '. directed. Stored materials shall be located so as to facilitate prompt inspection. F. SAFETY 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, the agency shall 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. G. SUNDAY. HOLIDAY AND NIGHT WORK Unless otherwise specified, 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, or in case of work which must be performed during periods of minimum water usage by water customers. H. MONTHLY ESTIMATES AND PAYMENTS On or about the last Friday of each month.the Engineer will make an approximate estimate of the value of the work done and materials furnished in place on the work during the previous calendar month. He will also include the cost value of freight for equipment and materials readily accounted for, but not such items as cement, aggregate,. lumber, nails and miscellaneous items. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Contractor the 01000-2 Section 01000 Project Requirements I1 amount of such estimated value of materials furnished and work done during said previous calendar month, less retainage as provided by state law. 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. CONNECTIONS TO EXISTING FACILITIES Unless otherwise specified or indicated, Contractor shall make necessary connections to existing utilities such as water, sewer, telephone and electric. In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking connections. 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. J. TEMPORARY FACILITIES 1. Offices at Site of Work. During the performance of this contract, the Contractor shall maintain a suitable office at the booster station site 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 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 Contractor's office at the site of the work and available for use at all times. 2. 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. 3. Electric Power. The Contractor shall provide all power for heating, lighting, operation of Contractor's plant or equipment, or for any other use by Contractor. Temporary heat and lighting shall be maintained until the work is accepted. 4. Telephone Service. The Contractor shall make all necessary arrangements with the telephone utility for the telephones in the offices at the site, and shall pay all charges therefor. 1 5. Sanitary Facilities, The Contractor shall furnish temporary sanitary facilities at the site, as provided herein, for the needs of all construction workers and others performing work or furnishing services on the project. 01000-3 Section 01000 Project Requirements Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically -treated type are used, at least one toilet will be furnished for each 20 workers. The Contractor shall enforce the use of such sanitary facilities by all personnel at the site. K. TREE AND PLANT PROTECTION All trees and other vegetation which must be removed to perform the work shall be removed and disposed of by 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. L. SECURITY The Contractor shall be responsible for protection of the site, and all work, materials, equipment and existing facilities thereon against vandals and other unauthorized persons. No claim shall be made against the Owner by reason of any act of an employee or trespasser, and the Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, watchman services, and other measures as required to protect the site. M. PARKING The Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the project, as required, to avoid any need for parking personal vehicles where they may interfere with Owner's operations or construction activities, or normal traffic movement on public roads, or parking by City employees. N. DUST CONTROL The Contractor shall take reasonable measures to prevent unnecessary dust. Earth. surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. Dusty materials in piles or in transit shall be covered when practicable to prevent blowing. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected. Existing or new machinery, motors, instrument panels or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be 01000-4 I IT I Section 01000 Project Requirements Ii included with dust screens. O. TEMPORARY DRAINAGE PROVISIONS The Contractor shall provide for the drainage of stormwater and such water as may be • applied 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. P. 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. Q. POLLUTION CONTROL The Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris and other substances resulting from construction activities. No sanitary wastes will be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris or other substance will be permitted to enter sanitary sewers, and reasonable measures will be taken to prevent such materials from entering any drain or watercourse. 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. R. ABBREVIATIONS AND SYMBOLS r Abbreviations and symbols used in these Specifications are described in the Supplementary Conditions, Article SC -1. I 01000-5 Section 01000 , Project Requirements S. CLEANUP During construction, the Contractor shall keep the construction area in a clean, neat and 1 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. T. WATER SHUT -DOWN AND BOIL ORDERS FOR CONTRACTOR WORK This is the procedure to be followed any time the Contractor must shut down water to any customers serviced by the Fayetteville water system. First, shutting down water to any customers for a planned job shall be avoided whenever possible. All possible efforts must be made to keep water flowing to all customers. If the shutdown involves hospitals, health facilities, schools, food service establishments, day care centers, industries, and other water -critical facilities, temporary water service must be provided at the Contractor's •or developer's expense. In the event that water must be shut off to a customer, each customer shall be notified no later than 72 hours (or three working days, whichever is longer), in advance with a form provided by the Water and Sewer Maintenance Superintendent. A copy of. this form is attached at the end of this Section 01000. The Contractor is responsible to hand-out these advance notices to each customer who will be out of service after specific coordination with the Water and Sewer Maintenance Department. The Owner reserves the right to establish the day and time for the water shutdown. This may include, but is not limited to, requiring that the shutdown take place at the time of minimum usage for the customers, and will frequently be late night and/or weekend work. Whenever possible, the Owner would like to have the work performed no later in the week than Wednesday, so the Owner may have the boil order results back in the same week as the work is performed. Steps of the process are as follow: Identify the potential need to shut down the water. I 01000-6 Section 01000 Project Requirements I 2. Coordinate with the Water and Sewer Department to identify exactly what addresses will be impacted and what valves must be operated. Jointly ensure that all of these valves are in proper working order. 3. Meet with the following to ensure all parties are involved and fully aware of the project and what is involved. This meeting will normally be held at the City Engineer's office at least four working days prior to the shutdown. The following persons must attend: the designing Engineer (or his representative), the Contractor, the City's engineering inspector, and a representative of the Water and Sewer Department. The Engineer or Contractor must bring with them the list of • addresses to be affected. They must also have detailed plans for the work to be performed and plans for any temporary water services to be provided. Coordination must be made with each critical water user prior to this meeting. r, Points of contact (names and telephone numbers) for each must be on the list. 4. Hand out notices to the customers three working days in advance. Each individual address that is notified must be written down, and a copy of the list must be delivered to the Water and Sewer Department within two working hours of the notices being distributed. This list should exactly match the list identified in advance, per paragraph 3 above. If apartments or other multi -dwelling structures are involved, notice must be delivered to each individual residence. Legally, notices cannot be put in mailboxes. 5. Confirm with both Engineering and Water and Sewer Departments no later than 10:00 a.m. the day prior to the work being performed to confirm inspection and valve operation. [Engineer/Contractor] 6. Perform the work. 7. Notify Water and Sewer Department when finished with job, so they can take water samples for the boil order. 8. Issue boil order releases when sample results are returned. The Contractor is responsible to issue the releases within four hours of their return, under supervision of one Water and Sewer employee. [Attached at the end of this Section 01000 are two separate notices which may have to be distributed. The first is for water pressure reduction, when no boil order will be required. The second is when a boil order will be required. The decision of which is required will be made in the meeting at City Engineer's office (paragraph 3 above).] END OF SECTION 1 01000-7 FAYETTEVI LLE EXAMPLE I NOTICE TO THE CUSTOMER Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer listed below, must shut the water off to your business or residence. The water will be off as follows: I. DATE TURNED OFF (approximate): TIME TURNED OFF (approximate): TIME TURNED ON (approximate): If you need to draw up water for use, please due so before this time. THE CITY OF FAYETTEVILLE, ARKANSAS BOIL ORDER Once your water has been turned back on, the State Health Department requires that we ask that you boil your cooking and drinking water for 5 minutes until you receive notice that the boil order is lifted. The boil order will be in effect until the water has been tested and approved by the State Health Department. The results should be known in 5 to 7 days. You will be notified via letter on your door as soon as the Water/Sewer Department receives approval from the Health Department. This boil order is a precautionary requirement. The chances of contamination in your water are slight, but we must publish the boil order as a precautionary safety measure and to meet State regulations. If you have any questions, please call one of the following: Engineer: Naaa/coapany Phone Contractor: Name/company Phone Thank you for your patience and consideration. DAVID JURGENS Water & Sewer Maintenance Superintendent 575-8386 PAM\C:\APP\WPDATA\BOIL-CON. LTR 113 WEST MOUNTAIN 72701 S01-521-7700 FAX 501-575-8257 Section 01025 I 1 11 li I1 I It I I Measurement & 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 various items of the Bid as hereinafter set out. Item 1 - Water Pump Station Payment for Water Pump Station 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 construction of a potable water booster pump station, which includes three 20 Hp horizontal split - case pumps, all valves, pump control valves, meters, piping, instrumentation and control, electrical, sitework, paving, cleanup and seeding, and the construction of a masonry building to house the pumping equipment, and all other necessary appurtenances for a complete and operational facility. 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. 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 1 01025-1 Section 01301 Schedules TECHNICAL SPECIFICATIONS SCHEDULES A. 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. 1. Sitework. Provide a breakdown of costs for general site earthwork and grading, seeding, drainage structures and piping, asphalt paving, fencing, and other related items. 2. Yard Piping. Provide a breakdown of costs per size and type of piping and valves for all piping outside of structures. Costs shall include materials, excavation, bedding, installation, and related work. 3. Pump Building. Provide a breakdown of costs for reinforced concrete, structural steel, roofing, doors, painting, piping and valves, HVAC, and other related items of work. 4. Electrical. Provide a cost breakdown for all electrical equipment and installation jincluding motor control center, disconnects, conduit, wiring, panels, transformers, lighting, and other related items of work. B. CRITICAL PATH SCHEDULE The Contractor shall show various phases of work to be performed, submittals, materials and equipment orders, receipt of materials and equipment, manpower, skills, and equipment required, and completion dates of various phases of work to be performed for completion of the project. With reference to paragraphs 2.6 and 2.9 of the General Conditions, the Contractor shall have submitted all approvable critical path scheduling at least ten days before submission of the first application for payment. On the last Friday of each month, the Contractor shall submit to the Engineer critical path progress status reports and revised schedules as required to show completion of the I project. END OF SECTION I 01301-1 Section 01312 Sequence of the Work I1 li Ii TECHNICAL SPECIFICATIONS SEQUENCE OF THE WORK A. GENERAL After the contracts, 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 Times will commence. The Contractor shall complete the contract within the Contract Times set out in the Agreement. B. EXECUTION This project involves additions and modifications to an existing, operating water distribution system which must comply with state and federal requirements for drinking water. As a result, it will be necessary for the Contractor to schedule, with the Owner, the time for initiation of operation of any specified modifications, alterations and/or additions to the existing facilities. All existing valves and equipment will be operated by Fayetteville Water Department personnel. The Contractor shall cooperate in all respects with the Fayetteville Water Department personnel during the construction of the new facilities. C. COORDINATION OF WORK Two additional contract sections (Contract Section I - Lines, and Contract Section III - Elevated Storage Tank) are being constructed during the timeframe of this contract section. The Contractor under this contract section shall coordinate his work with the contractors under Contract Sections I and Ill, as applicable. Certain electrical connections are to be made under this contract section which require coordination with the Contract Section I contractor. These connections are shown on the Plans. Pumps shall not be load tested until the work under Contract Sections I and Ill is I substantially complete, and the system can be operated as a whole. END OF SECTION 01312-1 Section 01335 Submittals I I •/ TECHNICAL SPECIFICATIONS SUBMITTALS A. GENERAL The Contractor shall submit a minimum of five copies of the equipment proposed to be furnished on the project. Any items not in compliance with the Specifications shall be noted on the submittals. B. NON -SPECIFIED MATERIALS OR EQUIPMENT Any equipment submitted other than that specified, which requires additional work to be performed, shall be noted by the Contractor prior to submittal. The cost of any additional work required shall be borne by the Contractor. C. COORDINATION OF WORK The Contractor shall allow two weeks for initial review by the Engineer. The Engineer I may withhold action on any submittal which requires coordination with other submittals until such submittals are received. IEND OF SECTION I Ii I. 01335-1 Section 01660 Testing & Certifications TECHNICAL SPECIFICATIONS TESTING A. GENERAL The Contractor shall be responsible for and shall pay all costs associated with any Inspection or testing required in connection with Owner's or Engineer's acceptance of materials or equipment incorporated in the work, as provided for in Article 13 of the General Conditions. B. CERTIFICATES OF COMPLIANCE The Contractor shall be responsible for furnishing to the Engineer materials and equipment manufacturers' duty sworn certificates of compliance with all requirements and provisions of applicable standards such as, but not limited to, AWWA, ASTM, ANSI, AASHTO, AHTD, or others for all materials and equipment delivered to this project. C. SPECIFIC REQUIREMENTS Specific requirements for testing and certificates of compliance are set forth in the Technical Specifications for each item of work. END OF SECTION .1 II 01660-1 Section 01800 0 & M Manuals TECHNICAL SPECIFICATIONS OPERATION AND MAINTENANCE MANUALS It LI A. OPERATION AND MAINTENANCE DATA 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 furnished. 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. 9. Other pertinent information. IIIB. EQUIPMENT Operation and maintenance manuals shall be prepared for the following. 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. Specification Section Type of Equipment s 02640 02640 02640 (continued) 11 Blow -Off Valves Air Release Valves Combination Air ReleaseNacuum Valves 01800-1 Section 01800 O & M Manuals Specification Section Type of Equipment 02640 02640 02640 02640 11106 15500 15500 16411, 16421, 16470 16480, 16620 C. FORMAT Pump Control Valves Water Meters Pressure Gauges Gate Valves Horizontal Split -Case Centrifugal Pumps Exhaust Fans Wall Heat Pump Electrical Equipment Electrical Equipment 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. D. MANUALS 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, and 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. All 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. END OF SECTION I tl fl I 1 01800-2 Section 02100 Site Preparation II 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, 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. 1. Clearing Limits. Clearing limits are noted on the Plans. Only areas within the clearing limits will be cleared. Trees designated on the Plans to be protected that are within the clearing limits will be protected during construction. Dirt or debris shall not be placed against the base of the tree. 2. Replacement. The Contractor, at his own expense, shall replace any trees damaged during construction inside the clearing limits, if such trees have been designated to be protected. The Contractor, at his own expense, shall replace any trees outside the clearing limits which are damaged during construction. B. MATERIALS AND EXECUTION Clearing and Grubbing. The construction areas should be cleared of all obstructions and vegetation not specifically noted to be protected. Existing electrical services shall be relocated in accordance with the Plans. 2. Topsoil Removal. Prior to the commencement of construction, the site should be cleared of all vegetation in construction areas. After the site is cleared, all topsoil should be stripped from the site and an adequate amount stored (4 inch minimum thickness) for reuse on the site for final seeding, sodding, or landscaping. Excess topsoil may be used on embankment slopes or excavated slopes after final compaction of the embankment material or backslopes. No topsoil shall be placed in areas to receive pavement, sidewalks or structures. Topsoil shall not be used in areas that will support embankments, structures, or pavements. 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 02100-1 Section 02100 Site Preparation working space and clearances for the work to be performed therein and for installation and removal of concrete forms. I Undercutting will be required to remove moisture -sensitive soft and wet upper -level silty soils to obtain a stable subgrade prior to construction of structures or embankments, especially during and following wet periods. The amount of material to be undercut will vary with the season of the year, with less undercutting anticipated during the dry seasons of the year. Also, the likely uncontrolled fills should be removed and replaced in areas which will support loads. It is likely that variations in undercut depths will occur between various locations. 1 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. 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 aroaosed improvements. modifications and renovations shall be included in the lump sum bid item. No additional payment for rock shall be made 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 areshown on the Grading Plan. 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. 02100-2 • Section 02100 Site Preparation 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 provide protection for workmen and the work, and to provide protection for existing structures and facilities. Sheeting, bracing and shoring shall be designed in accordance with OSHA requirements 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 I 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 and replaced with suitable • select material. Loose and soft soil areas requiring undercutting shall be identified by probing and proof -rolling. Probing shall be performed by a Geotechnical Engineer or his designated representative and in conjunction with the proof - rolling. The proof -rolling, if necessary, shall be done with a dual -tired, tandem axle dump truck loaded to a gross weight of approximately 20 tons. • Soils which are observed to offer little resistance to the probe or rut/deflect excessively under the moving load should be undercut and replaced with properly compacted embankment. 1 02100-3 Section 02100 Site. Preparation Following completion of the stripping and undercutting operations, the subgrade shall be prepared prior to the placement of any fill. The exposed subgrade, if it is loose, soft, or lacks uniformity, shall be scarified to a depth of 6 inches. If the slope ratio of the subgrade is steeper than 5 horizontal to 1 vertical, the subgrade shall be stepped or benched appropriately prior to scarifying to ensure keying of fill material into the existing subgrade. The scarified subgrade shall be disked and/or bladed until it is uniform and free of large clods or chunks. 5. Embankment and Fill Material. Embankments for roadway, and structural or engineered fills under or within structures or foundations shall be constructed of suitable select material obtained from the site or an approved imported fill. Fill material shall be free of trash, organic matter and other deleterious materials. The fill shall not contain rocks larger than 4 inches in size. Imported select material for backfill of structures and under pavements shall consist of select clayey sand (SC), sandy clay (CL), clayey gravel (GC), or an approved equivalent.. Fill shall be placed in 8 inch loose lifts and compacted to 95 percent maximum standard Proctor density (ASTM D-698) with a water content range of 2 percent below to 3 percent above optimum. Compaction test shall be taken on each completed lift of fill to verify compaction. When the tests indicate that the density of any area or lift is below the required density or beyond the specified moisture contents, the failing portion should be reworked and then retested until the results are within specifications. The fill shall be placed in uniform level lifts not to exceed 8 inches and compacted. Each lift shall be evenly spread and thoroughly mixed during the spreading to ensure uniformity of the material and moisture distribution. throughout. the lift. Compaction should be to a minimum of 95 percent of the maximum dry density as determined by the standard Proctor test. Also, the moisture content shall be controlled to within 2 percent below optimum to 3 percent above optimum. When the subgrade is frozen, thawing or during unfavorable weather conditions filling and compaction operations should be suspended. If the work is interrupted by heavy rains, freezing weather, or other unfavorable weather conditions some near surface soils may have to be removed and/or reworked. Additional_ subgrade preparation should not be resumed until tests indicate that the moisture content and density of the previously prepared material are within specification. 6. Grading. 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 1 02100-4 : .. : Section 02100 Site Preparation the indicated finished grade to allow for:the placement of gravel base. ,� c. Asohalt Paved Areas. Areas shown on the Plans to be asphalt surface with gravel base shall be graded to a point no higher than 8 inches below the indicated finished grade to allow for the placement of the pavement section. • d. Area Within Building Foundation. The area shall be graded to a point • below the finished floor grade to allow for placement of 4 inches of compacted base under all building slabs. 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. 9. Drainage Fill. Drainage fill, where shown on the Plans, shall be a washed, evenly graded mixture of crushed stone, or crushed or uncrushed gravel, ASTM D448, coarse aggregate grading size 57, with 100 percent passing a 1-1/2 inch sieve and not more than 5 percent passing a No. 8 sieve. • 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. The field density and moisture content tests shall be spaced such that each test represents approximately 5,000 square feet per lift or 100 feet of roadway and with not less than three tests per lift. All costs associated with laboratory and field density testing, Proctor and other geotechnical soil testing, probing and identification will be at the Contractor's expense and included in the lump sum bid. IEND OF SECTION t 02100-5 I Section 02460 II TECHNICAL SPECIFICATIONS HOT -MIXED ASPHALT PAVING A. GENERAL Hot -Mixed Asphalt Paving 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. New paving as well as existing pavement damaged or removed during construction shall be in accordance with these Specifications. B. MATERIALS ' 1. Base Course. Base course material shall be as specified in Section 2461 of these Specifications. 2. 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 1. 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 square 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. 1 2. 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. I. 02460-1 Section 02460 Hot -Mixed Asphalt Paving 3. Cost of Testing. One test per 500 square feet of parking area or driving surface shall be made. The cost of all density testing shall be borne by the Contractor and included in the lump sum bid. END OF SECTION 02460-2 Section 02461 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 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 1996, 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). J 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 I 1 eI 02461-1 Section 02640 I C H Ii II I1 I I I 't II I I Pump Sta. Piping, Fittings, Valves, Appurtenances TECHNICAL SPECIFICATIONS BOOSTER PUMP STATION PROCESS 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 pump station piping, fittings, valves, and other appurtenances of the type required as shown on the Plans and hereinafter specified. B. MATERIALS - PIPE AND PIPE FITTINGS Ductile Iron Pipe - General. Piping for special purposes shall be as noted on the Plans or as specified elsewhere in these Specifications. Raw and finished water piping, except as noted otherwise, shall be ductile iron pipe. All bolts, fasteners, etc. for connecting valves, fittings or other appurtenances in subaqueous conditions shall be stainless steel of adequate strength and size for the respective situation. a. Ductile Iron Pipe and Ductile Iron Pipe Fittings with Push -On or Mechanical Type Joints (Outside Pining). 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.1 .b of this Specification. 1) Ductile Iron Pipe (3 Inch Through 64 Inch). All ductile iron pipe furnished with either push -on or mechanical type joints shall conform to the requirements of "Thickness Design of Ductile Iron Pipe," ANSI/AWWA C150/A21.50, latest revision, and "Ductile Iron Pipe, Centrifugally Cast, for Water," ANSI/AWWA C151/A21.51, latest version. All pipe shall be minimum Special Class 50. 2) Ductile Iron Pie Fittings D' through 64 Inch). All fittings 3 inch through 24 inch and 54 inch through 64 inch shall be ductile iron fittings and shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for "Ductile Iron Compact Fittings, 3 In. Through 24 In. (76 mm through 610 mm) and 54 In. Through 64 In. (1400 mm through 1600 mm), for Water Service' All fittings shall have a minimum pressure rating of 250 psi, and shall be "Made in U.S.A." 1 02640-1 Section 02640 Pump Sta. Piping, Fittings, Valves, Appurtenances b) Ductile Iron Pipe Fittings (30 Inch Through 48 Inch). All fittings 30 inch through 48 inch shall be ductile iron fittings and shall conform to the requirements of ANSI/AWWA C110/A21.10, latest revision, for "Ductile -Iron and Gray -Iron Fittings, 3 In. Through 48 In. (75 mm through 1200 mm), for Water and Other Liquids' 3) 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 conformance with "Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings,' ANSI/AWWA C111/A21.11, latest revision. 4) Restrained Joints. All fittings shall be mechanical joint type. ' Mechanical joint restraint shall be incorporated into the design of the follower gland.. The restraining mechanism shall consist of individually actuated wedges that increase their resistance to pull-out as pressure or external forces increase. The device shall be capable of full mechanical joint deflection during assembly and the flexibility of the joint shall be maintained after burial.. The joint restraint ring and its wedging components shall be made of Grade 60-42-10 ductile iron. conforming to ASTM A536-84. The wedges shall be ductile iron heat -treated to a minimum hardness of 370 BHN. Dimensions of the gland shall be such that it can be used with ' the standardized mechanical joint bell conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21.53 of the fl latest revision. Torque limiting twist -off nuts shall be used to ensure proper actuation of the restraining wedges. The mechanical joint restraint shall be available in the 3 through 48 inch sizes. They shall have a rated working pressures of 350 psi in sizes 16 inch and smaller, and 250 psi in sizes 18 inch through 48 inch. The devices shall be listed by Underwriters Laboratories up through the 24 inch size and approved by Factory Mutual up through the 12 inch size. The restraint shall be the Series 1100 Megalug restraint as produced by EBAA Iron, Inc. . 5) Polyethylene Encasement. All buried pipe and fittings shall have polyethylene encasement in conformance .to ANSI/AWWA C105/A21.5. latest revision, "Polyethylene Encasement for Ductile - Iron Pipe Systems." The polyethylene film shall have a minimum nominal thickness. of .008 inch (8 mils), and shall be provided in either flat tube or sheet form, at the option of the Contractor. b. Ductile Iron Pipe and Ductile Iron Pipe Fittings with Flanged Tyge-Joints (Inside Structure Walls): 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. ' 02640-2 : I Section 02640 I Pump Sta. Piping, Fittings, Valves, Appurtenances 1) Ductile Iron Pipe. All flanged pipe furnished on this project shall be ductile iron pipe in conformance with the requirements for "Flanged Ductile Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges," ' ANSI/AWWA C115/A21.51, latest revision, and to the applicable requirements of ANSI/AWWA C151/A21.15, "Ductile -Iron Pipe, Centrifugally Cast for Water," latest revision. The pipe shall have ' a minimum rated pressure of 250 pounds per square inch. 2) Ductile Iron Pipe Fittings. All flanged fittings shall be Ductile Iron ' fittings in conformance with the requirements of ANSI/AWWA C110/A21.10, "Ductile -Iron and Gray -Iron Fittings, 3 In. Through 48 In. (75 mm through 1200 mm), for Water and Other Liquids," 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. 3) Bolts and Gaskets for Flanged Pipe and Pipe Fittings. Bolts and gaskets shall meet the requirements of ANSI/AWWA C115/A21.51 and ANSI/AWWA C110/A21.10, latest revisions. Gaskets shall be rubber, 1/8 inch thick, full face. 4) Pipe Bosses. Bosses shall be provided on pipe as shown on the Plans. Where the working pressure 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. c. Inside Coatings. All ductile iron pipe shall receive the following interior lining: 1) Water Pipe. All ductile iron pipe and ductile iron pipe fittings shall have a standard thickness cement mortar lining in conformance to ANSI/AWWA C104/A21.4, "Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water," except where noted otherwise. d. Outside Coating. All ductile iron pipe shall have either a bituminous exterior coating, or shall be delivered to the site factory cleaned and primed ' as set out below. 1) 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 Tnemec Series 140-1211 Pota-Pox Plus. See Section 09800 of these Specifications. 02640-3 Section 02640 ' Pump Sta. Piping, Fittings, Valves, Appurtenances 2) 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. e. Polyethylene Encasement. All buried pipe and fittings shall have polyethylene encasement in conformance to ANSI/AWWA C105/A21.5, latest revision, "Polyethylene Encasement for Ductile -Iron Pipe Systems." The polyethylene film shall have a minimum nominal thickness of .008 inch (8. mils), and shall be provided in either flat tube or sheet form, at the option of the contractor. 2. Galvanized Steel Pipe and Fittings a. Galvanized Steel Pipe. Threaded and flanged fitting pipe as shown on the• Plans shall be unlined Schedule 80 steel pipe and shall conform with the requirements of ASTM A120-82 and ASTM A53 where applicable, latest• revision, and be galvanized in accordance with ASTM Specification A90-81, latest revision. • b. Galvanized Steel Pipe Fittings. Threaded fittings for galvanized pipe shall be galvanized in conformance with ASTM Specification A90-81, latest revision. The fittings shall be Schedule 80 steel, compatible with the pipe. C. MATERIALS - VALVES 1. Gate Valves - General. All gate valves shall conform to the requirements of ' AWWA C509, latest revision, for "Resilient Seated Gate Valves for Water Supply Service," latest revision, and shall be. designed for 200 psi working pressure. The interior of the valve shall have a protective interior coating in compliance with • AWWA C550, latest revision, for "Protective Interior Coatings for Valves and Hydrants." The valve shall be .tested in accordance with AWWA C509, "Protective Epoxy Interior Coatings for Valves. and Hydrants," latest revision. - The manufacturer shall furnish to the Engineer prior to delivery, an affidavit stating that the valve and all materials used in its construction conform to the requirements of AWWA C509 and AWWA C550, latest revisions, and that all tests specified therein have been performed and that all test. requirements have been met. 02640-4 H Section 02640 H H H 1 I I II H I I I if Pump Sta. Piping, Fittings, Valves, Appurtenances a. Outside Service (Buried 4. 6. 8 and 10 Inch) 1) Model: Mueller Resilient Seat A2370 Series, non -rising stem, or equal. 2) Pressure: 200 psig working pressure; 400 psig test pressure. 3) Joint Type: Mechanical joint ends in compliance with ANSI/AWWA C111/21.15, unless noted otherwise on the Plans. 4) Construction: Iron body and disc, epoxy coated interior, disc seat to be replaceable steel reinforced rubber. Exterior coating suitable for direct burial. 5) Method of Operation: 2 inch square operating nut. 6) Opening: Open left (counterclockwise). 7) Valve Box and Appurtenances: All buried valves shall be equipped with iron valve boxes, Clow F2450, 5-1/4 inch shaft diameter, or equal, consisting of base, extension, and cover. All valves with greater than 6 foot bury shall be equipped with a permanent extension stem, extending to the ground with operating nut. The covers shall be marked "WATER.• b. Inside Service (Exposed 4. 6. 8 and 10 Inch) 1) Model: Mueller Resilient Seat A2370 Series, non -rising stem, or equal. 2) Pressure: 200 psig working pressure; 400 psig test pressure. 3) Joint Type: Flanged, end dimensions and drilling comply with ANSI 816.1, Class 125. 4) Construction: Iron body and disc, epoxy coated interior, disc seat to be replaceable steel reinforced rubber. 5) Method of Operation: Handwheel. 6) Opening: Open left (counterclockwise). 2. Pressure Relief Valves. Pressure relief valves, where shown on the Plans, shall be Clayton Model 50-01 pressure relief valve as manufactured by Cla-Val Company. The valve body and cover shall be ASTM A-536 ductile iron with bronze trim. The valve shall be a globe -type valve with 150 pound flanges and shall be pressure class 250. The valve shall be globe -type with a minimum pressure class of 250. The valves shall be factory set for a high pressure of 150. Sizes shall be as shown on the Plans. 3. Air Release Valves. Air release valves, where shown on the Plans, shall be Model 50 as manufactured by APCO Valve and Primer Corporation. The valves shall have cast-iron bodies, stainless steel floats, and Buna-N seats, and they shall be provided with shutoff valves. The valves shall have a 3/32 inch orifice with a 1/2 inch threaded connection and a 1/2 inch isolation valve. 1 4. Combination Air ReleaseNacuum Valves. Combination air release/vacuum valves, where shown on the Plans, shall be Model 143C as manufactured by •1 02640-5 Section 02640 1 Pump Sta. Piping, Fittings, Valves, Appurtenances ' APCO Valve and Primer Corporation. The valves shall have cast-iron bodies, stainless steel floats, and Buna-N seats, and they shall be provided with shutoff valves. The valves shall have a 1 inch threaded connection and a 1 inch isolation valve. 5. Pump Control Valves. Pump control valve(s) shall be provided in the size(s) indicated on the Plans for the purpose of eliminating pipeline surges caused by the starting and stopping of the pump(s). The valve shall be Clayton Model 60-11. The valve body and cover shall be ASTM A-536 ductile iron with bronze trim. Control of the valve shall be by means of an externally mounted solenoid pilot valve which utilizes line pressure for operation. A strainer (or strainers) shall be used in the control system piping to protect the control system. A limit switch shall be installed which will be adjustable over the entire valve travel. The valve shall have a check valve feature to prevent reverse flow which shall be independent of the solenoid control. The valve shall be provided with Class 150 pound flanges and shall be coated internally with an epoxy coating. 6. Water Meter. Water meters shall be Model W-3500DR turbo meter with high- speed pick-up as manufactured by Sensus Technologies, Inc., or equal. The meter shall read in gallons per minute. The meter shall be equipped with an AWWA strainer. The flow meter shall be equipped with high speed pickup registers to provide flow rate signals. The pulse signals shall be captured by, conditioned, and converted to an isolated 4-20 milliampere, 500 ohm electronic analog signal that is proportional to the flow rates. The output signals shall be compatible with the I Owner -supplied SCADA RTU equipment. The electronic instrumentation unit shall be equipped with a six -digit manually resettable totalizer and a.digital flow rate indicator. The electronic instrumentation packages, shall be Sensus Act -Pak Model 1100D, or equal. 7. Pressure Gauges. Pressure gauges shall be equal to Ashcroft Type 1279 Duralife General Service Gauges, and shall be stainless steel, glycerine -filled, and be provided with an isolation valve. Mounting shall be from the bottom. Gauge ranges shall be so indicated on the Plans. I 8. Basket Strainer. The basket strainer shall be as manufactured by Metraflex and be of a bolted cover design. The cover and body shall be cast iron ASTM A26 CLB and designed for a working pressure of 125 psi. The screen shall be removable, and shall be stainless steel with 0.125 inch perforations. D. EXECUTION H H1 Pipe. Fitting, Valve and Appurtenance Installation .. I a. General. The Contractor shall, unless otherwise specified, furnish all material, equipment, tools and labor necessary to do the work required. , 02640-6 Section 02640 I,, I Pump Sta. Piping, Fittings, Valves, Appurtenances 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. r1) 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 bid. 02640-7 Section 02640 Pump Sta. Piping, Fittings, Valves, Appurtenances . t 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 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 Bedding. 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) Bracing and Shoring. The sides of any excavation, when deemed necessary, shall be properly supported with bracing, shoring or 02640-8 Section 02640 Pump. Sta. Piping, Fittings, Valves, Appurtenances I,. 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 1 stability 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. ' 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. I12) 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. 1 02640-9 Section 02640 , Pump Sta. Piping, Fittings, Valves, Appurtenances 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 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.. All pipe, except road culverts, shall be tested as described in Section 02643 of these Specifications, except as , waived by the Owner. 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. 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. END OF SECTION ' ' Section 02643 Testing/Disinfection TECHNICAL SPECIFICATIONS FLUSHING, HYDROSTATIC TESTING, DISINFECTION AND DYNAMIC TESTING OF WATER LINES A. GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the flushing, hydrostatic testing, disinfection, and dynamic testing of water lines. B. MATERIALS Water. Water for flushing, testing and disinfecting all facilities will be supplied by the Owner. The Contractor shall discharge testing and disinfection water in accordance with NPDES General Permit ARG670000. The Contractor shall schedule and coordinate this work to ensure that it will not be carried on during periods of high water usage. C. FLUSHING. TESTING AND DISINFECTION After completion of construction of all water lines, the Contractor shall flush, test and disinfect the new water lines as set out below. A reasonable amount of water will be furnished to the Contractor by the Owner, free of cost to the Contractor. Should the ' Contractor require additional amounts of water due to water line breaks or neglect on the part of the Contractor, water shall be purchased from the Owner at their bulk rate. Quantities of water which will be paid for by the Contractor shall be determined by the • Engineer. 1. Flushing. The Contractor shall fill and flush the newly constructed lines and visually check all valves and fire hydrants to assure proper operation. a. Water Discharge. Discharging test water will be allowed only as approved by permit. 2. 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. ' a. Test Pressure and Duration. The line shall be tested at 150 percent of the designed operating pressure or a minimum of 150 psi, whichever is greater. The Engineer will assist the Contractor in determining test pressure at any given point. 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. b. Definition of Leakage. The leakage test shall be 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 02643-1 J Section 02643 Testing/Disinfection 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. a c. 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. No pipe installation will be accepted if the leakage is greater than that determined by the following formula: In inch -pound units, L . = SDVP 133,200 Where: L = allowable leakage, in gallons per hour S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in pounds per square inch (gauge) ALLOWABLE LEAKAGE PER 1,000 FT. OF PIPELINE - gph Avg. Test Pressure psi 3 4 450 0.48 0.64 400 0.45 0.60 350 0.42 0.56 300 0.39 0.52 275 0.37 0.50 250 0.36 0.47 225 0.34 .0.45 200 0.32 0.43 175 0.30 0.40 150 0.28 0.37 125 0.25 0.34 100 0.23 0.30 6 0.95 6.90 0.84 0.78 0.75 0.71 0.68 0.64 0.59 0.55 0.50 0.45 lominal 8 1.27 1.20 1.12 1.04 1.00 0.95 0.90 0.85. 0.80 • 0.74 0.67 0.60 Pipe Diameter - in. 10 12 14 1.59 1.91 2.23 1.50 1.80 2.10 1.40 1.69 1.97 1.30 1.56 1.82 1.24 1.49 1.74 1.19 1.42 1.66 1.13 1.35 1.58 1.06 1.28 1.48 0.99 1.19 1.39 0.92 1.10 1.29 0.84 1.01 1.18 0.75 0.90 1.05 16 2.55 2.40 2.25 2.08 1.99 1.90 1.80 1.70 1.59 1.47 1.34 1.20 18 2.87 2.70 2.53 2.34 2.24 2.14 2.03 1.91 1.79 1.66 1.51 1.35 1 20 24 . 3.18 3.82 3.00 3.60 2.81 3.37 2.60 3.12 2.49 2.99 2.37 2.85 2.25 2.70 2.12 2.55 1.98 2.38 1.84 2.21 1.68 2.01 1.50 1.80 d. Visible Leaks. All visible leaks are to be repaired regardless of the amount of leakage. 02643-2 Section 02643 Testing/Disinfection 3. Disinfection. After successful testing, the Contractor shall empty the line of water. The line shall then be disinfected in accordance with AWWA C651, latest revision, for "Disinfecting Water Mains," continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. The transmission line and facilities shall be considered sterilized after the Owner has received negative reports on samples taken along the line and at each facility and sent to the Arkansas Department of Health for testing. Negative reports must be received on samples taken at 24 -hour intervals. The Owner shall obtain and deliver samples to the Arkansas Department of Health for testing. 4. Dynamic Testing. After sterilization is complete the Contractor shall then flush the sterilizing solution from the lines, and the lines will then be placed into service. The Contractor shall furnish personnel to assist the Owner in the operation of all valves, etc., to initially start up the system. 5. Acceptance. Upon successful completion of the dynamic test and sterilization, and approval of the Arkansas Department of Health, this section of the Contract Documents will be considered complete. IEND OF SECTION .1 1 02643-3 .1 Section 02831 Chain Link Fence I I I I r I I I I I TECHNICAL SPECIFICATIONS CHAIN LINK FENCE 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 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. Fabric height shall be 6 feet. 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 6' 3" 5.79 pounds 8' 4" 9.10 pounds 12' 4" 9.10 pounds 18' 6-5/8" 18.97 pounds d. Gate Stops. Provide gate stops for double gates consisting of mushroom - type flush plate with anchors, set in concrete, and designed to engage a center drop rod or plunger bar. Include a locking device and padlock eyes as an integral part of the latch, permitting both gate leaves to be locked with a single padlock. 02831-1 Section 02831 Chain Link Fence I I 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 :115 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. 5. 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. 6. 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 3 inches apart and shall be heavily galvanized by the hot -dip process -after weaving. 7. Tension Bars. Tension bars shall be 3/4 inch x 1/4 inch hot -dip galvanized copper -bearing steel. 8. 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 all 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. 9. Concrete. All concrete shall be as specified elsewhere in these Specifications. C. EXECUTION Chain link fence shall be installed by the Contractor as shown on the Plans and as herein specified. 1. Post Spacing and Setting. All posts shall be plumb, spaced in the line of fence not to exceed 10 foot. centers. All posts shall be set 30 inches in concrete 02831-2 iSection 02831 Chain Link Fence ' foundations. Concrete foundations shall be circular in horizontal section, not less than 10 inches in diameter for line posts, and with a diameter not less than the outside diameter of the post plus 9 inches for each corner, gate and terminal posts. Post foundations shall extend above the natural ground surface and shall be crowned not less than 1 inch to provide adequate drainage away from the posts. 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. I 5. Barbed Wire. Three strands of barbed wire, as herein specified, shall be installed on the extension arms at the lop of the fence. END OF SECTION ,1 I 02831-3 Section 02835 Farm -Type Gate TECHNICAL SPECIFICATIONS CEDAR -CLAD FARM -TYPE GATE 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 farm -type gate as shown on the Plans. 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 AND CONSTRUCTION 1. Gate. Gate shall be constructed to the height and width as shown on the Plans. Perimeter framework shall be 1-1/2 inches in diameter, Schedule 40 black pipe with all joints welded. Interior horizontal members shall be 3/4 inch diameter, • Schedule 40 black pipe with vertical braces of 3/15 inch x 2 inch steel straps welded to each member as shown on the Plans. Gate shall be primed with a rust - Inhibiting primer and shall be painted as set out elsewhere In these Specifications. Color shall be as selected by the Owner or his representative. Gate shall be faced with 1 inch x 4 inch Western cedar fencing material. All padlocks will be provided by the Owner. 'I Gate shall be attached to a split -face block column on each side of the gate as shown on the details of the Plans. 2. Concrete. Where specified or shown on the Plans, all concrete shall conform to requirements as set out elsewhere in these Specifications. IC. EXECUTION The farm -type gate shall be installed in the location shown on the Plans and in conformance to the details included in the Plans. Gate shall be set plumb and swing freely in a full 180° arc. END OF SECTION 1 02835-1 i' Section 02930 Cleanup & Sodding 1 I I TECHNICAL SPECIFICATIONS CLEANUP AND SOLID SODDING A. GENERAL 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 and solid sodding of all the cleared, unpaved portions of the project construction site or any disturbed areas as hereinafter specified. IB. MATERIALS Topsoil. Topsoil shall be stripped from the site and an adequate amount stored for reuse on the site for establishment or repair of vegetative cover. If adequate topsoil is not available on -site, topsoil shall be hauled in at no additional expense to the Owner. Topsoil shall be a loam or silty loam and shall be free of clay lumps, rocks, or excessive roots. Topsoil shall have a minimum depth of 4 inches after placement. 2. Fertilizer. Fertilizer shall be a commercial grade, uniform in composition, free - flowing, and suitable for application with mechanical equipment. It shall be delivered to the site in labeled containers conforming to current Arkansas fertilizer laws and bearing the name, trademark, and warranty of the producer. 3. Bermuda Sod. The Bermuda sod shall be composed of either field grown grass or approved nursery grown grass and shall consist of a densely rooted growth of grass substantially free from noxious weeds and undesirable grasses, and shall be nursery supplied. The sod shall be sufficiently thick to secure a dense stand of live grass. The sod shall be live, fresh, and uninjured at the time of placing. It shall have a soil mat of sufficient thickness adhering firmly to the roots to withstand all necessary handling. It shall be placed as soon as possible after being cut and shall be kept moist from the time it is cut until it is placed In its final position. Approved devices, such as sod cutters, shall be used for cutting the sod and due care shall be exercised to retain the native soil intact. The sod shall be cut in • uniform strips approximately 12 inches in width and not less than 12 inches in length, but not longer than can be conveniently handled and transported. C. EXECUTION 1. Preparation of Bed. Four (4) inches of topsoil shall be placed on all areas to be sodded. The area to be sodded shall be dressed to the shape and section shown on the Plans. The finished slopes shall be free of objectionable foreign matter and the top 1 inch of soil shall be loosened and finely divided. Water may be applied before, during, and after slope preparation, in order to maintain the desired 02930-1 Section 02930 Cleanup & Sodding 1 moisture content in the soil. 2. Fertilization. Immediately before placement of sod, fertilizer shall be broadcast at the rate of 250 pounds per acre [1 pound per 19 square yards] of 10-20-10, or the equivalent amount of plant food, and incorporated into the top 1 inch of soil. I 3. Placement of Sod. The bed shall be in a firm but uncompacted condition with a relatively fine texture at the time of sodding. Sod shall be moist and shall be placed on a moist earth bed. Sod strips shall be laid along contour lines, by hand, commencing at the base of the area to be sodded and working upward. The transverse joints of sod strips shall be broken, and the sod carefully laid to produce tight joints. At the top of slopes the sod shall be turned into the embankment slightly and a layer of earth placed over it and compacted to conduct surface water over and onto the sod. The sod shall be firmed, watered, and refirmed immediately after it is placed. The firming shall be accomplished by use of a lawn roller or approved tamper, with care being taken to avoid tearing end strips of sod. When sodding is completed, the sodded areas shall be cleared of loose sod, excess soil, or other foreign material; a thin application of topsoil shall be scattered over the sod as a top dressing; and the areas thoroughly moistened. Water shall be applied as necessary for a period of at least three weeks. The time required for application of water will not be included in the computation of contract time for completion of the project, provided all other work under the contract has been completed. The Contractor shall maintain sodded areas from the time of completion until final acceptance of the project by the Engineer. END OF SECTION 02930-2 I Section 03200 Reinforcing Steel I. TECHNICAL SPECIFICATIONS REINFORCING STEEL A. GENERAL 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." b. 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. Wire Bar Su000rts. 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 accordance with ACI 318, latest revision, "Building Code Requirements for Reinforced Concrete." Bar reinforcement shall be shipped in standard bundles, tagged and marked in I� accordance with the 'Manual of Standard Practice' of the Concrete Reinforcing Steel Institute. D. ORDER LISTS 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 03200-1 Section 03200 ' Reinforcing Steel 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. 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 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. a. Resident Project Representative 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 1 approval of the Engineer. Splices shall be staggered as far as possible. 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. SUBSTITUTIONS 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. Section 03200 Reinforcing Steel H. 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 03200-3 F Section 03300 Cast -in -Place Concrete n El I I I i I TECHNICAL SPECIFICATIONS CAST -IN -PLACE 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 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. P 7 u 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. 03300-1 Section 03300 Cast -in -Place Concrete 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 C131-76 '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 will not exceed the following limits: ASTM Maximum Permissible 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 C136 "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% 03300-2 Section 03300 Cast -in -Place Concrete 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. b. 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 C142-78 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% 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 03300-3 Section 03300 Cast -in -Place Concrete Contractor. 11 JI The fineness modulus of the fine aggregate shall not, be less than 2.3, nor A 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 U 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 •1 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.' i 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 I' 03300-4 Section 03300 Cast -in -Place Concrete I but without the admixture. A 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 C1 92 and shall be tested in accordance with the requirements of the latest revision of ASTM C39. 5. 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. 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. 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. 6. Color -Conditioned Concrete. Color -conditioned concrete shall be accomplished by the use of Chromix Admixture as manufactured by L. M. Scofield Company, Atlanta, GA. The color -conditioning admixture shall be a single -component, colored, factory formulated and packaged in cubic yard dosage increments, and shall comply with ASTM C494. No calcium chloride shall be used. All colored concrete shall be cured and finished with Colorcure Concrete Sealer in the matching color and the joints sealed. Color shall be as selected by the Engineer from the manufacturer's standard color chart. D. CONCRETE QUALITY 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. Specified Compressive Strength. The specified compressive strength (f J shall be 3,500 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. i 3. Slump. Slump shall be not less than 2 inches nor more than 4 Inches. I I 03300-5 Section 03300 Cast -in -Place Concrete 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. 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 fc 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 U 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. 03300-6 Section 03300 Cast -in -Place Concrete b. Laboratory Trial Batches. When the ready -mix producer does nn2 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. F. SUBMITTALS The Contractor or ready -mix concrete producer shall submit either: 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. I 03300-7 Section 03300 i Cast -in -Place Concrete 1 G. TESTING 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. 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.' 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." 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 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. 03300-8 Section 03300 Cast -in -Place Concrete I b. No individual strength test (average of two cylinders) falls below required F. 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. 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. a I Ii I I I ;J If concrete in the structure will be dry under service conditions, cores shall be air dried (temperature 600 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 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 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'. by more than 500 psi even though the 85 percent criterion is not met. I 03300-9 Section 03300 1 Cast -in -Place Concrete 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 siteS 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 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 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 to 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. 03300-10 Section 03300 Cast -in -Place Concrete I ro esent. 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. Curin . Concrete shall be maintained above 500 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 03300-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 load stage considered at least equal to the design strength required at that load 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. 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 50° 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. L b. Hot -Weather Requirements. In hot weather, suitable precautions shall be taken to avoid drying of the concrete prior to finishing operations. Use of 03300-11 Section 03300 Cast -in -Place Concrete 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 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 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. I I I I I I I I I I ;_J I I 03300-12 Section 03300 Cast -in -Place Concrete I Depositing of concrete by the drop bottom bucket method shall conform to the following I 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. IL. 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. I It I .1 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. 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 03300-13 Section 03300 1 Cast -in -Place Concrete L 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 onceused 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 ii 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 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. 03300-14 Section 03300 Cast -in -Place Concrete I 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 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. I Class of Work Above 60° 50° to 60° 40° to 50° Below 40° • Walls in Mass Work 1 day 2 days 5 days Not until tests have been made indicating concrete is set. Thin Walls - 12 inches 2 days 4 days 7 days ior 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 (5 foot or less span) Bottom forms of beams 14 days 20 days 28 days and girders (less than 14 foot span) If high early strength cement is used, these periods may be reduced as directed by the Engineer. 03300-15 Section 03300 ii Cast -in -Place Concrete When field operations are controlled by beam or cylinder tests,. the. removal of forms, 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 chocked 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. :1 N. CONSTRUCTION JOINTS Construction joints shall be made only where located on the Plans or shown in the placing schedule, unless otherwise approved by the Engineer. 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 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. I 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.: 03300-16 ii Cast -in -Place Concrete I I ;I I I I 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 Dermitted. 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. IParticular 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. I I I Floors, sidewalks, and other exposed wearing surfaces which require finishing shall be poured against carefully set screeds and troweled smooth with power operated trowels. 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 I 03300-17 Section 03310 Concrete Materials - 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 on the Plans and hereinafter specified. B. MATERIALS 1. Mortar Sand. Mortar sand when specified shall conform to the quality requirements for fine aggregate for concrete as specified herein except that the gradation shall be as follows: Percentage by Weight Passing No. 8 Sieve 100% Passing No. 50 Sieve 15-40% Passing No. 100 Sieve 0-10% 1 2. 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) Liquid Containment Joints. All expansion joint filler in areas which will be submerged in water shall be Sealtighr sponge rubber expansion joint filler as manufactured by W. R. Meadows 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 compatible for use with asphalt impregnated bituminous plank. b. Joint Sealant 1) Liquid Containment Joints. Joint sealants in areas which will be submerged in water shall be Sonneborn Sonolastic two-part elastomeric gun grade polysulfide sealant, or equal. 41 1 03310-1 Section 03310 Concrete Materials 3. 2) General Building Sealants. Sonneborn NP -1, 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. 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 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. All castings shall be sandblasted or otherwise effectively cleaned of scale and sand so as to present a smooth, clean and uniform surface. : :11 'H 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. 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 03310-2 I. Section 03310 Concrete Materials accordance with the manufacturer's recommendations and instructions. 3. 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. END OF SECTION I I 'I 03310-3 Section 04232 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. B. MATERIALS 1. Hollow Concrete Masonry Units. All hollow concrete masonry units shall conform IF to 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. Face Brick. All face brick shall conform to the requirements of ASTM C216, Grade SW, standard modular face brick. 3. 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. 4. Mortar Color. For face brick o_yl , provide mortar color as manufactured by SGS Mortar Color, or equal. 5. Grou . 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 shall be as required by ASTM C476. 6. Joint Reinforcement and Wall Ties. Provide joint reinforcement formed of galvanized carbon steel welded -wire units prefabricated with continuous side rods and plain cross rods. Fabricate in lengths not less than 10 feet, with prefabricated corner and tee units. Reinforcement and wall ties shall be Dur-O-Wal 'Ladur-Eye,or equal. 04232-1 Section 04232 Masonry 7. Vertical and Bond Beam Reinforcement. Vertical and bond beam reinforcement shall be Grade 60 steel deformed reinforcement bars as specified elsewhere in these Specifications. 8. Filler for Control 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. 9. Water Repellent. Exterior face brick shall receive a water repellent (minimum two coat coverage) of Hydrozo Clear Double 7, or equal. 10. Bar Positioners. Vertical and horizontal reinforcing steel shall be held in proper I position by the use of acceptable positioners as manufactured by Dur-O-Wal, Inc. 11. 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. A 12. Thru-Wall Flashing. Flexible sheet polyvinyl chloride waterproof flashing, minimum of 20 mils thickness, equal to Nervastral. 13. Weep Holes. Provide one-piece offset T-shaped units formed by injection molding of flexible polyvinyl chloride and consisting of a louvered vertical leg, flexible wings to seal against ends of masonry units, and top flap. Units shall be •#343 Louvered Weep Hole,' as manufactured by Hohmann & Barnard, Inc., or equal. C. CONSTRUCTION 1 Masonry construction shall include all face brick and 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 exterior face brick and block walls, and 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. Approval by Engineer. A 4 foot square test panel shall be constructed with face brick, mortar color, CMU back-up, joint finish (brick and block) for approval by the Engineer. and the Owner. 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. I Wetting of block before laying shall be done in a manner consistent with the nature of the block, the kind of mortar used and the weather conditions, the object 04232-2 Section 04232 Masonry I 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 exterior brick and block walls shall be laid in running bond. Closures at jambs and angles, and jumping of bond will not be permitted. a. Bonding and Joints. The exterior walls shall be laid In running bond or as shown on the Plans in straight level courses, plumb, true and securely anchored. 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 condition until it has taken a moderate set; the elapsed time will vary, dependent upon the exact nature of the block and mortar and upon weather conditions. Exterior masonry joints and interior concrete block 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 shall be completely filled (full depth) with mortar. In laying mortar for bed joints, furrowing will not be permitted. The entire end of each unit shall be Ibuttered 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 1 less than 1/2 inch. b. Reinforcement. Prefabricated or job fabricated corner and tee sections shall be used to form continuous reinforcement around comers, and for anchoring abutting walls 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 04232-3 Section 04232 Masonry i shall 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 filled with grout. Forty (40) diameter laps shall be provided at splices. Vertical bar positioner shall be used to ensure proper bar location. It shall be constructed of 9 gauge wire with brite finish. Locate first positioner at top of final course and one course below top of wall with intermediate 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.. 04232-4 iI L I I I Li I. I Section 04232 Masonry 1 On completion of the masonry work, all exposed masonry surfaces shall be 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) T 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 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 solid with mortar and tooted as specified. 5. Caulking and Sealing. The Contractor shall furnish all labor and materials to complete all caulking and all moisture and water protection not covered in other 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 I. as detailed or required. Additionally, areas around all fixtures, reglets and flashing shall be sealed. All exterior masonry walls shall receive finishes as herein specified. Unless otherwise specified, the caulk, sealant, or mastic shall be approved by the Engineer, and shall be installed in strict accordance with the manufacturer's recommendations. 6. Finish. Apply water repellent to face brick in two separate spray applications with • a minimum drying time between applications. Follow manufacturer's recommendations regarding application methods/techniques, and for temperature and humidity requirements. D. TESTING 1 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 -1 G'F 04232-5 Section 05120 Structural Steel TECHNICAL SPECIFICATIONS STRUCTURAL STEEL 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 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, ' bearing and base plates, bolts, anchors, framing and bridging angles and channels, and steel masonry lintels necessary for construction of the project. B. APPLICABLE STANDARDS AND CODES All materials and work shall conform to the requirements of standards, codes and 1 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 equal SSPC-SP-6, and then coated with a standard shop coat of red oxide paint, 1.7 mil dry thickness. ' All steel joists and joist girders shall be prepared by Commercial Blast Cleaning, or equal SSPC-Sp-6, and then 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. 1 05120-1 Section 05120 Structural Steel 2. 3. 4. Botts. Nuts and Washers. Bolts, nuts and washers shall conform to the 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. 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. D. EXECUTION 1. 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. I I L I I I I I I Grouting under base plates shall be with non -shrink grout approved by the Engineer. Non -shrink grout shall contain no -metal fibers. 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. Framing around any openings in the roof except roof hatch opening shall be minimum of 4 inch x 3 inch x 1/4 inch angles and installed with the structural frame system. 2. Steel Trusses. Care shall be exercised at all times to avoid damage through careless handling during unloading, storing and erecting. As soon as trusses are erected, all bridging and X -bracing shall be completely installed and the trusses permanently fastened into place before the application of any loads except the weight of the erectors. Many trusses exhibit some degree of lateral instability under the weight of an erector until bridging is installed. Therefore, caution shall be exercised by the erectors until all bridging is completely and property installed. I I I L I I. 05120-2 ' Section 05120 Structural Steel Bridging shall support the top chords against lateral movement during the construction period and shall hold the steel trusses in the approximate position as shown on the Plans. ' The ends of all bridging lines terminating at walls or beams shall be anchored thereto. 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. Field welding shall not damage the trusses. 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. I END OF SECTION I I I I L I I 05120-3 I Section 05300 Metal Decking TECHNICAL SPECIFICATIONS METAL DECKING A. GENERAL The work included in this section shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the installation of all steel roof decks as detailed on the Plans and as herein specified. The steel deck shall be Installed for all steel deck systems. B. MATERIALS The deck shall be manufactured, designed and installed in accordance with the ' specifications of the "Steel Deck Institute.' The steel deck shall be manufactured from steel conforming to ASTM Designation A611, Grades C, D or E, or A446, Grades A. B, C, D, E or F, or equal, having a minimum yield strength of 33,000 psi. The maximum ' working stress shall not exceed 20,000 psi. The unit design stress shall not exceed the minimum yield strength of the steel divided by 1.65. The thickness of steel shall be 22 gauge with a design thickness of 0.0295 inch and a minimum thickness of 0.028 inch. ' The deck shall be 1-1/2 inches deep, intermediate rib, Type 1.5F roof deck as manufactured by Vulcraft, or equal. IAll steel deck shall be prime painted with a baked -on acrylic gray primer. C. EXECUTION ■ 1. General. All deck units shall be anchored to supporting members, including bearing walls, to provide lateral stability to the supporting structural members and to resist the following gross uplifts: 45 PSF for eave overhangs; fi 30 PSF for all other roof areas less the dead load of the roof deck construction. 2. Fasteners. Self -tapping (threaded) screws or powder activated devices shall be used in lieu of welding. Spacing (pattern) shall be 36/4 with at least one sidelap fastener per span, and shall conform with requirements for "diaphragm action' in the deck. Support Anchors: Hilti (or equal) ENP2&3-21 -Li 5 Sidelap Fasteners: Hiltl #10 Teks 3. Site Storage. Steel deck shall be stored off the ground with one end elevated for drainage, weather protected and ventilated. 05300-1 _I t. Section 05300 Metal Decking 4. Erection. Deck sheets shall be placed in accordance with the approved erection layout drawing supplied by the deck manufacturer and in conformance with the deck manufacturer's recommendations and standards. Roof having a slope of 1/4 inch or more in 12 inches should be erected beginning at the low side to ensure that end laps are shingle fashion. End lap of sheets shall be a minimum of 2 inches and shall occur over supports. If welding plates have not been installed on bearing walls, the deck may be attached to these walls with powder -actuated fasteners. Spacing shall be In accordance with the requirements of the wind diaphragm attachment pattern and loads. END OF SECTION 11 11 I Section 05420 Metal Siding TECHNICAL SPECIFICATIONS METAL SIDING 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 complete installation of steel siding and soffit and all other related work shown on the Plans and hereinafter specified. B. MATERIALS 1. All siding and soffit shall be fabricated from G-90, 29 gauge galvanized steel complying with ASTM A-526. 2. Siding configuration shall be a double 4 inch exposure, smooth surface with a minimum 20 year applied finish. 3. Color will be selected from the manufacturer's standard color chart 4. All trims and accessories shall be finished to match siding and soffit. EXECUTION Prior to installation, examine and repair substrate for compliance with tolerances, anchorage, flashings and other requirements. Install siding, soffit and accessories in strict accordance with manufacturer's instructions. Upon completion, clean all siding, soffits and other installed materials, and remove all scraps and debris. END OF SECTION Section 06100 Miscellaneous Carpentry TECHNICAL SPECIFICATIONS MISCELLANEOUS 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 following specified materials 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; S4S, 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: 1 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, A -C grade; concealed plywood shall be C -D grade, unless otherwise noted on the Plans. 4. Wood Trim. Wood for painted trim, cabinets, casework, etc. shall be kiln dried, No. 1 fir or white pine, 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 recommending nails. Provide galvanized anchors at exterior and at all wet/damp areas of interior. 1 I 06100-1 ' Section 06100 ' Miscellaneous Carpentry C. EXECUTION 1. Finish Carpentry. Finished woodwork shall be dressed and sanded, free from 1 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 warps. 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. END OF SECTION I I I I Section 07211 Insulation I I 1 I I I I I I I I I I I I TECHNICAL SPECIFICATIONS FOAMED -IN -PLACE INSULATION 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 foamed -in -place insulation in all hollow concrete masonry unit walls. B. MATERIALS General. Insulation shall be a two -component thermal insulation produced by combining a plastic resin and catalyst foaming agent which, when properly rationed and mixed, together with compressed air produce a cold -setting foam insulation. 2. Combustion Characteristics. Shall be non-combustible, Class A building material. 3. Thermal Value. Shall have a minimum R value of 4.9/inch. 4. Submittals. The Contractor shall submit technical and product data sheets as provided by the manufacturer. Also submit copies of certified test reports showing R -values and fire resistance characteristics. A material safety data sheet shall also be submitted. C. EXECUTION Install foamed -in -place insulation from installation of interior finish work. Install instructions. the interior of the -building prior to in strict accordance with manufacturer's 2. Fill all open cells and voids in hollow concrete masonry walls. The foam insulation shall be pumped through a horizontal row of 5/8 Inch holes drilled into the mortar joints every 8 inches on center at an approximate height of 5 feet above finished floor around the entire wall area. Repeat this method as required to ensure a complete insulation envelope above and under all bond beams and lintels. 3. Installer Qualifications. The installer shall have been trained and licensed by the product manufacturer and shall have not less than three years direct experience in the installation of the material. END OF SECTION I 07211-1 Section 07412 Metal Roof I IT LJ 11 TECHNICAL SPECIFICATIONS STANDING SEAM METAL ROOF 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 a standing seam metal roof system as shown on the Plans and hereinafter specified. B. MATERIALS 1. General. Roofing shall be a field -seamed system equal to the SuperLok system ' by MBCI. System shall include all components, trims and accessories to result in a complete roofing system installation. 2. Panels. UL 90 rated, roll -formed, 24 gauge, prefinished, galvalume steel sheets, 16 inch finished width with 2 inch high rib each side. Panels shall be full-length, extending from eave to ridge. 3. Flashing and Trim. Prefinished 24 gauge steel flashings, trims, etc. shall be provided by the roofing manufacturer, both standard and custom shapes. ' 4. Accessories. Provide all clips, anchors, brackets, fasteners, etc. for roofing system and for anchoring roof system to structure provided. 5. Finish. Signature 200, or equal, coating system of modified polyester resin with a silicone resin intermediate. Provide manufacturer's 20 -year warranty on finish. 6. Roof Insulation. Isocyanurate foam bonded to 7/16 inch oriented strand board, 2 inch thickness, equal to Celotex Hy -Therm Nail -Line. C. EXECUTION Erection of the roof system shall be in complete accordance with the manufacturer's ' recommendations and erection manual, and shall be as shown on the Plans and as herein specified. Installer shall be experienced in standing seam roofing systems and must be approved by the Engineer prior to starting this work. Inspection of the substrate by the installer must be performed prior to starting installation and must be accepted, in writing, by a letter to the Engineer. Any/all exceptions to the substrate must be resolved and approved before installation shall proceed. END OF SECTION I 1 07412-1 Section 08110 Metal Doors & Frames TECHNICAL SPECIFICATIONS METAL DOORS AND FRAMES 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 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 of 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, Masker, Kewanee, or equal. ' 2. I I I 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 applicable fire rating of doors. Construct and install assemblies to comply with NFPA Standard No. 80. Doors Exterior Flush Doors. Doors shall be 1-3/4 inch full flush (thickness) with face skin of 16 gauge cold -rolled stretcher leveled steel, and shall have a full perimeter channel frame (lock and hinge 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 channels 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 galvanealed steel. Furnish all frames as set-up, mitered, and welded units, with 2 inch wide face at the jambs, 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 shall be 16 gauge cold -rolled steel; mitered and welded units with 2 inch wide jambs, 2 inch or 4 inch head (as scheduled), and a jamb depth of 5-3/4 inch minimum, or as scheduled for the respective wall thickness (structure and finishes). I 08110-1 Section 08110 ' 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 frame shall be anchored 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 respective substrate. 7. 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. 8. Caulk/Sealant. Exterior sealant shall be one • part polyurethane, Sonneborn "NP 1,"Sonolac," or equal. Interior caulk shall be Sonneborn (one -component) general purpose caulk, or equal, 9. 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. 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. . 3. Hardware. 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. .. :1 08110-2 ISection 08110 Metal Doors & Frames ' 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 elsewhere in these Specifications. IEND OF SECTION i I I I I I II Ii 'I I 08110-3 Section 08331 Rolling Service Doors TECHNICAL SPECIFICATIONS ROLLING SERVICE 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 installation of rolling service doors complete and operating in place as shown on the Plans and hereinafter specified. B. MATERIALS 1. Door. Provide 625 Series (face -of -wall mounted) insulated rolling service doors by Overhead Door Corporation. a. Door Components/Finish U I. • Slat Profile: Flat. Slat Material: 22 gauge galvanized steel. Insulation: CFC-free polyurethane. Finish: Baked -on polyester (powder coated). Bottom Bar: Steel. Guides: Galvanized steel angles. Windload: 20 PSF. Hood: 24 gauge. Operation: Chain hoist. Mounting: Face -of -wall. Weatherseals: Bottom, exterior guide, interior hood, interior guide. b. Locking. Interior bottom bar slide boitlock for manually operated doors. Chain keeper locks for chain hoist operation. (Interior slide bolt lock for electric operation with interlock switch. Cylinder lock for electric operation with interlock switch.) C. EXECUTION 1. Contractor shall take field dimensions and examine conditions of substrates, supports, and other conditions under which this work is to be performed. Do not '' proceed with work until unsatisfactory conditions are corrected. 2. Strictly comply with manufacturer's installation instructions and recommendations. • Installation shall be by an authorized representative of the manufacturer. END OF SECTION I 08331-1 ' Section 08710 Door Hardware TECHNICAL SPECIFICATIONS DOOR HARDWARE 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 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 Schedule found on the 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 FBB Series, 4-1/2 x 4-1/2 heavy weight hinges for all exterior doors. b. Mortise Lock/Latch Sets. Corbin Russwin ML2200 Series with Citation CSB design lever handles. c. Closers. Corbin Russwin DC 2000 Series closer (multi -size application) for parallel arm installation. ' d. Exit Devices. Corbin Russwin Series ED8200 (with Citation Cl pull) at single door. e. to s Wall Stop: Ives No. 407-1/2 Wall Stop w/Hook: Ives No. 445 • Kick Stop: Ives No. 452 w/4 inch arm. I. Kick Plates. Rockwood No. 70 plates, 16 inches high x 2 inches less than door width. g. Threshold. National Guard No. 884N with neoprene bumper (or as noted on the Plans). h. Drip Cap. (@ Door Top) National Guard No. 16AD x door width plus 2 inches. Mount to head of hollow metal frame. 1 08710-1 Section 08710 , Door Hardware 1 i. Bottom Sweep: National Guard No. 200NA x door width. j'. 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. Keeying. Key all locks to Owner's existing master key system. 5. Fire -Rated Openings. Provide hardware as required by NFPA Standards for all 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: 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. Explanation of all abbreviations, symbols, codes, etc. Mounting locations for hardware. 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. 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. Set units level, plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. 1 08710-2 Section 08710 Door Hardware i Drill and countersink units which are not factory -prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. Set thresholds for exterior doors in full bed of urethane, butyl -rubber or polyisobutylene mastic sealant. 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 I I I 1 I 1 08710-3 iSection 09800 Painting/Equipment, Piping, Valves, Fittings TECHNICAL SPECIFICATIONS PAINTING/EQUIPMENT, PIPING, VALVES AND FITTINGS • 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 equipment, piping, valves and fittings 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. 1. Items to be Painted • New exposed ferrous metal piping, valves, and fittings not underground. • New exposed PVC piping, valves, and fittings, not submerged or underground. • New equipment, valves, etc. 2. Items Not to be Painted • Exposed surface of aluminum, stainless steel, nickel, chromium, copper, or fiberglass. • Concealed ducts, pipes and conduit. • PVC piping for immersion service in water or wastewater. 3. Existing Items to be Painted. Not applicable. B. SUBMITTALS 1. Product Data. Manufacturer's descriptive data fully describing each product to include solids by volume. Include manufacturer's recommendations for mixing, thinning and curing. 2. Certificates. Manufacturer's certified test reports confirming compliance with specified performance requirements. 3. Colors. Two 5 inch x 7 inch samples of each selected color. C. SURFACE PREPARATION 1. General. The following Steel Structures Painting Council Specifications are hereby incorporated: 1 09800-1 Section 09800 Painting/Equipment, Piping, Valves, Fittings SSPC-SP1 Solvent Cleaning - Removal of oil, grease, soils, salts, and contaminants by cleaning with solvents, vapor, alkali, emulsion or steam. SSPC-SP2 Hand -Tool Cleaning - Removal of loose rust, loose mill scale, and loose paint by hand -chipping, scraping, sanding, and wire brushing. SSPC-SP3 Power -Tool Cleaning - Removal of loose rust, loose mill scale, and loose paint by power -tool chipping, do -sealing, sanding, wire -brushing and grinding. SSPC-SP6 Commercial Blast Cleaning - Blast cleaning until at least two-thirds I of each element of surface area is free from all visible residues. SSPC-SP7 Brush -Off Blast Cleaning - Blast cleaning of all except tightly- I adhering residues of mill scale, rust and coatings, exposing numerous evenly - distributed flecks of underlying metal. SSPC-SP1 0 Near -White Blast Cleaning - Blast cleaning nearly to white metal cleanliness, until at least 95 percent of each element of surface area is free of all ' visible residues. 2. Pining and Fittings a. Factory -Primed Piping and Fittings. All new ferrous metal piping and fittings not underground shall be factory -primed. Prior.to application of the• shop primer, the pipe and fittings shall be sandblasted as set out below: Non -Immersion Service: SSPC-SP6 Commercial Blast Cleaning.. Immersion Service: SSPC-SP10 Near -White Blast Cleaning. b. Field -Primed Piping and Fittings. All new ferrous metal piping and fittings not underground which do not have factory -applied primers shall be sandblasted in the field prior to coating as set out below: Non -Immersion Service: SSPC-SP6 Commercial Blast Cleaning. Immersion Service: SSPC-SP10 Near -White Blast Cleaning. 3. Factory -Primed Structural Steel Equipment. All new structural steel equipment shall be blasted and primed by the fabricator. Prior to application of the shop primer, the equipment shall be sandblasted as set out below: Non -Immersion Service: SSPC-SP6 Commercial Blast Cleaning. I Immersion Service: SSPC-SP10 Near -White Blast Cleaning. 4. Factory -Primed Machinery. Motors, and Valves. Etc. All new. machinery, motors, and valves shall come from the factory blasted, primed, and painted with: a. - an epoxy topcoat (for inside service or immersion service in wastewater); 1 09800-2 . H. H! Section 09800 Painting/Equipment, Piping, Valves, Fittings b. a polyurethane topcoat (for exterior service); or c. a primer and topcoats certified by NSF International in accordance with ANSI/NSF Standard 61 for Immersion Service in Potable Water. The coating systems In Items a and b above must be compatible for field painting utilizing the system set out in Schedule 12 below. Items coated for Immersion Service in Potable Water as set out in C above shall not be field topcoated. NOTE: Blowers and compressors shall not be field topcoated and shall be factory topcoated with colors selected by the Owner. 5. Protection of Equipment. When using blasting grit around machinery, the work must be performed with great caution to prevent grit from blowing or drifting into motor windings, bearings, and operating machinery, which can cause great damage. Should blasting grit enter any machinery, the Contractor shall have the machinery disassembled by a qualified manufacturer's representative, cleaned, reassembled, and re -lubricated as required. Any machinery damaged as a result of blasting operations shall be repaired or replaced at the Contractor's expense. D. MATERIALS The paints and the paint products of Tnemec Company, Inc. of Kansas City, MO, 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, its generic type, volume of solids, and recommended dry film thickness. Submittals to the Engineer of satisfactory data cataloging past performance of the alternate paint for similar installations shall be made _ by the Contractor. • Series and Color: Tnemec 140-1211 Pota-Pox Plus (Red Oxide) Generic Description: Polyamidoamine Epoxy Volume of Solids: 69% ± 2%, depending upon color Certifications Required: Certified by NSF International in accordance with ANSI/NSF Standard 61. Series and Color: Tnemec 20-1255 Pota-Pox (Beige), Tnemec 20 WH02 Pota-Pox (Tank White), and Tnemec 20-GBO3 Pota-Pox (Delft Blue) •Generic Description: Polyamide Epoxy Volume of Solids: 56% ± 2%, depending upon color Certifications Required: Certified by NSF International in accordance • with ANSI/NSF Standard 61. • Series: Tnemec Series 66 Hi -Build Epoxoline • Generic Description: Polyamide Epoxy Volume of Solids: 56.0% ± 2% 1 09800-3 Section 09800 1 Painting/Equipment, Piping, Valves,, Fittings Series: Tnemec Series 73 Endura-Shield Generic Description: Aliphatic Acrylic Polyurethane Volume of Solids: 70.0%. ± 2% Series and Color: Tnemec Series 90E-92 Tneme-Zinc (Greenish -Gray) Generic Description: Ethyl Silicate Inorganic Zinc -Rich Volume of Solids: 65% ± 2% Series and Color: Tnemec Series 39-661 Silicone Aluminum (Aluminum) Generic Description: Silicone Aluminum Volume of Solids: 29% ± 2% Series and Color: Tnemec Series N27 F.C. Typoxy Generic Description: Polyamide Epoxy 1 Volume of Solids: 65% ± 2% Thinners. Where thinning is necessary, only the products of the manufacturer furnishing the paint, and for the particular purpose, shall be allowed and all such thinning shall be done strictly in accordance with the manufacturer and . with approval of the Engineer. Only thinners certified by NSF International in accordance with ANSI/NSF Standard 61 will be allowed for components designed for Immersion Service in Potable Water. E. PAINTING SYSTEMS AND SCHEDULES SCHEDULE 1 - Ferrous Metal Piping, Valves and Fittings for Immersion Service in POTABLE WATER: Dry Film Thickness (mils) Shop -Surface Preparation SSPC-SP10 Near -White Blast Cleaning Shop Primer Tnemec 140-1211 Pota-Pox Plus 5.0 - 8.0 Field Preparation SSPC-SP7 Brush -Off Blast Cleaning Field Spot -Primer Tnemec Series 20-1255 Pota-Pox 4.0 - 6.0 Top Coat 1 Tnemec Series 20-1255 Pota-Pox . 4.0 - 6.0 Top Coat 2 Tnemec Series 20-WH02 or GB03 Pota-Pox 4.0 - 6.0 SCHEDULE 2 - Ferrous Metal Piping, Valves and Fittings for Immersion Service in WASTEWATER: Dry Film Thickness (mils) Shop -Surface . Preparation SSPC-SP10 Near -White Blast Cleaning Shop Primer Tnemec 140-1211 Pota-Pox Plus 5.0 - 8.0 Field Preparation SSPC-SP7 Brush -Off Blast Cleaning Field Spot -Primer Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 Top Coat 1 Tnemec Series 66 H. B. Epoxoline 4.0 -6.0 Top Coat 2 Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 09800-4 Section 09800 Painting/Equipment, Piping, Valves, Fittings SCHEDULE 3 - Ferrous Metal Piping, Valves and Fittings for Exterior Atmospheric Exposure: Dry Film Thickness (mils) Shop -Surface Preparation SSPC-SP6 Commercial Blast Cleaning Ii Shop Primer Tnemec 140-1211 Pota-Pox Plus 5.0 - 8.0 Field Preparation SSPC-SP2 or SSPC-SP3 (Hand -Tool Cleaning or Power -Tool Cleaning) plus Removal of Oil and Grease Field Spot -Primer Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 Top Coat 1 Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 Top Coat 2 Tnemec Series 73 Endura-Shield 2.0 - 4.0 SCHEDULE 4 - Ferrous Metal Piping, Valves and Fittings for Interior Exposure: Dry Film Thickness (mils) Shop -Surface Preparation SSPC-SP6 Commercial Blast Cleaning Shop Primer Tnemec 140-1211 Pota-Pox Plus 5.0 - 8.0 Field Preparation SSPC-SP2 or SSPC-SP3 (Hand -Tool Cleaning or Power -Tool Cleaning) plus Removal of Oil and Grease Field Spot -Primer Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 ft Top Coat 1 Tnemec Series 66 H. B. Epoxoline 3.0 - 5.0 Top Coat 2 Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 SCHEDULE 5 - PVC Piping for Exterior Atmospheric Exposure: • Dry Film Thickness (mils) Shop -Surface Prep. and Primer N/A Field Preparation Scarify by Sanding Top Coat 1 Tnemec Series 66 H. B. Epoxoline 2.0 - 4.0 • Top Coat 2 Tnemec Series 73 Endura-Shield 2.0 - 4.0 SCHEDULE 6 - PVC Piping for Interior Exposure: Dry Film Thickness (mils) Shop -Surface Prep. • and Primer N/A Field Preparation Scarify by Sanding 1 Top Coat 1 Tnemec Series 66 H. B. Epoxoline 2.0 - 4.0 Top Coat 2 Tnemec Series 66 H. B. Epoxoline 2.0 - 4.0 I 09800-5 Section 09800 Painting/Equipment, Piping, Valves, Fittings SCHEDULE 7 - Compressed Air Piping (Continuous Service Temperatures less than 225°F with Intermittent Temperatures up to 250°F) for Exterior Exposure: Dry Film Thickness (mils) Shop -Surface - Preparation SSPC-SP6 Commercial Blast Cleaning Shop Primer Tnemec 140-1211 Pota-Pox Plus 5.0 - 8.0 Field Preparation SSPC-SP2 or SSPC-SP3 (Hand -Tool Cleaning or Power -Tool Cleaning) plus Removal of Oil and Grease Field Spot -Primer Tnemec Series 66 H. B. Epoxoline .4.0 - 6.0 Top Coat 1 Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 Top Coat 2 Tnemec Series 73 Endura-Shield 2.0 - 4.0 SCHEDULE 8 - Compressed Air Piping (Continuous Service Temperatures less than 225°F with Intermittent Temperatures up to 250°F) for Interior Exposure: Dry Film Thickness (mils) Shop -Surface Preparation SSPC-SP6 Commercial Blast Cleaning Shop Primer Tnemec 140-1211 Pota-Pox Plus 5.0 - 8.0 Field Preparation SSPC-SP2 or SSPC-SP3 (Hand -Tool Cleaning or Power -Tool Cleaning) plus Removal of Oil and Grease Field Spot -Primer Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 Top Coat 1 Tnemec Series 66 H. B. Epoxoline 3.0 - 5.0 Top Coat 2 . Tnemec Series 66 H. B. Epoxoline 4.0 - 6.0 SCHEDULE 9 - Compressed Air Piping (Continuous Service Temperatures above 250°F and below 600°F): Dry Film Thickness (mils) Shop or Field Surface Prep. SSPC-SP10 Near -White Blast Cleaning First Coat Tnemec Series 90E-92 Tnemec Zinc2.0 - 3.5 Second Coat Tnemec Series 39-661 Silicon Aluminum 0.7 - 1.5 SCHEDULE 10 - Galvanized Steel Pipe and Conduit (for Exterior Atmospheric Exposure): Dry Film Thickness (mils) Surface H. Preparation SSPC-SP1 Solvent Cleaning and Abrasive Sandblast First Coat Tnemec Series 66 -Color Hi -Build Epoxoline 3.0 - 5.0. Second Coat Tnemec Series 73 -Color Endura-Shield . 2.0 - 4.0 1 I 09800-6 1 Section 09800 Painting/Equipment, Piping, Valves, Fittings SCHEDULE 11 - Galvanized Steel Pipe and Conduit (for Interior Exposure. Non -Immersion): Dry Film Thickness (mils) Surface Preparation SSPC-SP1 Solvent Cleaning and Abrasive Sandblast '� First Coat Tnemec Series 66 -Color Hi -Build Epoxoline 3.0 - 5.0 Second Coat Tnemec Series 66 -Color Hi -Build Epoxoline 3.0 - 5.0 SCHEDULE 12 - Overcoating Factory -Primed and Coated Pumps, Motors, and Equipment (for Non -Submerged Service): Dry Film I Thickness (mils) Field Surface Preparation Dull and Scarify all Surfaces by Hand or Mechanical Sanding • Spot Primer Tnemec Series N27 F.C. Typoxy 2.0 - 3.0 Topcoat 1 Tnemec Series N27 F.C. Typoxy 2.0 - 3.0 Topcoat 2 Tnemec Series 73 Endura-Shield 2.0 - 3.0 F. APPLICATION 1. 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. Unless noted otherwise by the manufacturer: a. the air and surface temperatures are not below 50°F or above 120°F. b. relative humidity is not above 85 percent and the surface temperature is at 1 least 5 ° F above the dewpoint. Paint shall be applied in amounts and mil thickness in accordance with the 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. Spray painting will be allowed, when the type of paint specified and the job are adaptable to spray painting. However, care must be taken that spray equipment is designed for the work to be done. 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. I. Therefore, wherever spray is applied to metal edges, the edges shall be touched 09800-7 Section 09800 Painting/Equipment, Piping, Valves, Fittings . up with a brush. 2. Protection of Surfaces. Throughout this project the Contractor shall take all necessary precautions to protect all work on the project against dripping, spraying, staining, or scarring adjacent work. He shall immediately clean and repair. any adjacent surfaces so damaged. G. PAINT COLORS The Owner reserves the right to select paint colors. Where no colors are selected by the Owner or otherwise shown on the Plans, all non -submerged interior or above -ground piping shall be color -coded as follows: WATER PIPING, VALVES TNEMEC & APPURTENANCES GENERIC COLOR COLOR IDENTIFICATION Non -Immersion Service: Raw Water Olive Green • Settled or Clarified Water Aqua Finished or Potable Water Dark Blue WASTEWATER PIPING, VALVES & TNEMEC APPURTENANCES GENERIC COLOR Sewage Plant Effluent Clay Backwash Waste Light Brown Sludge Dark Brown Sewer (Sanitaryor Other) Dark.Gray EN07 Clover GB36 Aqua Sky SC06 Safety Blue COLOR IDENTIFICATION EN13 Terra Cotta YB31 Twine EN05 Weathered Bark GR28 Fossil Section 09800 Painting/Equipment, Piping, Valves, Fittings CHEMICAL PIPING, VALVES & APPURTENANCES Alum or Primary Coagulant Orange SC03 Safety Orange Ammonia White WH01 White Carbon Slurry Black IN06 Black SC01 Safety Yellow with Caustic Yellow w/Green band SC07 Safety Green band Chlorine (Gas and Solution) Yellow SC01 Safety Yellow GB04 Fountainbleu with Fluoride Light Blue w/Red band SC09 Safety Red band Lime Slurry Light Green PA30 Daiquiri Ice SC01 Safety Yellow with Ozone Yellow w/Orange band SC03 Safety Orange band PA30 Daiquiri Ice with Phosphate Compounds Light Green w/Red band SC09 Safety Red band SC03 Safety Orange with Polymers or Coagulant Aids Orange w/Green band SC07 Safety Green band Potassium Permanganate Violet SC08 Safety Purple PA30 Daiquiri Ice with Soda Ash Lt. Green w/Orange band SC03 Safety Orange band SC01 Safety Yellow with Sulfuric Acid Yellow w/Red band SC09 Safety Red band PA30 Daiquiri Ice with Sulfur Dioxide Lt. Green w/Yellow band SC01 Safety Yellow band OTHER PIPING, VALVES TNEMEC & APPURTENANCES GENERIC COLOR COLOR IDENTIFICATION Compressed Air Dark Green EN09 Balsam Gas Red SC05 Monterrey Tile Other Lines Light Gray IN01 Light Gray Hoists/Trolleys Yellow SC01 Safety Yellow ra. Fire Protection Red SC09 Safety Red END OF SECTION 09800-9 Section 09900 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 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 I 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. 11. Items to be Painted. Painting of interior and exterior surfaces of buildings shall be s 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, including all steel roof trusses and bracing and door frames and doors. 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. 1 2. Paints and Primers. All work shall be primed and painted as set out below. a. CMU/Concrete Block - Interior. All new block wall surfaces shall receive one coat of Carboline Flexxide Block Filler followed by two coats of Carboline 890 Epoxy. b. Concrete Floors. All new concrete floors shall be color -conditioned and sealed. See Specification Section 03300. 1 09900-1 Section 09900 Painting/Buildings & Structures c. Metal Doors and Frames 1) Hollow Metal Doors. All exposed surfaces of new and existing 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. d. 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 Glamorglaze 200 Epoxy. Galvanized surface shall be further treated/primed as required below. e. Galvanized Metal. Galvanized metal shall be treated/primed with 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. f. Interior Wood 1) Exposed Interior Wood Surfaces. One coat of Carboline. MultiBond 120 followed by two coats Rustarmor 500 Speed. 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 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. 09900-2 IISection 09900 Painting/Buildings & Structures I a. Masonry/Concrete. 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. b. Ferrous Metal Surfaces. All ferrous metal to be primed In the shop shall have all rust, dust and 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. c. Woo. 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. implication 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 waft 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. 1 Therefore, wherever spray is applied to metal edges, the edges shall be touched up with a brush. END OF SECTION I 09900-3 Section 11106 Centrifugal Pumps TECHNICAL SPECIFICATIONS HORIZONTAL SPLIT -CAST CENTRIFUGAL PUMPS A. GENERAL 1. Description. The Contractor shall furnish materials, equipment and labor to furnish, install and test the pumping system complete with the pumps, motors, mounting bases, piping, valves and appurtenances, as indicated on the Plans and as hereinafter specified. 2. Responsibility. To assure a properly integrated and compatible system, all equipment described in this section shall be furnished by the pump manufacturer, who shall assume full responsibility for the proper operation of the pumps and associated equipment. 3. Supervision. The Contractor shall arrange for the pump manufacturer to provide a factory -trained representative as required for the purpose of supervising installation, startup, final field acceptance testing, and providing instruction to the Owner's operating personnel in the proper operation and maintenance of the equipment in this section. 4. Reference Standards. The work in this section is subject to the requirements of applicable portions of the following standards: • Hydraulic Institute Standards • IEEE Standards • NEMA Standards • OSHA Rules and Regulations B. MATERIALS 1. General Description. The pump shall be a single -stage centrifugal horizontal split - case pump, Aurora Pump Model 411, Fairbanks -Morse, or Allis-Chalmers. The pumps shall have the following operating characteristics: Flow at Total Dynamic Head Pumps No.1,2 & 3 200 GPM@107' 500 GPM@ 95' 750 GPM @ 80' 800 GPM @ 57' '' The pump casing and frame shall be large enough to allow for future impellers capable of delivering 750 gpm at 114 feet of head without major pump modifications except motor replacement. Additionally, the overloads and capacitors will be replaced in the future. I 11106-1 Section 11106 1 Centrifugal Pumps 2. Materials of Construction Casing - Cast Iron (ASTM A48) I Impeller - Bronze (ASTM B62) Shaft - Carbon Steel (AISI C1045) Shaft Sleeve - Bronze (ASTM B62) Case Wear Ring - Bronze (ASTM B62) 3. Casino. The casing will be of the horizontal split -case design. The casing shall I have tapped and plugged holes for priming, vent and drain. Removal of the upper. • half of the casing must allow removal of the rotating element without disconnecting the suction or discharge piping. The lower half of the casing shall be furnished with cored passageways from the high pressure area of the volute to each seal box for positive lubrication without the use of external flushing lines. The bearing arms shall be cast integrally with the lower half of the casing to assure positive bearing alignment. In no case will bolt on bearing arms be acceptable. Each bearing arm will provide a reservoir area for accumulation of weepage from the stuffing box, and a drilled and tapped opening will be provided at the lower portion to allow piping by the Contractor to the nearest floor drain. 4. lmpeller. The impeller shall be designed to give the characteristics outlined under the General Description. It shall be of the enclosed type, vacuum cast in one piece. It shall be furnished all over, the exterior being turned and the interior being furnished smooth and cleaned of all burrs, trimmings and irregularities. The impeller shall be dynamically balanced. It shall be held securely to the shaft by a key of ample size and shall be locked in place by threaded shaft sleeves. 5. Shaft Sleeves. The shaft sleeves shall be extended from the hub. of the impeller, through the seal box area, and beyond the gland. They shall be sealed at the • impeller hub by a Teflon -coated, steel gasket to prevent pumped liquid from contacting.the shaft. They shall be threaded to hold them securely in place, and designed so as to lock the impeller. 6. Case Wearing Ring. The pump casing shall be fitted with a case wear ring to minimize abrasive and corrosive wear to the casing. The case wear ring shall be of the radial type, press fitted into the casing. 7. Mechanical Seals. Mechanical seal boxes shall be placed on both sides of the pump ,centerline to seal the pump shaft. Each pump is to be furnished with mechanical seals with all metal parts to be 303 stainless steel with "Buna-N" elastomers, Ni-Resist seat, and carbon washer. A bypass line must be provided for the upper seal between the seal faces and the discharge flange to assure adequate venting of the seal chamber and to provide lubrication. All pumps shall be provided with cored passages in the parting flange of the pump to provide additional circulation to both seals. The mechanical seal boxes shall be equipped with heavy, cast, one-piece "O" ring sealed glands. The pump shall be supported by a cast iron drip rim base. • 1 I 11106-2 Section 11106 Centrifugal Pumps 8. Shaft. The pump shaft shall be one-piece, finished and polished on all sections. The shaft shall be of ample strength and rigidity, and the shortest practicable distance between bearings shall be used to keep deflection and vibration to a minimum. The maximum allowable deflection of the shaft is 0.002 inch at any point of operation on the pump curve. 9. Bearings. The pump shall be supplied with a single row inboard bearing primarily for radial loads and a double row outboard bearing primarily for thrust loads. Both bearings shall be re-greaseable lubrication ball type, designed for 250,000 hours average life. Each bearing shall be mounted in a machined housing that is moisture and dust proof. The housing shall have registered fits to assure alignment, pinned to prevent rotation, and bolted to the bearing arms. Each housing shall be supplied with a grease fitting and a plugged relief port. 10. Coupling. A flexible coupling shall be provided to connect the pump shaft to the motor shaft. The coupling shall be of an all -metal type with a flexible rubber insert. The entire rotating coupling element shall be enclosed by a coupling I. guard. 11. Drip -Rim Base. The pump and motor shall be mounted on a groutable steel baseplate with integral drip channels incorporated on each side. Each channel shall include an NPT connection and plug. The base shall be sufficiently rigid to support the pump and motor without the use of additional supports or members. 12. Motor. The motor shall be horizontal and in accordance with the latest NEMA Standards, and shall have the following characteristics: jPumps No. 1. 2 & 3 Enclosure TEFC Number of Phases Three Cycles 60 Hertz Voltages 230/460 Volt Speed 1,150 RPM Horsepower 30 bhp Each motor shall have a sufficient horsepower rating to operate the pump at any point on the pump's head -capacity curve without overloading the nameplate horsepower rating of the motor, regardless of service factor. The motor shall have a service factor of at least 1.15. The service factor is reserved for variations in voltage and frequency. C. EXECUTION 1. Installation. The Contractor shall ensure that the pumps and motors are properly installed with no pipe strain transmitted to the pump casing. 1 11106-3 Section 11106 Centrifugal Pumps 2. Inspection and Factory Tests. Each centrifugal pump furnished under these Specifications shall be tested at the factory to verify individual performance (VIP). Certified copies of all test reports shall be submitted to the Engineer for approval prior to shipment. Each unit shall be hydrostatically tested in accordance with the Hydraulic Institute Standards. 3. Installation and Acceptance. The pumping units shall be installed by. the Contractor in accordance with the instructions of the manufacturer and as shown on the Plans. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. END OF SECTION Section 11398 Misc. Items/Equipment I TECHNICAL SPECIFICATIONS MISCELLANEOUS ITEMS AND EQUIPMENT 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 miscellaneous items, equipment, and appurtenances of the type required as shown on the Plans and hereinafter specified. B. FIRE EXTINGUISHERS. CABINETS AND ACCESSORIES 1. One surface -mounted fire extinguisher shall 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. 2. One surface -mounted fire extinguisher shall be equal to Larsen's DC Series, dry chemical, with a minimum capacity of 10 pounds. Install with a B-2 surface - mounted wall bracket. This extinguisher shall be installed in the Electrical Room. C. SWITCHBOARD MATTING Thirty-six (36) inch wide switchboard matting shall be provided in the motor control center area and shall extend the full length of the MCC. The matting shall have 1/16 inch deep corrugation running the length of the mat. The mat shall have a dielectric strength up to 30,000 volts/AC RMS. The mat shall be oil and ozone resistant, with a non -slip surface. The color shall be black. I U Ii I1 D. CHAIN HOIST AND END TRUCKS One 1 -ton chain hoist shall be provided and installed and one set of end trucks for the hoist beam. The chain hoist shall be Yale LTP Series hoist. E. TRENCH GRATING The trench frame and grating shall be grey iron Neenah R-4991 -AX trench frame with Type A grated cover, or equal. F. CORRUGATED METAL PIPE The entrance culvert shall be galvanized corrugated steel pipe in accordance with AASHTO M190 Type A. The pipe shall have an exterior bituminous coating. END OF SECTION 11398-1 I I I I. I 11 Ii I I I I I TECHNICAL SPECIFICATIONS BUILDING PLUMBING A. GENERAL Section 15400 Building Plumbing 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 Pi in 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 B88, 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 foamglas 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. a 15400-1 Section 15400 Building Plumbing 2. Floor Drains. Floor drains shall be constructed of cast iron, bronze or other durable corrosion -resistant materials. • 1 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 Hydrants. Sill cocks and 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. 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. 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. 6. Backflow Preventer. The backflow preventer shall be•of the reduced pressure principle type. It shall consist of two independently acting spring -loaded check 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 ' _ I 15400-2 ii iSection 15400 Building Plumbing 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. 7. 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. Install oversize hangers and supports with shields to suit insulation. 8. 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 15400-3 Section 15400 , Building Plumbing JI b. Record Documents. Include an updated drawing showing the location of all buried piping. 9. Substitutions. Fixtures shall be of the type specified or scheduled on the Plans. Any substitutions must be approved by the Engineer. C. 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 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. 15400-4 1I II tl Section 15400 Building Plumbing ii 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. 1f All floor drains shall be deep seal traps. c. Water Piping Installation. Water lines shall be placed on the interior side 1 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. Install a temperature/pressure relief valve at all water heaters and connect its outlet to a drain or outside as shown on the Plans. 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. I. 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. Water piping shall be tested with water at a pressure of 150 psig for four hours. Allowable Leakage: Leakage for water pipe shall be within the limits set out by 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. Visible Leaks: All visible leaks are to be repaired regardless of the amount of leakage. Piping shall be reworked as required until proven tight. 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 I. Authority having jurisdiction so directs. At the end of the sterilization 1 15400-5 Section 15400 Building Plumbing 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. Piping 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. • 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. 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. 15400-6 I I I Section 15400 Building Plumbing I 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 1) Equipment. Assemble, erect, connect piping to and otherwise • completely install all equipment in strict accordance with manufacturers' instructions and the Plans. 2) i in . 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. 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. 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. 15400-7 Section 15400 1 Building Plumbing H. I Replace any gland packing which is in deteriorated or in unsatisfactory condition. I Provide framed wall and floor access covers for all cleanouts, valves and other concealed equipment. Remove temporary preservative coatings from valves and accessories. a Pipe 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. 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. Unless shown or otherwise approved, do not penetrate any structural members. b. 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 thantheoutside pipe or insulation diameter. i 15400-8 .: . . . ii Section 15400 Building Plumbing 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 1 permitted. b. Fastenings. Provide fastening devices which are permanent, non -corroding, high -strength type using threads for tightening. Minimum 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 I. 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. Equipment Installation a. 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 15400-9 Section 15400 Building Plumbing • spaced as required for practical use. b. 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 15400-10 Section 15500 Mechanical, HVAC I I I fl I ,it TECHNICAL SPECIFICATIONS MECHANICAL - HVAC A. GENERAL The work included under this section of the Specifications shall consist of providing all 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 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. 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 S. Outside Conditioned Space = 1 inch (Two layers of 1/2 inch) All Metallic Condensate Drain Above Finished Areas = 1/2 inch 3. Registers. Grilles and Louvers. 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 15500-1 t i Section 15500 I Mechanical, HVAC I. devices shall be furnished with factory -applied prime coating as a minimum. �1 4. Sidewall Propeller Fans. Furnish the size, type, and models listed in the ■ equipment schedule. The axial exhaust shall bear the AMCA certified rating seals • for both sound and air performance. Propeller shall be constructed with fabricated steel, fabricated aluminum, or cast • aluminum blades and hubs. Motors shall be permanently lubricated, heavy-duty, • O.D.P. type. Drive frame and panel assemblies shall be galvanized steel. Drive frames shall be formed channels, and fan panels shall have prepunched mounting holes, formed flanges, and a deep formed inlet Venturi. I 5. Electric Unit Heaters. Furnish the size, type, and models listed in the equipment schedule. The unit shall .consist of an 18 gauge steel cabinet, electric heating element, and fan and motor assembly. C. EXECUTION 1. 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. I b. Qualifications of Installers. Use mechanics and sheet metal workers who are thoroughly trained and experienced in the work of this Specification. I Installer must have any licenses required by Administrative Authorities for work of this Specification. i`. 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: • 15500-2 Section 15500 Mechanical, HVAC I 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. It 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. Install all outdoor equipment on level concrete pads at a minimum of 4 inches above grade. Furnish the general Contractor with approved layouts for construction of all supports, foundations and pads, providing concrete aprons where grass or foliage may restrict air inlets. It For 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. Provide vibration isolation devices or materials as recommended by the 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. Controls and Wiring. Furnish thermostats and other control devices as listed in the Schedule and/or shown on the Plans and 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. All changes or substitutions must be submitted to and approved by the Engineer. 1 Unless otherwise noted, install thermostats approximately 4 feet 9 inches above the floor. Level all thermostats in accordance with manufacturer's instructions, where • applicable. II15500-3 Section 15500 Mechanical, HVAC 2. Testing and Balancing General. Test and demonstrate all equipment and systems in the presence of, I ' and to the complete satisfaction of, the Engineer. Operate HVAC systems and fans. Inspect for leaks and rattles. Rework as required. 3. 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. 4. 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. I 5. 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. Equipment shall be removed, from operation for• examination, adjustment, alternation or change only at times approved by the Owner. 6. 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. 7. 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. 8. 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. I 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. 9. 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. 15500-4 ' Section 15500 Mechanical, HVAC 10. 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. 11. 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 and about the project, as well as all his tools, construction equipment, machinery and surplus materials. 12. 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 iishall 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 Qstains. END OF SECTION .I I I It 15500-5 I I I I I I I I I 13 L' I Section 16000 Basic Electrical Requirements TECHNICAL SPECIFICATIONS BASIC ELECTRICAL REQUIREMENTS 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. The Contractor should note that Sections 16000 through 16950 of these Specifications include items of power, control, and instrumentation. The Contractor needs to coordinate the electrical sub -contractor's bids to insure that all of the items required are furnished and that all of the required installation is provided. 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. D. 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. IInstallation shall be made in a neat and workmanlike manner, and all materials shall be installed in accordance with the recommendations of the various manufacturers. N 'I 16000-1 I I Section 16000 Basic Electrical Requirements .I Incidental materials required •to complete the installation as intended by these Specifications shall be of the type and quality in keeping with specified equipment. E. MATERIALS STANDARDS AND EQUIPMENT APPROVAL Manufacturers' trade names or catalog numbers used in these Specifications and/or indicated on the accompanyingPlans denote type, size, quality, and design of equipment required and is 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, 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. Schematicsandconnection diagrams of all electrical equipment shall be submitted for approval. Manufacturers' standard connections, where clearly marked by black ink, will be acceptable. F. GUARANTEE 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 Li I 1I 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 "Code° requirements as though shown in detail on the Plans. 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. 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. 16000-2 I I Section 16000 1 Basic Electrical Requirements H. TESTS AFTER INSTALLATION Before the Owner will give final acceptance, the Contractor shall make such insulation and load tests as to assure the proper performance of each and every circuit The Contractor shall furnish all instruments for such tests. All circuits, regardless of voltage class, will be checked with a DC megger prior to energizing the first time. Insulation tests shall include DC 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. The Contractor shall submit to the Engineer in writing a statement that all such tests have t 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. 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. Actual location of all panels and equipment. 2. Revision of fixture schedule and other materials schedules to indicate fixtures and materials actually installed. 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 ii conduits and items of equipment shall be run or set parallel to walls, floors and other items It of construction. K GROUNDING All equipment and electrical systems shall be grounded in compliance with the National II Electrical Code and as hereinafter set out. All three phase circuits shall include an II insulated grounding conductor of the same size as the power conductor on all circuits up to I 16000-3 I Section 16000 Basic Electrical Requirements 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. This grounding conductor shall be connected to the motor frame and to the system neutral. Grounds to equipment shall be made with lugs or clamps. All grounding cable shall be copper and shall be sized in accordance with Code requirements when sizes are not specifically called for on the Plans. Ground rods shall conform to ANSUUL 467 and shall be copper cad steel, sectional type, joined by threaded copper alloy couplings. Locations shall be as shown on the Plans. Length of the rods forming an individual ground array shall be equal in length and shall be of the length required to obtain a minimum ground resistance of 5 ohms. The top of the ground rod shall be fitted with a coupling and steel driving stud. Rods and fittings shall be Copperweld, Blackburn, Weaver, or equal. Grounding conductors shall be cadwelded to the ground rods. L. MECHANICAL EQUIPMENT CONNECTIONS 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 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. 230/460 volt, three phase, 60 Hertz, unless shown otherwise on the Plans. 2. All starter holding coils of every type: 120 volt unless shown otherwise on the Plans. 3. All lighting circuits: 120 volt. 4. All control circuits, except specific units requiring reduced voltage: 120.volt 5. Motors less than 1/2 horsepower, unless otherwise specifically provided: 120 volt. END OF SECTION 16000-4 U i U 7 1 .1 1 1 1 1 1 1 Section 16050 Electrical Materials And Methods TECHNICAL SPECIFICATIONS ELECTRICAL MATERIALS AND METHODS 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, raceways, and junction boxes. The type of materials shall be as called out on the Plans. 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. PVC Conduit. Rigid non-metallic conduit shall be Schedule 40 PVC. Non-metallic conduits and fittings shall be UL listed, sunlight -resistant, and rated for use with 90 degrees C conductors. Non-metallic conduits and fittings shall be manufactured by Canon, or equal. 2. Galvanized Rigid Conduit. All wiring shall be installed in 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 dean and sharp and shall be coated to conform with the remainder of the conduit. 3. PVC -Coated Rigid Conduit. All wiring shall be installed in conduit All conduit that Q 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 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 dean and sharp and shall be coated to conform with the remainder of the conduit. 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 and set screw type is 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 standard threaded couplings cannot joint conduits, approved watertight conduit unions shall be used. All couplings and unions shall be mechanically strong and shall make perfect electric ground between conduits connected. 5. Expansion Fittings. Expansion fittings, O -Z Type "AX," shall be provided on all conduits where passing through expansion joints. 16050-1 1 1 Section 16050 Electrical Materials And Methods 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 PVC coated 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 1. General. Conduit shall be run concealed where possible and shall be kept at least 6 inches from 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 bands 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 gushed in any way shall not be installed and must be removed from the buildings without delay. No conduit shall have an inside 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. .2. Corrosion Protection. Where galvanized rigid 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 Koppers Bitumastic No. 50 waterproof paint. The conduits shall have all wrench marks carefully touched up after being made up. 3. Joints. Threaded joints shall be made up with pipe dope, applied to male thread only. 4. Location. Except for the areas having suspended ceilings, throughout the entire project conduit is to be installed on the surface of walls and ceilings. All conduits in the office and laboratory areas shall be concealed in walls or above ceiling. 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, conduit may be brought, in straight runs from the .ceiling • overhead. • 16050-2 . .4 . ,.P ISection 16050 Electrical Materials And Methods I5. Raceways. All raceways.1-114 inches in diameter and larger shall be terminated in pull boxes, junction boxes, pahelboards,*etc. Myers Scru hubs, in lieu of lock nuts and bushing, shall be used in all areas requiring NEMA 3R equipment. 6. Workmanship. Conduits shall be cut with a hacksaw, ends must be square, threads cut and cleaned before reaming. The ends of all conduits shall be reamed to remove all rough edges and burrs. Conduits shall be securely fastened to all outlet boxes with lock nuts and bushings of approved make. Care should be exercised to see that the full name of threads project through to allow the bushing to butt up tight against the end of the conduit, after which the lock nut shall be screwed tight enough to draw the bushing into firm contact with the box 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. 7. Depth of Bury. 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. END OF SECTION II I I 0 EE 0 II 9 16050-3 II I Section 16120 Wire And Cables I I 1 I TECHNICAL SPECIFICTIONS WIRE AND CABLES 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 wires and cables. 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. Power Wire. Wire used in construction shall be copper Type THHN or THWN. On power and lighting circuits, no wire smaller than No. 12 shall be installed. Wire may be stranded. All control wiring shall be color coded, and the colors shall be continuous for any one circuit throughout its entire length. On wire sizes where colored insulation is not available, the circuits shall be identified by colored tape strips wrapped around the wire at the points of connection. NO ALUMINUM WIRE WILL BE APPROVED. Specific wire sizes shown on the Plans refer to American Wire Gauge and circular -mil area designations. 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. 2. Signal Wire. All low-level signal circuits shall be wired with #18 AWG II instrumentation cable. Signal pairs shall individually shielded. The cable shall be Belden, or equal. The number of signal pairs and type of cable shall be as called out on the Plans. 3. Direct Burial Signal Wire. All low-level signal circuits that connect to remote sites shall be wired with #20 AWG, stranded conductors (10x30), multi -conductor direct burial instrumentation cables. The signal pairs shall be tinned copper, polypropylene insulated, twisted pairs. Each pair shall be individually shielded with Beldfoil aluminum -polyester shield. The cable shall be complete with a #22 AWG stranded tinned copper drain wire. The cable shall be provided with an overall black II high -density polypropylene outer jacket. The cable shall be Belden catalog number 9886, or equal. The cable shall have a total of six (6) signal pairs. C. EXECUTION 1. Installation. A complete wiring system shall be installed as shown on the Plans. No 11 wires shall be pulled in until the conduit system is complete. No grease, oil, or j� lubricant other than 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. 1 16120-1 Li Section 16120 ' Wire And Cables 2. The Contractor for Contract Section II shall install the control cable along the pipeline from the butterfly valve at the pump station site to the junction box on the west wall of the pump station. The Contractor shall furnish and install the control ' cable in galvanized rigid conduit to the extent shown on the pump station plans. The Contractor for Contract Section II shall furnish and install all of the splice junction boxes and the associated mounting hardware as shown in the junction box detail for all splice locations. The Contractor for contract section ii shall make the necessary splices in the junction boxes. The cable shall be spliced by first striping the insulation off of each conductor, soldering each of the corresponding colored coded wires together, applying small pieces of heat shrink tubing to reinsulate the solder joint on each conductor, and applying heat to the tubing to reduce the diameter of the tubing. The cable shall be terminated on screw terminals at the junction box inside the pump station. The Contractor for Contract Section II shall be responsible for furnishing and installing the junction box and making the splice at the gatepost at the tank site entrance road. The Contractor for contract section ii shall be responsible for checking the continuity and ground resistance of all cable pairs from end to end prior to making the splices. The Contract Section I Contractor shall repair any wires that are broken or grounded. The Contractor should use a high impedance ohmmeter for all testing. Do not use a meager. Test results shall be noted and a copy given to the project Engineer's representative and the Owner. I END OF SECTION J I 16120-2 Section 16140 Wiring Devices TECHNICAL SPECIFICATIONS WIRING DEVICES 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 wiring devices. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. 11 B. MATERIALS 1. Switches. Wall switches shall be 20 amperes, 125 volts AC, Hubbell No. 12211, or equal, with 302 stainless steel switch plates. 2. Receptacles. Receptacles installed outdoors or in corrosive areas shall be 125 volt circuit convenience outlets, duplex, three wire, polarized, grounding type rated, 20 amperes, 125 volts, Hubbell No. 53CM62, or equal, with 302 stainless steel outlet plates. 3. GFI Receptacles. Ground fault interrupter (GFI) receptacles shall be NEMA 5-20R configured and shall mount in a standard outlet box Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD -1 -1.1 and UL 943. GFI receptacles shall be capable of individual or "downstream" operation. C. EXECUTION 1. Installation. Concealed conduit systems shall have flush mounted switch and convenience outlets. Exposed conduit systems shall have surface mounted switch and convenience outlets. Boxes and fittings in exposed conduit systems shall be PVC coated finished threaded malleable iron 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 6 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 En 16140-1 F, I Section •16195 Electrical Identification TECHNICAL SPECIFICATIONS ELECTRICAL IDENTIFICATION 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 electrical identification. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. IIB. MATERIALS 1. Nameplates. The nameplates shall be uniformly sized laminated plastic type. The lettering shall be block style 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. Nameplates shall be secured using cadmium plated steel or other corrosion resistant screws. 2. Card Labels. 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. A clear plastic carrier shall protect the card. 3. Conductor Labels. Conductor and equipment identification tags shall be either imprinted plastic coated cloth marking materials such as manufactured by Brady or equal, heat shrinkable plastic tubing, or imprinted split sleeve markers cemented into place. 1 C. EXECUTION 1. Installation. The completed electrical installation shall be provided with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. The Contractor shall furnish and install nameplates on the associated motor control e center starters, remote control switches, and safety disconnects as shown on the Plans in the equipment lists. The following is an example of a typical nameplate: 0 0 At any motor not shown with a safety disconnect, the Contractor shall provide a label to read as follows install directly on the motor. A END OF SECTION II 16195-1 I Section 16411 Power Factor Capacitors TECHNICAL SPECIFICATIONS POWER FACTOR CAPACITORS II 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 fixed power factor correction capacitors. 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 Enclosed fixed capacitor units shall be manufactured by Square D Company, or equal. The complete equipment shall be pro -wired and factory assembled, with terminal lugs, and internal wiring to discrete three-phase capacitor cell units. Capacitor fluids and materials shall be acceptable as non -hazardous, non -PCB, by the Department of Transportation and capable of over road shipment with no restrictions. Installation shall comply with the latest edition of the National Electrical Code Article 460 and shall meet the NEC indoor installation requirement for having less than 3 gallons of dielectric fluid. Ambient temperature range shall be: -20° C (-O° F) to 40° C (105° F) Design tests shall be performed on representative samples to confirm design compliance including: dielectric tests, impulse withstand test, thermal stability ii test, voltage decay test and fault current test. In addition, each capacitor unit II shall successfully complete routine production test, short time over voltage test, capacitance test, leak test, and dissipation factor test. 1 Operating voltage: (line to line) 480 volts, three-phase, 60Hz. The rated capacitor cell voltage (line to line) 480 volts. The kVAR sizes of the capacitors shall be as shown on the Plans. The basic impulse level rating shall be 30 kV. The enclosure shall be sheet steel with light gray corrosion resistant enamel finish suitable for indoor and outdoor application and include a removable NEMA 12 dusttight gasketed cover. An external nameplate shall include manufacturers catalog and serial number as well as voltage and kVAR rating of the enclosed capacitor. A wall mounting bracket integral with the enclosure shall be provided. Entry for cable termination shall be by field installation of suitable conduit enclosure fittings at a point on the exterior in dose proximity to interior II terminals. II Mechanical terminations for AL/CU cable shall be provided and sized for 165% capacitor full load at 75 C cable size ampacity. Capacitor units shall be three- phase cells in hermetically sealed enclosures wired in a delta configuration to quick connect terminals on the exterior of each cell. All wiring between cell terminals and main terminals shall be provided. Each three-phase cell shall be designed to facilitate maintenance if replacement should ever become necessary. Discharge resistors mounted external to the cells shall be provided to reduce D voltage on the cells to 50 volts or less within one minute after the capacitor has been switched off. Individual cells shall be UL Listed and be of a liquid filled self -healing design utilizing a low loss metallized film dielectric system with a pressure sensitive II 16411-1 Section 16411 Power Factor Capacitors circuit interrupter. Electrical losses, including contribution of discharge resistors shall average less than 0.5 wIkVAR. Dielectric fluid shall be high flash point, non-flammable, biodegradable, non-toxic and contain no PCBs. The volume of fluid per cell shall meet Article 460 of the National Electrical Code requirement for indoor installations having less than 3 gallons of fluid. Dry type capacitors and/or capacitors without a pressure sensitive circuit interrupter shall not be acceptable. High interrupting current limiting fuses shall be supplied within the enclosure and provide additional short circuit protection for internal cell components. If supplied, fuses shall be provided in each phase of each three-phase cell and shall be easily removable to facilitate replacement if ever required. Blown fuse indicators shall be supplied. Indicators shall be visible from the exterior of the capacitor enclosure and shall indicate when a particular internal fuse has blown. Internally visible only blown fuse indication is not acceptable. There shall be one indicator per fuse. I I C. EXECUTION ■ The fixed power factor correction capacitors shall be securely mounted above motor starters they serve. END OF SECTION I U I 16411-2 Section 16421 Service Entrance Breaker TECHNICAL SPECIFICATIONS SERVICE ENTRANCE BREAKER A. GENERAL 11 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 service entrance breaker. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. II B. MATERIALS 1. Circuit Breakers. Circuit breakers shall be Square D, or equal solid state trip units as specified on the Drawings. Interrupting rating shall be 30,000 RMS symmetrical amperes at 460 volts AC. All circuit breakers shall be constructed in accordance with UL Standard 489 and NEMA Standard A61-1975 and shall meet the Ii requirements of Federal Specification W-C-375B/GEN as Class 25a and IEC 157-1. The circuit breakers shall be rated for 100 percent continuous duty. An interchangeable rating plug shall determine the ampere rating. Breakers shall be • sized as noted on the oneline Drawings. Breakers covered under this Specification shall be fixed -mounted construction. Circuit breakers shall be constructed using 0 glass reinforced insulating material providing high dielectric strength. The circuit II breaker shall have quick -make, quick -break contacts with an over -center operating mechanism. Current carrying components shall be isolated from the trip unit and field installed accessories. Breakers shall provide common tripping of all poles and a shall be trip free. The integral trip unit shall be independent of any external power source and shall contain reliable electronic components to measure and time the output from internal current sensors and initiate tripping action. The circuit breaker shall be UL listed for reverse connection without requiring special construction. 2. Trio Functions. Breaker shall have a permanent trip unit containing individual thermal and magnetic trip elements in each pole. The thermal trip elements shall be e calibrated for 40°C ambient temperature per UL 489. To insure uniform tripping characteristics the magnetic elements in the individual poles shall adjusted in common by a single control located on the front of the breaker cover. ft 3. Enclosure. The service entrance breaker shall be housed in a NEMA 4X Type 304 stainless steel enclosure. The enclosure shall be equipped with padlock provisions. C. EXECUTION 0 The Contractor shall furnish and install the service entrance circuit breaker on the service pole as shown on the Plans. The breaker shall be sized as shown on the Plans. END OF SECTION 0 16421-1 it Section 16470 Circuit Breaker Panelboards TECHNICAL SPECIFICATIONS CIRCUIT BREAKER PANELBOARDS 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 circuit breaker panelboards. 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. Panelboards. Panelboards shall be flush, surface or motor control center mounted as shown on the Plans. Panelboards shall be dead front factory assembled. Panelboards shall comply with NEMA PB-1, UL, and Federal Specification W -P - II 115A, Type 1, Class 1. Circuit breakers shall be group mounted. Circuit breaker panelboards shall be rated 277/480 -volt for three-phase four -wire operation as shown on the Plans. Lighting panelboards shall be rated 120/240 -volt for single- phase three -wire operation as shown on the Plans. Interiors shall have solderless, anti -turn connectors and shall be constructed so that branch circuit breaker can be replaced without disturbing adjacent units or resorting to field drilling and tapping. 0 Bus bars and connecting drops shall be copper. Neutral bar shall be full-sized and shall have one terminal screw for each branch circuit; main bus bar shall be full- sized for entire length. Spaces shown shall have cross connections for the maximum sized device that can be fitted. Circuit breaker panelboards shall be Square D' I -LINE Class 2110, or equal, and lighting panelboards shall be Square "D" Type QO Class 1130 or Type NQO Class 1610 circuit breaker load centers, or equal. 2. Cabinets. Cabinets for building panels shall be 20 -inches wide minimum, with 4 -inches minimum side gutters and 5 -inches minimum top and bottom gutters. Panelboard trim shall be the same size as cabinet on surface -mounted panels and 3/4 -inch larger all around than cabinet of flush -mounted panels. Door trim shall have circuit directory pocket with protective clear plastic sheet. All trim and cabinets of surface -mounted panels in general purpose areas shall be phosphate treated, primed and finished with baked enamel, panels of flush mounted panels shall be u finished to match surrounding wall color. Surface mounted cabinets and trim in wet and damp areas shall be NEMA 12 rated. Panelboards in corrosive areas shall be encased in fiberglass enclosures NEMA 4X rated. Provide control enclosures, under common panel trim, where shown. All panelboard doors shall be keyed alike. 3. Circuit Breakers. The number of circuit breakers and the ampere ratings shall be in accordance with panel schedules as shown on the Plans. The panelboard circuit II breakers shall be group mounted and shall be Type OO with 2 -pole main breaker as required with 10,000 AIR, or Type FA with 14,000 AIR or KA with 22,000 AIR and branch circuit breakers, as manufactured by Square "D', or equal. 0 16470-1 I Section 16470 Circuit Breaker Panelboards 4. Ground Fault. Ground fault circuit breakers for circuits that, supply convenience outlets located outdoors or within wash down areas indoors shall be provided. Handle lock -off devices for circuit breakers which act as motor disconnect switches and elsewhere shall be provided as shown in panel schedules. C. EXECUTION The panelboards 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 M 16470-2 a I I I P II I 0 it I u Section 16480 Combination Motor Starters TECHNICAL SPECIFICATIONS COMBINATION MOTOR STARTERS 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 combination magnetic motor starters. 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 combination magnetic motor starters shall be as manufactured by Allen- Bradley, Square D Company, or equal. Combination magnetic motor starters shall have the starter and the motor circuit protector disconnect in a common enclosure. The circuit breakers shall have integral instantaneous magnetic trip in each pole. The circuit breaker shall have a color coded externally operated handle. The handle shall give positive visual indication of ON/OFF with red and black color coding. The magnetic motor starters shall be NEMA 12, ac general-purpose Class A magnetic controller for induction motors rated in integral horsepower. The coil operating voltage shall be 120 volts 60 Hz. The coil shall be an encapsulated type. The number of poles shall be as shown on the Plans. The sizes of each of the starters shall be as shown on the Plans. The starter contacts shall be totally enclosed, double -break, silver -cadmium -oxide power contacts. Contact inspection and replacement shall be possible without disturbing line or load wiring. Overload relays shall be one-piece thermal unit construction. Thermal units shall be interchangeable. Overload relay control circuit contacts shall be replaceable. Thermal units shall be required for starter to operate. Thermal units shall be designed for addition of either a normally open or normally closed auxiliary contact and be field convertible. Thermal units shall offer both manual reset and remote reset using an external module. The type of enclosures shall be as shown on the Plans. Auxiliary contacts supplied with each starter shall be field convertible contacts. Cover mounted pilot devices shall be heavy duty type. Push buttons shall be unguarded type. Indicating lights shall be incandescent type. Selector switches shall be rotary type. Control power transformers shall have 120 volt secondary, with the standard VA rating in each motor starter. The primary and the secondary shall be fused, and bond unfused leg of secondary to enclosure. C. EXECUTION Install the enclosed combination starters where indicated, in accordance with manufacturer's instructions. Install enclosed combination starters plumb at a height of 5 ft to the operating handle. 16480.1 I Section 16480 Combination Motor Starters Install the fuses in the transformer circuit. Select and install overload heater elements in the motor combination starters to match the installed motor characteristics. Install labeling as specified elsewhere in these specifications END OF SECTION 16480 -2 Section 16481 Control Relays TECHNICAL SPECIFICATIONS CONTROL RELAYS A. GENERAL 11 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 1. Control Relays. Control relays shall be heavy-duty industrial quality and shall have a 10 -ampere contact rating of 0-600 volts, 60 Hertz 2. Contacts. 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. 3. Small Control Relay Types. Small control relays used for interfacing SCADA digital outputs or inputs shall be general-purpose miniature plug-in relay units complete e with plug-in sockets. The coil voltages shall as shown on the Plans. The contact rating shall be 10 amperes. The small control relays shall be as manufactured by IDEC Corporation, catalog number RH1B-U for SPDT and RH2B-U for DPDT, or equal. 4. Large Control Relay Types. Relays shall be electrically or mechanically held as indicated. Electrically held relays shall be Square °DCompany 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. C. EXECUTION Installation. 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, as hereinafter specified, or as directed by the Engineer. 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 surface or flush mounting as indicated. END OF SECTION •D 16481-I I I L I 11 I I I I I I TECHNICAL SPECIFICATIONS LIGHTING FIXTURES A GENERAL Section 16515 Lighting Fixtures 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. 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. DEFINITIONS 1. Emergency Lighting Unit. A fixture with integral emergency battery power supply and the means for controlling and charging the battery. They are also known as an emergency light set Emergency units are available with integral lamps only. 2. Fixture. A complete lighting unit, exit sign, or emergency lighting unit Fixtures include lamps and parts required for distributing the light, position and protecting lamps, and connecting lamps to the power supply. Internal battery powered exit signs and emergency lighting units also include a battery and the means for controlling and recharging the battery. Emergency lighting units are available with and without integral lamp heads and lamps. C. SUBMITTALS Submittals. Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. Furnish product information describing fixtures, lamps, ballasts, and emergency lighting units. Arrange product data for fixtures in order of fixture designation. Include data on features and accessories and the following information: Furnish outline drawings of fixtures indicating dimensions and principal features. Furnish electrical ratings and photometric data with specified lamps and certified results of independent laboratory tests. Furnish maintenance information for products for inclusion in Operating and Maintenance Manual. Furnish coordination drawings for fixtures mounted on, in, or above the ceiling indicating coordination with ceiling grids and other equipment installed in the same space. D. QUALITY ASSURANCE Quality Assurance. Comply with NFPA 70 "National Electrical Code" for components and installation. 16515-1 I I. . Section 16515 Lighting Fixtures Provide fixtures and emergency lighting units that are listed and labeled for their indicated use on the Project. Provide fixtures for use in damp or wet locations, underwater, and recessed in `^ combustible construction specifically listed and labeled for such use. E. WARRANTY 1. Warranty. Submit a warranty, mutually executed by manufacturer and the Contractor, agreeing to replace rechargeable system batteries that fail in materials or workmanship within the standard project warranty period specified below. This warranty is in addition to, and not a limitation of, other rights and remedies the Owner may have under the Contract Documents. F. MATERIALS 1. General. Comply with the requirements specified in the Articles below and lighting fixture schedule shown on the Plans. 2. Relampina. Smooth operating and free from light leakage under operating conditions. Arrange to permit relamping without use of tools. Arrange doors, • frames, lenses, diffusers, and other pieces to prevent accidental falling during • relamping and when secured in the operating position. 3. Reflectance. Minimum reflectance as follows, except as otherwise indicated: a. White Surfaces: 85 percent. b. Specular Surfaces: 83 percent. c. Diffusing Specular Surfaces: 75 percent. d. Laminated Silver Metallized Film: 90 percent. I 4. Suspended Fixture Support Components. Single -Stem Hangers: 12 -inch steel tubing with swivel ball fitting and ceiling canopy. Finish same as fixture. 5. Fluorescent Fixtures. Energy -Saving ballasts shall be the full -light -output type, compatible with energy -saving lamps. 6. Power Factor. The minimum power factor shall be 90 percent, when connected according to manufacturer's instructions to control system at 100 -percent output and • operating standard 40 -watt rapid start lamps. 7. Exit Signs. Exit signs shall conform to UL 924, "Emergency Lighting and Power Equipment " The sign colors shall be as shown on the Plans. • Additional Lamps for DC Operation: 2 minimum, bayonet -base type, for connection • to external dc source. The battery shall be sealed, maintenance -free, nickel • cadmium type with the standard project warranty. 8. Emergency Lighting Units. Emergency lighting units shall conform to UL 924, • "Emergency Lighting and Power Equipment! requirements for "Unit Equipment." The contractor shall furnish and install self-contained units with the following features and additional characteristics as indicated. 16515-2 ' II Section 16515 Lighting Fixtures The battery shall be a sealed, maintenance -free, lead -acid type with 10 -year • nominal life minimum, with the standard project warranty. The battery charger shall be a minimum two -rate, fully automatic, solid-state type, with sealed transfer relay. A relay shall automatically turn the lamps on when supply circuit voltage drops to 80 -percent of nominal or below. Lamps shall automatically disconnect from the battery when voltage approaches deep -discharge level. A relay shall disconnect the lamps and automatically recharge the battery and shall float on trickle charge when normal voltage is restored. Provide a time -delay relay in emergency lighting unit control circuit arranged to hold unit "on" for fixed interval after restoration of power from an outage. Provide adequate time delay to permit HID lamps to restrike and develop adequate output. a 9. High -Intensity -Discharge (HID) Fixtures. Fixtures shall conform to UL 1572, • "High -Intensity -Discharge Lighting Fixtures." Ballasts shall conform to UL 1029, "High -Intensity -Discharge Lamp Ballasts" and ANSI C82.4, "Ballasts for High -Intensity -Discharge? Provide constant wattage autotransformer) or regulating high power factor type, unless otherwise indicated. The operating voltage shall be as shown on the Plans. The units shall have a 1 minimum starting temperature of minus 30 degrees C. Ballasts shall be constructed so that open circuit operation will not reduce the average life. The units shall have quiet operation, with a noise rating of B or better. 10. Lamps. The fixture shall conform to ANSI Standards, C78 series applicable to each type of lamp. 11. Finish. Manufacturers standard finish applied over corrosion -resistant primer, free of streaks, runs, stains, blisters, and defects. Remove fixtures showing evidence of corrosion during project warranty period and replace with new fixtures. Other parts of the fixture shall be the manufacturer's standard finish. G. EXECUTION 1. Installation. Setting and Securing: Set units plumb, square, and level with ceiling and walls, and secure according to manufacturers printed instructions and approved shop drawings. 2. Support for Suspended Fixtures. Brace pendants and rods that are 4 -feet long or longer to limit swinging. Support stem mounted single -unit suspended fluorescent fixtures with twin -stem hangers. For continuous rows, use tubing or stem for wiring at one point and tubing or rod for suspension for each unit length of chassis, including one at each end. 3. Lam in . Lamp units according to manufacturers instructions. H. FIELD QUALITY CONTROLS 1. Inspect each installed fixture for damage. Replace damaged fixtures and components. Give advance notice of dates and times for field tests. Provide 16515-3 Section 16515 Lighting Fixtures instruments to make and record test results. Verify normal operation of each fixture after fixtures have been installed and circuits have been energized with normal power source. a. Interrupt electrical energy to demonstrate proper operation of emergency lighting installation. Include the following in tests of emergency lighting equipment b. Duration of emergency supply. c. Low battery voltage shutdown. d. Normal transfer to battery source and retransfer to normal. e. Low supply voltage transfer. f. Replace or repair malfunctioning fixtures and components, then retest. Repeat procedure until all units operate properly. I. ADJUSTING AND CLEANING 1. The contractor shall dean the fixtures upon completion of installation. Use methods and materials recommended by the manufacturer. 2. Adjust aimable fixtures to provide required light intensities. END OF SECTION 16515-4 II !I I I I Section 16620 1, Generator/Transfer Switch TECHNICAL SPECIFICATIONS STANDBY POWER GENERATOR AND AUTOMATIC TRANSFER SWITCH IA. GENERAL The work to be included under this section of the specifications shall consist of providing all material, labor, equipment, tools, supplies and incidentals necessary to furnish and install the following items of equipment as herein specified. B. MATERIALS 1. General. The Contractor shall provide a standby power system to supply emergency power in the event normal utility supply fails. The standby power system shall consist of a liquid cooled engine, an AC alternator, and system controls with all necessary accessories for a complete operating system, including but not limited to the items as specified hereinafter. The Contractor shall provide one (1) automatic transfer switch described elsewhere 1 in this specification so that the system comes on line automatically, and on restoration of normal utility power automatically retransfers load to normal power, shuts down the generator and returns to readiness for another operating cycle. 1 The electric generating system consists of a prime mover, generator, governor, coupling, and all controls which must have been tested as a complete unit on a representative engineering model as required by NFPA 110-1985. The tests, being potentially damaging to the equipment tested, must not be performed on the equipment to be sold, but on a separate prototype model. The generator and transfer switch shall conform to NEC and applicable inspection authorities. Transfer switches to be labeled under UL 1008. This system shall be supplied by Generac, Onan, or equal who has been regularly engaged in the production of engine -alternator sets, automatic transfer switches, and associated controls for a minimum of ten years, so there is one source of supply and responsibility. To be classified as a manufacturer, the builder of the generator set must manufacture at least the engine, alternator or the automatic transfer switch. iThe manufacturer shall have printed literature and brochures describing the standard series specified not a one of a kind fabrication. 2. Engine. The prime mover shall be a liquid cooled, diesel fueled, turbo -charged • engine of 4 -cycle design. It will be a V-8 with a minimum displacement of 504 cubic inches, a maximum BMEP of 166 psi, with a minimum rating of 200 bhp when supplying its rated output of 125KW at an operating speed of 1800 RPM. The engine is to be cooled with a unit mounted radiator, fan, water pump, and closed coolant recovery system providing visual diagnostic means to determine if the system is operating with a normal engine coolant level. The radiator shall be 16620-1 Section 16620 Generator/Transfer Switch designed for operation in 110 Degrees Fahrenheit (44 Degrees Celsius) ambient temperature. The intake air filter with replaceable element must be mounted on the unit. A positive displacement lube oil pump shall supply full pressure lubrication. The engine shall have a replaceable oil filter with internal bypass and replaceable elements. Engine coolant and oil drain extension must be provided to outside the mounting base for cleaner and more convenient engine servicing. A fan guard must be installed for personnel safety. The engine shall have a battery charging DC alternator with a transistorized voltage regulator. Remote 2 -wire starting shall be by a solenoid shift, electric starter. A mechanical governor to maintain alternator frequency within 5% from no load to full load alternator output shall govern engine speed. Steady state regulation is to be ±0.33%. The engine fuel system shall be designed for operation on No. 2 diesel fuel. A secondary fuel filter, water separator, manual fuel priming pump and fuel shut-off solenoid and all piping must be installed at the point of manufacture. Sensing elements to be located on the engine for low oil pressure shutdown, high coolant temperature shutdown, low coolant level shutdown, overspeed shutdown, and overcrank shutdown. These sensors are to be connected to the control panel using a wiring harness with the following features: wire number labeling on each end of the wire run for easy identification, a molded rubber boot to cover the electrical connection on each sensor to prevent corrosion and all wiring to be run in flexible conduit for protection from the environment and any moving objects. The engine shall have an engine mounted, thermostatically controlled water jacket heater to aid in quick starting. It will be of adequate wattage as recommended by the engine manufacturer. The contractor shall provide proper branch circuit from normal utility power source. Primary diesel fuel filter to be capable of removing contaminants of 10 microns or larger. Element shall be replaceable paper type. Oil heater to assist in engine starting and minimize wear for the first few seconds of engine operation. 3. Alternator. The alternator shall be a 4 -pole revolving field type, 12 -lead reconnectable wired for 277/480V, 3 phase, 60 Hz with a brushless exciter. Photosensitive components will not be permitted in the rotating exciter. The stator shall be directly connected to the engine flywheel to ensure permanent alignment. The generator shall meet temperature rise standards for class "F" varnish and. conform to MIL-1-24092,•Type "M", and class 155. All leads must be extended into the AC connection panel. The alternator shall be protected by an automatic reset field circuit breaker. One step load acceptance shall be 100% of nameplate kW rating and meet the requirements of NFPA 110 paragraph 5-13.2.6. The, engine -generator set shall be so designed that voltage dip upon application of nameplate kW/kVA shall not 16620-2 • • I I I Ell I I i '. I ISection 16620 Generator/Transfer Switch exceed 12.5% with recovery to stable operation within 2 seconds. The generator set and regulator must sustain at least 90% of no load voltage for 30 seconds with 250% of rated load at near zero power factor connected to its terminals. A solid state voltage regulator designed and built by the engine -generator set manufacturer must be used to control output voltage by varying the exciter magnetic field to provide ±1% regulation during stable load conditions. Should an extremely heavy load drop the output frequency, the regulator shall have a voltage droop of 4 volts/hertz to maximize motor starting capability. The frequency at which this droop operation begins must be adjustable; allowing the generator set to be properly matched to the load characteristics ensuring optimum system performance. The voltage regulator must contain a limiting circuit to prevent output voltage surges in excess of 110% of rated voltage during generator set operation. On a loss of the sensing signal, the voltage regulator must shutdown to prevent an overvoltage condition from occurring. A voltage regulator that can go into a full field condition is unacceptable. LED indication will be provided on the regulator to monitor the sensing (yellow), excitation (green), and output circuit (red). A rheostat shall provide a minimum of ±10% voltage adjustment from the rated value. IA control console that is an integral part of the generator set must be provided to allow the installer a convenient location in which to make electrical output connections. An isolated neutral lug must be included by the generator set ' manufacturer to ensure proper sizing. The electric plant shall be mounted with vibration isolators on a welded steel base. A thermal magnetic main line circuit breaker rated at 250 amps must be mounted at the factory in the AC connection panel. The line side connections are to be made at the factory. A system utilizing a manual reset field circuit breaker and current transformers is unacceptable. Alternator strip heater to prevent moisture condensation from forming on the alternator windings shall be installed at the factory. s 4. Controls -Engine. All engine alternator controls and instrumentation shall be designed, built, wired, tested and shock mounted in an enclosure to the engine- , generator set by the manufacturer. It shall contain panel lighting and a fused DC circuit to protect the controls. This panel must be able to be rotated 90 degrees in either direction for correct installation. IThe engine -generator set shall contain a complete engine start -stop control, which starts the engine on closing contacts and stops the engine on opening contacts. An automatic preheat circuit that can also be operated in a manual mode must be provided. A cyclic cranking limiter shall be provided to open the starting circuit after eight attempts if the engine has not started within that time. Engine control modules must be solid state plug-in type for high reliability and easy service. The engine controls shall also include a 3 -position selector switch with the following positions: OFF/MANUAL/AUTO. A red annunciator lamp shall be energized when the switch is not in auto. 1 16620-3 Section 16620 Generator/Transfer Switch Safety shutdown monitoring system shall include solid state engine monitor with individual lights and one common external alarm contact indicating the following conditions: Overcrank shutdown, Overspeed shutdown, High Coolant Temperature (Low Coolant Level shutdown), Low Oil Pressure shutdown. Monitoring system shall include lamp test switch for manual reset of tripped conditions. Engine RPM is to be monitored by an independent permanent magnet sensor. If there is a failure in this circuit, the. engine must shutdown immediately and illuminate a Loss of RPM Sensor shutdown. Engine instrumentation shall consist of an oil pressure gauge, coolant temperature gauge, DC ammeter and an engine run hourmeter located on the unit control console. Alternator instrumentation must include analog meters to indicate output voltage, amperage and frequency. Provide the following items installed at the factory: 1. Six (6) function form C dry contact PCB to provide a contact opening or closure for six specific conditions to allow for remote alarm indication. 2. . Emergency stop button to immediately shut down the engine upon actuation 3. Engine run relay to provide two 10A/240 VAC form C contacts that operate when the engine is running. 4. Provide a red light labeled with silk screening on the control console that illuminates when a low level is sensed in the base mounted fuel tank. 5. Oil temperature gauge to indicate engine oil temperature. 5. Miscellaneous Equipment. The following equipment is to be installed at the engine - generator set manufacturers facility: The engine -generator shall be include a sound attenuated weather protective enclosure. The sound attenuation rating shall be at least 68 to 76 dBA at 23 feet. The engine -generator set shall be factory enclosed in a heavy gauge steel enclosure constructed with comer posts, coated with electrostatically applied zinc and finished with baked enamel paint. The enclosure is to have large, easily opened doors to allow access to the engine, alternator and control panel. Each door is to be fitted with stainless steel, lockable hardware with identical keys. Padlocks do not meet this specification. Circuit breakers shall be provided to protect the generator and loads at each voltage setting. . Exhaust silencer shall be provided of the size as recommended by the manufacturer and shall have a critical rating and .shall be mounted. inside the housing. The silencer shall be mounted on the weather protective enclosure with the use of a flexible, seamless, stainless steel exhaust connection and rain cap. All components must be properly sized to assure operation without excessive back pressure when installed. 16620-4 Section 16620 I. Generator/Transfer Switch The fuel system shall include a 250 -gallon base mounted double wall fuel tank. It shall have the structural integrity to support the engine -generator set. Minimum features shall include all welded construction, a lockable fuel filler cap, fuel gauge, fuel line check valve and fittings for fuel supply, return, fill and vent. This tank shall be supplied and warranted by the engine -generator set manufacturer and shall be factory installed. I! Provide a 2 -amp automatic float battery charger manufactured by the engine - generator set supplier. It is to be of a solid state design and self-regulating to prevent overcharging the system battery. The battery charger is to be factory installed on the generator set. Due to line voltage drop concerns, a battery charger mounted in the transfer switch will be unacceptable. A heavy duty, lead acid battery set shall be provided by the generator set manufacturer of adequate voltage and amperage capacity to start and operate the engine. Provide all intercell and connecting battery cables as required. 6. Automatic Transfer Switch. The manufacturer of the engine -generator set, so as to maintain system compatibility and local service responsibility for the complete emergency power system shall furnish the automatic transfer switch. It shall be 1 listed by Underwriter's Laboratory, Standard 1008 with circuit breaker protection. Representative production samples of the transfer switch supplied shall have demonstrated through tests the ability to withstand at least 10,000 mechanical 1 operation cycles. One operation cycle is the electrically operated transfer from normal to emergency and back to normal. Wiring must comply with NEC table 373-6(b). The manufacturer shall furnish schematic and wiring diagrams for the particular automatic transfer switch and a typical wiring diagram for the entire system. The automatic transfer switch shall be a 3 -pole design rated for 200 amperes continuous operation in ambient temperatures of -20 Degrees Fahrenheit (-30 Degrees Celsius) to +140 Degrees Fahrenheit (+60 Degrees Celsius). Main power switch contacts shall be rated for 600 Volt AC minimum. The transfer switch supplied shall have a minimum withstand and dosing rating when fuse protected of 200,000 amperes. Where the line side overcurrent protection is provided by circuit breakers, the short circuit withstand and closing ratings shall be 35,000 amperes RMS. These RMS symmetrical fault current ratings shall be the rating listed in the I UL listing or component recognition procedures for the transfer switch. All withstand tests shall be performed with the overcurrent protective devices located external to the transfer switch. The transfer switch shall be double throw construction, positively electrically and mechanically interlocked to prevent simultaneous closing and mechanically held in both normal and emergency positions. Independent break before make action shall be used to positively prevent dangerous source to source connections. When switching the neutral, this action prevents the objectionable ground currents and �nuisance ground fault tripping that can result from overlapping designs. The transfer I switch shall be approved for manual operation. The electrical operating means shall be by electric solenoid. Every portion of the contactor is to be positively mechanically connected. No clutch or friction drive mechanism is allowed, and parts IIare to be kept to a minimum. This transfer switch shall not contain integral 11 16620-5 Section 16620 Generator/Transfer Switch i overcurrent devices in the main power circuit, including molded case circuit breakers or fuses. S The transfer switch electrical actuator shall have an independent disconnect means to disable the electrical operation during manual• switching. Maximum electrical transfer time in either direction shall be 160 milliseconds, exclusive of time delays. Main switch contacts shall be high-pressure silver alloy contacts to resist burning and pitting for long life operation. There shall be two SPOT, 10 ampere, 250 volt auxiliary switches on both normal and emergency sides, operated by the transfer switch. Full rated neutral bar with lugs for normal, emergency and load conductors shall be provided inside the cabinet. All control equipment shall be mounted on the inside of the cabinet door in a metal lockable enclosure with transparent safety shield to protect all solid state circuit boards. This will allow for ease of service access when main cabinet lockable door is open, but to prevent access by unauthorized personnel. Control boards shall have installed cover plates to avoid shock hazard while making control adjustments. The solid state voltage sensors and time delay modules shall be plug-in circuit boards with silver or gold contacts for ease of service. A solid state undervoltage sensor shall monitor all phases of the normal source and provide adjustable ranges for field adjustments for specific applications needs. Pickup and dropout settings shall be adjustable from a minimum of 70% to a maximum of 95% of nominal voltage. A utility sensing interface shall be used, stepping down line voltage to 24VAC, helping to protecting the printed circuit board from voltage spikes and increasing personnel safety when troubleshooting. The transfer switch shall signal the engine -generator set to start in the event of a• power interruption. A set of contacts shall close to start the engine and open for engine shutdown. A solid state time delay start (adjustable, .1 to 10 seconds) shall delay this signal to avoid nuisance start-ups on momentary voltage dips or power outages. Transfer the. load to the engine -generator set after it reached proper voltage (adjustable, 70% to 90%) and frequency (adjustable, 80% to 90%). A solid state time delay (adjustable, • 5 seconds to 3 minutes) shall delay this transfer to allow the engine -generator to warm-up before application of load. There shall be.a switch to bypass this warm-up timer when immediate transfer is required. Retransfer the load to the line after normal power restoration. A return to utility timer (adjustable, 1 to 30 minutes) shall delay• this transfer to avoid short-term normal power restoration. The operating power for transfer and retransfer shall be obtained from the sourceto which the load is being transferred. Controls shall provide an automatic retransfer of the load from emergency to normal if the emergency source fails with the normal source available. 16620-6 II Section 16620 Ip Pit I 11 Generator/Transfer Switch Signal the engine -generator to stop after the load retransfers to normal. A solid state engine cooldown timer (adjustable, 1 to 30 minutes) shall permit the engine to run unloaded to cooldown before shutdown. Provide an engine minimum run timer (adjustable, 5 to 30 minutes) to ensure an adequate engine run period. Provide a solid state plant exercise clock to set the day and time of generator set exercise period. Actual time of day and exercise time shall be displayed. The clock shall have a one -week cycle and be powered by the load side of the transfer switch. A battery must be supplied to maintain the circuit board energized when the load side of the transfer switch is de -energized. Include a switch to select if the load will transfer to the engine -generator set during the exercise period. The transfer switch shall have a time delay neutral feature to provide a time delay (adjustable, .1 to 10 seconds) during the transfer in either direction, during which time the load is isolated from both power sources. This allows residual voltage I� components of motors or other inductive loads (such as transformers) to decay before completing the switching cycle. A switch will be provided to bypass this feature when immediate transfer is required. II Front mounted controls shall include: a selector switch to provide for a NORMAL TEST mode with full use of time delays, FAST TEST mode which bypasses all time 11 delays to allow for testing the entire system in less than one minute, or AUTOMATIC mode to set the system for normal operation. Provide bright lamps to indicate the transfer switch position in either UTILITY (white) or EMERGENCY (red). A third lamp is needed to indicate STANDBY -OPERATING II (amber). These lights must be energized from utility or the engine -generator set. Provide manual operating handle to allow for manual transfer. This handle must be mounted inside the lockable enclosure so accessible only by authorized personnel. Provide a safety disconnect switch to prevent load transfer and automatic engine start while performing maintenance. This switch will also be used for manual transfer switch operation. Provide LED status lights to give a visual readout of the operating sequence. This shall include utility on, engine warmup, engine warmup bypass, standby voltage "ready", standby frequency "ready", standby on, transfer to standby, return to utility, 1r engine cooldown, engine minimum run and fast test mode. ` The transfer switch mechanism and controls are to be mounted in a NEMA 12 enclosure. The following options are to be provided by the transfer switch manufacturer. 1' a) Signal before transfer contacts to be used for supplying a signal to selected loads prior to the operation of the transfer switch. 1 b) A remote automatic control circuit to allow a normal test of the standby power system from a remote location. 1 16620-7 Section 16620 Generator/Transfer Switch c) A manual bypass for return to normal push button. This option will prevent the re -transfer of the.load back to utility until the operator actuates this push button. d) A preferred source selector switch to allow the selection of which power source to be considered normal and which to be emergency. e) Manual 3 position selector switch to select and hold either power supply as the source for the load. C. EXECUTION Factory Testing. Before shipment of the equipment, the engine -generator set shall be tested under rated load and power factor for performance and proper functioning of control and interfacing circuits. Tests shall include: Verifying all safety shutdowns are functioning properly. Single step load pick-up per NFPA 110-1985, Paragraph 5-13.2.6. Transient and voltage dip responses and steady state voltage and speed (frequency) checks. 2. Owner's Manuals. Three (3) sets of owner's manuals specific to the product supplied must accompany delivery of the equipment. General operating instruction, preventive maintenance, wiring diagrams, schematics and parts exploded views specific to this model must be included. 3. Installation. Contractor shall install the complete electrical generating system including all fuel connections in accordance with the manufacturer's recommendations as reviewed by the Engineer. 4. Service. Supplier of the electric plant and associated items shall have permanent service facilities in this trade area. These facilities shall comprise a permanent force of factory trained service personnel on 24- hour call, experienced in servicing this type of equipment, providing warranty and routine maintenance service to afford the owner maximum protection. Delegation of this service responsibility for any of the equipment listed herein will not be considered fulfillment of these specifications. Service contracts shall also be available. 5. Warran . -.The standby electric generating system components, complete engine - generator set and automatic transfer switch shall be warranted by the manufacturer against defective materials and factory workmanship for a period of five years. Such defective parts shall be repaired or replaced at the manufacturers option. In addition, all labor for the replacement of these parts for the engine -generator set and transfer switch will be covered for the first two years. The warranty period shall commence when the standby power system is first placed into service. Multiple warranties for individual components (engine, alternator, controls, etc.) will not be acceptable. Satisfactory warranty documents must be provided. Also, in the judgment of the specifying authority, the manufacturer supplying the warranty for the complete system must have the necessary financial strength and technical expertise with all components supplied to provide adequate warranty support. El I u ii I Section 16620 Generator/Transfer Switch I 6. Checkout & Startup. The supplier of the electric generating plant and associated items covered herein shall provide factory trained technicians to checkout the completed installation and to perform an initial startup inspection to include: a) Ensuring the engine starts (both hot and cold) within the specified time. b) Verification of engine parameters within specification. c) Set no load frequency and voltage. d) Test all automatic shutdowns of the engine -generator. Ie) Perform a load test of the electric plant, ensuring full load frequency and voltage are within specification by using building load. 7. Submittals. Provide seven complete sets of Engineering Submittal for approval, prior to production release, showing all components, in addition to the engine, generator and automatic transfer switch. Submittals shall include complete system interconnection wiring diagrams and manufacturer's warranty form indicating compliance with these specifications. I I END OF SECTION I L I '1 I I 1 16620-9 Section 16950 Instrumentation And Control TECHNICAL SPECIFICATIONS INSTRUMENTATION AND CONTROL 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 the instrumentation and control devices at the Booster Pump Station. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and as hereinafter specified. The Contractor should note that this section of the Specifications includes both items of instrumentation and items of control. The Contractor needs to coordinate with the electrical sub -contractor's bid to insure that all of the items required are furnished and that all of the required installation is provided. B. MATERIALS 1. General. All instruments and other components shall be the most recent field proven models marketed by their manufacturers at the time of the submittal of the shop drawings unless otherwise specified to match existing equipment. All outdoor instrumentation shall be suitable for operation in the ambient conditions at the equipment installation locations. Heating, cooling, and dehumidifying devices shall be incorporated with the outdoor instrumentation in order to maintain it within its rated environmental operating ranges. NEMA 4X rated corrosion resistant indoor enclosures shall be furnished. Analog measurements and control signals shall be electrical and shall vary in direct t linear proportion to the variable being measured. All analog signals whether input or output control shall be 4-20 milliamperes DC unless otherwise noted. The analog input signals shall maintain loop integrity with the installation of a resistor across the input terminals. 2. Pressure Transmitter. The electronic pressure transmitter shall be housed in a NEMA 4X enclosure. The pressure transmitter shall be of thin film construction and shall transmit a current output signal proportional to the pressure. The electronic pressure transmitter shall be a loop -powered device with a 4-20 milliampere output signal. The electronic transmitter shall be Ashcroft Model K1, or equal. 3. Combination Pressure Gauges. Combination pressure gauges shall be glycerin filled with a built-in pressure snubber and have 4-1/2 inch minimum diameter faces and be turret style, black phenolic case with clear glass face. The movement shall be rotary, of 400 Series stainless steel with Teflon coated pinion gear and segment. The gauge shall be bottom connected and accept a 1/4 -inch NPT female thread. Combination pressure gauge range and scale graduations shall be in psi and feet of water as follows: Inlet Pressure - 0 to 100 psi, 10 psi figure intervals, with graduating marks every 1 psi (0-230 feet). II Outlet Pressure -0 to 200 psi, 20 psi figure intervals, with graduating marks every 2 psi (0-460 feet). 1 16950-1 I Section 16950 Instrumentation And Control 1 All gauges will be mounted off the pipeline and be flexible connected to their respective sensing point. The gauge trim tubing shall be complete with both isolating and vent valves and the tubing shall be so arranged as to easily vent air and facilitate gauge removal. The pressure gauges shall be Ashcroft Model 1279ASL, or equal. 4. Flow Switch. A vane that extends into a spool in the pump discharge piping shall operate the flow switch. The switch shall actuated. magnetically. The vane shall be multi -layered for field installation. The body of the flow switch shall be made of 316 stainless steel. The piping connection shall be 11/2" NPT. The flow, switch shall be "Flotect" V4, or equal. 5. Pressure and Flow Control Panel. Pressure and flow control of the pumping operation shall be provided by bellows type, adjustable differential pressure switches and the flow switch specified above. The switches shall be complete with a single pole, double throw contact block with 5 amp non -inductive rated contacts at 240 volts AC. The set points of the on/off cycle shall be independently adjustable through the full range of the switch rating. The pressure switches shall be Allen-Bradley, or equal. Low suction pressure cutout, 4-100 psi with an adjustable differential, 2-25 psi. Pressure gauges previously specified shall be mounted adjacent to the low suction pressure switch. The gauges and switch shall be so plumbed with the respective header sensing line that a common blow -off valve can relieve pressure in both simultaneously for purposes of checking and calibrating the low suction lockout. One (1) solid state time delay relay shall be provided to perform the low suction pressure timer function.. The solid state time delay relay shall control another four -pole relay that will perform the low suction pressure function for each of the pumps simultaneously. Three (3) solid state time delay relays shall be provided to perform the low flow timer function in conjunction with the flow switches. The solid state time delay relays shall control the low flow function for each of the pumps individually. The solid state time delay relays shall have an adjustable time range of 10 seconds to 110 minutes. The relays shall be constructed to use a DIN rail mount socket so that the relays can be replaced without disturbing the wiring. All relays shall be complete with LED indicators for output state and power. The solid state timing relays and the four -pole relay shall be installed in a NEMA 12 metal enclosure which shall be mounted on the wall of the electrical room as shown on the Plans. Hand -Off -Automatic switches shall be oil tight, 3 -position maintained and be located on each.starter panel door. . 1. Pump #1 2H Pump #2 3. Pump #3 1 - . . . .1 16950-2'' . HI ISection 16950 Instrumentation And Control LIndicating lights shall be oil tight, with a 120 -volt pilot light and be provided on each starter as follows: - 'I 1. Red - Low Suction Pressure alarm 2. Amber— Low Discharge Pressure alarm 3. Green - Pump #1 in Operation ` Nameplates shall be furnished on all panel front mounted switches and lights. C. EXECUTION 1. Installation. The Contractor shall utilize personnel who are skilled and experienced in the installation, connection, and calibration of all elements, instruments, accessories, and assemblies being furnished under the Contract. All of the elements, instruments, accessories, and assemblies shall be installed in accordance with the manufacturer's installation instructions, and as detailed on the plans. Shielded instrumentation cables shall be used for all low-level signals from transmitters to the telemetry panels. Separate conduits shall be used for transmitter power and transmitter signal lines. Separate conduits shall be used for control power and contact signal lines. After the elements, instruments, accessories, and assemblies have been installed, the Contractor will be responsible for providing a manufacturer's representative to inspect and verify that all of the units have baen installed and wired properly. The Contractor shall furnish and install the pressure transmitters specified above at the location shown on the Plans. The Contractor shall make the necessary signal connections with shielded instrumentation cable at the transmitters and pull the instrumentation cables to the location of the Owner supplied remote telemetry unit as shown on the Plans. The Contractor shall furnish and install the low suction pressure switch, the flow switches, and time delay relays specified above. The switches and relays shall be wired as shown on the Plans. The Contractor shall furnish and install the pressure gauges at the locations shown on the Plans. I The Contractor shall furnish and install the instrumentation associated with the flow meter that is specified elsewhere in these specifications. The flow transmitter shall be wired with instrumentation cable from the pick-up head on the flow meter. The flow transmitter ■ shall be wired with instrumentation cable to the Owner supplied remote telemetry unit location. The Contractor shall furnish and install the necessary wiring associate with the pump I control valves that are specified elsewhere in these specifications and as shown on the Plans. The Contractor shall furnish and install all of the items of control specified above for a complete and properly functioning system. The Contractor shall furnish and install all of the switches and wiring associated with the intrusion alarming system as shown on the Plans. These switches shall be wired with instrumentation cable to the Owner supplied remote telemetry unit location. 1 16950-3 Section 16950 Instrumentation And Control The Contractor shall wire the small sump pump that will be installed in the meter vault, which is located on the pump station site. The Contractor shall furnish and install the antenna tower at the pump station as detailed on the Plans. The Contractor shall furnish and install the wall sleeve for the coaxial cable as detailed on the Plans. The Owner will furnish the antenna and the coaxial cable. END OF SECTION 16950 -4 II Section 16995 Miscellaneous Electrical I I1 TECHNICAL SPECIFICATIONS MISCELLANEOUS ELECTRICAL A GENERAL The Contractor shall furnish and install conduit, wire, lighting panels, heaters, thermostats, ventilators, motorized louver controls, solenoids, pump valve control, pressure switch controls, flow meter controls, 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 16995-1 JS L Cmms&Jon AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Favetteville Ci STAFF REVIEW FORM Council meeting of 133-98 Sid Norbash 44.-' Engineering Public Works Name Division Department ACTION REQUIRED: Approval of Change Order No. 1 to the Construction Contract with J & L Construction Co. for Water System Impvts., Phase II, Hwy 45 E. Area -CONTRACT Sec.II- Gulley Road Booster Station. COST TO CITY: $23.295.00 $368,500 + $40,000 Conting. Hwy 45 Area Water PhII Cost of this Request Category/Project Budget Category/Project Name 5400-5600-5808-00 $368,500.00 Capital Water Mains Account Number Funds Used To Date Program Name 98044 Project Number $40.000 Water & Sewer Remaining Balance Fund REVIEW: X Budgeted Item I -i9-99 CONTRACT/GRANT/LEASE REVIEW: Budget Adjustment Attached ve Services Director GRANTING AGENCY: /-/Q-99 Ac nti M ger Date A Coordinat r Date zo-fr t4h 1k JJ/-;D-�r� '{"F City Att-rneycII? Date Ie ernal Auditor � Date .. 1QOflU Purchasing Officer Date STAFF RECOMMENDATION: Approval of the Change Order No.l. I lan l999 Date Cross Reference New Item: Yes_ No X Date Prev Ord/Res #: 133-98 tor Date //99 Orig Contract Date: Mayor Date Jr Staff Review Form Description/---H-i- G � - 5Mg)k Meeting Date ors (EQQrc al Project Name 3 'Lc2c1ncf. Co p, I Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Reference Comments: FAYETTE % I LLE THE CITY OF FAYETTEVIEEE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director Jim Beavers, City Enginee From: Sid Norbash, Staff Engineer Date: January 19, 1999 Re: Hwy 45 E. Water System Impvts. Phase II Contract Section 11 - Booster Station - C.O. 1 Attached Change Order has been necessitated and justified per attached correspondence by McGoodwin, Williams, and Yates, Inc. This change order increases the amount of the contract by $23,295.00, the contractor is also given 21 extra days to complete the construction because of the extra work involved. The Staff requests approval of the attached Change Order No. 1. SN/sn attachments RESOLUTION NO.1 z -4 _ o u A RESOLUTION AWARDING BID NO. 98-67 TO J & L CONSTRUCTION, INC. IN THE AMOUNT OF.$368,500, PLUS A CONTINGENCY AMOUNT OF $40;000, FOR THE WATER SYSTEM IMPROVEMENTS PHASE II (HIGHWAY 45 EAST AREA), SECTION II: GULLY ROAD PUMP STATION; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby awards Bid No. 98-67 to J & L Construction, Inc., in the amount of $368,500, plus a contingency amount of $40,000, for Water System Improvements, Phase Il (Highway 45 East area), Section II: Gulley Road Pump Station; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $350,000 increasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 20 by decreasing use of Fund Balance, Acct. No. 540 0940 4999 99. A copy of the budget adjustment is attached marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this day of October , 1998. By: APPROVED- Q By: ,/741 eiAYl�J't� Fred Hanna, Mayor Heather Woodruff, City RECENE10 OCT 3O McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Telephone 501/443.3404 January 13, 1999 Re: Water System Improvements Phase II— Highway 45 East Area Contract Section II - Gulley Road Pump Station _ - _ City of Fayetteville, Arkansas Project No. Fy-268 Mr. Sid Norbash City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Dear Sid: FAX 501/443-4340 Please fmd enclosed six copies of Partial Pay Estimate No. 2 for the above referenced project. Also enclosed with each pay estimate is Change Order No. 1. As you are aware, the project was initially bid utilizing what the city presumed would be the site for the project. After the bids were opened, •a reduction in the site size was negotiated 'by 'the city with the property owner. Consequently, a retaining wall and other various :items were ,added to the ,project to make the site usable. Additionally, a spring was encountered ion the site, which was not anticipated. This resulted in a net increase in the contract in the amount of $23,295.00. The contractor also requested a 21 -day time extension. We believe this to be fair and reasonable for the amount of work involved. If you have any questions, please call. Yours truly, Jeffrey L. Richards, P. E. JLR:sc Enclosure cc: Mr. Justin Bryan, J & L Construction Mr. Charlie Watson, MWY CHANGE ORDER (Instructions on reverse side) Water System Improvements, Phase II, Hwy 45 East Area PROJECT Contract Section II — Gulley Road Booster Station, Fy-268 CS II DATE OF ISSUANCE December 8, 1998 OWNER City of Fayetteville, Arkansas OWNER's Contract No. Fy-268, CS II EFFECTIVE DATE December 9, 1998 CONTRACTOR J & L Construction ENGINEER McGoodwin, Williams & Yates, Inc. You are directed to make the following changes in the Contract Documents. Description: Amend site plan & adjust contract time Reason for Change Order: To construct booster pump station on site purchased by the City of Fayetteville Attachments: (List documents supporting change) Sheet No's. Cl and C2 of Change Order No. 1. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times Substantial Completion: February 23 1999 $ 368 500.00 Ready for final payment: March 25 1999 days or dates Net changes from previous Change Orders Nn -el- to No —n- Net change from previous Change Orders No. —0- to No. -0- $ -0- -0- days Contract Price prior to this Change Order Contract Times prior to this Change Order Substantial Completion: Febmaty 23 1999 $ 368.50000 Ready for final payment: March 25. 1999 days or dates Net Increase (decreroc) of this Change Order Net Increase 4 tIE ce) of this Change Order $ 23,295.00 21 Days days Contract Price with all approved Change Orders Contract Times with all approved Change Orders Substantial Completion: March 16 1999 $ 391 795.00 Ready for final payment: April 15 1999 days or dates McGoodwin, Williams & Yates, Inc. RECOMMENDED: , By: r Engineer (Authorized Signature) Date:yllt t//9 City of Fayetteville APPROVE By: �11?iH ri bwner rued Signature) Date: EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General P.O. Box 1479 Huntsville, Ark. 72740 501-559.2141 Date: To: Project: 11-27-98 Jeff Richards Gulley Road Booster Station 1 2 4 S 8 7 8 9 CHANGE ORDER REQUEST N 1 We propose to furnish all material and perform all labor necessary to complete the following: $101140.00 1580 yda select fill 8.50 $2.700.00 300 th trash dirt removal 4.50 $1,125.00 150 revel drai fill $ 7.50 s980.00 redit for chain link fence $1,850.00 add for cedar fence $8640.00 ConPete retalnl waft Tatar Y1• I 'I•• • '•YIL •. Y- 'I.•11 1 1 ' • 1 'I l.• 1 • •I • - 1 • Pt p• ,t-_ wl• owners signature: Er L CONSTRUCTION PO Bar1479-HWY412E-HuntsOW AR 72740 Phone 5015592141 - Fax 501.659.2752 December 21, 1998 McGoodwin, Williams and Yates 909 Rolling Hills Drive Fayetteville, AR 72703 Attn. Jeff Richards RE: Request for extension of time on the contract of Gulley Road Booster Station Dear Jeff; we are requesting an extension of our contract time because of the following reasons. 1. Change order # 1 Requested amount of additional time. Three weeks (21 days) 2. Delays caused by pipeline contractor. We were requested to not build the valve vault until the tie in was made at the road to determine the elevation and location of incoming water lines. Requested amount of additional time. Three weeks (21 days) Note: As of Dec. 21 1998 the tie in has not been done. 3. Delays causes by pump supplier. ( See attached letter) We appreciate your consideration of this request. If you have any questions, please feel free to contact our office. DEC -14-98 MON 16:15 JACO SALES FAX NC. 5018214919 P.01/02 Jaco Sales, Inc. Fax Transmittal Fax #(501)-821-4919 pages including cover. (2 Gulley Road P.S. Justin, Please be advised your order is'tenatively" being processed for shipment in mid March I999. Enclosed please find a copy of a letter from I1T/AC. I hope this will not cause you any difficulty. Respectfully, Rush Hogue Phone #(501) 821-3900 DEC -14-98 NON 16:16 JACO SALES DEC. 14 '99 965.3 FR ITT R-{: PUMP FAX NC. 5018214919 1.3 482 2751 TO JRC0 SALES P. 02/02 P.01/d3 ITT ITT A -C Pump ITT Marlow Rush Hogue Jaco Sales, Inc. 19112 Colonel Glenn Rd. Little Rock, AR 72210 December 14, 1998 Subject: Expected shipment date for the order for J & L Construction Co. A -C Order Number 258702 Dear Rush, This order has not yet received an official schedule date. I expect the pumps to be ready for shipment in mid March. The official schedule date will be mailed to the customer and to Jaco Sales by the end of this week or the beginning of next week. As you know, the ITT A -C Pump plant In Cincinnati is currently in the process of closing. The goal is for operations at the Cincinnati plant to cease by the end of March. Production of the A -C Pump 8100 Series line will be moved to the ITT Bell & Gossett plant near Chicago. Many of our machine tools have already been relocated to other ITT production facilities, The loss of much of our "in-house" machining capability in Cincinnati has caused us to have many parts machined by local outside vendors. These changes are causing delays in the production of our pumps, and specifically this order. This is a temporary situation. A return to more normal delivery schedules will occur after the move has been completed in the second quarter of 1999. Sincerely, Daniel A. Wood Application Engineer Water & Wastewater Group Phone: 513-482-2535 Fax: 513-482-2751 1150 Tennessee Avenue Cincinnati, Oblo 45229 FAYETTEVILLE THE CITY Of EAYETYEVIIIE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk Date: February 2, 1999 Attached is a copy of the completed staff review form and signed change order for the contract with J&L Construction for your records. The original will be microfilmed and filed with the City Clerk. cc. File Internal Auditor GoP� or4S 'tSc4 � 5� P- 133-98 RECEIVED a9 AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM tl fy0}1Z cJ. CITY OF FAYETTEVILLE CITY CLERK'S OFFICE For the Fayetteville City Council meeting of Mayor's Approval Only FROM: Sid Norbash Engineering Public Works Name Division Department ACTION REQUIRED: Approval of Change Order No. 2 to the Construction Contract with J & L Construction Co. for Water System Impvts., Phase II, Hwy 45 E. Area -CONTRACT Sec.II- Gulley Road Booster Station. COST TO CITY: $4,824.00 $368,500 + $40,000 Conting. Hwy 45 Area Water Phil Cost of this Request Category/Project Budget Category/Project Name 5400-5600-5808-00 $391,795.00 Capital Water Mains Account Number Funds Used To Date Program Name 98044 Project Number $16,705 Water & Sewer Remaining Balance Fund X t--2-3.9) Adjustment Attached ve Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: Acoo i r Date4A*DCoordinator Date y- q-/ -y City Attorn Date Auditor Date a3 -g°1 Purchasing Officer Date STAFF RECOMMENDATION: Approval of the Change Order No.l. Head / Date Cross Reference UNew Item: Yes__ No X ) )tctor Date pi#n.__ Prev Ord/Res #: 133-98 {/QiveSSerrvi�ceess Director Date Orig Contract Date : Date Staff Review Form Description/ -Hwy 45 Water Improvts.- C.O.2 Meeting Date Mayor's Approv. Project Name Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer ,w,.L...-" Date: June 23, 1999 Re: Hwy 45 E. Water System Impvts. Phase iI Contract Section II - Booster Station - C.O.2 Attached Change Order has been necessitated and justified per attached correspondence by McGoodwin, Williams, and Yates, Inc. This change order increases the amount of the contract by $4,824.00 without any time extension. The Staff requests approval of the attached Change Order No. 2. SN/sn attachments RESOLUTION NO.1.3-3= -98 A RESOLUTION AWARDING BID NO. 98-67 TO J & L CONSTRUCTION, INC. IN THE AMOUNT OF $368,500, PLUS A CONTINGENCY AMOUNT OF $40,000, FOR THE WATER SYSTEM IMPROVEMENTS PHASE II (HIGHWAY 45 EAST AREA), SECTION II: GULLY ROAD PUMP STATION; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby awards Bid No. 98-67 to J & L Construction, Inc., in the amount of $368,500, plus a contingency amount of $40,000, for Water System Improvements, Phase II (Highway 45 East area), Section II: Gulley Road Pump Station; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $350,000 increasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 20 by decreasing use of Fund Balance, Acct. No. 540 0940 4999 99. A copy of the budget adjustment is attached marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 6h day of October , 1998. 'Ar VED 7�1C L 1• 3 Fred Hanna, Mayor Heather Woodruff, City OCT30 I- ( CHANGE ORDER (Instructions on reverse side) No. Water System Improvements, Phase II, Hwy 45 East Area PROJECT Contract Section II - Gulley Road Booster Station, Fy-268 CS II DATE OF ISSUANCE May 27, 1999 OWNER City of Fayetteville Arkansas OWNER's Contract No. Fy-268 CS II CONTRACTOR EFFECTIVE DATE May 27, 1999 ENGINEER McGoodwin, Williams & You are directed to make the following changes in the Contract Documents. Description: Add two 12 inch 45° bends and two 18 inch 45° bends with megalug fittings and 10 cubic yards of concrete reaction backing from main to metering vault. Reason for Change Order: To bring pipe to proper grade into metering vault. Attachments: (List documents supporting change) Two attachments CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times Substantial Completion: February 23, 1999 $ 368 500.00 Ready for final payment: March 25 1999 days or dates . Net changes from previous Change Orders No_ -O— to N6 —'t- Net change from previous Change Orders No. —0- to No. —0- $ 23,295.00 21 days Contract Price prior to this Change Order Contract Times prior to this Change Order Substantial Completion: _Match 16 1999 $ 391 95.00 Ready for final payment: April 15 1999 days or dates Net Increase ) of this Change Order Net Increase) of this Change Order $ 4,824.00 -0- days Contract Price with all approved Change Orders Contract Times with all approved Change Orders Substantial Completion: March 16 1999 $ 396619.00 Ready for final payment: April 15 1999 days or dates McGoodwin, Williams & Yates, Inc. RECOMMENDED: By: `��V Engineer (Authorized Signature) Date: EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. X STAFF REVIEW FORM AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW 1<es -33-9g For the Fayetteville City Council meeting of Mayor's Approval Only F. rL CorucY3 Q C.�E oc de tJ o 3 �Ct�o�1ne. r:r� 3), lao FROM: Sid Norbash Engineering Public Works Name Division Department ACTION REQUIRED: Approval of Change Order No. 3 to the Construction Contract with J & L Construction Co. for Water System Impvts., Phase II, Hwy 45 E. Area -CONTRACT Sec.II- Gulley Road Booster Station. COST TO CITY: $4.839.17 Cost of this Request 5400-5600-5808-00 Account Number 98044 Project Number Category/Project Budget z≥ oi- a391. ru.v0 Funds Used To Date s 8 Remaining Balance BIflGET REVIEW: X Budgeted Item CONTRACT/GRANT/LEASE REVIEW: Otticer ueparcmenc uireccox 4i4nistrativServices Director May Hwy 45 Area Water Phil Category/Project Name Capital Water Mains Program Name Water & Sewer Fund Budget Adjustment Attached Administrative Services Director GRANTING AGENCY: Dat A Coordinator Date 27J 0? -029 Dateeternal Auditor Date Date -oval of the Change Order #3. Cross Reference 3-/y0 New Item: Yes_ No X Date 3� Prev Ord/Res #: 133-98 �Date .A.1 Contract #: 674 Date S FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director Jim Beavers, City Engineerf� From: Sid Norbash, Staff Engineer Date: February 24, 2000 Re: Hwy 45 E. Water System Impvts. Phase II Contract Section II - Booster Station - C.O.3 Attached Change Order has been necessitated and justified per attached correspondence by McGoodwin, Williams, and Yates, Inc. This change order increases the amount of the contract by $4,839.17 without any time extension. The Staff requests approval of the attached Change Order No. 3. This will be the final change order, as this job will be finalized by the end of February. SN/sn attachments Staff Review Form Description/ -Hwy 45 Water Improvts.- C.O.$ Meeting Date Mayor's Approv. Project Name Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor CHANGE ORDER (Instructions on reverse side) No. Water System Inproveents, Phase II, Hwy. 45 E. Area: PROJECT• Contract Section II - Gulley Road Pump Station DATE OF ISSUANCE .. January 26.t• 2000...• EFFECTIVE DATE .. January•26...2000............. OWNER....City of Fayetteville, Arkansas ............................................................................................................... OWNER'sContractNo. ..... —268; C: S:II........... CONTRACTOR . J„&, L, ConstrictionENGINEER p�ooiwin,. WiAiams..an4-Yates, .Inc. You are directed to make the following changes in the Contract Documents. 1) Driveway repair adjacent to pump station; cleaning ditch at tank; and Description: electrical bill to run pumps inadvertently charged to Contractor. 2) Buried signal cable repairs (first repair 09/09/99; second repair 01/04/00). Reason for Change Order. 1) See above. 2) To repair multi -conductor signal cable that runs between (alley Road Tank and the Pump Station. Attachments: (List documents supporting change) Contractor's invoices dated January 24, 2000 (with attached quote); January 14, 2000; and September 10, 1999. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times February 23, 1999 368,500.00 Substantial Completion: 25, 1999 S Ready for final paymene days adale. Net changes from previous Change Orders No. 1 to No. 2 Net change from previous Change Orders No. to No. 2 +28,119.00 +21 days S days Contract Price prior to this Change Order Contract Times prior to this Change Order March 16, 1999 S 396, 619.00 Substantial Completion: Ready for final payment: April 15, 1999 days or days Net Increase (444;1(4) of this Change Order Net Increase (444) of this Change Order 4,839.17 +268 days (to Final ComE $ days Contract Price with all approved Change Orders Contract Times with all approved Change Orders Substantial Completion: March 16, 1999 $ 401 458.17 _ Ready for final payment: J 8 2000 a tr�n McGoodwin, Williams and RECOMMENDS :` Yat Inc. By: - ey .4t es r(i J ffruunirCllP. E. Date: 7/27/CC City of Fayetteville, AR By: Date: Date: EJCDC No. 1910-8-B (1990 Edition) 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. 01/24/2000 18:24 5015592716 J AND L PAGE 02 j Er L CONSTRUCTION P?iais 90,,50.2141 January 24, 2000 McGoodwin , Williams and Yates Attn: Jeff Richards 909 Rolling Hills Dr. Fayetteville, AR 72703 Final Billing for Gulley Road Booster Station ufuriginal contract Road repair change order Backhoe time to repair ditch and clean out culverts 8hrs ® $ 45.00hr Electric bill to run pumps to fill tank and etc. $ 2D00:00 $ 1748.00/ $ 360.00 $ 841.27/ Total BillingS 4949.27 tlds.'1'his billing does not include a billing from Merit Electric to repair cable from tank site. There was some question as to who would pay that bill. The City of Fayetteville had said that they would pay that bill direct. Should you have any questions regarding this billing, please feel free to contact our office. Thank you, Lori Bryan cc: Sid Norbash, City of Fayetteville Engineer 12/1/1999 11:•06 5015592716 J AND L PAGE 02 QUOTE J & L CONSTRUCT ON 1419 xwnsVll.IL An 12140 DATg:11-30.99 OWNER: CITY OF n. IS. Ii I, I , _I - „1.... i - -, II II 11 1 11 -.... P, ii V.. I , _SI.S I S ,. ,. III II JAN -14-00 10:01 AM MERIT ELECTRIC 1 501 443 0312 P.01 MERIT ELECTRIC INC. Gary W. Rakes Gary W. Rakes, Jr. Barry L. Smith JAN! JARY 14,2000 4+. average unve • Faysgevllle, Arkansas 72701 a 601 443.3338 • FAX 501.443.0312 MCGOODWTN, WILLTAMS, & YATES ATTN: BRIAN GAR'1 SIDE 909 ROLLING HILLS DR. FAYETTEVILLE, AR 72703 RE: G1JT.LEY ROAD BOOSTER STATION UNDERGROUND CABLE REPAIRS CARI.E REPAIRS C'ARLE REPAIRS 9-10-99 MM ERT•AL.S $ 69.10 LABOR $ 312.00 DIGGING S '239.95 $ 621.05 1-4-00 MATERIALS $ 318.85 LABOR $ 5I0.00 DIGGING $ 440.00. $1268.85 TOTAL AMOUNT DUE $188' 9 THANK YOU, GARY W. RAKES, SR. 1'RESIDE.NT, MERIT F.T.ECTRTC, INC. JAN -14-00 10:02 AM MERIT ELECTRIC 1 501 443 0312 P.02 MERIT ELECTRIC, INC. Invoice 1558 STORAGE DRIVE FAYETTEVILLE, AR 72701 DATE INVOICE # FAX (50!) 443-0312 9/10/99 1014 PHONE (501) 443-3338 BILL TO MOOOODWIN, WILLIAMS & YATES ATI'N: BRIAN (;ARTSIUE 909 ROLLINU IIILLS DR FAYE'FTGVILLE, AR 72703 DESCRIPTION (7111.I.JW ROAD BUOSTI'R STATION 7! PER YOUR REQUEST, WE HAVE FOUND TIIE LOCATIONS WHERE TIIE UNDERGROUND CABLE PROM DOOSTF.R STATION TO TIFF TANK WAS DAMAGED. Wf.I AVE REPAIRED TI IF. CARI.C WITH UNDERGROIiNC, 3M SPLICE KITS. 1(+.PAIKS WAS PEKYORMED IN (3) LOCATIONS. `.YIATERIAI. S 69.10 LABOR 5312.00 RENTAL FOR DIGGING MACHINE $239.95 AMOUNT DUE $621.05 AMOUNT 621.05 Total $621.0, 'I his bill is delinyucnt if payman is not rccttval by the due dale - Iclain lows* ImIluu lur yuur Ieculds Name: J & L CONS? ON . Account number: 113028-010 This month 29 1632 Location number: 20-28-3096 Last month 32 3168 Phone number: 751-6706 This month last year o 0 Billing date: SEP 30, 1999 3 months average 31 1344 Due date: OCT 15, 1999 12 month average 31 1152 Rate: 8A6 Peak month 8/99 32 3168 Meter readings Present Previous Difference Multiplier KWH Usage Billing period Days 4087 4070 17 96 1632 08/23/1999- 09/21/1999 29 DEMAND READING '.391 KW 37.54 •°` r.'.04aar4.r. SUBJECT TO DISCONNECT PREVIOUS AMOUNT DUE LATE CHARGE PAYMENTS MADE THRU SEP 29, 1999 BALANCE FORWARD BILLING DEMAND CHARGE ENERGY CHARGE FUEL COST ADJUSTMENT DEBT COST ADJUSTMENT COUNTY TAX STATE TAX 37.54 Kw * 6.65 1632 KWH * .0440000 1632 KWH * .0052700 1632 KWH * .0032400 7� TOTAL it r Li' a ` p �{ -. f TOTAL AMOUNT DUE UPON RECEIPT BALANCE FORWARD IS OVER 30 DAYS AND IS SUBJECT TO DISCONNECT A CHARGE1OF 4.93 IS ADDED IF,PAYMENT NOT RECEIVED BY DUE DATE N d`4A*W1.&t .. AVERAGE DAILY KWH USAGE 56.27 AMOUNT 11.08 d 546.52 4.93 64.38 487.07 249.64 71.81 8.60 5.29 3.35 15.51 841.27 841.27