HomeMy WebLinkAbout6-98 RESOLUTION•
RESOLUTION NO. 6-98
A RESOLUTION APPROVING A CONSTRUCTION CONTRACT
IN THE AMOUNT OF $115,489.50, PLUS A PROJECT
CONTINGENCY OF $20,000, WITH FAYETTE TREE AND
TRENCH, FOR WATER AND SANITARY SEWER SYSTEM
IMPROVEMENTS ON SHERMAN AVENUE AND FIFTH
STREET; AND APPROVAL OF A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS*
Section l That the City Council hereby approves a construction contract, in the amount
of $115,489 50, plus a project contingency of $20,000, with Fayette Tree and Trench, for water arid
sanitary sewer system improvements on Sherman Avenue and 5th Street; and authorizes the mayor
and city clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and
made a part hereof.
Section2 The City Council hereby approves a budget adjustment in the amount of
$31,960 increasing Water Line Improvements, Acct. No. 5400 5600 5808 00 by decreasing
Payments by Property Owners, Acct. No. 5400 0940 4420. A copy of the budget adjustment is
attached hereto and made a part hereof.
PASSED AND APPROVED this _6th day of January , 1998.
APPROVED:
/JC ,('// /%
1 ~ \` t:� //n ten J
i�/fit^B%%
Y'
is
•
r -
ATTEST.i
By
/1/243
Traci Smith, City Clerk
red Hanna, Mayor
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1998
Department: Public Works
Division: Water & Sewer Capital
Program: Capital Water Mains
Date Requested
12/10/97
Adjustment #
Project or Item Requested:
Increase in the Wa er & Sewer Cost Share Project budget and
recognition of Payments by Property Owners for a cost share water &
sewer project is requested.
Project or Item Deleted:
None. Recognition of contribution from a property owner is proposed to fund
this request.
Justification of this Increase:
The property owner - Habitat for Humanity - has committed funding
from a grant to cost share the water & sewer line cost.
Justification of this Decrease:
No decrease is proposed. Additional funds are from contributions by a property
:+c -Account Name Aminmt 9« ' . . tkAccount Number
Water Line hnmovements
31,960 .5400 5600
5808 00 -=w 9702
Increase
mount Name
Payments by Property Owners
•
-A unt Ntimber
r; 31,960 .5400 0940 +Esq.+_ 414420 00
t iidgctQfce Use r
Bu Coordi ,
DCparnnent `r irector
Admin. Se ces Di
Mayor
C:APP \98BUD\BUDGET\HABITAT. WK3
Date of Appro
Posted to General Ledger:;'"'
Entered in Category Log
.-Midget Office Copy
1
1
1
1
1
1.
1
1
1
1
1
1
1
1
1
fog: G;1 %L x K MICROFILMED
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
WATER AND SEWER SYSTEM IMPROVEMENTS
SHERMAN AVENUE AND FIFTH STREET
BID NO. 97-35
CITY OF FAYETTEVILLE, ARKANSAS
NOVEMBER 1997
CITY OF FAYETTEVILLE ENGINEERING DIVISION
CAPITAL IMPROVEMENT PROGRAM
/�lSt A T E'p
ARKANAS
FEGIS*T RED
PE F i!t ^ AL k
0o No.6646
-c1). BES,
•
t
-
u M1
.
^AINMERISURANCECANSTATES
Al l
•,..e
KNOW
AMERICAN
INDIANAPOLIS,
That
AR 72
STATES INSURANCE COMPANY .
INDIANA 46204-1275
AND PAYMENT BOND
we FAYETTE TREE & TRENCH, INC.
LINCOLN NATIONALCOW'ORATION
PERFORMANCE
ALL MEN BY THESE PRESENTS,
P.O. BOX 471, FAYETTEVILLE,
?-.Vb Principal, (hereinafter
called Principal) and AMERICAN
offices in Indianapolis, Indiana, as
CITY OF FAYETTEVILLE,
STATES INSURANCE COMPANY, an Indiana corporation, with principal
Surety, (hereinafter called Surety), are held and firmly bound unto
FAYETTEVILLE, ARKANSAS 72701
, as Obligee,
(here-
inafter called the Obligee) in the amount
EIGHTY-N,INE & 50/100
of ONE HUNDRED FIFTEEN THOUSAND, FOUR HUNDRED
Dollars
($ 115,489.50* )
for the payment of which sum well and
successors and assigns firmly by these
WHEREAS, the Principal did on
written contract with said Obligee
AND FIRTH STREET, FAYETTEVILLE,
truly to
presents.
the
for WATER
be made, we bind ourselves,
(v day of Sawa"(
our heirs, executors, administrators,
19�, enter
into a
& SEWER SYSTEM IMPROVEMENTS, SHERMAN AVENUE
AR -(BID 11 97-35)
which Contract is by reference made
NOW, THEREFORE, THE CONDITION
indemnify the Obligee against any
(a) faithfully perform said contract
pletion of said Contract by persons
obligation shall be null and void; otherwise
This bond is executed and accepted
(1) That the Obligee shall faithfully
to be performed by the Obligee.
(2) That the Obligee shall notify
Office, of any breach of said
the knowledge of the Obligee.
(3) All suits at law or proceedings
after the completion of said
said contract for its completion.
SIGNED, SEALED AND DATED this
a part hereof, and is hereinafter referred
OF THIS OBLIGATION IS SUCH,
loss or damage directly arising by reason of
and (b) pay all just claims for labor and material
firms or corporations having direct contracts
to remain in full force and effect.
subject to the following conditions:
and punctually perform all the terms and
the Surety by registered letter, addressed
Contract within a reasonable time after such
in equity to recover on this bond must
contract, and in any event within twelve
day of
to as the Contract.
That if the Principal
the failure of the
furnished in
with the Principal,
conditions of said
and mailed to tt
breach shall have
�:
shall
Principal to
the com-
then this
Contract
.- •. ..J
at its Home"
come to
_
„,
w
be instituted witkin
months from th�xdate
4-44•0179"-,-:-.N`.
six months S
fixed int
19
ja (Seal)
Form 9-1041 (12-71)
FAYETTE
TREE &
TRENCH, INC.
n
,
.
AMERICAN STATES INSURANCE COMPANY:;.-.-
BY• = `BCM^.._
`FPrincipa
1� T`Y 4.Fwr-C4
y
A3fornoy-in-fact. --,�
-
-
AINSUMERRICANNAESTATES
C
• we UNCOIN NA710NFLCOaPOfiATP0N
LL
o1—
ZW
< W
I—
ZZ
—w
o u)
W
CC —
ZZ
aCC
W W
a - w
aw
aw
d
O~
z
Z
W
o I
1- W
ZU
w Z
W
Z FZ_
Z
cc w
LL
W O
ZCC tr.U
O W
I—
< a
WI
0
M
WIT
0
0—
of
• Z
0
>
QQ
1-
O 3
Zo
CO CC
(n
H ~
GENERAL POWER OFAtTORNEY
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American States Insurance Company. a Corporation duly organized and existing under the laws of the State
of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made. constituted and appointed, and does by these presents make,
constitute and appoint
ROBERT M. RENNER OR KEVIN RENNER
of Fayetteville and State of Arkansas CD
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred In its name, place and stead, to execute, acknowledge and
deliver any and all bonds, recognizances, contracts 01 indemnity and other conditional or obligatory undertakings provided, however, N
that the penal sum of any one such instrument executed hereunder shall not exceed I
TWO MILLION FIVE HUNDRED THOUSAND AND NO/100 ($2,500,000.00) DOLLARS N
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the common seal of the Corporation 1
and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This Power of Attorney is executed
and may be revoked pursuant to and by authority granted by Section 7.07 of the By -Laws of the American States Insurance Company, which reads as follows:
"The Chairman, the President or any Vice -President (including any Executive Vice -President, Senior Vice -President, Second Vice -President
or Assistant Vice -President) shall have power, by and with the concurrence with any other officer of the Corporation, to appoint Attorneys -in -fact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
IN WITNESS WHEREOF, American States Insurance Company has caused these presents to be signed by its Second Vice -President, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this 2 9th day of Aug1a. t
Assistant Vice -President
STATE OF INDIANA SS
COUNTY OF MARION
On this 29th
day of
August
AMERICAN STATES INSURANCE COMPANY
By
� L
ecorid ce- resident
, A D 19 94 , before me personally came
Joseph F. Heim to me known, who
being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Second Vice -President of
American States Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Joseph F. Heim further said that he is acquainted with John J. Rosich and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the above instrument.
MARGO L. THAYER, NOTARY PUBLIC
HENDRICKS COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES: 12/3/96
STATE OF INDIANA1
COUNTY OF MARION
SS
lacy ublic
I, John J. Rosich the Assistant Vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which
is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
"All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice-president (including any Executive Vice -President, Senior Vice -President, Vice -President, Second Vice -President,
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the lime such policy
or other instrument of insurance shall have been actually issued by the Corporation." !�1 IIS
✓
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this U ` { tt day -of CCQM QV'
A.D., 19 47 et,.. tE'rNs
Ct.▪ " + . i
Fr•: now
Assistanj fke-Presiders
_
11 s� G
r Y\ ^ok
-
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTE2• /IN.ET,FiEE-MARGINHFREOF IN
RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN STATES INSURANCE — PFI[SS1VIN TS E/ ITIRETY. IF
9-1459 YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY7CALLl13I7-262-6262 OR
(2-92) WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206-1636.
•
Ilri
•
" spry '
/.
I 1 A eoF LIABILITY'INSURANCE" ). 4iTE(MWD Y)
5/97
.,
1 .
30,«:5 _.. m9 >.....
., ,•
Renner & Company, Iris.
Pfar:A$ox 427'44.' t '.. ' .
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fayetteville, ' Ar 72702
COMPANIES AFFORDING COVERAGE
- F sep..S. .'1 `+E.i$. L.
':
COMPANY
A Tri-State Insurance Company
,INSURED
-
Fayette Tree & Trench, Inc.
COMPANY
B American States Insurance Company
P.O. lox 471 .1
Fayetteville, Arkansas 72702
COMPANY
C Federal Insurance Company
• T. i L Flisf'° •., F
r
COMPANY
D
'--
9 k;,,,,/; .. ..
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
THAT
•- -. INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
-CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED. BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LIR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDD/YV)
POLICY EXPIRATION
DATE (MM/DD/YY)
LIMITS
GENERAL LIABILITY •
GENERAL AGOR60ATE
6 2 s
000
, 6 J0
.'A
X
COMMERCIAL GENERAL LIABILITY
•
PRODUCTS - COMP/OP AGG
$ 2,0002000
CLAIMS MADE
X
OCCUR
M 01 03 90
4/30/97
4/30/98
PERSONAL AADV INJURY
$
1,000.00/0
OWNER'S & CONTRACTOR'S PROT
EACH OCCURRENCE
S
1 , 000 , 000
FIRE DAMAGE (My one fire)
$ 50,(/00
MED EXP (Any one person)
$ 5,{)00
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
S
B
ANY AUTO
01-CD596945
4/30/97
4/30/98
ALL OWNED AUTOS
BODILY INJURY
S
SCHEDULED AUTOS
(Per person)
vHIRED
AUTOS
-OWNED AUTOS -
BODILY INJURY
(Per eeddenl)
S
,NON
PROPERTY DAMAGE
S
GAAAGEUABILITY
-
AUTO ONLY - EA ACCIDENT
S '
-
ANY AUTO -
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
S
EXCESS
UABIUTY
EACH OCCURRENCE
$ 21000,000
UMBRELLA FORM
4/30/97
4/30/98
AGGREGATE
S 2,000,1100
C
X
(97)79402376
OTHER THAN UMBRELLA FORM
S ..
COMPENSATION AND'
X
WLSIA10-
TORY LIMITS
UM
ER
' ...
• WORKERS
EMPLOYERS' LIABILITY
EL EACH ACCIDENT
S 500,000
�.B
THE PROPRIETOWEL
INCL
01=WC731211-40
4/30/97
4/30/98
DISEASE - POLICY LIMIT
S 5001000
PARTNERS/EXECUTIVE
•
OFFICERS ARE:
EXCL
-
EL DISEASE - EA EMPLOYEE
S 500,
1
RY
OTHER
f
-
L�
DESCRIPTION
OF OPERATIONS&OCATIONSNEHICLESSPECIAL ITEMS
Excavation, Trenching, Water & Sewer Projects
OlAti.ta.:
CAisiCKLAT1oN
1! .F•
1
j ;,-,� ` ;.., •:
.. i . X Fee; ; e...ti ' -
�, :' City',ofkFayatteville,^Arkansas
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION GATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEO,
113,West4.14ountain Street
Y4...� ,1 -
Fayetteville, Ar. 72701
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF Y KIND UPON THE OQMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTH RIZE REPRESENTATIVE
•..
'' 45ACORDCORPORATIONi$88'.
,,.a
c .
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
WATER AND SEWER SYSTEM IMPROVEMENTS
SHERMAN AVENUE AND FIFTH STREET
BID NO. 97-35
CITY OF FAYETTEVILLE, ARKANSAS
NOVEMBER 1997
CITY OF FAYETTEVILLE ENGINEERING DIVISION
CAPITAL IMPROVEMENT PROGRAM
TABLE OF CONTENTS
Item pages
Advertisement for bids 1-2
Instructions to bidders 1-8
State Wage Determination 1-3
Bid Proposal 1-10
Statement of Bidder's Qualifications 1
Contract Agreement 1-3
Performance Bond 1-2
Payment Bond 1-2
General Conditions 1-42
Supplement to the General Conditions 1-9
Detailed Technical Specifications
Section 100 General Project requirements 1-10
Section 110 Measurement and Payment 1-9
Section 120 Testing 1
Section 140 Schedules, Progress Meetings,
Public Notice 1
Section 300 Crushed Stone Base Course 1
Section 310 Pipe Bedding Material 1
Section 320 Rock Excavation 1
Section 400 Clearing Rights of way, Cutting
and repairing fences 1-4
Section 401 Surface Removal 1-3
Section 406 Pipe for water lines General 1
Section 411 Ductile iron pipe and ductile iron
pipe fittings for water lines 1-6
Section 412 Polyvinyl chloride (PVC) pipe and
fittings for water lines 1-6
Section 413 Polyethylene encasement 1
Section 414 Pipe detection tape 1
Section 419 Polyvinyl chloride (PVC) pipe and
fittings for sewer lines 1-5
Section 420
Section
Section
Section
Ductile iron pipe and ductile iron
pipe fittings for sewer lines 1-5
428 Low pressure air testing for sewer lines 1-2
429 Mandrel testing of PVC sewer lines 1
450. Gate valves and butterfly valves 1-4
Placing pipe protection cover and
compacted backfill sewer and water 1-3
462 Flushing, hydrostatic testing, disinfection
and dynamic testing of water lines 1-2
Fire hydrants 1-2
475 Two inch flushing/blowoff assemblies 1
' Section 461
•
Section
Section 472
Section
Section
Section 479
Section
477. Main line encasement
•
1
Service connections 1
482 Cast -in-place Manholes 1-3
Section 487 Pipeline cleanup and seeding
Section 488 Tie-in of sewer line to existing
Section 491 Street and County Road Crossings
Section 495 Driving Surface Repair
Section 499 Sidewalk replacment/repair 1
•
1-3
1-2
1-3
Section 502 Concrete
Section 611 Pipe underdrains (a.k.a. "French drains"). 1
1-2
Appendix A - OSHA Safety requirements for excavation
218-256
•
1
1
1
1
-1
1
1
1
1
1
1
1
1
1
1
1
1
ADVERTISEMENT FOR BIDS
Bid No. 97-35
Water and Sewer System Improvements
Sherman Avenue and Fifth Street
Fayetteville Arkansas
The City of Fayetteville will receive sealed bids for the construction of water and sewer system
improvements at Sherman Avenue and Fifth Street in Fayetteville. Bids will be received at the Purchasing
Division, Room 306, in the City Administration Building at 113 West Mountain Street, Fayetteville until
10:00 am November 24, 1997. The bids will be publicly opened and read aloud in Room 326 at that time.
The proposed project is funded by the City and Habitat for Humanity of Fayetteville, Inc. The purpose of the
project is to provide water and sewer utilities for 4 residences built by Habitat for Humanity and to provide
fire protection for the adjacent neighborhood.
The proposed work generally consists of water line and sewer line construction including pipeline, fittings
and valves, service connections, fire hydrants, manholes, clean-up, and street repairs in accordance with the
contract documents. The attention of all Bidders is called to the requirements of the specifications that work
is generally limited to the paved surface of the street on Sherman and the utility easements on Fifth Street
and north of Fifth Street. A minimum of one lane of traffic shall be maintained at all times. The attention all
Bidders is called to the fact that street repairs are included in this contract. No area of the street or City
right-of-way can be used for general material storage. Refer to the contract specifications, including the bid
proposal, measurement and payment and technical specifications for detailed requirements.
The Contract Documents, consisting of the Advertisement for Bids, Instruction to Bidders, Bid Proposal,
Contract, General Conditions, Supplementary Conditions, Payment Bond, Performance Bond, Drawings,
Specifications, and Addenda may be examined and obtained at the City of Fayetteville Engineering Office,
Room 004, City Administration Building, 113 West Mountain, Fayetteville.
Each contractor shall be responsible for the investigation, inspection, and studies of the project site as
deemed necessary to familiarize themselves with all conditions encountered Each contractor shall be
responsible to read and comply with the Instructions to Bidders as contained in the Contract Documents.
Each bid must be accompanied by a cashier's check or surety bond in an amount of five (5%) of the total
whole bid. Said bond shall be issued by a resident local agent who is licensed by the Arkansas State
Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds
his power-of-attorney. The mere countersigning of the bonds by a resident agent shall not be sufficient. In
the event the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said
work and furnish the necessary bonds in accordance with the Contract General and Supplemental
Conditions, the Owner shall retain said check or bond as liquidated damages.
Bids shall be made on 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 envelope addressed to the City of Fayetteville, Purchasing Office, Room 306,
113 West Mountain Street, Fayetteville, Arkansas 72701 and clearly marked on the lower left side of the bid
envelope shall be the following information: The bid number, the project name/title, the date of the bid
opening, the time of the bid opening, and the bidding contractor's name and license number.
All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature.
No bidder may withdraw his bid within sixty (60) days after the actual date of the bid opening.
The City of Fayetteville reserves the right to reject any and all bids and to waive any formalities as deemed to
be in the best interest of the City of Fayetteville.
•
•
•
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INSTRUCTIONS FOR BIDDERS:
1. Defined Terms. Terms used in these Instructions to Bidders which are
defined in the Standard General Conditions of the Construction Contract shall
have the meanings assigned to them in the General and Supplementary
Conditions. The term "Bidder" means one who submits a Bid directly to the
Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term
"Successful Bidder" shall mean the lowest, qualified, responsible and
responsive Bidder to whom Owner (on the basis of Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes
the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid
Proposal Form, and the proposed Specifications and Contract Documents
(including all Addenda issued prior to the receipt of Bids).
2. Copies of the Bidding Documents. Complete sets of the Bidding Documents
in the number and amount, in any, stated in the Advertisement to Invitation to
Bid may be obtained from the Engineer upon request.
Complete sets of Bidding Documents must be used in preparing Bids; neither
the Owner nor Engineer assumes any responsibility for error or
misunderstandings resulting from the use of incomplete sets of Bidding
Documents.
Owner and Engineer 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. When included with, and made a part of the
Bid Proposal, the Bidder must submit a completed "Statement of Bidder's
Qualifications" as part of the Bid Proposal. The "Statement of Bidder's
Qualifications" is required to demonstrate qualifications to perform the Work
and will be used in evaluating all bids as a basis for award.
4. Examination of Contract Documents and Site.
4.1. It is the responsibility of each Bidder before submitting a Bid, to :
(a) examine the Contract Documents thoroughly,
(b) visit the site to become familiar with local and specific conditions which
may affect cost, progress, safety, performance or furnishing of the Work,
(c) consider all Local, State and Federal Regulations and Laws which may
affect cost, progress, safety, performance or furnishing of the Work,
(d) study and carefully correlate Bidder's observations with the Contract
Documents and
(e) notify Engineer of any and all conflicts, errors or discrepancies in the
Contract Documents.
4:2 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based upon information
and data furnished to the Owner and Engineer by owners of such Underground
Facilities or others, and Owner nor Engineer does not assume responsibility
for the accuracy or completeness thereof unless it is expressly provided
otherwise in the Supplementary Conditions.
4.3 Provisions concerning responsibilities for the adequacy of data
furnished to prospective Bidders on subsurface conditions, Underground
Facilities and other physical conditions, and possible changes in the Contract
Documents due to differing site conditions appear in Article 4 of the General
Conditions and any associated Supplementary Conditions.
1
4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make
or obtain any additional information, examinations, explorations, tests and
studies which pertain to the physical conditions of the surface and subsurface
at, or contiguous to the site or other wise which may affect cost, progress,
safety, performance or furnishing of the Work and which the Bidder deems
necessary to determine the Bid for performing and furnishing the Work in
accordance with the time, price and other terms and conditions of the Contract
Documents.
4.5 Upon request in advance, the Owner will provide each Bidder accessto the
site to conduct any observations,. explorations and tests as each Bidder deems
necessary for submission of a Bid. Bidder shall be required to fill in all
holes and to restore all property to its former condition. -
4.6 The lands upon the Work is to be performed, rights-of-way and easements
for access thereto and other lands designated for use by the Contractor in
performing the Work are identified in the Contract Documents. All additional
lands and access thereto required for temporary facilities or storage of
materials and equipment are to be provided by the Contractor. Easements for
permanent structures or permanent changes in existing structures are to be
obtained in advance by the Owner unless specifically noted otherwise in the
Contract Documents.
•
4.7 The Bidder must satisfy themselves of the accuracy to the estimated
quantities in the Bid schedule by examination of the site and a review of the
drawings and specifications including any Addenda. After bids have been
submitted, the Bidder shall not assert that there was any misunderstanding
concerning the quantities of Work or the nature of Work to be performed.
4.8 The submission of a Bid will constitute an irrevocable representation by
Bidder that Bidder has complied with every provision and requirement of this
paragraph 4, that without exception the Bid is premised upon performing and
furnishing the Work required by the Contract Documents and such means,
methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing the
Work.
5. Interpretations and Addenda.
All questions about the meaning or intent of the Contract Documents are to be
directed to the Engineer. Interpretations or clarifications considered
necessary by the Engineer in response to such questions, and/or any
information deemed necessary by the Owner or Engineer, will be issued by
Addenda mailed or delivered to all parties recorded by the Engineer as having
received the Bidding Documents. Only questions answered and/or other
information furnished by formal written Addenda will be binding.
The Point of Contact for questions and clarifications for this specific
project is Jim Beavers, P.E.•, City Engineering (501) 575-8206.
•
6. Bid security.
Each Bid must be accompanied by Bid security made payable to the Owner in an
amount od five percent (5%) of the Bidder's total 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 and included) issued by a surety meeting the requirements of the
General and Supplementary Conditions.
2
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
The Bid security of the Successful Bidder will be retained until such Bidder
has executed the Agreement and furnished the required contract security,
whereupon the Bid security will be returned. If the Successful Bidder fails
to execute and deliver the Agreement and furnish the required contract
security within 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 the Owner believes to have a reasonable chance
of receiving award may be retained by Owner until the earlier of the seventh
day after the Effective Date of Agreement or the 61st day after the Bid
opening, whereupon the Bid security furnished by such Bidders will be
returned. Bid security with Bids which are not competitive will be returned
within 10 days of Bid opening.
7. Contract Time.
The number 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
Contract Time) are as set forth in the Bid Proposal, Contract Agreement and
Technical Specification 100 - General Project Requirements.
8. Liquidated Damages.
Provisions for liquidated damages, if any, are set forth in the Bid Proposal
and/or the Contract Agreement.
9. 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. Substitute or "or -
equal" items of materials or equipment, unless it is specified that no
substitute will be allowed, may be furnished or used by the Contractor if
acceptable to the Engineer. Application for acceptance for possible
substitute or "or -equal" items will not be considered by the Engineer until
after the effective date of the Contract Agreement. The procedure for
submission of any such application is set forth in Article 6.7 of the General
Conditions and any associated Supplementary Conditions.
10. 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 and Engineer. Nor shall the
Contractor allow any subcontractor to commence work until he has provided and
obtained approval of such compensation and public liability insurance as
required by the Contract Documents. The approval of each subcontract by the
Owner will in no manner release the Contractor from any of his obligations as
set forth in the Contract Documents including the Plans, Specifications,
Contract and Bond(s).
11. Bid Proposal Form.
11.1 All bids must be made on the required Bid Proposal form contained in the
Bidding Documents. Additional copies may be requested from the Engineer.
11.2 All blank spaces for Bid prices must be filled in, in ink or type
written, and the Bid form must be fully completed and executed when submitted.
Only one (1) copy of the Bid form is required.
3
11.3 Bids by corporations must be executed in the corporate name by the
president or vice-president (or other corporate officer accompanied by
evidence of authority to sign) and the corporate seal must be affixed and
attested by the secretary or anassistant secretary. The corporate address
and state of incorporation must be shown below the signature.
11.4 Bids by partnerships must be executed in the partnership name and signed
by a partner, whose title,must appear under the signature and the official
address of the partnership must also be shown below the signature.
11.5 All names must be typed or clearly printed in ink below the signature.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid form).
11.7. The address and telephone number for communications regarding the Bid
must be shown..
12. Submission of Bids.
Bids shall be submitted at the time and place indicated int eh Advertisement
or Invitation to Bid and shall be enclosed in an opaque sealed envelope,
marked in the lower left portion with the Project Title, ,Bid Number, Date of
the bid opening, time of the bid opening, bidding contractor's name and
license number. The Bid shall be accompanied with the Bid Security and other
required forms and documents.
If the Bid is sent through the mail or other delivery system, the sealed
envelope shall be enclosed,in a separate sealed envelope wit the notation "Bid
Enclosed" on the face of the outer envelope.
THE BID PROPOSAL FORM SHALL NOT BE REMOVED FROM THE BOUND SPECIFICATIONS AND
CONTRACT DOCUMENTS.
13. Modification and Withdrawal of Bids.
Bids may be withdrawn or modified by an appropriate duly executed document (in
the manner that a Bid must be executed) and delivered to the place where Bids
are to be submitted at any time prior to the opening of Bids.
If, within 24.hours after the opening of Bids, any Bidder files a duly signed,
written notice with Owner and promptly thereafter demonstrates to the
satisfaction of Owner that there is a material and substantial mistake in the
preparation of its Bid, that Bidder may withdraw its Bid and the Bid security
will be returned. Thereafter, that Bidder shall be disqualified from further
Bidding on the Work provided under the Contract Documents.
14. Opening of Bids.
Bids will be opened and publicly read aloud at the time and location as
specified in the advertisement of invitation for bids. A tabulation of the
amounts of the Bids will be made available to the Bidders after preparation by
the Engineer.
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
15. Bids to remain sublect to acceptance.
All Bids shall remain subject to acceptance for 60 days after the day of the
Bid opening, but Owner may at its sole discretion, release any Bid and return
the Bid security prior to that date Additionally, if deemed necessary by the
Owner, the Owner and the apparent Successful Bidder may enter negotiations to
extend the time of acceptance beyond the 60 days, with no changes in the Bid
Proposal or Contract Documents.
16. Award of Contract.
16.1 Owner reserves the right to reject any and all Bids, to waive any and
all informalities not involving price, time or changes to the Work, to
negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional bids.
The Owner further reserves the right to reject the Bid of any Bidder if the
Owner believes that if would not be in the best interest of the Project or
Owner to make award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or of doubtful financial ability, or of doubtful
past performance, or fails to meet any other pertinent standard or criteria
established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in the favor of the unit 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
16.2 In evaluating the Bids, Owner will consider the qualifications of
Bidders, whether or not Bids comply with the prescribed requirements, and such
alternates, unit prices, and other data, as may be requested in the Bid
Proposal Form or prior to Notice of Award.
16.3 Owner may consider the qualifications and experience of the
subcontractors, suppliers and other persons and organizations proposed for
those portions of the Work as to which the identity of subcontractors,
suppliers and other persons and organizations must be submitted as provided
for in the Contract Documents. Owner may also consider the operating costs,
maintenance requirements, performance data and guarantees of major items of
material and equipment proposed for incorporation in the Work when such data
is required to be submitted prior to the Notice of Award.
16.4 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 if 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.
16.5 If the contract is to be awarded, it will be awarded to the lowest
responsive, responsible, qualified Bidder whose evaluation by Engineer
indicates to Owner that the award will be in the best interests of the Project
and Owner.
16.6 If the contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within 60 days after the date of the Bid opening. If deemed
necessary by the Owner, the Owner and the apparent Successful Bidder may enter
negotiations to extend the time of acceptance beyond the 60 days, with no
changes in the Bid Proposal or Contract Documents.
5
17. Contract Security.
Article 5 of the General Conditions, and the associated Supplementary
Conditions set forth the 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.
18. Signing of Agreement.
When Owner gives Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the Agreement
with all other Contract Documents attached. Within 15 days thereafter,
Contractor shall sign, execute and deliver the required number of counterparts
of the Agreement and attached documents to the Owner with the required Bonds.
Within ten (10) days thereafter Owner shall deliver one fully signed and
executed to Contractor.
19. Compliance with State Licensing Law.
Contractors must be licensed inaccordance with therequirements of ACT 150,
Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors."
Bidder who submit Bids in excess of $20,000.00 must submit evidence of their
having a contractor's license before their Bidswillbe considered, and shall
note their licensenumber on the outside of their Bid.
20. Labor Laws.
The Contractor shall abide by all Federal, State and Local Laws and
Regulations governing labor. The Contractor shall further agree to hold and
save the Owner harmless from the payment of any contribution under the State
Unemployment Compensation Act, and the Contractoragrees 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.
21. Wages and Labor.
Minimum wage rates shall be equal to the basic rates as established by common
usage in the city and adjacent community for the various types of labor and
skills performed. In cases where wage rate determinations are specified in
the Contract Documents, the.rates as specified shall be the minimum rates
which apply -to the Project. Whenever available, the. Contractor shall make use
of local common and/or skilled labor as is practical.
The Contractorand each subcontractor, where the amount exceeds $75,000.00
shall comply'with the,provisions of Act 74, as amended by Act 275 of 1969
(Arkansas 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 ratesfor 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,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 records
shall be open at all reasonable hours to the inspection of
the Department of Labor or the Owner, its officers and
agents.
A copy of the prevailing wage rates for this specific project, as established
by the Arkansas Department of Labor, is attached in the Contract Documents
immediately following the Instructions to Bidders.
The Owner shall have the right to withhold from amounts due the Contractor so
much of accrued payments as may be considered necessary to pay the workmen
employed by the Contractor or any subcontractor, the difference between the
rates of wages required by this Contract and the rates of wages received by
such workmen.
If it is found that any workmen employed by the Contractor or subcontractor
has been, or is being paid a rate of wages less that the rate of wages
required by this Contract, the Owner may by written notice to the Contractor,
terminate the Contractor's right to proceed with the Work or such part of the
Work as to which there has been a failure to pay the required wages and to
prosecute the Work to completion by Contract or otherwise, and the Contractor
and his sureties shall be liable for any costs occasioned thereby.
22. Compliance with Act 125, Arkansas Acts of 1965.
The attention of Bidders is called to the provisions of Act 125, Arkansas Acts
of 1965. This act provides for the payment of certain taxes on materials and
equipment brought into the State. It further provides for methods of
collecting such taxes. All provisions of Act 125, Arkansas Acts of 1965 shall
be complied with under this Contract.
23. Withholding State Income Taxes.
The Contractor shall deduct and withhold Arkansas income taxes, as required by
Arkansas law, from wages paid employees, whether such employees are residents
or nonresidents of Arkansas.
24. Compliance with Rules and Regulations for the Enforcement and
Administration of Act 162, Arkansas Acts of 1987.
The attention of all nonresident Bidders is called to the provisions of Act
162, Arkansas Acts of 1987. This act provides for nonresident Contractors and
subcontractors notice and bond regulations by the Commissioner of Revenues,
Dept. of Finance and Administration, P.O.Box 1272, Little Rock, Arkansas
72203 prior to commencing work or undertaking to perform any duties under
contract within the State of Arkansas.
25. Subcontractors Bonds - Act 190, Arkansas Acts of 1993.
The attention of Bidders is called to the provisions of Act 190, Arkansas Acts
of 1993. In general, this act provides for the subcontractors to provide to
the General Contractor performance and payment bonds, with certain regulations
on form and time, when the subcontractor's bid is in excess of $50,000.00.
7
26. Excavation Safety.
•
The attention all Bidders is called to the requirements of Act 291, Arkansas
Acts of 1993 - Excavation and Trench Safety. The current edition of
Occupational Safety and Health Administration Standard for Excavation and
Trench Safety Systems, 29 CFR 1926, Subpart P, is specifically incorporated
and made a part of these specifications and contract documents as required by
Arkansas Act 291 of the 79th General Assembly of 1993. The Contractor shall be
solely responsible for the implementation of these requirements.
A copy of the OSHA regulations is included in this set of specifications as
Appendix A.
27. Special conditions in the specifications.
Please carefully read section 100 GENERAL PROJECT REQUIREMENTS, 110
.MEASUREMENT AND PAYMENT and all of the specifications, for the conditions
unique to this project. The special conditions include, among others:
a. The required sequence of construction: (1) sanitary sewer, (2) water
line in Sherman, (3) water line on. Fifth and (4) all other work.
b. No area of City streets or City right-of-way can be used for material
storage.
c. Open trenches shall not be. allowed overnight. The contractor shall limit
the trenching and pipe laying to the work which can be installed and inspected
during the working day.
d. A minimum of one lane of traffic shall be safely maintained at all times.
•
End of the Instructions to Bidders
8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Mike Huckabee
' Governor
Jim Beavers, P E
The City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
Dear Mr. Beavers:
STATE OF ARKANSAS
NOV p 7 19
'GGu�
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131
November 5, 1997
Re: Water & Sewer Improvements
Sherman Avenue & Fifth Street
Fayetteville,_Arkansas
Washington County
James L. Salkeld
Director
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 97-184
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. Please be advised that this determination
supersedes #96-228 issued February 13, 1997.
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 PyPrevailing 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 of the Notice to Proceed for this
project.
Please notify me when you issue your Notice to Proceed for this project.
If you have any questions, please call me at (501) 682-4536.
Sincerely,
enclosure
Don Cash
Prevailing Wage Investigator
I
I
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: November 5, 1997 DETERMINATION #: 97-184
PROJECT: Water & Sewer Improvements COUNTY: Washington
Sherman Avenue & Fifth Street EXPIRATION DATE: 5-5-98
Fayetteville, Arkansas SURVEY #: 797-AH05
BASIC
HOURLY FRINGE
CLASSIFICATION RATE BENEFITS
Bricklayer/Pointer, Cleaner, Caulker 7.75
Carpenter 10.35 1.90
Concrete Finisher/Cement Mason 9.40 .72
Electrician/Alarm Installer 12.00 .46
' Ironworker 15.50 5.87
Laborer 7.75
Pipelayer 8.90
' Truck Driver 9.20
Power Equipment Operators:
' Bulldozer 12.55
Backhoe, Rubber tired 1 yd. or less 9.70 1.65
Crane, Derrick, Dragline,
t Shovel & Backhoe, 1-1/2 yds. or less 11.90
Crane, Derrick, Dragline,
Shovel & Backhoe, over 1-1/2 yds. 14.00
Front End Loader 11.85
' Mechanic 14.70
Motor Patrol, Finish 13.05
Motor Patrol, Rough 9.00 .17
' Roller 8.05
Scraper, Rough 11.25
L
C
I
I
I
I
Welders --receive rate prescribed for craft performing operation
to which welding is incidental.
Certified July 1, 1997
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
v
to
gN
4a
y
�Gv
m
H
N
P
r1
41
ro
u
r
�4N11
X0)
4-)
3�fv�
Q4
a
ro
O4 m
4-)
O 0
O4-)
O
4y a) u
q a ro ro v
m ° ! o �.0
roH QJO)
O O b)
•C O N 3 p, 3
U
O Ct Z o ro
ro c 'r x ro
3 r ru q., o c1
ro 3 C 0 3
Q)
.
N O 4-i
O
U ro O,mW %-t
4-jO a)
43r1
o0)
�tt O ti
U > r C U ^i
.0
0.0
ro ro m r
r
N 00
0)i
0) C
1 Q) )
o3 a a'm
o b H U lW
w a p -s +-� 3i
a) H Q a U a)
'U O �k•Q
v TS a
.v.croo�
+ h A ~ m
m ro ro v
G o a
4i1 ro a)
4-) h
a�i q H '-
'UQ)
O W C O U 3
+ O u ro ro
y h C 3 C
C •C O 01
mv+�4acr
r N r U
h h Q, ti k
a~ S N O N
N oo 3 q - 3
m
N
a
.r
to
C`
C.
O•
BID PROPOSAL
Place Fayetteville, Arkansas
Date `�i'y/rl,(,�Ch. 0 /�
Proposal of t J/ a corporation
or ized and ex' ting under the laws of the State of
077n�i/L�vQILOi a partnership consisting of
` -- - an individual trading as
To: City of Fayetteville
City Administration Building
113 West Mountain
Fayetteville, AR 72701
The undersigned hereby proposes to perform all work and furnish all materials
required to be furnished for the construction of Bid No. 97 - 35 which shall
be the water and sewer system improvements for Sherman Avenue and Fifth Street
Fayetteville, Arkansas, in accordance with the following bid schedule, plan
drawings 6419 - 1, 2, 3, 4, 5, 6 and the contract documents including the
project specifications, for the basic lump sum of n, A
Dollars
$_//5,//9522
> .
figure
It is understood that the lump sum proposals, in addition to all other work
includes all variable quantities listed in the proposal in the amounts so
listed.
Refer to Section 110 Methods of measurement and Payment for definition of
measurement and payment for all of the following specific bid items. All
items not defined in Section 110 Methods of measurement and Payment are
considered subsidiary and no direct or additional payment will be made for
those such subsidiary items.
The variable quantities given in the proposal are for the purpose of comparing
bids only, and the basic lump sum proposal will be adjusted in the final
settlement for variation in the quantities at the following unit prices:
Bid Schedule
Unit Prices for Variable Quantities
Item Quantity Unit Amount
no.
and unit Description price of bid
1. 2,182 if Six (6) inch PVC DR14 C900
class 200 water line.
S
(figures)
1
E'=
80 if Two (2) inch PVC DR13.5
class 200 water line.
- words)
if
(figures)
3. 430 ton Class 7 aggregate backfill
S/////7
//
-a(] ton
$
4. 560 lbs Compact ductile iron fittings.
lbs $ 02,�/2110o
(figures)
(total - words)
5. 4 ea Six (6) inch gate valve.
$ aQ.EO ea
�hj Q/ (figures)
/A eICOIL d 4'UnrAf i th.- Oi-El,z T /I�.0 ,GP
(total - words)
6. 2 ea 8" x 6" Tapping sleeves
with 6 inch valves
%O. do ea
(figures)
(total - words)
-max U f2t7
7. 3 ea Two (2) inch Flush/test
assemblies. S �pQ, 00 ea S /i /c/c9 .00
(figures)
$ 19*4. 4 ow -,d rJu cd d Jet, 2Lanaj v ry tea/
(total - words)
8. 1 ea Two (2) inch gate valve. •216.r 0°ea
(figures)
- words)
2
PI
IF
11
f
13.
r
1 ea
One (1) inch tap for
disinfection of water line
Sherman at Huntsville
$ £0500 ea $ 2LS. 00
(figures)
Two (2) inch tap, two (2)
inch DR13.5 water line, reconnection
and re-establish existing two inch
water line on Sherman
- words)
ea $ i"90• 00
(figures)
1 ea Special water line construction
go under the existing sewer line
at Happy Hollow Road (detail 6/S5)
$ o20000ea S £, 0O
(figures)
jiJ,9J
Lf L // �7I ./X & Lt 14ZCL AC2C-O�4& 4& ILO/e- �31
(total - words)
ea Special water line construction
go under new sewer line
at Fifth street near Sherman
detail 6/S5 similar
e _ %yloe ea $ o2 �O� • 0 O
(flgw)
- words)
1 ea Special water line construction
go over existing sewer line
at Fifth street near Sherman
detail 8/35
QSO.O0ea
(figaies)
words)
3
cJ� L
14
15
9 ea Reconnect service lines
Type "A" (short)
(total - words)
7 ea Reconnect service lines
Type "B" (long)
16. 1 ea
(total - words)
New service for double
meter set habit house
under construction
/9.33 . 00
(figures)
C $26,25`0 tJea4
S 9%5` 00 ea S 4,5s5. OO
(figures)
$ 5` 6�, OOea
(figures)
(total - words) U V
17. 1 ea Replace/Relocate existing service
at Fifth Street
$ 550.0°ea S 61ao. 00
(figures)
(total - words)
18. 2 ea Fire hydrant assemblies
complete with barrel extension
0-6feet s/g95a0 ea s X990. OO
(fsgons)
9i o,.ii /i T :f%0uo PzvSa
(total - words)
19. lump sum
Concrete for water line
encasement at drainage ditch
M'D.00 sum s. dO
4
20. lump sum Cap and plug existing water
line after new line in service
sum S 6r3�, 00
(figures)
words)
21. lump sum Special reinforced thrust blocking
Sherman at Huntsville detail 1/56
S /, J O0 sum
(figures)
(total -
22
23
- 0 - Bid item 22 not used.
(total - words)
254 if Eight (8) inch SDR 26
sewer line
(total - words)
S 0 if $ o L/IC 14/>i.
(figures)
$
(f,
24. 1 ea New manholes 6 feet total depth
rim to flowline
c%/6OPOea S /. /'0 •QO
(fl8mxs)
(total - words)
5
25. 4 if Additional manhole depth 6 - 8 feet
if required
$ /25,00 if $ 6O.00
(figures)
(total - words)
26. 1 ea Connection of new 8 inch sewer
to existing manhole. '//
S 77S. 00 ea $ 175, DD
(figures)
(total -
27. 115 cy "Rock" excavation
$ '75"Uo
(figures)
28. 75 cy "Hillside" backfill in the
access/utility easement
cv
(figures)
(total - words)
29. 2 ea Sanitary sewer wye, bend,
2 if of stubout and cap (4"dia)
from the new sewer line
S //15. 00 ea S o(i10.Oy
(figures)
6
30
31
40 1f Six inch diameter Polyethylene
Tube French drain (underdrain)
$ /O if
(figures)
(total - words)
2 ea Connection of underdrain
to existing storm drain
$ caGI6j 00 ea S 690.0 O
(figures)
'(,u hldkCct L/'1&K ,t
(total - words)
32. 55 sy Final asphalt street repair
$ ��• OO sv S , 'f'/� . 60
(figu//res)
sSLLa/1 d. -%4v 94 Cu.C�cGL �%urxflr rvc (�.dQ�w f�p�y
(total - words)
33. 240 sy Final concrete street repair
34.
35.
$ cle.Oo sv 5 /0, 1/00 . 60
(total -
182 sy 4 inch thick driveway
replacement/repair
S
(figmTs)
. words)
34 sy 4 inch thick aggregate driveway
replacement/repair
- words)
S 0O sv s /, c %o - o 0
(figures)
7
36
37
W
7 By 4 inch thick sidewalk
replacement/repair
$ v2 oL sy
(figures)
(total - words)
10 ea. Two (2) inch caliber
replacement pin -oak trees
$ � O O0 each $ 400.00
(figures)
(total - words)
0.15 acre Clear, grub, disposal,
shape and seed the utility
and utility/access easements
$,1,O,'2.OOacre S �. OO
(figures)
(total -
words)
39. lump sum Erosion control
40.
41.
S%622� "° sum S 1. QUO .0O
///1�� �/�)/�'A J ��]] _(figures) /1 ��
$IIi� jhJ 1.7 WIC,cFd ilntl�tL a-&t'd LK0 fAlu 4-'
(total - words)
lump sum Mobilization,
and storage $ i/�D OO sum $ ,� 0O
(iiigares)
e.�..in fill d.aG/ h / ,-flbZ.✓-l. '-Mt' .G'k s.1
(total - words)
lump sum Trench safety requirements.
$ // �iJ0 0D sum $ I, oE5D . 06
(fig
0
Total basic contract price $
Refer to Section 110 Methods of measurement and Payment for definition of
measurement and payment for all of the above bid items. All items not defined
in Section 110 Methods of measurement and Payment are considered subsidiary
and no direct or additional payment will be made for those such subsidiary
items.
Bidders must bid the schedule in its entirety including all items.
The contractor shall be required to perform the work in the following
sequence:
(1) all sanitary sewer improvements
(2) the water line in Sherman street and north through the Habitat for
Humanity properties
(3) the water line along Fifth Street
(4) all remaining work.
The City of Fayetteville reserves to right to reject any and all bids and
waive any formalities as deemed in the best interest of the City of
Fayetteville.
The undersigned hereby declares: That he has examined the Plans and the
Specifications with the related documents and the site of the proposed work
and being familiar with all conditions surrounding construction of the
proposed project, including availability of material and labor, hereby
proposes to furnish all equipment, labor. material, plant and supplies, within
the time set forth herein and at the prices stated above. These prices are to
cover all expenses incurred in performing the work required under the Contract
Documents, of which this proposal is a part.
The undersigned further agrees, if awarded the contract, the Contractor shall
begin work within ten (10) calendar days from a Notice to Proceed and will
fully complete all work within sixty (60) consecutive calendar days after the
date of the Notice to Proceed. Should the Contractor fail to complete the
work within the stated time, he shall pay the Owner as fixed, agreed, and
liquidated damages $100.00 per day for each consecutive calendar day of delay
until the work is completed or accepted.
The undersigned submits the following subcontractors for use if the contract
is awarded. The owner shall have the authority to reject the use of any
subcontractor.
Subcontractors
I
I
Additional time is allowed for delays as stipulated in the Contract Documents.
' The undersigned acknowledges the receipt of the following Addendum:
I
9
For changing quantities of work items from those indicated by the contract
Documents, upon written instructions from the Engineer, the above unit prices
as given in the proposal shall prevail. The above unit prices shall include
all labor, materials, plant, bailing, shoring, overhead, profit, insurance,
bonds, etc., as necessary to cover the finished work of the various kinds
called for. The bidder understands that the City of Fayetteville reserves the
right to reject any or all bids and waive any formalities as deemed in the
best interest of the City of Fayetteville.
The bidder does agree that this bid shall be good and may not be withdrawn for
a period of 60 days after the scheduled closing time for receipt of bids.
Further the undersigned agrees to fully and completely submit the detailed
"STATEMENT OF BIDDER'S QUALIFICATIONS" as found on the page immediately
following the proposal. The undersigned agrees that failure to complete
and/or provide the "STATEMENT OF BIDDER'S QUALIFICATIONS" shall be cause for
the Owner and/or Engineer to { consider the bid nonresponsive and to reject such
bid. y/.
p Ji h Zjee`%Y1 ' O/Y/ls�k
by r10 ' .! -/ ( �i�.�
Title
/6[/ /7/J L O.E ) A2 9270L
Business Address
%/J62/-665
Telephone
DODOh/O 79'
Arkansas License Number
10
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 sheets and then attached to this statement. The
Bidder may submit any additional information that he desires.
1. Name of Bidder. Ql ems° J //�� /
2. Permanent main office address and telephone nu ;. mber. 9/�
i Ox 1'" 7/
3. When organized. 4%/ (5oi)52/- 5//9 ���/ (/-�eL�z%/ ,qg 7c9702
4. If a corporation, where incorporated. &' /O4-n4.4o-
5. Contractor's License number.
6. How many years have you been engaged
your present firm or trade name?
7. Contracts on hand. (Schedule these,
and the appropriate anticipated dates of
for references.)
8. Have you ever failed to complete any
in the contracting business under
showing the amount of each contract
completions, and a point of contact
CCr.vz e,ecC,88u, IS?. so
7
work awarded to you? 41O
9. Have you ever defaulted on a contract? If so, where and why?/nu
10. Experience in construction similar in sizeandscope to this project,
along with the project owners and engineers. �d 41,eJ
11. List of major equipment available for this contract.
12. Will you, upon request, fill out a detailed financial statement,
including credit worthiness, and furnish any other information that may be
required by the Owner?
Dated at
19
being duly sworn deposes
and slys that he(she) is thej
of .
that answers �€o the foregoing questi
are true and correct.
Subscribed and sworn before me this day of ^4/tQJt&h. 19c9'7
Contractor(s), an
all statements therein contained
My commission expires
(seal)
H
ICONTRACT
THIS AGREEMENT, made and entered into the (a" day of Tr,nzzory , 19`y,, by and
between the City of Fayetteville, County of Washington, tate o�Arkansas, Party
of the First Part, hereinafter called the Owner, and f%.�e.#c Trec ' 7rencA,Sic
'
of the City of F(nyeJ4e U. UGC Arkail4e4s , Party of the Second Part,
hereinafter called the Contractor.
WITNESSETH THAT:
WHEREAS, the Owner has called for bids for water and sewer system improvements,
' as set out in the Plans and Specifications and approved by the City of
Fayetteville, Arkansas; and
WHEREAS, pursuant to the published calls for bids under said Plans and
' Specifications, the Contractor is the lowest and best qualified bidder for the
construction of said Improvements;
NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the
construction of:
Bid No. 97-35 which shall be the water and sewer system improvements for Sherman
Avenue and Fifth Street, Fayetteville, Arkansas, in accordance with the bid
' schedule, plan drawings 6419 - 1, 2, 3, 4, 5, 6 the contract documents including
the project specifications, including all Work required for a complete and
acceptable installation, for the unit and lump sum prices bid in the Bid
Proposal, all of which become and are a part of this Contract, the total sum thus
'• being
Dyne, ceA 4tc*eem Ano;san o"c w�red e4h}_nnt,
• 50 /1 Uri S Dollars
words
Isus
• figure
such sum being the agreed amount upon which bonds and liabilities are based, and
at his own cost and expense furnish all materials, supplies, labor, machinery,
' equipment, tools, supervision, bonds, insurance and other accessories and
services necessary to complete the said construction in accordance with the
conditions and prices stated in the Bid attached hereto and made a part hereof,
and in accordance with the Technical Specifications, the General Conditions, the
Supplementary Conditions, and in accordance with the Plans, which include all
maps, plats, blueprints, and other drawings, and written or printed explanatory
matter thereof.
' The Contractor agrees to commence work under this contract within ten days of the
issuance of the Notice to Proceed and totally complete all work within sixty (60)
calendar days.
' The Owner agrees to pay the Contractor 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, and to make payment on account
thereof as provided below.
I
I
As soon as is practicable after the first of each calendar month, and in
accordance with the Contract Specifications, the Owner will make partial payments
to the Contractor for work performed during the preceding calendar month, based
upon the Engineer's estimate of work completed, said estimate being certified by
the Contractor and accepted by the Owner. Retainage shall,be withheld from the
partial payments as provided by Arkansas state laws by the Owner until final
completion and acceptance by the Owner and Engineer. The Engineer shall then
issue a Final Estimate of work done based upon the original contract and
subsequent changes made and agreed upon, it any.
Time is hereby expressly declared to be of the essence of this contract, and the
time of beginning, manner of progress and time of completion of the work
hereunder shall be and are essential conditions hereof.
The Contractor agrees to commence work within ten (10) calendar days from the
date of the Notice to Proceed and to proceed with the construction of the work
and to prosecute the work with an adequate force and in a manner so as • to
complete the work within the time stipulated herein. If the Contractor fails in
completing the, contract within the time stipulated herein, the Contractor agrees
to pay the Owner, as liquidated damages the sum of one hundred dollars ($100.00)
per day for each calendar day of delay in completion, said amounts being fixed
and agreed upon by and between the parties hereto. Because of the
impracticability and extreme difficulty in fixing and ascertaining the actual
damages Owner would in such event sustain, said amounts are to be presumed by the
parties to this contract to be the amounts of damage Owner would sustain in
additonal ENgineering related costs. Said amounts of liquidated damages shall
be deductible from any amount due Contractor under the Final Estimate of said
work, after the completion thereof, and Contractor shall be entitled any to'the
Final Estimate less such amounts of liquidated damages.
If the Contractor be delayed at any time in the progress of the work by any act
or neglect of the Owner or of the Owner's employees, or by any other Contractor
employed by the Owner, or by changes ordered in the work, or by strikes,
lockouts, fire, unusualdelay: -in transportation, unavoidable: casualties or any
causes beyond the'Contractor's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall decide Ito justify
the delay, then the time of completion shall be extended for such reasonable time
as the Engineer may decide. - -
No such extension shall be made for delay occurring more than seven days before
claim therefor is made in writing to the Engineer. In the case of a continuing
cause for delay, only one claim is necessary.
In the event the Contractor abandons the work hereunder, or fails, neglects or
refuses to continue the work after ten (10) days written notice, given Contractor
by the Owner or by the Engineer, then the Owner shall have the option of 1)
declaring this contract at an end, in which event the Owner shall not be liable
to the Contractor for any work theretofore performed, or 2) requiring the surety
hereto, upon ten (10) days notice, to complete. and carry out the contract of
Contractor; and in that event, should be surety fail, neglect or refuse to carry
out said contract, 3) said Owner may complete the contract as its own expense and
maintain an action against the Contractor and the surety hereto for the actual
cost of same, jtogether with any damages or other expense sustained or incurred
by Owner in completing this contract, less the total amount provided for
hereunder to be paid Contractor upon the completion of this contract.
This contract shall be binding upon the heirs, representatives, successors or
assigns of the parties hereto, -including the surety.
1
I
I
I
I
L
[I
I
I
I
i
Li
I
I
I
IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and
seals, respectively.
Witnesses*
*If corporation, secretary should attest.
Attest:
Traci -Pence, City Clerk
SM frl
CITY OF FAYETTEVILLE, ARKANSAS
Fred
Hann , Mayor
End of Contract t. ;.,.f 4'�•s '�24."-
'
X131• -
3
I
' PERFORMANCE BOND
' KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2)
hereinafter called "Principal" and (3) of
, State of
hereinafter called the "Surety," are held and firmly bound unto (4)
hereinafter called the"Owner", in the
penal sum of (S_
in lawful money of the United States, for the payment of which sum
' well and truly to be made, we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with Owner, dated the
day of , 19 , a copy of which is hereto attached and
made a part hereof for the construction of:
' Bid No. 97-35 which shall be the water and sewer system improvements for Sherman
Avenue and Fifth Street, Fayetteville, Arkansas, in accordance with the bid
schedule, plan drawings 6419 - 1, 2, 3, 4, 5 and the contract documents
including the project specifications.
I
LI
I
I
rI
H
I
LI
I
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.
This bond is given in compliance with Act 351, Arkansas Acts of 1953, and
Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957),
Section 51-635, Cumulative Supplement.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts,
each one of which shall be deemed as original, this the day of
19
Attest:
(Principal) Secretary
(Seal)
Witness as to Principal
Address
Principal
By.
Address
I
9
Attest:
(Surety) Secretary
(Seal)
Witness as to Surety
Address
Surety
By
Attorney -in -Fact
Address
NOTE: Date of bond must not be prior to date of contract.
(1) Correct name of Contractor.
(2) A corporation, a partnership, or an individual, as the case may be.
(3) Correll 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
a:!.) tu.
I
I
I
I
I
I
I
L
C
L
I
KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2)
hereinafter called "Principal" and (3) of
State of
hereinafter called the "Surety," are held and firmly bound unto (4)
hereinafter called the"Owner", in the
penal sum of ($_
in lawful money of the United States, for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with Owner, dated the
day of , 19_, a copy of which is hereto attached and
made a part hereof for the construction of:
Bid No. 97-35 which shall be the water and sewer system improvements for Sherman
Avenue and Fifth Street, Fayetteville, Arkansas, in accordance with the bid
schedule, plan drawings 6419 - 1, 2, 3, 4, 5 and the contract documents
including the project specifications.
NOW THEREFORE, if the Principal shall promptly make payment to 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, premiums for
bonds and liability and workmen's compensation insurance, rentals on machinery,
equipment and draft animals; also for taxes or payments due to 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 subcontractors or otherwise, then
this obligation shall be void, otherwise to remain in full force and effect.
The Surety agrees that 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.
PROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim may
be unsatisfied.
This bond is given in compliance with Act 351, Arkansas Acts of 1953, and
Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957),
Section 51-635, Cumulative Supplement.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts,
each one of which shall be deemed as original, this the _ day of
,19__
Attest:
Principal
(Principal) Secretary By
(Seal)
,.
Witness as to Principal
Address 4
{
Attest:
(Surety) Secretary
(Seal)
Witness as to Surety
Address
Surety
By
Attorney -in -Fact
Address
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) Coned 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.
3
I
N
11
I
I
I
I
I
I
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
`MO fAMERICAN
r ,� O� SOCIETY Or
I. 0'CIVIL
Z A ENG1NEER5
u !• r0UNK0
Is"
' 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
1 This document has been approved and endorsed by
'The Associated General Contractors of America
I
I
C]
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. 191017) (1990 Edition). When
bidding is involved, the Standard Form of Instructions to Bidders (No. 1910-12) (1990 Edition) may be used.
$
e
r
® 1990 National Society of Professional Engineers
1420 King Street, Alexandria, VA 22314
American Consulting Engineers Council
1015 15th Street, N.W., Washington, DC 20005
American Society of Civil Engineers .
345 East 47th Street, New York, NY 10017
Construction Specifications Institute
601 Madison St., Alexandria, VA 22314
I
I
I
I
L
I
I
I
I
I
I
I
I
I
I
I
I
11
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
1. DEFINITIONS ................................... 13 2.5-2.7 BeforeStarting Construction;
1.1 Addenda ............................. 13 CONTRACTOR's Responsibility to
1.2 Agreement ........................... 13 Report: Preliminary Schedules;
1.3 Application for Payment .............. 13 Delivery of Certificates of
1.4 Asbestos ............................. 13 Insurance .......................... 15
1.5 Bid ................................... 13 2.8 Preconstruction Conference ........... 15
1.6 Bidding Documents ................... 13 2.9 Initially Acceptable Schedules ......... 16
1.7 Bidding Requirements ................ 13 3 CONTRACT DOCUMENTS: INTENT.
1.8 Bonds ................................ 13
AMENDING. REUSE ............................ 16
1.9 Chan a Order 13
3.1-3.2 Intent .......................... 16
1.10 Contract Documents .................. 13 and
1.11 Contract Price ........................ 13 3.3 Reference to Standards
1.12 Contract Times 13 Specifications of Technical Societies:
1.13 CONTRACTOR ...................... 13
Reporting and Resolving
......................
1.14 defective 13 Discrepancies : .............4....... 16
3.4 Intent of Certain Terms or Adjectives .. 17
1.15 Drawings . ................ 13 3.5 Amending Contract Documents ....... 17
1.16 Effective Date oothe Agreement ...... 13
1.17 ENGINEER .......................... 13 3.6 Supplementing Contract Documents 17 ...
3.7 Reuse of Documents ................. 4 17
1.18 ENGINEER's Consultant .............13
1.19 Field Order ........................... 13 4. AVAILABILITY OF LANDS; SUBSURFACE AND
1.20 General Requirements ................ 14 PHYSICAL CONDITIONS; REFERENCE POINTS. 17
1.21 Hazardous Waste ..................... 14 4.1 Availability of Lands .................. I7
1.22 Laws and Regulations; Laws or 4.2 Subsurface and Physical Conditions ... 17
Regulations ........................ 14 4.2.1 Reportsand Draws 17
1.23 Liens.................................14 ygs ............
4.2.2 Limited Reliance by CONTRACTOR
1.24 Milestone .............................14 Authorized; Technical Data ......... IS
1.25 Notice of Award ...................... 14 4.2.3 Notice of Differing Subsurface or
1.26 Notice to Proceed .................... 14 Physical Conditions ................. 18
1.27 OWNER ............................. 14 4.2.4 ENGINEER's Review ................ IS
1.28 Partial Utilization ..................... 14 4.2.5 Possible Contract Documents Change . 18
1.29 PCBs.................................14 4.2.6 Possible Price and Times Adjustments . 18
1.30 petroleum ............................ 14 4.3 physicalConditions
1.31 Project ............................... 14 Facilities 18
...........................
1.32 Radioactive Material .................. 14 4.3.1 Shown or Indicated ...................IS
1.33 Resident Project Representative ....... 14 4.3.2 Not Shown or Indicated 19
1.34 Samples .............................. 14
4.4 Reference Points ...................... 19
1.35 Shop Drawings ....................... 14 4.5 Asbestos, PCBs, Petroleum, Hazardous
1.36 Specifications ......................... 14 Waste or Radioactive Material ...... 19
1.37 Subcontractor ........................ 14
1.38 Substantial Completion ............... 14 5. BONDS AND INSURANCE 20
1.39 SupplementaryConditions """""" 14
5.1-5.2 PCrfortrrartce,paymentartdOtherBonds. 20
1.40 Supplier .............................. 14 5.3 Licensed Sureties and Insurers;
1.41 Underground Facilities ................ 14 Certificates of Insurance ............ 20
1.42 Unit Price Work ...................... 14 5.4 CONTRATOR's Liability Insurance . 20
1.43 Work.................................IS 5.5 OWNER's Liability Insurance ........ 21
1.44 Work Change Directive ............... 15 5.6 Property Insurance 21
1.45 Written Amendment 15
""""""""" 5.7 Boiler and Machineryor Additional
2. PRELIMINARY MATTERS ...................... 15 Property Insurance ................. 21
2.1 Deliveryof Bonds .................... 15 5.8 Notice of Cancellation Provisions ..... 21
2.2 Copies of Documents ................. 15 5.9 CONTRACTOR's Responsibility for
2.3 Commencement of Contract Times; Deductible Amounts ................ 22
Notice to Proceed .................. 15 5.10 Other Special Insurance ............... 22
2.4 Starting the Work ..................... 15 5.11 Waiver of Rights ...................... 22
I
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Tale Number
5.12-5.13 Receipt and -Application of Insuratax 8.6 Change Orders ....................... 29
Proceeds :.......................... 22 8.7 Inspections. Tests and Approvals ...... 29
5.14 Acceptance of Bonds and Insurance; 8.8 Stop or Suspend Work; Terminate
Option to Replace ................. 22 CONTRACTOR's Services ........: 29
5.15 Partial Utilization —Property 8.9 Limitations on OWNER's
Insurance 23 Responsibilities ..................... 30 1
8.10 Asbestos, PCBs, Petroleum, Hazardous
6. CONTRACTOR'S RESPONSIBILITIES .......... 23 Waste or Radioactive Material ...... 30
6.1-6.2 Supervision and Superintendence ...... 23 8.11 Evidence of Financial Arrangements .'. 30
6.3.6.5 Labor, Materials and Equipment ...... 23 9. ENGINEER'S STATUS DURING
6.6 Progress Schedule .................... 23
6.7 Substitutes and "Or -Equal" Items: CONSTRUCTION ... Representative
..................... 30
CONTRACTOR's Expense; 9.1 OWNER's Representative ............ 30
Substitute Construction 9.2 Visits to Site .......................... 30
Methods or Procedures; 9.3 Project Representative ................ 30
ENGINEER's Evaluation .......... 23 9.4 Clarifications and Interpretations ...... 30
9.5 Authorized Variations in Work
6.8-6.11 Concerning Subcontractors, Suppliers ........ 30
and Others; Waiver of Rights ........ 24 9.6 . Rejecting Defective Work ............. 30
6.12 Patent Fees and Royalties ............. 25 9.7-9.9 Shop Drawings, Change Orders and
Payments 31
6.13 Permits ............................... 25 9.10 Determinations for Unit Prices ........ 31
6.14 Laws and.Regulations ................ 25 9.11-9.12 Decisions on Disputes; ENGINEER as
6.15 Taxes ................................ 25 - Initial Interpreter ................... 31
6.16 Use of Premises ...................... 26 9.13 Limitations on ENGINEER's
6.17 Site Cleanliness ....................... 26
6:18 Safe Structural Loading ............... 26 Authority and Responsibilities ...... 31
6.19 Record Documents ................... 26
6.20 Safety and Protection ................. 26 10. CHANGES IN THE WORK ..................... 32
6.21 Safety Representative ................. 26 10.1 OWNER Ordered Change ............ 32
6.22 Hazard"Conununication Programs ..... 27 10.2 Claim for Adjustment ................. 32
6.23 . Emergencies .......................... 27 10.3 Work Not Required by Contract
6.24 Shop Drawings and Samples .......... 27 Documents ......................... 32
6.25 Submittal Procedures; 10.4 Change Orders
CONTRACTOR's Review Prior to 10.5 Notification of Surety ....:............ 32
Shop Drawing or Sample Submittal 27 11. CHANGE OF CONTRACT PRICE .............32
6.26 Shop Drawing & Sample Submittals 11.1-11.3 Contract Price; Claim for Adjustment;
Review by ENGINEER ............ 27 Value of the Work .................. 32
6.27 Responsibility for Variation From 11.4 Cost of the Work ..................... 33
Contract Documents ................ 27 11.5 Exclusions to Cost of the Work ....... 34
6.28 Related Work Performed Prior to 11.6 CONTR.PCIOR's Fee ................ 34
ENGINEER's Review and Approval 11.7 Cost Records ......................... 34
of Required Submittals ............. 27 11.8 Cash Allowances ..................... 35
6.29 Continuing the Work .................. 28 11.9 Unit Price Work ...................... 35
6.30 CONTRACTOR's General
Warranty and Guarantee ............ 28 12. CHANGE OF CONTRACT TIMES ..............35
6.31.6.33 Indemnification ....................... 28 12.1 Claim for Adjustment ...............:. 35
6.34 Survival of Obligations ................ 28 12.2 Time of the Essence .................. 35
12.3 Delays Beyond CONTRACTOR's
7. OTHER WORK..................................29 Control 35
7.1-7.3 Related Work at Site .................. 29 12.4 Delays Beyond OWNER's and
7.4 Coordination CONTRACTOR'S Control ...... 35
8, OWNER'S RESPONSIBILITIES .................29
'8.1 Communications to Contractor ........ 29 13. TESTS AND INSPECTIONS; CORRECTION,
8.2 Replacement of ENGINEER .......... 29 REMOVAL OR ACCEPTANCE OF DEFECTIVE
8.3 Furnish Data and Pay Promptly When - WORK .......................................... 36
Due ................................ 29 13.1 Notice of Defects ..................... 36
8.4 Lands and Easements; Reports and 13.2 Access to the Work ................... 36
Tests
29 13.3 Tests and Inspections; Contractor's
8.5 Insurance e ............................... 29 Cooperation ........................ 36
I
Art kit 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. 15. SUSPENSION OF WORK AND
Testing or Approval ................ 36 TERMINATION 40
Request ............................ 36 Work at ENGINEER'S 15.1 OWNER May Suspend Work ......... 40
13.8-13.9 Uncovering
15.2-15.4 OWNER May Terminate .............. 40
13.10 OWNER May Stop the Work ......... 36 15.5 CONTRACTOR May Stop Work or
13.11 Correction or Removal of Defective Terminate .......................... 41
Work............................... 37
13.12 Correction Ptriod .................... • 16. DISPUTE RESOLUTION 41
13.13 Acceptance of Defective Work ........ 37
.......................
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 Court Costs 14.2 Application for Progress Payment ..... 38 Included ...........................42 14.3 AC CONTRTOR'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 -Al
14.8.14.9 Substantial Completion . . ............ 39 16.1-16.6 Arbitration ....................GC -AI
14.10 Partial Utilization .....................39 16.7 Mediation ..................... GC -A2
14.11 Final Inspection ......................39
I
I
I
I
U
I
I
I
S_ 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.I2, 14.15
insurance...........................................s.
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 .........!• 3.5, 4.1, 4.3.2, 4.5.2,
4.5.3, 9.4, 9.5,
10.2-10.4,
II, 12, 14.8, 15.1
progress schedule ..... . . . ......................
6.6
Agreement— .. . .
definition of..........................................1.2
All risk Insurance, policy form ........................
5.6.2
Allowances, Cash.....................................11.8
Amending Contract Documents .........................
3.5
Amendment, Written —
in general .... 1.10, 1.45. 3.5, 5.10, 5.12,
6.6.2. 6.8.2, 6.19,
10.1, 10.4, 11.2, 12.1,
13.12.2, 14.7.2
Appeal, OWNER or CONTRACTOR
intent to ...................... 9.10, 9.11.
10.4, 16.2, 16.5
Application for Payment —
definition of..........................................1.3
ENGINEER's Responsibility .........................99
final payment .................. 9.13.4, 9.13.5,
14.12-14.15
in general .......................28 2.9,
5.6.4, 9.10, 15.5
progress payment ..............................
14.1, 14.7
review of......................................14.4-14.7
Arbitration (Optional) ....'..4 ......................
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 ........................25-2.8
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.......................................5.14
additional bonds ...........................
10.5. 11.4.5.9
Cost of the Work ..................................
11.5.4
definition of..........................................1.8
delivery of......................................2.1,
5.1
final application for payment .................
14.12-14.14
general ...............1.10, 5.1-5.3,
5.13, 9.13,10.5, 14.7.6
performance, Payment and Other ..................5.1-5.2
Bonds and Insurance —in general .........................
5
Builder's risk "all risk" policy form ...................
5.6.2
Cancellation Provisions, Insurance ........
5.4.11., 5.8. 5.15
Cash Allowances ......................................
11.8
Certificate of Substantial Completion .........
1.38, 6.30.2.3,
14.8, 14.10
Certificates of Inspection ........9
13.5, 14.12
Certificates of Insurance .. 2.7. 5.3, 5.4.11,
.13.4,13.5,14.12
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.I,4.2.6,
4.5, 5.15, 6.8.2,
9.4,9.5,9.11,10.2,10.5,11.2,13.9,
13.13, 13.14, 15.1, 15.5
CONTRACTOR's fee ...............................
11.6
Cost of the Work
general ................... ...............
11.4-11.7
Exclusions to.......................................11.5
Cost Records.......................................11.7
in general .............. 1.19, 1.44,
9.11, 10.4.2, 10.4.3, 11
Lump Sum Pricing .... ............................
11.3.2
Notification of Surety ...............................
10.5
Scope of.......................................10.3-10.4
Testing and Inspection, Uncovering
the Work ........ 13.9
Unit Price Work....................................11.9
Value of Work ......................................
11.3
Change in Contract Times —
Claim for times adjustment .... 4.1,
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 .........
.. .. 1 . ....... ... ...
Change of Contract Times ............................
12
Changes in the Work...................................10
CONTRACTOR's fee ...............................I
I.6
Cost of the Work ...............................114.11.7
I
I
I
Li
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
H
I
I
I
I
I
I
I
LI
I
[1
Article or Paragraph
Number
Cost Records ....... 11.7
.................................
definition of .......................................... 1.9
em ................... ergencies ..................'.4 6.23
12.1
ENGINEER's responsibility ......... 9.8. 10.4. 11.2. 12.4
execution of ......................................
Indemnification ..................... 6.12.6.16. 6.31. 6.33
Insurance. Bonds and .................5.10. 5.13, 10.5
OWNER may terminate ................15.2154
OWNER's Responsibility .....................
.. 8.6. 10.4
Physical Conditions— 4 2
Subsurface and . .................................... 4.3.2
Underground Facilities ...................... . .. . 6.19
Record Documents ........................... 10.3.10.4
Scope of Change .......... .... ........ 67.3. 6.8.2
Substitutes ..............6.7
............... 11.9
Unit Price Work ...........11.9
value of Work, covzred by .....................��'...• 10
Changes in the Work .............................'..... 10.5
Notification of surety ...........................
OWNER's and CONTRACTOR's responsibilities 104
Right to an adjustment ..............
10.3-10.4
.2
Scope of change ...............................
Claims —
against CONTRACTOR .............................
against ENGINEER ...........6.32
. 6.32
against OWNER .................
.4.11.2
.....
Change of Contract Price ......... 99 4 12.1
Change of Contract Times ...................
CONTRACTORS 4. 7.1.9.4. 9.5. 9.11. 10.22. 11.2. 11.9. 1
. 11.6
CONTRACTORS Fee .. - 5.4.6.12.6.16. 6.31
CONTRACTORS liability ........... I1 6 I. 1
5
Cost of the Work .. 6.... 6 .. 6.... 6....... -. ... 91. . 11.5
Decisions on Disputes 6....6....6..........6
.. 16.1
Dispute Resolution ...............................
Dispute Resolution Agreement ....6.6....6.....6 16.1-16.6
ENGINEER as initial interpretor .............9.11
Lump Sum Pr cing ............................
... 11.3.2
17.3
Notice of ......................................
OWNER's ........... 9.4. 9.5. 9.11. 10.2, 11.2. 11.9. 12.1,
13.9. 13.13, 13.14. 17.3
5.5
OWNER's liability ............. 14.7
OWNER may refuse to make payment ..............
Professional Fees and Court Costs Included .......... 17.5
request for formal decision on .....................6 79.1 I
Substitute items ..................................
12.1
Time Extension ......................... • • "..9.11. 12.1
Time requirements ..........................
Unit Price Work.............11.9.3
11.3
Valueof ............................................
Waiver of —on Final Payment ..............14.14. 10.2
4.15
Work Change Directive 6......6..6.6 ..............
written notice required ...........9.11. 112. 12.1
3.6.3.9.4, 9.11
Clarifications and Interpretations ........... 617
Clean Site ................................
Codes of Technical Society. Organization or 3 33
Association ..................—.
.......... 2.3
Commencement of Contract Times .
Communications —
Article or Paragraph
Number
general ...................6.4.......6...6.. 6.2, 6.9.2, 8.1
Hazard Communication Programs ................... 6.22
Completion —
Final Application for Payment ....................14.12
Final Inspection ................................... 14.11
Final Payment and Acceptance ...............14.13-14.14
Partial Utilization ...... •. . 1.38, 14.
0
Substantial Completion ...... • ..... 14.8-14.9
9
Waiver of Claims ..... .. . • 17......14..5
Computation of Times ......................
Concerning Subcontractors, 6.8-6.11
Suppliersand Others . . . ..- """"
Conferences —
initially acceptable schedules ..6.6...6........4....... 2.9
........................
2.8
preconstruction .............
Conflict, Error, Ambiguity, Discrepancy— 2.5. 3.3.2
CONTRACTOR to Report ...........
Construction, before starting by CONTRAiCPOR .... 2.5-2.7
. 6.4
Construction Machinery. Equipment, etc. . • • • • • :.6.29 10.4
Continuing the Work..-••••••••••
Contract Documents —
Amending ........................................... 5 1
Bonds..6...........666 ..............................11.8
Cash Allowances ...........61...........6.6........
Change of Contract Price ...............6.4........... 11
12
Change of Contract Times ............... • � • • •.. 10.410.5
Changes in the Work ..................... 4...
2.5
check and verify ...........6666.••• ':' 3.2, 3.6, 9.4. 9.11
Clarifications and Interpretations ..... 111
definition of .. • 9.11
ENGINEER as initial interpreter of .........666.6
ENGINEER as OWNER's representative ............ 9.
general ................................................ 3
5.3
Insurance.........................................3.1 5.3
Intent.........................4..................
minor variations in the Work ........... • • • • • • • . 3.6
..
OWNER's responsibility to furnish data - • • -
8.3
OWNER's responsibility to make 8.3, 14.4, 14.13
prompt payment ........
. 3.1, 3.3.3
precedence .................................
Record Documents .........
........................ 6.19
Reference to Standards and Specifications 3 3
of Technical Societies ............ -, 7.2
Related Work ......................................
3.3
Reporting and Resolving Discrepancies ..... 6 6 6 6 .. 2.5, 3.7
Reuseof ..........................................
.................... 3.6
Supplementing ..................
Termination of ENGINEER's Employment ...........18.22
Unit Price Work ................... • • • }.6, 6.23, 6.27
....................
variations .............
9.2
Visits to Site. ENGINEER's ....................
Contract Price —
adjustment of ................ 3.5, 4.1, 9.4, 10.3, 112-11.3
Change of ......................................
4.. Il
9.11
Decision on Disputes .........................•• I.11
definition of """""""
Contract Times —
adjustment of ..............3.5, 4.1, 9.4, 10.3. 12
........
Change of ................12.1-12.4
Article or Paragraph
Number
Commencement of...................................2.3
definition of ......................
1.12
CONTRACTOR —
Acceptance of Insurance ............................
5.14
Limited Reliance on Technical Data Authorized
..... 4.2.2
Communications ...............................
6.2, 6.9.2
Continue Work ................................
6.29, 10.4
coordination and scheduling .........................
6.9.2
definition of ........................................
1.13
May Stop Work or Terminate .......................
15.5
provide site access to others ....................
7.2, 13.2
Safety and Protection ....... 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............t............................
6.23
Equipment and Machinery Rental, Cost
of the Work...................................11.4.5.3
Fee —Cost -Plus '............ 11.4.5.6,
11.5.1, 11.6
General Warranty and Guarantee .....................
6.30
Hazard Communication Programs ...................
6.22
Indemnification ...................... 6.12, 6.16, 6.31-6.33
Inspection of the Work .........................
7.3, 13.4,
Labor, Materials and Equipment ..................6.3-6.5
Laws and Regulations, Compliance by .............
6.14.1
Liability Insurance...................................5.4
Notice of Intent to Appeal .....................
9.10, 10.4
obligation to perform and complete the Work ........
6.30
Patent Fees and Royalties; paid for by ...............612
Performance and Other Bonds ........................5.1
Permits. obtained and paid for by ....................
6.13
Progress Schedule ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4,
15.2.1
Request for formal decision on disputes .............
9.11
Responsibilities —
Changes in the Work ..............................
10.1
Concerning Subcontractors, Suppliers and Others . 6.8-
6.11
Continuing the Work ........................6.29.
10.4
CONTRACTOR's expense .......................6.7.)
CONTRACTOR's General Warranty and
Guaran-
tee...............................................6.30
CONTRACTOR's reviewpriorto Shop Drawingor Sam-
ple submittal.....................................6.2$
Coordination of Work ... ...........................
6.9.2
Emergencies .........:...........................
6.23
ENGINEER's evaluation, Substitutes
or "Or -Equal" Items ..........................
6.7.3
Article or Paragraph
Number
For Acts and Omissions of Others .....6.9.1-6.9.2, 9.13
for deductible amounts, insurance ..................
5.9
general ................................. 6, 7.2, 7.3,
8.9
Hazardous Communication Programs .............6.22
Indemnification .............................. 6.31.6.33
Labor, Materials and Equipment ................
6.3-6.5
Laws and Regulations ............................6.14
Liability Insurance.................................5.4
Notice of variation from Contract Documents .....
6.27
Patent Fees and Royalties .........................6.12
Permits...........................................6.13
Progress Schedule .................................
6.6
Record Documents ...............................
6.19
related Work performed prior to ENGINEER's
approval of required submittals .................
6.28
safe structural loading ............................
6.18
Safety and Protection ................... 6.20, 7.2,
13.2
Safety Representative .............................
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
To Report .........................................2.5
Use of Premises .................... 6.16-6.18, 6.30.2.4
Review Prior to Shop Drawing or Sample Submittal
.. 6.25
Right to adjustment for changes in the Work .........
10.2
right to claim .. 4, 7.1, 9.4, 9.5, 9.11, 10.2, 11.2, 11.9, 12.1,
13.9, 14.8, 15.1, 15.5,
17.3
Safety and Protection ................. 6.20-6.22, 7.2,
13.2
Safety Representative ...............................
6.21
Shop Drawings and Samples Submittals .........6.24-6.28
Special Consultants ...............................
11.4.4
Substitute Construction Methods and Procedures .....
6.7
Substitutes and "Or -Equal" Items, Expense .. 6.7.1,
6.7.2
Subcontractors, Suppliers and Others ............ 6.8-6.11
Supervision and Superintendence ........... 6.1, 6.2,
6,21
Taxes, Payment by..................................6.1$
Use of Premises................................6.16-6.18
Warranties and guarantees ...................... 6.30,
6.5
Warranty of Title....................................14.3
Written Notice Required —
CONTRACTOR stop Work or terminate ...........
15.5
Reports of Differing Subsurface and Physical
Condi-
tions..............................................4.2.3
Substantial Completion ...........................14.8
CONTRACTORS—other.................................7
Contractual Liability Insurance ......................
5.4.10
Contractual Time Limits ..............................
12.2
Coordination
I
Article or Paragraph
Number
Article or Paragraph
Number
CONTRACTOR's responsibility .................... 6.9.2 Determinations for Unit Prices ........................9.30
' Copies of Documents..................................2.2 Differing Subsurface or
Correction Period .................................... 13.12 Physical Conditions
4.2.3
• Defective Work ENGINEER's Review ............................. 4.2.4
in general ............................. 10;4.1, 13.10-13.14 Possible Contract Documents Change ............... 4.2.5
Acceptance of Defective Work .....................13.13 Possible Price and Times Adjustments .............. 4.2.6
Correction or Removal of Defective Work ..... 6.30, 13.11 Discrepancies -Reporting and Resolving .... 2.5, 3.3.2. 6.14.2
' Correction Period..................................13.12 Dispute Resolution -
OWNER May Correct Defective Work ............. 13.14 Agreement.....................................16.1-16.6
OWNER May Stop Work .......................... 13.10 Arbitration ..................................... 16.I-16.5
Co"_ general..........................................16
' of Tests and Inspections . . 13.4 Mediation....................................16.6
Records .. . .. 11.7 Dispute Resolution Agreement .................... 16.1-16.6
Cost of the Work- Disputes. Decisions by ENGINEER ..............9.11-9.12
' Bonds and insurance, additional ................. 11.4.5.9 Documents -
Cash Discounts...................................114.2 Copies of........................................2.2
CONTRACTOR's Fee .............................. 11.6 Record ....................:........................ 6.19
Employee Expenses ............................. 11.4.5.1 Reuse of......................................3.7
' Exclusions to.......................................11.5 Drawings -definition of ............................... 1.15
General........................................ 11.4-11.5 Easements.......................................4.1
Home office and overhead expenses ................. 11.5 Effective date of Agreement -definition of ............. 1.16
Losses and damages ............................. 11.4.5.6 Emergencies....................................6.23
' Materials and equipment .......................... 11.4.2 ENGINEER -
Minor expenses.................................11.4.5.8 as initial interpreter on disputes .................9.11-9.12
Payroll costs on changes .......................... 11.4.1 definition of........................................1.17
' performed by Subcontractors ............: ......... 11.4.3 Limitations on authority and
Records .. .. 11.7 responsibilities 9.13
Rentals of construction equipment and machinery . 11.4.5.3 Replacement of ... ......... ........ ....... 8.2
Royalty payments. permits and license fees ...... 11.4.5.5 Resident Project Representative ...................... 9.3
Site office and temporary facilities ............... 11.4.5.2 ENGINEER's Consultant -definition of ............... 1.18
Special Consultants. CONTRACTOR's ............ 11.4.4 ENGINEER's.
Supplemental ........................ 11.4.5 authority and responsibility, limitations on ........... 9.13
Taxes related to the Work ....................... 11.4.5.4 Authorized Variations in the Work .................... 9.5
' Tests and Inspection ....... ........................ 13.4 Change Orders, responsibility for ..; ..; ; .; . 9.7. 10, 11, 12
Trade Discounts .. ... 11.4.2 Clarifications and Interpretations .. .. 3.6.3, 9.4
Utilities, fuel and sanitary facilities ............... 11.4.5.7 Decisions on Disputes .......................... 9.11-9.12
Work after regularhours ............ 11.4.1 defective Work, notice of . ....... 13.1
Covering Work ................................... 13.6.13.7 Evaluation of Substitute Items ...................... 6.7.3
Cumulative Remedies . .. 17.4-17.5 Liability .................. ' .... ' . .. 6.32. 9.12
Cutting, fitting and patching ............................ 7.2 Notice Work is Acceptable ......................... 14.13
' Data, to be furnished by OWNER ...................... 8.3 Observations .................................6;30.2, 9.2
Day -definition of...................................17.2.2 OWNER's Representative ...........................9.1
Decisions on Disputes ........................... 9.1 1. 9.12 Payments to the CONTRACTOR,
defective -definition of................................1.14 Responsibility for .............................. 9.9, 14
' defective Work- Recommendation of Payment ................. 14.4. 14.13
Acceptance of .............................. 10.4.1, 13.13 Responsibilities -
10.4.1.13.11 Limitations on ...............................9.11-9.13
Correction period..................................13.12 Review of Reports on Differing Subsurface
'
in general ................................. 13. 14.7, 14.11 and Physical Conditions ..........................4.2.4
Observation by ENGINEER ......................... 9.2 Shop Drawings and Samples, review
OWNER May Stop Work .......................... 13.10 responsibility.....................................6.26
' Prompt Notice of Defects ........................... 13.1 Status During Construction-
Rejecting............................................9.6 authorized variations in the Work .................. 9.5
Uncovering the Work ............................... 13.8 Clarifications and Interpretations ................... 9.4
Definitions...............................................I Decisions on Disputes ........................ 9.11-9.12
' Delays ................................. 4.1. 6.29, 12.3-12.4 Determinations on Unit Price ..................... 9.10
Deliveryof Bonds......................................2.1 ENGINEER as Initial Interpreter .............9.11-9.12
Deliveryof certificates of insurance ..................... 2.7 ENGINEER's Responsibilities ................9.1-9.12
Article or Paragraph
Number
Article or Paragraph
Number
Limitations on ENGINEER's Authority and
deductible amounts, CONTRACTOR's
Responsibilities ...................................
9.13
responsibility ....................................
5.9
OWNER's Representative .........................
9.1
Final Application for.Payment ..............' .......
14.12
Project Representative .............................
9.3
Licensed Insurers ....................................
5.3
Rejecting Defective Work ..........................
9.6
Notice requirements, material
Shop Drawings, Change Ordersand
changes ..................................
5.8, 10.5O
Payments....................................9.7-9.9
Option to Replace ..................................
5.14
.....................
Visits to Site .....
............ 9.2
other special insurances .............................
5.10
Unit Price Determinations ...........9.10
OWNER as fiduciary for insureds ..............
5.12-5.13
Visits to Site .........................................
9.2
OWNER's Liability ..................................
5.5
Written consent required ..........................
7.2, 9.1
OWNER's Responsibility ............................8.5
Equipment, Labor, Materials and ...................6.3-6.5
Partial Utilization, Property Insurance ...............
5.15
Equipment rental, Cost of the Work ................
11.4.5.3
Property........
5.6.5.10
Equivalent Materials and Equipment ....................
6.7
Receipt and Application of Insurance Proceeds ..
5.12-5.13
Errors or omissions ...................................
6.33
Special Insurance ...................................
5.10
Evidence of Financial Arrangements ...................
8.11
Waiver of Rights ....................................
5.11
Explorations of physical conditions ...................
4.2.1
Intent of Contract Documents .......................
3.1-3.4
Fee, CONTRACPOR's--Costs-Plus ...................
11.6
Interpretations and Clarifications .................
3.6.3, 9.4
Field Order-
Investigations of physical conditions ....................
4.2
definition of ........................................
I.19
Labor, Materials and Equipment ....................6.3-6.5
issued by ENGINEER .........................
3.6.1, 9.5
Lands -
Final Application for Payment ........................
14.12
and Easements ................ ...............:......
8.4
Final Inspection......................................14.11
Availability of...................................4.1,
8.4
FinalPayment-
Reports & Tests.....................................8.4
and Acceptance ..............................
14.13-14.14
Laws and Regulations -Laws or Regulations -
Prior to, for cash allowances ........................
11.8
Bonds...........................................5.1.5.2
General Provisions ...............................17.3-17.4
Changes in the Work ................................
10.4
General Requirements-
Contract Documents .................................
3.1
defintion of ...............
1.20
CONTRACTOR's Responsibilities ..........:.........
6.14
.................
principal references to ..............
2.6, 6.4, 6.6-6.7, 6.24
Correction Period, defective Work .........13.12
Giving Notice ........' :...............................
17.1
Cost of the Work, taxes .........................
11.4.5.4
Guarantee of Work -by
definition of ........................................
1.22
general .............................................
6.14
CONTRACTOR ..............................
6.30, 14.12 .
Indemnification
6.3116.33
..........'......
Hazard Communication Programs ...6. .
.6.22
................................
Insurance............................................5.3
Hazardous Waste-
Precedence
3.I, 3.3.3
definition of
:..... 1.21
Reference to
general..............................................4.5
.......................................3.3.1
Safety and Protection ......... .................6.20.
13.2
OWNER's responsibility for ........................8.10
Subcontractors, Suppliers and Others
6.8-6.11
Indemnification ........................
6.12, 6.16, 6.3116.33
Tests and Inspections ...............................
13.5
Initially Acceptable Schedules ..........................'2.9
Use of Premises
6.16
Inspection—
Visits to Site
Certificates of ...........! .............
9.13.4, 13.5, 14.12
..................................9.2
Liability Insurance —
Final ................:.............................
14.1I
CONTRACP0R's
5.4
Special, required by ENGINEER ....................
9.6
....................................
OWNER's...........................................5.5
Tests and Approval ........................8.7.
13.3-13.4
Licensed Sureties and Insurers .........................
5.3
Insurance—
Liens —
Acceptance of, by OWNER .........................
5.14
Application for Progress Payment ...................
14.2
Additional, required by changes
Contractor's Warranty of Title .......................
14.3
in the Work.................................11.4.5.9
Final Application for Payment ......................
14.12
Before starting the Work .............................
2.7
definition of ........................................
1.23
Bonds and —in general.................................5
Waiver of Claims ..................................
14.15
Cancellation Provisions ..............................
5.8
Limitations on ENGINEER's authority and
Certificates of .. 2.7, 5, 5.3, 5.4.11, 5.4.13,
5.6.5, 5.8, 5.14,
responsibilities .....................................
9.13
9.13.4, 14.12
Limited Reliance by CONTRACTOR Authorized
...... 4.2.2
completed operations .... 7 .........................
5.4.13
Maintenance and Operating Manuals—
CONTRACTOR's Liability ...........................
5.4 .
Final Application for Payment .......... ...........:`
I4.12
CONTRACIOR's objection to coverage ............. 5.14
Manuals (of others) —
Contractual Liability ..............................
5.4.10
Precedence
3.3.3.1
.......................................
H
I
Article or Paragraph
Number
' Reference to in Contract Documents ................3.3.1
Materials and equipment— 6.3
furnished by CONTRACTOR ..
not incorporated in Work ..........................14.2
' Materials or equipment�quivalent ..................... 6.7
Mediation (Optional)...........................6...... 16.7
Milestones —definition of .......................... 6 ... 1.24
' om
MCpueous— ....
Computation of Times .. .........• • 17.2
Cumulative Remedies ............................ 6.. 17.4
Giving Notice ....................................... 17.1 Notce of' Claim . and our • . l . .. .. 17.5
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...................4.......................... 17.3
' Defects. ..........................0... 13.1
Differing Subsurface or Physical Conditions ..........4.2.3
Givin 17.1
g .............................................. Tests and Inspections ..........................13.3
Variation. Shop Drawing and Sample ................ 6.27
Notice to Proceed -
definition of.........................1.26
1 giving of ..................... 2.3
Notification to Surety .............4....4.. 10.5
Observations, by ENGINEER ............6.4.. ... 6.30, 9.2
Occupancy of the Work ................ 5.15, 6.30.2.4, 14.10
I
Omissions or acts by CONTRACTOR ............. 6.9, 9.13
"Open peril,, policy form. Insurance .... . .. ...5.6.2
Option to Replace .....................5.14
OthEqual" Items ...............44.4......4 ............... 6.7
Other work .. 7
Overtime Work -prohibition of ......................... 6.3
OWNER-
' Acceptance of defective Work ................: ..... 13.13
appoint an ENGINEER ............................4.8.2
as fiduciary .. 5.12-5.13
..................
Availability of Lands, responsibility ...................4.!
' - definition of ........................................ 1.27
data, furnish .. " 8.3
.................................... .... 13.14
' May refuse to make payment ....................... 14.7
May Stop the Work .......4 .....................444 13.10
may suspend work,
terminate ....................... 8.8, 13.10. 15.1-15.4
I
I
Payment. make prompt ................... 8.3. 14.4, 14.13
performance of other Work ........................... 7.1
permits and licenses, requirements .................. 6.13
purchased insurance requirements ...............5.6-5.10
OWNER's-
Acceptance of the Work .........................630.2.5
Change Orders, obligation to
execute.............................4444... 8.6, 10.4
Communications.....................8.1
Coordination of the Work ............................ 7.4
Disputes. request for decision ............4.4......44 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 ..................
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 ....................
8.3
reports and tests ..............................4,...8.4
stop or suspend Work ..................
8.8, 13.10, 15.1
terminate CONTRACI'OR's services ..........
8.8, 15.2
separate representative at site .........4....4...4...4.
9.3
independent testing........................13.4
use or occupancy of the
Work.................4..................
5.15, 14.10
written consent or approval
required ........................d......
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 ...........4.........4 .............44...
1.29
general .................... ........... ...........
4.5
OWNER's responsibility for ........................8.10
Partial Utilization -
definition of..........................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 .............(4.4-14.7,
14.13
Payments to CONTRACTOR and Completion -
Application for Progress Payments ..................
14.2
CONTRACDOR's Warranty of Title .................
14.3
Final Application for Payment ......................
14.12
Final Inspection ..................4..........4..44.
14.11
FinalPayment and Acceptance ...............14.13-14.14
general...........................................8.3.
14
Partial Utilization............................14.10
Retainage..............................14.2
Review of Applications for Progress
Payments............................4.....
14.414.7
prompt payment ..........................4.444......
8.3
Schedule of Values ..................................
14.1
SubstantialCompletion ....4....4.......44......
14.8-14.9
Waiver of Claims ................4444..............
14.15
when payments due ..........................
14.4, 14.13
withholding payment..........................4.....
14.7
Performance Bonds...................4.............
5.1-5.2
permits...............................................
6.13
J
Article. or Paragraph
Number
Petroleum —
definition of ............:......................
.. 1.30
general..............................................4.5
OWNER's responsibility for ........................
8.10
Physical Conditions —
Drawings of, in or relating to .....................4.2.1.2
ENGINEER's review ..............................
4.2.4
existing structures..................................4.2.2
general...........................................4.2.1.2
Subsurface and, ..'...................................
4.2
Underground Facilities ...............................
4.3
Possible Contract Documents Change ...............
4.2.5
Possible Priceand Times Adjustments ..............
4.2.6
Reports and Drawings ...............................4.2.
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 ..........................................43
Not Shown or Indicated .......................4.3.2
Protection of ...............................
4.3, 6.20
Shown or Indicated ..........4............44..4
4.3.1
Technical Data .....................................
4.2.2
Preconstruction Conference .............................
2.8
Preliminary Matters .......•4...4 .............4..........4.
2
PreliminarySchedules..................................2.6
Premises, Use of..........0......................
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............. ........................:...
5.6-5.10
Partial Utilization ........::..................
5.15.
14.10.2
receipt and application of:
proceeds ........ .........................
5:12-5.13
Protection, Safety and .......................
6.20-66.21, 13.2
Punch list ................. ....................:......
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
1
_Regulations, Laws and (or) ............................ 6.14
Rejecting Defective Work ..............................9 .6
Related Work —
at Site.........................4.................. 7.1-7.3
Performed prior to Shop Drawings " 1
and Samples submittals review .................. 6.28 1
Remedies, cumulative ..44......4........4........ 17.4, 17.5
Removal or Correction of
Defective Work.....4.4............................ 13.11
rental agreements, OWNER approval I.
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— 1
definition of.........4...4.......................... 1.33
provision for.........................................93
Resident Superintendent, CONTRACTOR's .............6.2
Responsibilities—
'. general ........................... 6
ENGINEER's-in.general..........:....................9 -
Limitations on .........4.4..4.........4........... 9.13
OWNER's-in general .............4..4.........4......4. 8
Retainage...................4...........4.4........4.. 14.2
Reuse of Documents ...........4.......4.4..........4.. 3.7
Review by CONTRACTOR: Shop Drawings 1
.and Samples Prior to Submittal ....................:. 6.25
Review of Applications for Progress
Payments ......................................14.4-14.7
Right to an adjustment ...........4......4.....4.....4. 10.2
Rights of Way ...............4.............4.44......... 4.1
Royalties, Patent Fees and ............................. 6.12
Safe Structural Loading ............................... 6.18
Safety —
and Protection ....... 4.3.2, 6.16, 6.18, 6.20-6.21, 7.2, 13.2
general........................................6.20-6.23
Representative, CONTRACTOR's ................... 6.21 1
Samples —
definition of ...............:........................ 1.34
general ....................................... 6.24-6.28
Review by CONTRACTOR 4 4. ,. 4 ................... 6.25
Review by ENGINEER .........444.......4... 6.26, 6.27
related Work ........................................ 6.28
submittal of ...............4.444................... 6.24.2
submittal procedures ..........4..4.4............4... 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 ....4 .............4.44. 2.6, 2.8.2.9, 6.24.6.28 1
Schedule of Values ........................ 2.6, 2.8.2.9, 14.1
Schedules —
Adherence
Adherence to.....................................15.2.1
Adjusting............................................6.6 _ �.
Change of Contract Times 44......4:.4 .............. 10.4
Initially Acceptable ...............................2.8-2.9
Preliminary..................................4....... 2.6
Scope of Changes .............................. 10.3-10.4
Subsurface Conditions ................'.............. 4.2.1.1
10
Article or Paragraph Article or Paragraph
Number Number
Shop Drawings— Substitute Items..................................6.7.1.2 and Samples, general ...........................6.24-6.28 Subsurface and Physical Conditions —
Change Orders & Applications for Drawings of. in or relating to ..................... 4.2.1.2
Payments, and ............................... 9.7-9.9 ENGINEER's Review ............................. 4.2.4
definitionof ........................................ 1.35 general .............................................. 4.2
ENGINEER's approval of .. ... 3.6.2 Limited Reliance by CONTRACTOR
ENGINEER's responsibility Authorized .................................... 4.2.2
for review ............................... 9.7, 6.24-6.28 Notice of Differing Subsurface or
related Work ......................................•. 6.28 Physical Conditions................................4.23
review procedures .. ... 2.8, 6.24-6.28 Physical Conditions.................................4.2.1.2
submittal required ................................. 6.24.1 Possible Contract Documents Change ................. 4.2.5
Submittal Procedures ............................... 6.25 Possible Price and Times Adjustments ...... . .... . . . . . 4.2.6
use to approve substitutions ........................6.7.3 Reports and Drawings ..... • 4.2.1
Shown or Indicated ............ ......... 4.3.1 Subsurface and . 4.2
Site Access....................................7.2. 13.2 Subsurface Conditions at the Site .................4.2.1.1
Site Cleanliness .....................................6.17 Technical Data............................4.2.2
..
Site, Visits to— Supervision— -
by ENGINEER 9.2. 13.2 CONTRAC'IOR's responsibility ...................... 6.1
by others .....................................13.2 OWNER shall not supervise ......................... 8.9
"Special causes of loss" policy form. insurance ....... 5.6.2 ENGINEER shall not supervise ...............9.-. 9.13.2
Specifications— Superintendence .......................................
definition of........................................1.36 Superintendent, CONTRACIOR's resident ........... 6.2
of Technical Societies, reference to .................3.3.! Supplemental costs..............................11.4.5
precedence ......... 4 ..................... 4 ........ 3.3.3 Supplementary Conditions —
Standards and Specifications of Technical definition of ...................................... 4. 1.39
Societies .. .. 3.3 principal reference to .... 1.10, 1.18. 2.2. 2.7, 4.2. 4.3.5.1.
Starting Construction, ' Before ...: ..: . : .....: • . 2.5-2.8 5.3. 5.4, 5.6-5.9, 5.11, 6.8, 6.13, 7' 4' 8;11, 9.3, 9.10
Starting the Work .. ... 2.4 Supplementing Contract Documents .. .. 3.6
Stop or Suspend Work— Supplier —
by CONTRACTOR .................................15.5 definition of................................1.40
by OWNER ............................. 8.8, 13.10, 15.1 principal references to .................. 3.7, 6.5,6.8-6.11,
Storage of materials and equipment ................. 4.1. 7.2 6.20.6.24.9.13, 14.12
Structural Loading, Safety ............................. 6.18 Waiver of Rights..............................6.11
Subcontractor— Surety —
Concerning, .. 6.8.6.I I consent to final payment .....................14.12. 14.14
definition of .. 1.37 ENGINEER has no duty to ......................... 9.13
delays 12.3 Notification of ........................... 10.1, 10.5, 15.2
waiver of rights.....................................6.11 qualification of.................................5.1-53
Subcontractors —in general ........................ 6.8-6.11 Survival of Obligations................................6.34
Subcontracts —required provisions ........ 5.11, 6.11. 11.4.3 Suspend Work. OWNER May .................. 13.10, 15.1
Submittals— Suspension of Work and Termination— ..................IS
Applications for Payment ........................... 14.2 CONTRACTOR May Stop Work or
Maintenance and Operation Manuals ...............14.12 Terminate....................................15.5
..................................... Procedures 6.25 OWNER May Suspend Work ....................... 15.1
....
Progress Schedules .............................. 2.6, 2.9 OWNER May Terminate ....................... 15.2-15.4
Samples .............. 4........................ 6.24-6.28 Taxes -Payment by CONTRACTOR .................... 6.15
Schedule of Values ............................. 2.6, 14.1 Technical Data —
Schedule of Shop Drawings and Limited Reliance by CONTRACTOR ............... 4.2.2
Samples Submissions ........ ....... .. ... 2.6. 2.8-2.9 Possible Price and Times Adjustments .. . . . . . . . . . . . . 4.2.6
Shop Drawings ............. .. 6.24-6.28 Reports of Differing Subsurface and
Substantial Completion— 4.2.3
certification of ........................ 6.30.2.3, 14.8-14.9 Temporary construction facilities ........................ 4.1
definition of..................................1.38 Termination —
Substitute Construction Methods or Procedures ....... 6.7.2 by CONTRACTOR.................................15.5
Substitutes and' Or Equal'' Items ......................6.7 by OWNER ...............................8.8. 15.1' 15.4
ENGIN EER's Ev Expense ....... ... ... : .. • 6.6.1.3 of ENGINEER's W employment -ingenal . . 8.2
...6.7.3 Suspension of Work-in general ..
ENGINEER's Evaluation .. ' • IS
"Or -Equal... ... 6.7.1 Terms and Adjectives .. .. 3.4
Substitute Construction Methods of Procedures ..... 6.7.2 Tests and Inspections —
I
I
Article or Paragraph
Number
Article or Paragraph
Number
I
Access to the Work, by others ...................... 13.2 Utilization, Partial ............... 1.28, 5.15, 6.30, 2.4, 14.10
CONTRACfOR's responsibilities .................... 13.5 Value of the Work ..................................... 11.3
cost of....... . . . . 13.4 Values, Schedule of ....................... 2.6, 2.8-2.9, 14.1
covering Work prior to .........13.6-13.7 Variations in Work —Minor
laws and Regulations (or) .....13.5 Authorized ................................ 6.25.6.27, 9.5
Notice of Defects ................................... 13.1 Visits of Site —by ENGINEER ......................... 9.2
OWNER May Stop Work .......................... 13.10 Waiver of Claimson Final
OWNER's independent testing ...................... 13.4 Payment ........................................... 14.15
special, required by ENGINEER .....................9.6 Waiver of Rights by insured parties ............... 5.11, 6.11
timely noticerequited ............................... 13.4 Warranty and Guarantee, General —by
Uncovering the Work, at ENGINEER's CONTRACTOR .................................... 6.30
request....................................13.8-13.9 Warranty of Title, CONTRACTOR's ................... 14.3
Times— Work —
Adjusting............................................. 6.6 Access to ........................................... 13.2
Change of Contract......4............................ 12 by others, ............................................. 7
Adjusting............................................6.6 Changes in the ....................................... 10
Computation of ......... .... 17.2 Continuingthe...................................... 6.29
Contract Times__
definition of .......................1.12
CONTRACTOR May Stop Work
day .....................
..........................17.72 or Terminate ................................... 15.5
Milestones ........ Coordination of ...................................... 7.4
Requirements —
Cost of the ..................................... 11.4-11.5
ap
16 definition of ........................................ 1.43 peals ............,
clarifications, claims and neglected by CONTRACTOR ...................... 13.14
other Work
disputes ......................:...... 9.11, 11.2, 12 ................ 7 ............................
commencement of contract times ...............:... 2.3 OWNER May Stop Work .......................... 13.10
OWNER May Suspend Work ........ 13.10, 15.1
preconstruction conference........................ 2.8 .........
schedules . Related, Work at Site ............................. 7.1-7.3
........ ..................... 2.6.2.9. 6.6 Starting the ............. ............... 2.4 O
starting the Work :......... 2,4 ......... H
Stopping by CONTRACTOR ........................ 15.5
Title, Warranty of .:. ... ............................... 14.3 Stopping by OWNER.................... 15.1-15.4
Uncovering Work................................13.8-13.9 Variation and deviation authorized,
Underground Facilities, Physical Conditions— ' mi1
nor............................4............... 3.6
definition of.......................................1.41 Work Change Directive —
Not Shown or Indicated ........................'. 4.3.2 claims pursuant to .. 10.2
protection of ................... ............ 4.3, 6.20 definition of ...................................:. 1.44
Shown or Indicated ............"""""""""""
4.3.1
Unit Price Work— principal references to ....................3.5.3, 10.1-10.2
Written Amendment—
claims............................................11.9.3 definition of . . 1.45
definition of ................................... 1.42 principal references to ... 1:10, 3.5, 5.10, 5.12, 6.6.2, 6.8.2,
general..................................11.9, 14.1, 14.5 6.19, 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2
Unit Prices— - Written Clarifications and
general...........................................11.3.1 Interpretations ........................... 3.6.3, 9.4, 9.11
Determination for...................................9.10 Written Notice Required —
Use of Premises ........................ 6.16, 6.18, 6.30.2.4 by CONTRACTOR ........ 7.1, 9.10-9.11, 10.4, 11.2, 12.1
Utility owners ...................... 6.13, 6.20, 7.1-7.3, 13.2 by OWNER ....................9.10.9.1 t, 10.4, 11.2, 13.14
I
I
12
I
I
I
Li
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL CONDITIONS
ARTICLE I -DEFINITIONS Additions SC 1
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the meanings
indicated which are applicable to both the singular and plural
thereof:
1.1. Addenda —Written or graphic instruments issued 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.
1 13
1.20. General Requirements —Sections of Division I of the
Specifications.
1.21. Hazardous Waste —The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid Waste
Disposal Act (42 USC Section 6903) as amended from time to
time.
1.22. Laws and Regulations; Laws or Regulations —Any
and all applicable laws, rules, regulations, ordinances, codes
and orders of any and all governmental bodies, agencies,
authorities and courts having jurisdiction.
1.23. Liens —Liens, charges, security interests or encum-
brances upon real property or personal property.
1.24. Milestone —A principal event specified in the Con-
tract Documents relating to an intermediate completion date or
time prior to Substantial Completion of all the Work.
1.25. Notice ofAward—The written notice by OWNER to
the apparent successful bidder stating that upon compliance by
the apparent successful bidder with the conditions precedent
enumerated therein, within the time specified. OWNER will
sign and deliver the Agreement.
1.26. Notice to Proceed —A written notice given 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.
I
I
1
I
1
1
I
I
I
1
1
I
I
I
14
I
I
I
I
11
I
I
I
I
1.43. Work —The entire completed construction or the var-
ious separately identifiable parts thereof required to be fur-
nished under the Contract Documents. Work includes and is
the result of performing or furnishing labor and furnishing and
incorporating materials and equipment into the construction,
and performing or furnishing services and furnishing docu-
ments, all as required by the Contract Documents.
1.44. Work Change Directive —A written directive to CON-
TRACTOR, issued on or after the Effective Date of the
Agreement and signed by OWNER and recommended by
ENGINEER, ordering an addition, deletion or revision in the
Work, or responding to differing or unforeseen physical condi-
tions under which the Work is to be performed as provided in
paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A
Work Change Directive will not change the Contract Price or
the Contract Times, but is evidence that the parties expect that
the change directed or documented by a Work Change Direc-
tive will be incorporated in a subsequently issued Change
Order following negotiations by the parties as to its effect, if
any, on the Contract Price or Contract Times as provided in
paragraph 10.2.
1.45. Written Amendment —A written amendment of the
Contract Documents, signed by OWNER and CONTRACTOR
on or after the Effective Date of the Agreement and normally
dealing with the nonengineering or nontechnical rather than
strictly construction -related aspects of. the Contract Docu-
ments.
ARTICLE 2 —PRELIMINARY MATTERS
IDelivery of Bonds:
I
17
I
2.1. When CONTRACTOR delivers the executed Agree-
ments to OWNER. CONTRACTOR shall also deliver to
OWNER such Bonds as CONTRACTOR may be required to
furnish in accordance with paragraph S.I.
Copies of Documents:
Addition see SC2.2
2.2. OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary Con-
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.
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 anytime 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 Starting 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, 5.6and 5.7. Addition see Sc 2.7
Preeonstntdlon Conference:
2.8. Within twenty days after the Contract Times start to
run, but before any Work at the site is started, a conference
I
15
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 Acaepetibk Schedaks:
2.9. Unless otherwise provided in the Contract Docu-
ments, at least ten days before submission of the first Applica-
tion for Payment a conference attended by CONTRACTOR,
ENGINEER and others as appropriate will be held to review
for acceptability to ENGINEER as provided below the sched-
ules submitted in accordance with paragraph 2.6. CONTRAC-
TOR shall have an additional ten days to make corrections and
adjustments and to complete and resubmit the schedules. No
progress payment shall be made to CONTRACTOR until the
schedules are submitted to and acceptable to ENGINEER as
provided below. The progress schedule will be acceptable to
ENGINEER as providing an orderly progression of the Work
to completion within any specified Milestones and the Contract
Times, but such acceptance will neither impose on ENGI-
NEER responsibility for the sequencing, scheduling or progress
of the Work nor interfere with or relieve CONTRACTOR from
CONTRACTOR's full responsibility therefor. CONTRACTOR's
schedule of Shop Drawing and Sample submissions will be
acceptable to ENGINEER as providing a workable arrange-
ment for reviewing and processing the required submittals.
CONTRACTOR's schedule of values will be acceptable to
ENGINEER as to form and substance.
ARTICLE 3—CONTRACf 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 Diserepaacies:
3.3.1. Reference to standards, specifications, manuals or
codes of any technical society, organization or association,
or to the Laws or Regulations of any governmental authority,
whether such reference be specific or by implication, shall
mean the latest standard, specification, manual, code or
Laws or Regulations in effect at the time of opening of Bids
(or, on the Effective Date of the Agreement if there were no
Bids), except as may be otherwise specifically stated in the
Contract Documents.
3.3.2. If, during the performance of the Work. CON-
TRACTOR discovers any conflict, error, ambiguity or dis-
crepancy within the Contract Documents or between the
Contract Documents and any provision of any such Law or
Regulation applicable to the performance of the Work or of
any such standard, specification, manual or code or of any
instruction of any Supplier referred to in paragraph 6.5,
CONTRACTOR shall report it to ENGINEER in writing at
once, and, CONTRACTOR shall not proceed with the Work
affected thereby (except in an emergency as authorized by
paragraph 6.23) until an amendment or supplement to the
Contract Documents has been issued by one of the methods
indicated in paragraph 3.5 or 3.6; provided, however, that
CONTRACTOR shall not be liable to OWNER or ENGI-
NEER for failure to report any such conflict, error, ambigu-
ity or discrepancy unless CONTRACTOR knew or reason-
ably should have known thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by amendment
or supplement thereto issued by one of the methods indi-
cated in paragraph 3.5 or 3.6, the provisions of the Contract
Documents shall take precedence in resolving any conflict,
error, ambiguity or discrepancy between the provisions of
the Contract Documents and:
I
I
I
1
I
I
I
ii
I
I
3.3.3.1. the provisions of any such standard, speci-
fication, manual, code or instruction (whether or not
specifically incorporated by reference in the Contract
Documents); or
3.3.3.2. the provisions of any such Laws or Regu-
lations
applicable to the performance of the Work
(unless such an interpretation of the provisions of the
Contract Documents would result in violation of such
Law or Regulation). .,
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties and
responsibilities of O WN ER, CONTRACTOR or ENGINEER,
or any of their subcontractors, consultants, agents, or em-
ployees from those set forth in the Contract Documents, nor
shall it be effective to assign to OWNER. ENGINEER or
any of ENGINEER's Consultants, agents or employees any
duty or authority to supervise or direct the furnishing or
16 1
I
I
I
I
I
I
U
F
I
I
I
I
I
I
I
I
I
[1
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 Contact 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, at 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 or extent 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 Cmrdilion:
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
I
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 CONTRACIOR's purposes, including, but not limited
to, any aspects of the means, methods, techniques, se-
quences and procedures of construction to be employed by
CONTRACTOR and safety precautions and programs inci-
dent thereto, or
4.2.2.2. other data, interpretations, opinions and infor-
mation contained in such reports or shown or indicated in
such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclu-
sion drawn from any "technical data" or any such data,
interpretations, opinions or information.'
4.2.3. Notice of Differing Subsurface or Physical Condi-
tions: If CONTRACTOR believes that any subsurface or
physical condition at or contiguous to the site that is uncovered
or revealed either:
4.2.3.1. is of such a nature as to establish that any
"technical data" on which CONTRACTOR is entitled to
rely as provided in paragraphs 4.2.1 and 4.2.2 is materially
inaccurate, or
4.2.3.2.
is of such
a nature
as to require a change in the
Contract
Documents,
or .
4.2.3.3. differs materially from that shown or indicated in
the Contract Documents, or
4.2.3.4. is of an unusual nature, and differs materially
from conditions ordinarily encountered and generally recog-
nized as inherent in work of the character provided for in the
Contract Documents; then•
CONTRACTOR shall, promptly after becoming aware thereof
and before further disturbing conditions affected thereby or
performing any Work in connection therewith (except in an
emergency as permitted by paragraph 6.23), notify OWNER
and ENGINEER in writing about such condition. CONTRAC-
TOR shall not further disturb such conditions or perform any
Work in connection therewith (except as aforesaid) until re-
ceipt of written order to do so.
4.2.4. ENGINEER'S Review: ENGINEER will promptly
review the pertinent conditions, determine the necessity of
OWNER's obtaining additional exploration or tests with re-
spect thereto and advise OWNER in writing (with a copy to
CONTRACTOR) of ENGINEER'S findings and conclusions.
4.2.5. Possible Contract Documents Change: If ENGI-
NEER concludes that a change in the Contract Documents is
required as a result of a condition that meets one or more of the
categories in paragraph 4.2.3., a Work Change Directive or a
Change Order will be issued as provided in Article 10 to reflect
and document the consequences of such change.
4.2.6. Possible Price and Times Adjustments: An equitable
adjustment in the Contract Price or in the Contract Times, or
both, will be allowed to the extent that the existence of such
uncovered or revealed condition causes an increase or de-
crease in CONTRACTOR's cost of, or time required for
performance of, the Work; subject, however, to the following:
4.2.6.1. such condition must meet any one or more of the
categories described in paragraphs 4.2.3.1 through 4.2.3.4,
inclusive;
4.2.6.2. a change in the Contract Documents pursuant to
paragraph 4.2.5 will not be an automatic authorization of nor
a condition precedent to entitlement to any such adjustment;
4.2:6.3. with respect to Work that is paid for on a Unit
Price Basis, any adjustment in Contract Price will be subject
to the provisions of paragraphs 9.10 and 11.9; and
4.2.6.4. CONTRACTOR shall not be entitled to any
adjustment in the Contract Price or Times if;
4.2.6.4.1. CONTRACTOR knew of the existence of
such conditions at the time CONTRACTOR made a final
commitment to OWNER in respect of Contract Price and
Contract Times by the submission of a bid or becoming
bound under a negotiated contract; or
4.2.6.4.2. the existence of such condition could rea-
sonably have been discovered or revealed as a result of
any examination, investigation, exploration, test or study
of the site and contiguous areas required by the Bidding
Requirements or Contract Documents to be conducted by
or for CONTRACTOR prior to CONTRACTOR's making
such final commitment; or
4.2.6.4.3. CONTRACTOR failed to give the written
notice within the time and as required by paragraph 4.2.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract Times,
a claim may be made therefor as provided in Articles II and 12.
However, OWNER, ENGINEER and ENGINEER's Consult-
ants shall not be liable to CONTRACTOR for any claims,
costs, losses or damages sustained by CONTRACTOR on or in
connection with any other project or anticipated project.
4.3. Physical Conditions..UndeMmund Facilities:
4.3.1. Shown or Indicated.: The information and data shown
or indicated in the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site is based on
I
I
I
I
I
I
L
I
LI
I
1
I
18
I
I
I
I
I
I
I
I
I
L
I
I
1J
I
I
I
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, Petrotetun, Hazardous Waste or Radio-
active Material:
4.5.1. OWNER shall be responsible for any Asbestos,
PCBs, Fetroleum, 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
I
19
Consultants and the officers, directors, employees, agents,
other consultants and subcontractors of each and any of
them from and against all claims, costs, losses and damages
arising out of or resulting from such hazardous condition,
provided that: (i) any such claim, cost, loss or damage is
attributable to bodily igjury, sickness, disease or death, or to
injury to or destruction of tangible property (other than the
Work itself), including the loss of use resulting therefrom,
and (ii) nothing in this subparagraph 4.5.4 shall obligate
OWNER to indemnify any person or entity from and against
the consequences of that person's or entity's own negli-
gence.
4.5.5. The provisions of paragraphs 4.2 and 4.3 are not
intended to apply to Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material uncovered or revealed at the
site. .
ARTICLE 5 —BONDS AND'INSURANCE
Additions see SC -5.1.1 and 5l.2
Performance, Payment and Other Bonds:
5.1. CONTRACTOR shall. furnish Performance and Pay-
ment Bonds, each in an amount at least equal to the Contract
Price as security for the faithful performance and payment of
all CONTRACTOR's obligations under the Contract Docu-
ments. These Bonds shall remain in effect at least until one
year after the date when final payment becomes due, except as
provided otherwise by Laws or Regulations or by the Contract
Documents. CONTRACTOR shall also furnish such other
Bonds as are required by the Supplementary Conditions° All
Bonds shall be in the form prescribed by the Contract Docu-
ments except as provided otherwise by Laws or Regulations,
and shall be executed by such sureties as are named in the
current list of"Companies Holding Certificates of Authority as
Acceptable Sureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570 (amended)
by the Audit Staff, Bureau of Government Financial Opera-
tions, U.S. Treasury Depaitment. All Bonds signed by an
agent must be accompanied by a certified copy of such agent's
authority to act.
5.2. If the surety on any Bond furnished by CONTRAC-
TOR is declared a bankrupt or becomes insolvent or its right to
do business is terminated in any state where any part of the
Project is located or it ceases to meet the requirements of
paragraph 5. ], CONTRACTOR shall within ten days thereafter
substitute another Bond and surety, both of which. must be
acceptable to OWNER.
Replacement see SC 5.2
5.3, Licensed Sureties and Insurers; Certificates of Insurvnee:
companies that are duly licensed or authorized in the juris-
diction in which the Project is located to issue Bonds or
insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such
additional requirements and qualifications as may be pro-
vided in the Supplementary Conditions.
Additions see SC 5.3.1
5.3.2. CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the Supple-
mentary Conditions, certificates of insurance (and other
evidence of insurance requested by OWNER or any other
additional insured) which CONTRACTOR is required to
purchase and maintain in accordance with paragraph 5.4.
OWNER shall deliver to CONTRACTOR, with copies to
each additional insured identified in the Supplementary
Conditions, certificates of insurance (and other evidence of
insurance requested by CONTRACTOR or any other addi-
tional insured) which OWNER is required to purchase and
maintain in accordance with paragraphs 5.6 and 5.7 hereof.
Revision see SC 5.3.2
CONVTRACIOR's Liability Insurance::
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and as will provide protection
from claims set forth below which may arise out of or result
from CONTRACTOR's performance and furnishing of the
Work and CONTRACTOR's other obligations under the Con-
tract Documents, whether it is to be performed or furnished by
CONTRACTOR, any Subcontractor or Supplier, or by anyone
directly or indirectly employed by any of them to perform or
furnish any of the Work, or by anyone for whose acts any of
them may be liable:
5.4.1. claims • under workers' compensation, disability
benefits and other similar•employee benefit acts;
5.4.2. claims for damages because of bodily injury, oc-
cupational sickness or disease, or death of CONTRAC-
TOR's employees;
5.4.3. claims for damages because of bodily injury, sick-
ness or disease, or death of any person other than CON-
TRACTOR's employees;
5.4.4. claims for damages insured by customary personal
injury liability coverage which are sustained: (i) by. any
person as a result of an offense directly or indirectly related
to the employment of such person by CONTRACTOR, or (ii)
by any other person for any other reason;
5.4.5. claims for damages, other than to the Work itself,
because of injury to or destruction of tangible property
wherever located, including loss of use resulting therefrom;
and r
5.3.1. All Bonds and insurance required by the Contract 5.4.6. claims for damages because of bodily injury or
Documents to be purchased and maintained by OWNER or 'death of any person or property damage arising out of the
CONTRACTOR shall be obtained from surety or insurance ownership, maintenance or use of any motor vehicle.
Hi
1
1
1
1
1
1
1
1
1
1
1
1
1
1
20
I
I
I
I
I
I
I
I
I
I
I
I
[1
I
I
I
The policies of insurance so required by this paragraph 5.4 to
be purchased and maintained shall:
5.4.7. with respect to insurance required by paragraphs
5.4.3 through 5.4.6 inclusive, include as additional insureds
(subject to any customary exclusion in respect of profes-
sional liability) OWNER, ENGINEER, ENGINEER's Con-
sultants and any other persons or entities identified in the
Supplementary Conditions, all of whom shall be listed as
additional insureds, and include coverage for the respective
officers and employees of all such additional insureds;
5.4.8. include the specific coverages and be written for
not less than the limits of liability provided in the Supple-
mentary Conditions or required by Laws or Regulations,
whichever is greater;
5.4.9. include completed operations insurance;
5.4.10. include contractual liability insurance covering
CONTRACTOR'S indemnity obligations under paragraphs
6.12, 6.16 and 6.31 through 6.33;
5.4.11. contain a provision or endorsement that the
coverage afforded will not be cancelled, materially changed
or renewal refused until at least thirty days prior written
notice has been given to OWNER and CONTRACTOR and
to each other additional insured identified in the Supplemen-
tary Conditions to whom a certificate of insurance has been
issued (and the certificates of insurance furnished by the
CONTRACTX:)R pursuant to paragraph 5.3.2 will so pro-
vide);
5.4.12. remain in effect at least until final payment and at
all times thereafter when CONTRACTOR may be correct-
ing, removing or replacing defective Work in accordance
with paragraph 13.12; and
5.4.13. with respect to completed operations insurance.
and any insurance coverage written on a claims -made basis,
remain in effect for at least two years after final payment
(and CONTRACTOR shall furnish OWNER and each other
additional insured identified in the Supplementary Condi-
tions to whom a certificate of insurance has been issued
evidence satisfactory to OWNER and any such additional
insured of continuation of such insurance at final payment
and one year thereafter).
Addition see SC 5.4.14
OWNER's Liobility lrswrance:
5.5. In addition to the insurance required to be provided by
CONTRACTOR under paragraph 5.4, OWNER, at OWNER's
option, may purchase and maintain at OWNER's expense
OWNER's own liability insurance as will protect OWNER
against claims which may arise from operations under the
Contract Documents.
Replacement see SC 5.5
Property Insurance:
ance upon the Work at the site in the amount of the full
replacement cost thereof (subject to such deductible amounts
as may be provided in the Supplementary Conditions or
required by Laws and Regulations). This insurance shall:
5.6. Unless otherwise provided in the Supplementary Con-
ditions, OWNER shall purchase and maintain property insur-
Replacement see Sc 5.6
21
5.6.1. include the interests of OWNER, CONTRAC-
TOR, Subcontractors, ENGINEER. ENGINEER's Con-
sultants and any other persons or entities identified in the
Supplementary Conditions, each of whom is deemed to have
an insurable interest and shall be listed as an insured or
additional insured;
5.6.2. be written on a Builder's Risk "all-risk" or open
peril or special causes of loss policy form that shall at least
include insurance for physical loss or damage to the Work,
temporary buildings, falsework and Work in transit and shall
insure against at least the following perils fire, lightning,
extended coverage, theft, vandalism and malicious mischief,
earthquake, collapse, debris removal, demolition occasioned
by enforcement of Laws and Regulations, water damage,
and such other perils as may be specifically required by the
Supplementary Conditions;
5.6.3. include expenses incurred in the repair or replace-
ment of any insured property (including but not limited to
fees and charges of engineers and architects);
5.6.4. cover materials and equipment stored at the site or
at another location that was agreed to in writing by OWNER
prior to being incorporated in the Work, provided that such
materials and equipment have been included in an Applica-
tion for Payment recommended by ENGINEER; and
5.6.5. be maintained in effect until final payment is made
unless otherwise agreed to in writing by OWNER. CON-
TRACTOR and ENGINEER with thirty days written notice
to each other additional insured to whom a certificate of
insurance has been issued.
5.7. OWNER shall purchase and maintain such boiler and
machinery insurance or additional property insurance as may
be required by the Supplementary Conditions or Laws and
Regulations which will include the interests of OWNER,
CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's
Consultants and any other persons or entities identified in the
Supplementary Conditions, each of whom is deemed to have
an insurable interest and shall be listed as an insured or
additional insured.
Replacement see SC 5.7
5.8. All the policies of insurance (and the certificates or
other evidence thereof) required to be purchased and main-
tained by OWNER in accordance with paragraphs 5.6 and 5.7
will contain a provision or endorsement that the coverage
afforded will not be cancelled or materially changed or renewal
refused until at least thirty days' prior written notice has been
given to OWNER and CONTRACTOR and to each other
additional insured to whom a certificate of insurance has been
issued and will contain waiver provisions in accordance with
paragraph 5.11.
I
Li
5.9. OWNER shall not be responsible for purchasing and
maintaining any property insurance to protect the interests of
CONTRACTOR, Subcontractors or others in the Work to the
extent of any deductible amounts that are identified in the
Supplementary Conditions. The risk of loss within such iden-
tified deductible amount, will be borne by CONTRACTOR.
Subcontractor or others suffering any such loss and if any of
them wishes property insurance coverage within the limits'of
such amounts, each may purchase and maintain it at the
purchaser's own expense. 1
Delete 5.10
5.10. If CONTRACTOR requests in writing that other
special insurance be included in the property insurance policies
provided under paragraphs 5.6 or 5.7, OWNER shall, if possi-
ble, include such insurance, and the cost thereof will be
charged to CONTRACTOR by appropriate Change Order or
Written Amendment. Prior to commencement of the Work at
the site. OWNER shall in writing advise CONTRACTOR
whether or not such other insurance has been procured by
OWNER.
5.11. Waiver of Rights:
5.11.1. OWNER and CONTRACTOR intend that all
policies purchased in accordance with paragraphs 5.6 and
5.7 will protect OWNER, CONTRACTOR, Subcontractors,
ENGINEER, ENGINEER's Consultants and all other per-
sons or entities identified in the Supplementary Conditions to
be listed as insureds or additional insureds in such policies
and will provide primary coverage for all losses and damages
caused by the perils covered thereby. All such policies shall
contain provisions to the effect that in the event of payment
of any loss or damage the insurers will have no rights of
recovery against any of the insureds or additional insureds
thereunder. OWNER and CONTRACTOR waive all rights
against each other and their respective officers, directors,
employees and agents for all losses and damages caused by,
arising out of or resulting from any of the perils covered by
such policies and any other property insurance applicable to
the Work; and, in addition, waive all such rights against
Subcontractors; ENGINEER, ENGINEER's Consultants
and all other persons. or entities identified in the Supplemen-
tary Conditions to be listed as insureds or additional insureds
under such policies for losses and damages so caused. None
of the above waivers shall extend to the rights that any party
making such waiver may have to the proceeds of insurance
held by OWNER as trustee or otherwise payable under any
policy so issued.
5.11.2. In addition, OWNER waives all rights against
CONTRACTOR, Subcontractors, ENGINEER, ENGI-
NEER's Consultants and the officers, directors, employees
and agents of any of them, for:
5.11.2.1. loss due to business interruption, loss of use
or other consequential loss extending beyond direct phys-
ical loss or damage to OWNER's property or the Work
caused by, arising out of or resulting from fire or other
peril, whether or not insured by OWNER; and
5.11.2.2. loss or damage to the completed Project or
part thereof caused by, arising out of or resulting from fire
or other insured peril covered by any property insurance
maintained on the completed Project or part thereof by
OWNER during partial utilization pursuant to paragraph
14.10, after substantial completion pursuant to paragraph
14.8 or after final payment pursuant to paragraph 14.13.
Any insurance policy maintained by OWNER covering any
loss, damage or consequential loss referred to in this paragraph
5.11.2 shall contain provisions to the effect that in the event of
payment of any such loss, damage or consequential loss the
insurers will have no rights of recovery against any of CON-
TRACTOR, Subcontractors, ENGINEER, ENGINEER's Con-
sultants and the officers, directors, employees and agents of
any of them.
Receipt and Application of Irmuanco Proceeds
Delete 5.12
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as their interests may appear, subject to the require-
ments of any applicable mortgage clause and of paragraph 5.13.
OWNER shall deposit in a separate account any money so
received, and shall distribute it in accordance with such agree-
ment as the parties in interest may reach. If no other special
agreement is reached the damaged Work shall be repaired or
replaced, the moneys so received applied on account thereof
and the Work and the cost thereof covered by an approp 'hate
Change Order or Written Amendment.
Delete 5,13
5.13. OWNER as fiduciary shall have power to adjust and
settle any loss with the insurers unless one of the parties in
interest shall object in writing within fifteen days after the
occurrence of loss to OWNER's exercise of this power. If such
objection be made, OWNER as fiduciary shall make settlement
with the insurers in accordance with such agreement as the
parties in interest may reach. If no such agreement among the
parties in interest is reached, OWNER as fiduciary shall adjust
and settle the loss with the insurers and; if required in writing
by any party in interest, OWNER as fiduciary shall give bond
for the proper performance of such duties.
Acceptance of Bonds and insurance; Option to Replace:
5.14. If either party (OWNER or CONTRACTOR) has any
objection to the coverage afforded by or other provisions of the
Bonds or insurance required to be purchased and maintained
by the other party in accordance with Article 5 on the basis of
non-conformance with the Contract Documents, the objecting
party shall so notify the other party in writing within ten days
after receipt of the certificates (or other evidence requested)
required by paragraph 2.7. OWNER and CONTRACTOR shall
each provide to the other such additional information in respect
of insurance provided as the other may reasonably request. If
either party does not purchase or maintain all of the Bonds and
insurance required of such party by the Contract Documents,
such party shall notify the other party in writing of such failure
to purchase prior to the start of the Work, or of such failure to
maintain prior to any change in the required coverage. Without
prejudice to any other right or remedy, the other party may
elect to obtain equivalent Bonds or insurance to protect such
other party's interests at the expense of the party who was
I
I
I
I
I
I
El
I
Ell
I
I
I
I
22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J
required to provide such coverage, and a Change Order shall
be issued to adjust the Contract Price accordingly.
phr" Lrd&arion—Property insurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial Completion
of all the Work, such use or occupancy may be accomplished in
accordance with paragraph 14.10: provided that no such use or
occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in
writing effected any changes in coverage necessitated thereby.
The insurers providing the property insurance shall consent by
endorsement on the policy or policies, but the property insur-
ance shall not be cancelled or permitted to lapse on account of
any such partial use or occupancy.
ARTICLE 6 —CONTRACTOR'S RESPONSIBILITIES
Supervision and Superintendence:
6.1. CONTRACTOR shall supervise, inspect and direct the
Work competently and efficiently. devoting such attention
thereto and applying such skills and expertise as may be
necessary to perform the Work in accordance with the Con-
tract Documents. CONTRACTOR shall be solely responsible
for the means, methods, techniques. sequences and procedures
of construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification of a
specific means, method, technique. sequence or procedure of
construction which is shown or indicated in and expressly
required by the Contract Documents. CONTRACTOR shall be
responsible to see that the completed Work complies accu-
rately with the Contract Documents.
6.2. CONTRACTOR shall keep on the Work at all times
during its progress a competent resident superintendent, who
shall not be replaced without written notice to OWNER and
ENGINEER except under extraordinary circumstances. The
superintendent will be CONTRACTOR's representative at the
site and shall have authority to act on behalf of CONTRAC-
TOR. All communications to the superintendent shall be as
binding as if given to CONTRACTOR.
Labor. Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qual-
ified personnel to survey, lay out and construct the Work as
required by the Contract Documents. CONTRACTOR shall at
all times maintain good discipline and order at the site. Except
as otherwise required for the safety or protection of persons or
the Work or property at the site or adjacent thereto. and except
as otherwise indicated in the Contract Documents. all Work at
the site shall be performed during regular working hours and
CONTRACTOR will not permit overtime work or the perfor-
mance of Work on Saturday. Sunday or any legal holiday
without OWNER's written consent given after prior written
notice to ENGINEER.
6.4. Unless otherwise specified in the General Require-
ments, CONTRACTOR shall furnish and assume full respon-
sibility for all materials, equipment, labor, transportation, con-
struction equipment and machinery, tools, appliances, fuel.
power, light, heat, telephone, water, sanitary facilities, tempo-
rary facilities and all other facilities and incidentals necessary
for the furnishing, performance, testing, start-up and comple-
tion of the Work.
6.5. All materials and equipment shall be of good quality
and new, except as otherwise provided in the Contract Docu-
ments. All warranties and guarantees specifically called for by
the Specifications shall expressly run to the benefit ofOWN W N ER.
If required by ENGINEER. CONTRACTOR shall furnish
satisfactory evidence (including reports of required tests) as to
the kind and quality of materials and equipment. All materials
and equipment shall be applied, installed, connected. erected.
used. cleaned and conditioned in accordance with instructions
of the applicable Supplier, except as otherwise provided in the
Contract Documents.
Progress Schedule:
6.6. CONTRACTOR shall adhere to the progress schedule
established in accordance with paragraph 2.9 as it may be
adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER for
acceptance (to the extent indicated in paragraph 2.9) pro-
posed adjustments in the progress schedule that will not
change the Contract Times (or Milestones). Such adjust-
ments will conform generally to the progress schedule then
in effect and additionally will comply with any provisions of
the General Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones) shall be
submitted in accordance with the requirements of paragraph
12.1. Such adjustments may only be made by a Change
Order or Written Amendment in accordance with Article 12.
Addition see Sc 6.6
6.7. Substitutes and "Or- Equal" Items:
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by using
the name of a proprietary item or the name of a particular
Supplier, the specification or description is intended to
establish the type, function and quality required. Unless the
specification or description contains or is followed by words
reading that no like, equivalent or "or -equal" item or no
substitution is permitted, other items of material or equip-
ment or material or equipment of other Suppliers may be
accepted by ENGINEER under the following circumstances:
23
I
6.7.1.1. "Or -Equal": If in ENGINEER's sole discre-
tion an item of material or equipment proposed by CON-
TRACTOR is functionally equal to that named and suffi-
ciently similar so that no change in related Work will be
required, it may be considered by ENGINEER as an
"or -equal" item, in which case review and approval of the
proposed item may, in ENGINEER's sole discretion, be
accomplished without compliance with some or all of the
requirements for acceptance of proposed substitute items.
6.7.1.2. Substitute Items: If in ENGINEER's sole
discretion an 'item of material or equipment proposed by
CONTRACTOR does not qualify as an "or -equal" item
under subparagraph 6.7.1.1, it will be considered a pro-
posed substitute item. CONTRACTOR shall submit suffi-
cient information as provided below to allow ENGINEER
to determine that the item of material or equipment
proposed is essentially equivalent to that named and an
acceptable substitute therefor. The procedure for review
by the ENGINEER will include the following as supple-
mented in the General Requirements and as ENGINEER
may decide is appropriate under the circumstances. Re-
quests for review of proposed substitute items of material
or equipment will not be accepted by ENGINEER from
anyone other than CONTRACTOR. If CONTRACTOR
wishes to furnish or use a substitute item of material or
equipment, CONTRACTOR shall first make written appli-
cation to ENGINEER for acceptance thereof, certifying
that the proposed substitute will perform adequately the
functions and achieve the results called for by the general
design, be similar in substance to that specified and be
suited to the same use as that specified. The application
will state the extent, if any, to which the evaluation and
acceptance of the proposed substitute will prejudice CON-
TRACTOR's achievement of Substantial Completion on
time, whether or not acceptance of the substitute for use in
the Work will require a change in any of the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project) to adapt
the design to the proposed substitute and whether or not
incorporation or use of the substitute in connection with
the Work is subject to payment of any license fee or
royalty. All variations ofshe proposed substitute from that
specified will be identified in the application and available
maintenance, repair and replacement service will be indi-
cated. The application will also contain an itemized esti-
mate of all costs or credits that will result directly or
indirectly from acceptance of such substitute, including
costs of redesign and claims of other contractors affected
by the resulting change, all of which will be considered by
ENGINEER in evaluating the proposed substitute. EN-
GINEER may require CONTRACTOR to furnish addi-
tional data about [he proposed substitute.
6.7.1.3. CONTRAC7OR's Expense: All data to be
provided by CONTRACTOR in support of any proposed
"or -equal" or substitute item will be at CONTRACTOR's
expense.
6.7.2. Substitute Construction Methods or Procedures: If a
specific means, method, technique, sequence or procedure of
construction is shown or indicated in and expressly required by
the Contract Documents, CONTRACTOR may furnish or
utilize a substitute means, method, technique, sequence or
procedure of construction acceptable to ENGINEER. CON-
TRACTOR shall submit sufficient information to allow ENGI-
NEER, in ENGINEER's sole discretion, to determine that the
substitute proposed is equivalent to that expressly called for by
the Contract Documents. The procedure for review by ENGI-
NEER will be similar to that provided in subparagraph 6.7.1.2.
6.7.3. Engineer's Evaluation: ENGINEER will be allowed
a reasonable time within which to evaluate each proposal or
submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2.
ENGINEER will be the sole judge of acceptability. No "or -
equal" or substitute will be ordered, installed or utilized
without ENGINEER's prior written acceptance which will be
evidenced by either a Change Order or an approved Shop
Drawing. OWNER may require CONTRACTOR to furnish at
CONTRACTOR's expense a special performance guarantee or
other surety with respect to any "or -equal" or substitute.
ENGINEER will record time required by ENGINEER and
ENGINEER's Consultants in evaluating substitutes proposed
or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2
and 6.7.2 and in making changes in the Contract Documents (or
in the provisions of any other direct contract with OWNER for
work on the Project) occasioned thereby. Whether or not
ENGINEER accepts a substitute item so proposed or submit-
ted by CONTRACTOR, CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and ENGINEER's
Consultants for evaluating each such proposed substitute item.
Concerning Subcontractors, Suppliers and Otters:
6.8.1. CONTRACTOR shall not employ any Subcon-
tractor, Supplier or other person or organization (including
those acceptable to OWNER and ENGINEER as'indicated
in paragraph 6.8.2), whether initially or as a substitute,
against whom OWNER or ENGINEER may have reason-
able objection. CONTRACTOR shall not be required to
employ any Subcontractor, Supplier or other person or
organization to furnish or perform any of the Work against
whom CONTRACTOR has reasonable objection.
6.8.2. If the Supplementary Conditions require the iden-
tity of certain Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the princi-
pal items of materials or equipment) to be submitted to
OWNER in advance of the specified date prior to the
Effective Date of the Agreement for acceptance by OWNER
and ENGINEER, and if CONTRACTOR has submitted a
list thereof in accordance with the Supplementary Condi-
tions, OWNER's or ENGINEER's acceptance (either in
writing or by failing to make written objection thereto by the
date indicated for acceptance or objection in the bidding
• documents or the Contract Documents) of any such Subcon-
tractor, Supplier or other person or organization so identified
may be revoked on the basis of reasonable objection after
due investigation, in which case CONTRACTOR shall sub-
mit an acceptable substitute, the Contract Price will be
adjusted by the difference in the cost occasioned by such
1
1
7
H
I
I
I
I
I
I
I
LI
[Ti
I
El
24
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Li]
I
I
H
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 under a direct
or indirect contract with CONTRACTOR just as CON-
TRACTOR is responsible for CONTRACTOR's own acts
and omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor. 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.
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.
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
I
Zj
I
I
the Project which are applicable during the performance of the
Work.
IUse of Premises:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6.16. CONTRACTOR shall confine construction equip-
ment, the storage of materials and equipment and the opera-
tions of workers to the site and land and areas identified in and
permitted by the Contract Documents and other land and areas
permitted by Laws and Regulations, rights -of -way, permits and
easements, and shall not unreasonably encumber the premises
with construction equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any dam-
age to any such land or area, or to the owner or occupant
thereof or of any adjacent land or areas, resulting from the
performance of the Work. Should any claim be made by any
such owner or occupant because of the performance of the
Work, CONTRACTOR shall promptly settle with such other
party by negotiation or otherwise resolve the claim by arbitra-
tion or other dispute resolution proceeding or at law. CON-
TRACTOR shall, to the fullest extent permitted by Laws and
Regulations, indemnify and hold harmless OWNER, ENGI-
NEER, ENGINEER's Consultant and anyone directly or
indirectly employed by any of them from and against all claims,
costs, losses and damages arising out of or resulting from any
claim or action, legal or equitable, brought by any such owner
or occupant against OWNER. ENGINEER or any other party
indemnified hereunder to the extent caused by or based upon
CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the Work. At
the completion of the Work CONTRACTOR shall remove all
waste materials, rubbish and debris from and about the pre-
mises as well as all tools, appliances, construction equipment
and machinery and surplus materials. CONTRACTOR shall
leave the site clean and ready for occupancy by OWNER at
Substantial Completion of the Work. CONTRACTOR shall
restore to original condition all property not designated for
alteration by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part of
any structure to be loaded in any manner that will endanger the
structure, nor shall CONTRACTOR subject any part of the
Work or adjacent property to stresses or pressures that will
endanger it.
Record Documents:
6.19. CONTRACTOR shall maintain in a safe place at the
site one record copy of all Drawings, Specifications. Addenda,
Written Amendments, Change Orders, Work Change Direc-
tives, Field Orders and written interpretations and clarifica-
tions (issued pursuant to paragraph 9.4) in good order and
annotated to show all changes made during construction.
These record documents together with all approved Samples
and a counterpart of all approved Shop Drawings will be
available to ENGINEER for reference. Upon completion of
the Work, these record documents. Samples and Shop Draw-
ings will be delivered to ENGINEER for OWNER.
Sghty and Proreesion:
6.20. CONTRACTOR shall be responsible for initiating,
maintaining and supervising all safety precautions and pro-
grams in connection with the Work. CONTRACTOR shall take
all necessary precautions for the safety of, and shall provide
the necessary protection to prevent damage, injury or loss to:
6.20.1. all persons on the Work site or who may be
affected by the Work;
6.20.2. all the Work and materials and equipment to be
incorporated therein, whether in storage on or off the site;
and
6.20.3. other property at the site or adjacent thereto.
including trees, shrubs, lawns, walks, pavements, roadways.
structures, utilities and Underground Facilities not desig-
nated for removal, relocation or replacement in the course of
construction.
CONTRACTOR shall comply with all applicable Laws and
Regulations of any public body having jurisdiction for safety of
persons or property or to protect them from damage, injury or
loss: and shall erect and maintain all necessary safeguards for
such safety and protection. CONTRACTOR shall notify own-
ers of adjacent property and of Underground Facilities and
utility owners when prosecution of the Work may affect them,
and shall cooperate with them in the protection, removal,
relocation and replacement of their property. All damage,
injury or loss to any property referred to in paragraph 6.20.2 or
6.20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor. Supplier or any other
person or organization directly or indirectly employed by any
of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the
fault of Drawings or Specifications or to the acts or omissions
of OWNER or ENGINEER or ENGINEER's Consultant or
anyone employed by any of them or anyone for whose acts any
of them may be liable, and not attributable, directly or indi-
rectly, in whole or in part, to the fault or negligence of
CONTRACTOR or any Subcontractor, Supplier or other per-
son or organization directly or indirectly employed by any of
them). CONTRACTOR's duties and responsibilities for safety
and for protection of the Work shall continue until such time as
all the Work is completed and ENGINEER has issued a notice
to OWNER and CONTRACTOR in accordance with para-
graph 14.13 that the Work is acceptable (except as otherwise
expressly provided in connection with Substantial Comple-
tion).
Safety Represenrative:
6.21. CONTRACTOR shall designate a qualified and expe-
rienced safety representative at the site whose duties and
26
1
responsibilities shall be the prevention of accidents and. the
maintaining and supervising of safety precautions and pro-
grams.
,
6.22. CONTRACTOR shall. be responsible for coordinating
any exchange of material safety data sheets or other hazard
communication information required to be made available to or
exchanged between or among employers at the site in accor-
dance with Laws or Regulations.
Emergencies:.
6.23. In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
thereto. CONTRACTOR, without special instruction or au-
thorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss. CON-
TRACTOR shall give ENGINEER prompt written notice if
CONTRACTOR believes that any significant 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.
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, Submi#al 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
ni
rn
H
I
I
I
iI
L
1
I]
I
I
I
1
27
I
I
I
I
I
I
II
L
I
I
I
I
CJ
I
I
I
I
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. CONTRAL70R's General Warranty and Guarantee:
Addition — See SC 6.30.3.
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGINEER's Consultants that
all Work will be in accordance with the Contract Documents
and will not be defective. CONTRACTOR's warranty and
guarantee hereunder excludes defects or damage caused by:
6.30.1.1. abuse, modification or improper maintenance
or operation by persons other than CONTRACTOR, Sub-
contractors or Suppliers; or
6.30.1.2. normal wear and tear under normal usage.
6.30.2. CONTRACTOR's.obligation to perform and com-
plete the Work in accordance with the Contract Documents
shall be absolute. None of the following will constitute an
acceptance of Work that is not in accordance with the
Contract Documents or a release of CONTRACTOR's obli-
gation to perform the Work in accordance with the Contract
Documents:
6.30.2.1. observations by ENGINEER;
6.30.2.3. recommendation of any progress or final
payment by ENGINEER;
6.30.2.3. the issuance of a certificate of Substantial
Completion or any payment by OWNER to CONTRAC-
TOR under the Contract Documents;
6.30.2.4. use or occupancy of the Work or any part
thereof by OWNER;
6.30.2.5. any acceptance by OWNER or any failure to
do so;
6.30.2.6. any review and approval of a Shop Drawing
or Sample submittal or the issuance of a notice of accept-
ability by ENGINEER pursuant to paragraph 14.13;
6.30.2.7. any inspection, test or approval by others; or
6.30.2.8. any correction of defective Work by OWNER.
Addition — See SC 6.30.3
Indemtifuaion:
6.31. To the fullest extent permitted by Laws and Regula-
tions, CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants and the
officers, directors, employees, agents and other consultants of
each and any of them from and against all claims, costs, losses
and damages (including but not limited to all fees and charges
of engineers, architects, attorneys and other professionals and
all court or arbitration or other dispute resolution costs) caused
by, arising out of or resulting from the performance of the
Work, provided that any such claim, cost, loss or damage: (i) is
attributable to bodily injury, sickness, disease or death, or to
injury to or destruction of tangible property (other than the
Work itself), including the loss of use resulting therefrom, and
(ii) is caused in whole or in part by any negligent act or
omission of CONTRACTOR. any Subcontractor, any Supplier,
any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone
for whose acts any of them may be liable, regardless of whether
or not caused in part by any negligence or omission of a person
or entity indemnified hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations regard-
less of the negligence of any such person or entity.
6.32. In any and all claims against OWNER or ENGI-
NEER or any of their respective consultants, agents, officers,
directors or employees by any employee (or the survivor or
personal representative of such employee) of CONTRACTOR,
any Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform or
furnish any of the Work, or anyone for whose acts any of them
may be liable, the indemnification obligation under paragraph
6.31 shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable
by or for CONTRACTOR or any such Subcontractor, Supplier
or other person or organization under workers' compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obligations of CONTRACTOR
under paragraph 6.31 shall not extend to the liability of ENGI-
NEER and ENGINEER's Consultants, officers, directors,
employees or agents caused by the professional negligence,
errors or omissions of any of them.
Survival of Obfigalions:
6.34. All representations, indemnifications, warranties and
guarantees made in, required by or given in accordance with
1 28
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
Additions see Sc 7.5
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 14
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.
Comdinthoe:
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.
ARTICLE 8— OWNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Condi-
tions, OWNER shall issue all communications to CONTRAC-
TOR through ENGINEER.
8.2. In case of termination of the employment of ENGI-
NEER. OWNER shall appoint an engineer against whom
CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former
ENGINEER.
8.3. OWNER shall furnish the data required of OWNER
under the Contract Documents promptly and shall make pay-
ments to CONTRACTOR 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.
Delete 8.5
8.5. OWNER's responsibilities in respect of purchasing
and maintaining liability and property insurance are set forth in
paragraphs 5.5 through 5.10.
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
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.
I
r
i✓
I
I
I
I
H
II
U
I
I
I
I
I
I
L
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, fttroleum. 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 wilt be OWNER's representative during
the construction period. The duties and responsibilities and the
limitations of authority of ENGINEER as OWNER's repre-
sentative during construction are set forth in the Contract
Documents and shall not be extended without written consent
of OWNER and ENGINEER.
Visits to Site:
9.2. ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction as ENGI-
NEER deems necessary in order to observe as an experienced
and qualified design professional the progress that has been
made and the quality of the various aspects of CONTRAC-
TOR's executed Work. Based on information obtained during
such visits and observations, ENGINEER will endeavor for
the benefit of OWNER to determine, in general. if the Work is
proceeding in accordance with the Contract Documents. EN-
GINEER will not be required to make exhaustive or continu-
ous on -site inspections to check the quality or quantity of the
Work. ENGINEER's efforts will be directed toward providing
for OWNER a greater degree of confidence that the completed
Work will conform generally to the Contract Documents. On
the basis of such visits and on -site observations. ENGINEER
will keep OWNER informed of the progress of the Work and
will endeavor to guard OWNER against defective Work. EN-
GINEER's visits and on -site observations are subject to all the
limitations on ENGINEER's authority and responsibility set
forth in paragraph 9.13, and particularly, but without limitation,
during or as a result of ENGINEER's on -site visits or
observations of CONTRACTOR's Work ENGINEER will not
supervise, direct, control or have authority over or be respon-
sible for CONTRACTOR's means, methods, techniques, se-
quences or procedures of construction, or the safety precau-
tions and programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations appli-
cable to the furnishing or performance of the Work.
Project Representative:
9.3. If OWNER and ENGINEER agree. ENGINEER will
furnish a Resident Project Representative to assist ENGI-
NEER in providing more continuous observation of the Work.
The responsibilities and authority and limitations thereon of
any such Resident Project Representative and assistants will be
as provided in paragraph 9.13 and in the Supplementary
Conditions. If OWNER designates another representative or
agent to represent OWNER at the site who is not ENGI-
NEER's Consultant, agent or employee, the responsibilities
and authority and limitations thereon of such other person will
be as provided in the Supplementary Conditions.
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the require-
ments of the Contract Documents (in the form of Drawings or
otherwise) as ENGINEER may determine necessary, which
shall be consistent with the intent of and reasonably inferable
from Contract Documents. Such written clarifications and
interpretations will be binding on OWNER and CONTRAC-
TOR. If OWNER or CONTRACTOR believes that a written
clarification or interpretation justifies an adjustment in the
Contract Price or the Contract Times and the parties are unable
to agree to the amount or extent thereof, if any. OWNER or
CONTRACTOR may make a written claim therefor as pro-
vided in Article II or Article 12.
Authorized Variations in Work:
9.5. ENGINEER may authorize minor variations in the
Work from the requirements of the Contract Documents which
do not involve an adjustment in the Contract Price or the
Contract Times and are compatible with the design concept of
the completed Project as a functioning whole as indicated by
the Contract Documents. These may be accomplished by a
Field Order and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved promptly.
If OWNER or CONTRACTOR believes that a Field Order
justifies an adjustment in the Contract Price or the Contract
Times and the parties are unable to agree as to the amount or
extent thereof, OWNER or CONTRACTOR may make a
written claim therefor as provided in Article ii or 12.
Rejecting Defective Work:
9.6.
ENGINEER will have
authority
to disapprove
or
reject
Work which ENGINEER
believes
to be defective,
or
30
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, II, and 12.
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 'I I 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. linutadons on ENGINEER's Au horny 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
El
I
I
I
I
1
W
^'1
U
El
I
I
I
I
31
i
I
I
I
I
I
I
7]
H
I
I
I
I
I
I
I
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 CONTRACT0R'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 I0 -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 to an increase in
the Contract Price or an extension of the Contract Times with
respect to any Work performed that is not required by the
Contract Documents as amended, modified and supplemented
as provided in paragraphs 3.5 and 3.6 except in the case of an
emergency as provided in paragraph 6.23 or in the case of
uncovering Work as provided in paragraph 13.9.
10.4. OWNER and CONTRACTOR shall execute appro-
priate Change Orders recommended by ENGINEER (or Writ-
ten Amendments) covering:
10.4.1. changes in the Work which are (i) ordered by
OWNER pursuant to paragraph 10.1, (ii) required because of
acceptance of defective Work under paragraph 13.13 or
correcting defective Work under paragraph 13.14, or (iii)
agreed to by the parties;
10.4.2. changes in the Contract Price or Contract Times
which are agreed to by the parties; and
10.4.3. changes in the Contract Price or Contract Times
which embody the substance of any written decision ren-
dered by ENGINEER pursuant to paragraph 9.11;
provided that, in lieu of executing any such Change Order, an
appeal may be taken from any such decision in accordance
with the provisions of the Contract Documents and applicable
Laws and Regulations, but during any such appeal. CON-
TRACTOR shall carry on the Work and adhere to the progress
schedule as provided in paragraph 6.29.
10.5. If notice of any change affecting the general scope of
the Work or the provisions of the Contract Documents (includ-
ing, but not limited to. Contract Price or Contract Times) is
required by the provisions of any Bond to be given to a surety,
the giving of any such notice will be CONTRACTOR's respon-
sibility, and the amount of each applicable Bond will be
adjusted accordingly.
Addition see Sc 10.6
ARTICLE II —CHANGE OF CONTRACT PRICE
Ill. 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 stars of such occurrence or event
(unless ENGINEER allows additional time for claimant to
submit additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement that
the adjustment claimed covers all known amounts to which the
claimant is entitled as a result of said occurrence or event. All
claims for adjustment in the Contract Price shall be determined
by ENGINEER in accordance with paragraph 9.11 if OWNER
and CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract Price will
' 32
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 CON'TRACTOR's fee for
overhead and profit (determined as provided in paragraph
11.6).
Cost of the Work.
11.4. The teen 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-
TRACIOR shall make provisions so that they may be
obtained.
11.4.3. Payments made by CONTRACTOR to the Sub-
contractors for Work performed or furnished by Subcontrac-
tors. If required by OWNER, CONTRACTOR shall obtain
competitive bids from subcontractors acceptable to OWNER
and CONTRACTOR and shall deliver such bids to OWNER
who will then determine, with the advice of ENGINEER,
which bids, if any, will be accepted. If any subcontract
provides that the Subcontractor is to be paid on the basis of
Cost of the Work Plus a fee, the Subcontractor's Cost of the
Work and fee shall be determined in the same manner as
CONTRACTOR's Cost of the Work and fee as provided in
paragraphs 11.4,.11.5, 11.6 and 11.7. All subcontracts shall
be subject to the other provisions of the Contract Documents
insofar as applicable. .
11.4.4. Costs of special consultants (including but not
limited to engineers, architects, testing laboratories, survey-
ors, attorneys and accountants) employed for services spe-
cifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation,
travel and subsistence expenses of CONTRACTOR's em-
ployees incurred in discharge 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.
L
I
I'
u
I
I
I
I
1
I
I
I
I
33
I
I
I
I
I
I
I
I
J
I
I
I
I
I
I
I
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 11.4.1 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;
11.6.2.3. where one or more tiers of subcontracts are
on the basis of Cost of the Work plus a fee and no fixed fee
is agreed upon, the intent of paragraphs 11.4.1, 11.4.2,
11.4.3 and 11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier, will be
paid a fee of fifteen percent of the costs incurred by such
Subcontractor under paragraphs 11.4.1 and 11.4.2 and that
any higher tier Subcontractor and CONTRACTOR will
each be paid a fee of five percent of the amount paid to the
next lower tier Subcontractor;
11.6.2.4.
no fee shall be
payable on
the basis of costs
itemized
under paragraphs
11.4.4, 11.4.5
and 11.5;
11.6.2.5. the amount of credit to be allowed by CON-
TRACTOR to OWNER for any change which results in a
net decrease in cost will be the amount of the actual net
decrease in cost plus a deduction in CONTRACTOR's fee
by an amount equal to five percent of such net decrease;
and
11.6.2.6. when both additions and credits are involved
in any one change, the adjustment in CONTRACTOR's
fee shall be computed on the basis of the net change in
accordance with paragraphs 11.6.2.1 through 11.6.2.5,
inclusive.
11.7. Whenever the cost of any Work is to be determined
pursuant to paragraphs 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.
1 34
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.
Replace 11.93 with SC 11.9.3
11.9.3. OWNER or CONTRACTOR may make a claim
for an adjustment in the Contract Price in accordance with
Article II if:
11.9.3.1. the quantity of any item of Unit Price Work
performed by CONTRACTOR differs materially and sig-
nificantly from the estimated quantity of such item indi-
cated in the Agreement; and
11.9.3.2. there •is no corresponding adjustment with
respect to any other item of Work; and
11.9.3.3. if CONTRACTOR believes that CONTRAC-
TOR is entitled to an increase in Contract Price as a result
of having incurred additional expense or OWNER be-
lieves 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 I2 -CHANGE OF CONTRACT TIMES 1
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
I
J
I
I
L
I
I
Eli
I
11
I
Li
I
I
I
I
I
delays beyond the control of both parties including but not
limited to fires, floods, epidemics, abnormal weather condi-
tions, acts of God or acts or neglect by utility owners or
other contractors performing other work as contemplated by
Article 7.
ARTICLE 13 —TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK
13.1. Notice of Defects: Prompt notice of all defective
Work of which OWNER or ENGINEER have actual knowl-
edge will be given to CONTRACTOR. All defective Work
may be rejected, corrected or accepted as provided in this
Article 13.
I
Access to Work'
I
H
Ii
I
I
I
I
I
I
I
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.
Replacement with SC 13.3
13.4. OWNER shall employ and pay for the services of an
independent testing laboratory to perform all inspections, tests,
or approvals required by the Contract Documents except:
Replacement with SC 13.4
13.4.1. for inspections, tests or approvals covered by
paragraph 13.5 below;
13.4.2. that costs incurred in connection with tests or
inspections conducted pursuant to paragraph 13.9 below
shall be paid as provided in said paragraph 13.9: and
approval. CONTRACTOR shall also be responsible for arrang-
ing and obtaining and shall pay all costs in connection with any
inspections; tests or approvals required for OWNER's and
ENGINEER's acceptance of materials or equipment to be
incorporated in the Work, or of materials, mix designs, or
equipment submitted for approval prior to CONTRACTOR's
purchase thereof for incorporation in the Work.
13.6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by CONTRACTOR
without written concurrence of ENGINEER, it must, if re-
quested by ENGINEER, be uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6 shall
be at CONTRACTOR's expense unless CONTRACTOR has
given ENGINEER timely notice of CONTRACTOR's inten-
tion to cover the same and ENGINEER has not acted with
reasonable promptness in response to such notice.
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 11. 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
1 36
J
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.
Coredion 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 Pmod:
13.12.1. If within one year after the date of Substantial
Completion or such longer period of time as may be pie -
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 particularitem
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 Wor*.
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 13.1I, 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, OWN ER
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 or for which
OWNER has paid CONTRACTOR' but which are stored
elsewhere. CONTRACTOR shall allow OWNER. OWNER's
representatives, agents and employees, OWNER's other con-
tractors and ENGINEER and ENGINEER's Consultants ac-
cess to the site to enable OWNER to exercise the rights and
remedies under this paragraph. All claims, costs, losses and
damages incurred or sustained by OWNER in exercising such
rights and remedies will be charged against CONTRACTOR
and a Change Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the Work;
and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the
amount thereof, OWNER may make a claim therefor as
provided in Article 11. Such claims, costs, losses and damages
will include but not be limited to all costs of repair or replace-
ment of work of others destroyed or damaged by correction,
removal or replacement of CONTRAC DOR'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 OWN ER
of OWNER's rights and remedies hereunder.
I
L
I
I
C
I
I
IL]
II
0
I
11
I
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
37 1
I
I
I
I
n
I
H
J
El
I
H
H1
I
I
I
I
I
will be incorporated into a form of Application for Payment
acceptable to ENGINEER. Progress payments on account of
Unit Price Work will be based on the number of units.com-
pleted. i
Replacement with Sc 14.2
14.. 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.
CONTRAClOR's Warranty of Tide:
14.3. CONTRACTOR warrants and guarantees that title to
all Work, materials and equipment covered by any Application
for Payment, whether incorporated in the Project or not, will
pass to OWNER no later than the time of payment free and
clear of all Liens.
Review of Applications for Progress Payment:
Revision see SC 14.4
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
recommendation of payment and present the Application to
OWNER, or return the Application to CONTRACTOR indi-
cating in writing ENGINEER's reasons for refusing to recom-
mend payment. In the latter case, CONTRACTOR may make
the necessary corrections and resubmit the Application. Ten
days after presentation of the Application for Payment to
OWNER with ENGINEER's recommendation, the amount
recommended will (subject to the provisions of the last sen-
tence of paragraph 14.7) become due and when due will be paid
by OWNER to CONTRACTOR.
14.5. ENGINEER's recommendation of any payment re-
quested in an Application for Payment will constitute a repre-
sentation by ENGINEER to OWNER, based on ENGINEER's
on -site observations of the executed Work as an experienced
and qualified design professional and on ENGINEER's review
of the Application for Payment and the accompanying data and
schedules, that to the best of ENGINEER's knowledge. infor-
mation and belief:
14.5.1. the Work has progressed to the point indicated,
14.5.2. the quality of the Work is generally in accor-
dance with the Contract Documents (subject to an evalu-
ation of the Work as a functioning whole prior to or upon
Substantial Completion, to the results of any subsequent
tests called for in the Contract Documents, to a final
determination of quantities and classifications for Unit
Price Work under paragraph 9.10, and to any other quali-
fications stated in the recommendation), and
14.5.3. the conditions precedent to CONTRACTOR's
being entitled to such payment appear to have been
fulfilled in so far as it is ENGINEER's responsibility to
observe the Work.
However, by recommending any such payment ENGINEER
will not thereby be deemed to have represented that: (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 forCONTRACTOR's means, methods, techniques,
sequences or procedures of construction, or the safety precau-
tions and programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations appli-
cable to the furnishing or performance of Work, or for any
failure of CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
14.7. ENGINEER may refuse to recommend the whole or
any 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
M
14.7.6. Liens have been filed in connection with the
Work, except where_ CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling OWNER to a
set-off against the amount recommended, or
14.7.8. OWNER has actual knowledge of the occur-
rence of any of the events enumerated in paragraphs
14.7.1 through 14.7.3 or paragraphs 15.2.1 through 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
ENGINEER in writing prior to ENGINEER's issuing the
definitive certificate of Substantial Completion, ENGINEER's
aforesaid recommendation will be binding on OWNER and
CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRAC-
TOR from the Work after the date of Substantial Completion,
but OWNER shall allow CONTRACTOR reasonable access to
complete or correct items on the tentative list.
Partial Udlimdon.
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.
I
I
I
E.
I
I
I
L
I
Li
I
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.
Finallnspecdon:
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
39
I
I
C
n
I
I
J
I
I
I
I
I
I
I
I
particulars in which this inspection reveals that the Work is
incomplete or defective. CONTRACTOR shall immediately
take such measures as are -necessary to complete such Work or
remedy such deficiencies.
Find Application for Payment:
14.12. After CONTRACTOR has completed all such cor-
rections to the satisfaction of ENGINEER and delivered in
accordance with the Contract Documents all maintenance and
operating instructions, schedules, guarantees, Bonds, certifi-
cates or other evidence of insurance required by paragraph 5.4,
certificates of inspection, marked -up record documents (as
provided in paragraph 6.19) and other documents, CONTRAC-
TOR may make application for final payment following the
procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously delivered)
by: (i) all documentation called for in the Contract Documents.
including but not limited to the evidence of insurance required
by subparagraph 5.4.13, (ii) consent of the surety, if any. to final
payment, and (iii) complete and legally effective releases or
waivers (satisfactory to OWNER) of all Liens arising out of or
filed in connection with the Work. In lieu of such releases or
waivers of Liens and as approved by OWNER. CONTRAC-
TOR may furnish receipts or releases in full and an affidavit of
CONTRACTOR that: (i) the releases and receipts include all
labor, services, material and equipment for which a Lien could
be filed, and (ii) all payrolls, material and equipment bills and
other indebtedness connected with the Work for which OWNER
or OWNER's property might in any way be responsible have
been paid or otherwise satisfied. If any Subcontractor or
Supplier fails to furnish such a release or receipt in full,
CONTRACTOR may furnish a Bond or other collateral satis-
factory to OWNER to indemnify OWNER against any Lien.
Find 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 waiverofalIclaimsbyCONTRACTORagainst
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 he
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:
I
EIJ
15.2.1. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents (in-
cluding, but not limited to, failure to supply sufficient skilled
workers or suitable materials or equipment or failure to
adhere to the progress schedule established under paragraph
2.9 as adjusted from time to time pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards Laws or Regula-
tions of any public body having jurisdiction;
15.2.2. if CONTRACTOR disregards the authority of
ENGINEER; or
15.2.4. if CONTRACTOR otherwise violates in any sub-
stantial way any provisions of the Contract Documents;
OWNER may, after giving CONTRACTOR (and the surety,
if any,) seven days' written notice and to the extent permit-
ted by Laws and Regulations, terminate the services of
CONTRACTOR, exclude CONTRACTOR from the site and
take possession of the Work and of all CONTRACTOR's
tools, appliances, construction equipment and machinery at
the site and use the same to the full extent they could be used
by CONTRACTOR (without liability to CONTRACTOR for
trespass or conversion), incorporate in the Work all materi-
als and equipment stored at the site or for which OWNER
has paid CONTRACTOR but which are stored elsewhere,
and finish the Work as OWNER may deem expedient. In
such case CONTRACTOR shall not be entitled to receive
any further payment until the Work is finished. If the unpaid
balance of the Contract Price exceeds all claims, costs,
losses and damages sustained by OWNER arising out of or
resulting from completing the Work such excess will be paid
to CONTRACTOR. If such claims, costs, losses and dam-
ages exceed such unpaid, balance. CONTRACTOR shall pay
the difference to OWNER. Such claims, costs, losses and
damages incurred by OWNER will be reviewed by ENGI-
NEER as to their reasonableness and when so approved by
ENGINEER incorporated in a Change Order, provided that
when exercising any rights or remedies under this paragraph
OWNER shall not be required to obtain the lowest price for
the Work performed.
15.3.. Where CONTRACTOR's services have been so ter-
minated by OWNER, the termination will not affect any rights
or remedies of OWNER against CONTRACTOR then existing
or which may thereafter 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 daze
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. .1
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.
CONTRAG70R May Stop Wont 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
I
I
I
U
1
I
I
I
1
I
I
I
H
I
I
such rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect of
any dispute.
ARTICLE 17 —MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents
requires the giving of written notice, it will be deemed to have
been validly given if delivered in person to the individual or to
a member of the firm or to an officer of the corporation for
whom it is intended, or if delivered at or sent by registered or
certified mail, postage prepaid, to the last business address
known to the giver of the notice.
Conrputadon of Times:
17.2.1. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude
the first and include the last day of such period. If the last day
of any such period falls on a Saturday or Sunday or on a day
made a legal holiday by the law of the applicable jurisdiction,
such day will be omitted from the computation.
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a day.
Notice of Claim:
17.3. Should OWNER or CONTRACTOR suffer injury or
damage to person or property because of any error, omission or
act of the other party or of any of 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-
TRAC OR 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
El
EXIIIBIT GC -A to General Conditions of the
Agreement Between OWNER and CON-
TRACTOR Dated.-_
For use with EJCDC No. 1910-8 (1990 ed.)
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 derision in accordance with paragraph 9.11 will be
made until the earlier of (a) the date on which ENGINEER has
rer,dered 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
detpand
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 or appeal.
I
I
I
El
1
J
1
I
CI
1I
I
[The remainder of this page was left blank intentionally.]
I
CC -Al
1
I
1
1
I.
1
I
1
16.7... OWNER and CONTRACIOR 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-
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.
GC -A2
I
SUPPLEMENT TO THE GENERAL CONDITIONS
The following Supplementary Conditions amend or supplement the Standard General
Conditions of the Construction Contract (.EJCDC No. 1910-8, 1990 Edition) and
other provisions of the Contract Documents as indicated below. All provisions
which are not so amended or supplemented remain in full force and effect.
SC -1 Definitions and Abbreviations:
In addition to the provisions of Article 1,
definitions apply:
the following supplemental
"Owner" shall mean the City of Fayetteville, Arkansas, acting thorough its duly
authorized representatives. Address - City of Fayetteville, 113 West Mountain,
Fayetteville, AR 72701.
"Engineer" shall mean the City of Payetteville•Engineering Division (telephone
501-575-8206). Note "OWNER", "ENGINEER" and "OWNER and ENGINEER" may be used
interchangeably.
"Resident Project Representative" shall be the authorized representative of the
"Engineer".
"Surety" or "sureties" shall mean the bondsmen or party or parties who have made
the fulfillment of the contract by bonds, and whose signatures are attached to
such bonds.
"Advertisement" shall mean the all legal publications pertaining to the workof
this contract.
"Plans" shall mean, collectively, all of the drawings pertaining to the contract
and made a part thereof, and also such supplementary drawings as the Engineer may
issue from time to time in order to clarify the drawings, or for the purpose of
showing changes in the work as authorized under the section "Modifications and
Alterations," or for the showing of. details which are not shown thereon.
"Grade" as used in these specifications shall mean and indicate the established
elevations of the paving, flow lines of sewers and other appurtenances as shown
on the plans on file in the Engineer's office.
Whenever the following abbreviations are used, they shall have the corresponding
meaning as shown below:
AASHTO
- American
Association of State Highway Officials
ACI
- American
Concrete Institute
AGA
- American
Gas Association
AHTD
- Arkansas
Highway and Transportation Department
ASHTD
- Arkansas
Highway and Transportation Department
AISC
- American
Institute of Steel Construction
ANSI
- American
National Standards Institute
APA
- American
Plywood Association
ASA
- American
Standards Association
ASTM
- American
Society for Testing Materials
AWG -
- American
Wire Gage -
AWPA
- American
Wood Products Association
AWS
- American
Welding Society
AWWA
- American
Water Works Association
GSA
- General
Services Administration, U.S. Government
1
' NHBA - National Builders Hardware Association
NEC - National Electric Code
' NEMA - National Electric Manufactures Association
• NFPA National Fire Protection Association
NPT National Pipe thread
SBC - Standard Building Code (also SSBC)
SPA - Southern Products Association
UL - Underwriters Laboratories
A - Ampere
' cfm _ cubic feet per minute
CGMP corrugated galvanized metal pipe
DIP - ductile iron pipe
gpm - gallons per minute
' Hp _ horsepower
lbs pounds
MGD - million gallons per day
N.C. - normally closed
1 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
n
L_7
I
I
I
I
I
Add the following to immediately follow paragraph 2.2 of the General Conditions.
SC -2.2 Copies of Documents:
Article 2.2 of the General Conditions shall be amended to read that Not less than
five (5) bound copies of the proposal, contract, and stipulations shall be
prepared and submitted to the OWNER for execution, each containing an exact copy
of the CONTRACTOR'S proposal as submitted, the Bond or Bonds properly executed
and the Contract signed by both parties thereto. However, the CONTRACTOR and the
surety executing the bond shall not date the contract or the bond upon submission
or execution by the OWNER. These documents will be dated the date the OWNER
executes the contract.
OWNER shall furnish to CONTRACTOR up to two (2) copies of the contract documents
as are reasonably necessary for the execution of the work. Additional copies
will be furnished, upon request, at the cost of reproduction.
SC 2.7.
Furnishing
of Insurance Data.
Delete all references to OWNER supplied
and
OWNER delivered
insurance.
SC -5 Bonds and Insurance:
SC5.1 Performance, Payment and other bonds:
Add the following new paragraphs immediately after paragraph 5.1 of the General
Conditions which reads as follows:
2
I
SC5..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
shall not be sufficient. No employers' liability, public liability or workmen's
collective insurance policy shall be written in any casualty company not.
authorized to do business in the State of Arkansas. These policies shall
likewise be issued by a resident local agent licensed by the Insurance Commission
of the State of Arkansas.
SC5.1.2 Additional information. The Contractor shall provide the bonds as
described in these sections within ten (10) days after the receipt of the NOTICE.
OF AWARD.
For contracts in excess of $100,000.00 the bonds shall be issued by a bonding
company listed.by the A.M. BEST Rating Book as follows:
(1). contracts in excess of $100,000.00, but less than $1,000,000.00 - "B+"
rating or higher and contract amount may not exceed 2.0% of the policyholder's
surplus.
(2) contracts, in excess of $1,000,000.00 - "A" rating or higher and contracts
may not exceed 2.0% of the policyholder's surplus.
The expense of.all bonds shall be borne by the CONTRACTOR.
Sc 5.2.
Delete
paragraph
5.2
of the General
Conditions in its entirety and
replace
with the
following
new
paragraph 5.2:
SC 5.2. If at.any time a surety on any such bond is declared bankrupt or loses
its right to do business in the State of Arkansas or is removed from the above
list of surety companies, the CONTRACTOR shall within ten (10) days_a£ter notice
from the bond company that conditions are as described in this sentence and/or
after notice from the OWNER to do so, substitute an acceptable bond or bonds in
such form and sum and signed by other surety or sureties as may be satisfactory
to the OWNER. The premiums on such bonds shall be paid by the CONTRACTOR. No
further payment shall be deemed due nor shall be made until the new surety or
sureties shall:have furnished an acceptable bond to the OWNER.
SC -5.3 Licensed Sureties and Insurers; Certificates of Insurance.
SC5.3.1
Add the following new paragraph immediately
after paragraph 5.3.1..of
the
General Conditions which
reads as follows:
The CONTRACTOR shall furnish performance and payment bonds as provided for by
Article 5 of the General Conditions executed by a resident local agent who is
licensed by the Arkansas State Insurance Commissioner to represent the surety
company executing said bonds, and filing with such bonds his power -of -attorney.
The mere countersigning of the bonds by a resident agent shall not be sufficient
No employers' liability, public liability or workmen's collective insurance
policy shall be written, in any casualty company not authorized to do business in
the State of Arkansas. These policies shall likewise be issued by a resident
local agent licensed by the Insurance Commission of the State of Arkansas.
7
I
I
I
I
I
I
I
I
I
SCS.3.2 Delete the second sentence of paragraph 5.3.2 ("OWNER shall deliver to
Contractor. . .") in its entirety.
SC5.4. CONTRACTOR'S Liability Insurance:
Add the following paragraphs immediately after the respective paragraphs
contained in paragraph 5.4 of the General Conditions:
SC5.4.14
The limits for liability for the insurance required by paragraph 5.4 of the
General Conditions shall provide coverage for not less than the following amounts
or the greater where required by law:
Workers Compensation:
1) State: Statutory
2) Applicable Federal: Statutory
3) Employer's Liability: $100,000.00 each occurrence
Comprehensive General Liability:
$1,000,000.00 Combined Single Limit
Policies will include premise/operations, products, completed operations,
independent contractors, explosions, collapse, underground hazard, Broad Form
contractual, personal injury, with employment exclusion deleted and broad form
property damage.
' Comprehensive Automobile Liability
Bodily Injury:
' $1,000,000.00 Each person
$2,000,000.00 Each occurrence
Property Damage:
$500,000.00 Each occurrence
or a combined single limit of $2,000,000.00.
SC5.5 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 hold harmless the OWNER and the ENGINEER and
' their agents and employees from and against all losses and claims, demands,
payments, suits, actions, recoveries, judgements of every nature and description
brought or recovered against them by reason of omission or act of the CONTRACTOR,
his agent(s), employees, subcontractor, anyone directly or indirectly employed
' by any of them or anyone for whose acts any of them may be liable, in the
execution of the Work or guarding of it. The CONTRACTOR shall obtain in the name
of the OWNER and ENGINEER (either as co-insured or by endorsement), and shall
maintain and pay the premiums for such insurance in an amount not less that
' $2,000,000.00 for property damage and bodily injury limits, and with such
provisions as shall protect the OWNER and ENGINEER from contingent liability
under this contract.
4
I
t.
SC5.6 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 deductible amounts as may be provided in these Supplementary
Conditions or required by Laws and Regulations) but not less than an amount equal
to the total bid price. This insurance shall include the interest of OWNER,
CONTRACTOR, Subcontractors, ENGINEER and ENGINEER'S consultants in the Work (all
of whom shall be listed as insured or additional insured parties), shall insure
against the perils of fire and extended coverage, shall include "all-risk"
insurance for physical loss and damage including theft, vandalism and malicious
mischief, collapse, flood, and water damage, and such other perils as may
provided in these Supplementary Conditions, and shall include damages, losses and
expenses arising out of or resulting from any insured loss or incurred in the
repair or replacement of any insured property (including but not limited to the
fees and charges of engineers, architects, attorneys and other professionals).
If not covered under the "all-risk" insurance or otherwise provided in these
Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property
insurance on portions of the Work stored on and off the site or in transit when
such portions of the Work are to be included in an application for payment. The
polices of insurance required to be purchased and maintained by the CONTRACTOR
in accordance with this paragraph 5.6 will contain a provision or endorsement
that the coverage afforded will not be canceled or materially changed or renewal
refused until at least 30 days prior written notice has been given to the OWNER
by certified mail and will contain wavier provisions in accordance with General
Condition paragraph 5.11.2.
SC5.7 Delete paragraph 5.7 of the General Conditions in its entirety and
insert the following in its place: .
SC5.7 Other Insurance. The CONTRAC
during the course of the Contract.
insurance coverage other than that
protect the OWNER against all losses,
determination of and procurement of
TOR is to protect the OWNER against all loss
If, due to the nature of the Project,
specified is needed by the CONTRACTOR to
the CONTRACTOR shall be= responsible for the
any additional insurance needed.
SC5.8 Delete paragraph 5.8 of the General Conditions in its entirety and
insert the following in its place:
SC 5.8., Policies shall also specify that insurance provided by CONTRACTOR will
be considered primary and not contributory to any other insurance available to
the OWNER or the ENGINEER.
All polices will provide for 30 days written notice (certified mail shall. be
required) prior to any cancellation or non -renewal of insurance policies required
under the Contract. Any such wording as "will endeavor" or '!but failure to mail
'such notice shall impose no obligation or liability of any kind upon the
Company..." shall be deleted from the certificates.
SC5.10. Delete paragraph 5.10 of the General Conditions in its entirety.
SC5.12. Receipt and Application of Proceeds. Delete paragraph 5.12 of the
General Conditions in its entirety.
a
0
01
II
I
.0
0
0
0
II
I
5 II
I
SC5.13. Delete paragraph 5.13 of the General Conditions in its entirety.
SC 6 - CONTRACTOR'S RESPONSIBILITIES
' Sc 6.6 - Progress schedules.
Add a new paragraph 6.6.3. immediately following paragraph 6.6.2 which shall
read:
An updated schedule, in the format specified in the Technical Specifications,
shall be required with each submittal for progress payment by the CONTRACTOR.
Failure to provide an accurate schedule (and/or updated schedule) shall be reason
for OWNER to refuse progress payment to CONTRACTOR.
SC 6.30 CONTRACTOR'S General Warranty and Guarantee.
Sc 6.30.3 - One Year Warranty.
Add a new paragraph 6.30.3 immediately following paragraph 6.30.2 which shall
' read:
For a period of one year, or longer if specified by special guarantees or by law,
the contractor shall at the Contractor's expense make all repairs and
replacements necessitated by defects in the materials, workmanship or prosecution
of the Work supplied under this contract, and pay for any damage to other works
or property resulting from such defects. The Contractor shall hold the Owner
and Engineer harmless from any liability of any kind arising from said defects.
' The effective date for the beginning of the one year warranty period will be as
decided by the Engineer and will be either the date of the Engineer's
recommendation for Final Payment in accordance with Article 14.13, Final Payment
' and Acceptance, or the date of Substantial Completion as specified in Article
14.8.
The Contractor shall make all repairs or replacements promptly upon receipt of
' written order for the repairs or replacements from the Owner. If the Contractor
fails to make the repairs or replacements promptly, the Owner may perform the
work and the Contractor and the Contractor's Surety shall be liable for all costs
thereof.
Sc 7 OTHER WORK
' SC 7.5 Separate CONTRACTOR Claim. Add a new paragraph immediately after
paragraph 7.4 of the General Conditions which shall read as follows:
SC 7.5. Should CONTRACTOR cause damage to the Work or property of any separate
' contractor (or separate party) at the site, or should any claim arising out of
CONTRACTOR'S performance of the Work at the site be made by any separate
contractor (or separate party) against CONTRACTOR, OWNER or ENGINEER, or any such
person, CONTRACTOR shall promptly attempt to settle with such other separate
' contractor (or separate party) by agreement or otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by
Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and
against all claims, damages, losses and expenses (including, but not limited to,
' fees and charges of engineers, architects, attorneys and other professionals and
court and arbitration costs) arising directly, indirectly or consequentially out
of any action, legal or equitable, brought by any separate contractor (or
I
I
I
separate party). against OWNER or ENGINEER to the extent based on a claim arising
out of CONTRACTOR'S performance of the Work. Should a separate contractor (or
separate party) cause damage to the Work or property of CONTRACTOR or should the
performance of Work by any separate contractor (or separate party) at the site
give rise to any other claim, CONTRACTOR shall not institute any action, legal
or equitable, against OWNER or ENGINEER or permit any action against them to be
maintained andcontinued in•CONTRACTOR'S name for benefit in any court or before
any arbitrator which seeks to impose liability on, or recover damages from OWNER
or ENGINEER on account of such damage or claim. If CONTRACTOR is delayed at any
time in performing or furnishing Work by any act or neglect of a separate
contractor (or separate party) and OWNER and CONTRACTOR are unable to agree as
to the extent of any adjustment in Contract Time attributable thereof, CONTRACTOR
may make a claim for an Extension of Time in accordance with Article 12 of the
General Conditions. An extension of the Contract Time shall be the CONTRACTOR'S
exclusive remedy with respect to OWNER and ENGINEER for any delay, disruption,
interference of hindrance caused'by any separate contractor (or separate party).
This paragraph does not prevent recovery from OWNER or ENGINEER for activities
that are their respective contractual responsibilities.
SC -8 OWNER'S RESPONSIBILITIES
Sc 8.5 - Delete paragraph 8.5 of the General Conditions in it's entirety.
SC 10 CHANGES IN THE WORK
Add a new paragraph 10.6 immediately following paragraph 10.5 of the General
Conditions to read:
10.6. Limits of Authority. CONTRACTOR shall note and abide by the following
OWNER'S and ENGINEER'S limits of authority for changes in the Work which require
a change in the Contract Price and Contract time.
Except in the case of extreme emergency to protect public safety, public.welfare
or substantial Work, the following limits of Authority to the OWNER and ENGINEER
shall apply: ..
Engineer's Representative No authority.
Engineer - No authority.
Mayor - $20,000.00 (Accumulative).
All accumulative changes which result in Contract Price changes in excess of
$20,000.00 shall require the formal approval of the Fayetteville City Council
prior to execution of the work resulting in the price or scope change.
SC 11 CHANGE OF CONTRACT PRICE.
SC 11.9. Unit Price Work. Paragraph 11.9.3 of the General Conditions is hereby
deleted in itsentirety and the following is substituted in its place: 11.9.3 The unit price of'an item of Unit Price Work shall be subject to
reevaluation and adjustment under the following conditions:
11.9.3.1 if the total cost of a particular item of Unit Price Work amounts to
25 percent or more of the Contract Price and the variation of the quantity of
that particular item of Unit Price Work performed by CONTRACTOR differs by more
than 25 percent from the estimated quantity of such item indicated in the
Agreement; and
7
1
I
1
1
Li
•0
a
0
1
I
11.9.3.2. if there is no corresponding adjustment with respect to any other item
of Work; and
11.9.3.3 if CONTRACTOR believe that it has incurred additional expense as a
result thereof; or
' 11.9.3.4 if OWNER believes that the quantity variation entitles OWNER to an
adjustment in unit price; then
11.9.3.5 either OWNER or CONTRACTOR make a claim for and adjustment in the
' Contract Price in accordance with Article 11 of the General Conditions if the
parties are unable to agree as to the effect(s) of any such variations in the
quantity of Unit Price Work performed.
SC -13 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE
WORK.
SC 13.3 Tests and Inspections. Paragraph 13.3 of the General Conditions is
hereby deleted in its entirety and the following is substituted in its place:
I
I
I
I
CJ
I
I
SC 13.3. CONTRACTOR shall give the ENGINEER proper notification as detailed
below and cooperate with the testing and inspection of the work.
SC 13.3.1. All tests require a minimum notice of 24 hours. The 24 hours is
a minimum only, the exact time for testing and required inspections shall be
determined by the Engineer.
SC 13.3.2. All field tests required for a project shall be witnessed by the
City Engineering Division representatives in the presence of the ENGINEER and
CONTRACTOR, or their approved representatives.
Sc 13.4
Paragraph 13.4
of the General
Conditions
is hereby deleted in its
entirety
and the following
substituted in
its place:
Sc 13.4. CONTRACTOR shall employ and pay for the services of an independent
testing laboratory to perform all tests as required by the Contract Documents.
CONTRACTOR shall be responsible for the cost of all equipment, materials, labor,
testing procedures and lab work for all tests as outlined in these
specifications. ENGINEER shall have the right to approve or reject CONTRACTOR'S
proposed lab based upon sound Engineering principles. Copies of all testing
reports must be forwarded directly to the Engineer by the testing laboratory.
OWNER shall provide all inspection services required by the Contract Documents
and normally associated with the diligent progress of the Work (Except as
detailed in paragraphs 13.4.1,2,3.) Prior to final acceptance by OWNER, the
project shall be subject to a final inspection by designated representatives of
the OWNER and CONTRACTOR.
ARTICLE 14 PAYMENT TO CONTRACTOR AND COMPLETION.
SC 14.2 Application
for Progress
Payment.
Paragraph 14.2 of the General
'
Conditions is
hereby deleted in
its entirety and
the following substituted in its
place:
I
I
SC 14.2.1. Monthly estimates will be prepared to include all work accomplished
for the period ending the third Friday of each month; or
L1
I
SC 14.2.2. Progress payments will be prepared at regular intervals, as scheduled
by joint consent of the CONTRACTOR and the ENGINEER at the pre -construction
conference.
Sc 14.2.3. The ENGINEER, based upon data gathered during the construction. 1
process, will make an estimate of the value of the Work done and materials
furnished in place during the previous estimate period. The CONTRACTOR shall
furnish to the ENGINEER such detailed information including invoices from
material suppliers as the ENGINEER may request to aid in the preparation of the
progress payment estimate. All payment requests are subject to retainage as
determined by the ENGINEER. Retainage shall be 10% of said estimate until 50%
of the work has been fully completed. At 50% completion, further partial
payments shall be made to the.contractor in full with no additional retainage
unless the ENGINEER determines that the project is not progressing satisfactory,
in which case additional retainage may be retained to a maximum of 10%. When
the work is substantially completed, any, retained. amount may be paid to the
contractor except'the OWNER shall retain an amount sufficient to cover any work
not yet completed. The release of retainage will be determined by the ENGINEER.
If. the OWNER or ENGINEER shall at any time fail to make the CONTRACTOR a monthly
estimate at the time herein specified, such failure shall not be held to violate
or void the Contract. Note, the failure of the Contractor to provide an
accurate and current schedule update shall be reason to reject CONTRACTOR'S
request for progress payment. '
SC 14.4. Review of Applications for Progress Payment. _ a
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 City of Fayetteville,
the City will diligently proceed to make payment to the contractor,. in accordance
with the approved payment request, within 30 days. All efforts will be made to
make payments within the 30 day period, but the City cannot guarantee the 30 days
maximum time.
I
A
I
I
I
I
I
Ii
I
Section 100 GENERAL PROJECT REQUIREMENTS:
1. Scone of Work.
The work shall be as shown upon the contract drawings and defined within the
contract specifications, referenced AHTD Standard Drawings and Specifications
and shall include the furnishing of all materials, equipment, tools, supplies,
plant, labor and others as necessary in the construction of work generally as
follows:
All traffic control, trenching, water lines, water service lines, water
appurtenances, sewer lines, sewer manholes, sewer appurtenances and other
construction required for the water and sewer improvements, Sherman Avenue
and Fifth Streets as shown in the contract documents.
No attempt has been made to segregate work to be performed by any trade or
subcontract. Any segregation between the trades or crafts will be solely a
matter for agreement between the Contractor, subcontractor, and their respective
employees.
The Specifications as a whole will govern the construction of the entire work
The applicable provisions will govern work to be performed under each schedule
2. Referenced AHTD Standard Specifications and Drawings.
The AHTD Standard Specifications contained in the Standard Specifications for
Highway Construction," Edition of 1993, published by the Arkansas State Highway
Commission are hereby referenced and made a part of these Specifications.
These Specifications are available for inspection in the Engineer's office, or
may be obtained from the Arkansas State Highway Department, Little Rock,
Arkansas.
The AHTD Standard Specifications, and Standard Drawings when referenced in the
bid schedule shall be used as the Technical Specifications for this specific
project.
The Standard "Front-end" specifications, including the Advertisement for Bids,
Instructions to Bidders, Bid Proposal, Contract, General Conditions,
Supplemental Conditions, Performance and Payment Bonds and Section 100 - "General
Project Requirements" shall be as contained and shown in this specific set of
Contract documents and specifications.
All conflicts and discrepancies shall be resolved in the favor of the Contract
Documents and Specifications as written by the City of Fayetteville.
Special'attentionis directed to paragraph 28 - Testing - of this Section 100
for additional, requirements for all tests.
3. Sequence of the Work and Contract Time.
After the contract bonds and certificates of insurance have been delivered to the
Owner, and the contract has been executed, the Engineer will issue a Notice To
Proceed in accordance with the General Specifications which shall designate the
date the contract will commence.
The
Contractor shall
complete the
project within
sixty (60)
calendar days from
the
date specified in
the Notice
To Proceed.
The Contractor shall be responsible to submit a schedule of construction, in
accordance with the General and Supplemental specifications, and Technical
specification 100.05 "Schedules", which completely and clearly defines the items
of work.
Section 100 page.1
I
The contractor
(1) all
(2) the
Humanity
• (3) the
(4) all
shall be required to perform the work in the following sequence:
sanitary sewer improvements,
water line in Sherman street and north through the Habitat for
properties,
water line along Fifth Street,
remaining work.
The Owner may require the Contractor to add to his plant, equipment, or
construction forces, as well as increase the working hours, if operations fall
behind the approved schedule to an extent that thticompletion of the work within
the specified time appears doubtful.
' If conditions beyond the control of the Contractor justify, and the Contracting
Authority approves an extension of contract tine, the Contractor shall revise the
construction schedule in accordance with the approved extension.
' 4. Submittals.
I
7
Li
I
I
I
-J
I
I
I
I
I
The following submittals shall be required for this specific project:
a. Manufacturer's data for all pipe material, fittings, valves and fire
hydrants.
b. Schedules as noted in paragraph 5 below.
5. Schedules.
Before work is started, and in accordance with the General and Supplemental
Conditions, the Contractor under each schedule shall prepare a detailed schedule
of all construction operations that shall not only indicate the sequence of the
work, but also the time of starting and completion of each part. The schedule
shall be submitted to the Engineer for his approval.
For projects with a total estimated costs of up to $100,00.00 the Contractor
may submit a schedule(s) based upon bar charts, narrative or Critical Path
Network Diagram.
For Projects with a total estimated costs in excess of $100,000.00 the
Contractor shall submit the schedule(s) in the form of a Critical Path
Method (CPM) Network Diagram.
The contractor shall also be required to submit an updated version of the
schedule(s) with each submission of a periodic payment request.
6. Lands and Rights of Ways.
The necessary rights -of -way and easements for the: project and to carry out the
work along the project will be provided by the City of Fayetteville except for
restrictions as noted below. The contractor shall confine his construction
operations to the immediate vicinity of the locations shown on the plans and
shall use due care in placing construction tools, equipment, excavated materials,
and pipeline materials and supplies, so as to cause the least possible damage to
property and interference with traffic. The placing of such tools, equipment,
and materials shall be subject to the approval of the Engineer. The City of
Fayetteville will not be responsible for haul road to and from the right-of-way.
The contractor shall not store any material, place any construction material or
trench material, place any equipment or activities nor allow any workmen off of
the defined construction area.
The City of Fayetteville will not provide a materials storage area, a staging
area or any other area for use by the contractor except for the actual water line
and appurtenance construction.
I
Section 100 page 2
The contractor shall not store any materials upon the streets or within the
street right-of-ways or on the utility or water line easements which will not be
installed within the same day. The contractor shall not store any materials in
any private yard without first furnishing to the Engineer a copy of written
permission from the property owner. The Contractor shall be responsible to
obtain any storage or yard areas the contractor requires.
The Contractor shall be responsible for all damage to all property outside of the
rights -of -way and easements, and shall make satisfactory settlement for the
damage directly with the property owner and tenant involved, as their interests
may require.
All work performed, and all operations of the Contractor, his employees, or his
subcontractors; within the limits of railroad and highway rights -of -'way shall be
in conformity with the requirements, and be under the control (with the City of
Fayetteville), of the railroad or highway authority owning or having jurisdiction
over and control of, the right-of-way in each case.
All existing fences which interfere with the construction operations shall be
maintained by the Contractor until the completion of the work affected thereby,
unless written- permission is obtained from the City of Fayetteville thereof, to
leave an interfering fence dismantled for an agreed period of time. Where fences
must be maintained across the right-of-way, adequate gates shall be installed
therein. Gates shall be kept closed and locked at all times when not in use,
with duplicate keys furnished to the Engineer.
Upon completion of the work across any tract of land, the Contractor shall
restore all fences to their original or to a better condition and quality,
purchasing new material and replace all materials lost, damaged, or destroyed.
Temporary gates installed by. the Contractor in any fence line may be left in.
place with the permission of the property owner and tenant of the property. All
materials used in fence repairs or replacements shall be approved by the
Engineer.
7. Protection and Maintenance of Public and Private Property.
The Contractor shall protect, shore, brace, support, and maintain all underground
constructions uncovered or otherwise affected by the construction work performed
by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility
poles, guy wires, and other surface structures affected by construction
operations in connection with the performance of the Contract, together with all
sod and shrubs in yards and parking removedor otherwise damaged, shall be
restored to their original condition as determined and approved by the Engineer.
All replacements shall be made with new materials. The Contractor shall be
responsible for all damage to streets, roads, highways, shoulders, ditches,
embankments, culverts, bridges, or other public or private property or facility,.
regardless of location of -character, which may be caused by moving, hauling, or
otherwise transporting equipment, materials, or men to or from. the work or any
part or site thereof, whether by him or his subcontractors. The Contractor shall
make satisfactory and acceptable arrangements with the owner of, or the agency
or authority 'having jurisdiction over, the damaged property or facility
concerning its repair or replacement or payment of costs incurred in connection
with said damage.
All fire hydrants and water control valves shall be kept free from obstruction
and available for use at all times.
8. Maintenance of Traffic.
The Contractor shall be responsible for the maintenance of traffic. All work
within AHTD right-of-way shall be in conformance with the AHTD permit
requirements. .
Section 100 page 3 p
I
' The Contractor shall be responsible to keep a minimum of one lane of traffic
safely open at all times during this project - na exceptions.
The contractor shall limit the trenching and pipe installation to the work which
' can be installed, inspected and properly backfilled within the working day and
shall not block any private drives. Open trenches shall not be allowed to remain
overnight.
The contractor shall provide traffic control personnel and signage as necessary
for public safety.
' 9. Underground Installations and Structures.
Unless noted otherwise on the plan documents, pipelines and other existing
underground installations and structures in the vicinity of the work to be done
hereunder are indicated on the plans according to the best information available
to the Engineer. The Engineer and Owner does not guarantee to accuracy of such
information. House sewer connections, water and gas services, and other utility
lines may not be indicated on the plans. The Contractor shall make every effort
to locate all underground pipelines, conduits, and structures by contacting owner
of underground utilities and by prospection in advance of trench excavation. The
moving of planned improvements to avoid conflict with existing pipelines and
other existing installations and structures in the vicinity of the work to be
for
the
convenience of
the Contractor shall bit accomplished at no additional
'done
cost
to
the
Owner.
' 10. Lines and Grades.
' All work shall be done to the lines, grades, and elevations shown on the plans.
The Contractor shall keep the Engineer informed, a reasonable time in advance,
of the times and places at which he wishes to work, so that reference points in
accordance with General Conditions Article 4.4 may be established, and/or,
' measurement for record and payment may be made with minimum inconvenience to the
Engineer and minimum delay to the Contractor.
The Contractor shall furnish, without charge, competent men from his force and
' such tools, stakes, and other materials as the Eng:•.neer may require for restaking
and work required to be restaked. The Contractor will not proceed with the work
unless there is an accurate grade stake at a max:.mum distance of 50 feet. Any
restaking or other field work deemed excessive by the Engineer will be billed to
' the contractor at a rate equal to comparable local rates (when performed by the
City, or at contract Engineering rates when contracted) and deducted from the
contractor's payments.
' Any work done without being properly located on grade or off alignment, may be
ordered removed by the Engineer and replaced at the Contractor's expense.
' 11. Public Notification.
The Contractor,on the basis of the schedule and progress, shall be required to
' notify all adjacent property owners a minimum of 48 hours in advance of
occupying, storing materials on, or performing work on any right-of-way or
easement.
All planned interruptions of water service shall bi, coordinated with the Engineer
and the Fayetteville Water Department. A minimum of 72 hours notice shall be
required. Service interruptions, if and when allowed by the Engineer, shall be
scheduled between 8:00 a.m. and 5:00 p.m. unless specifically approved otherwise.
Section 100 page 4
II
It shall be the responsibility of the Contractor to provide a minimum of 72 hours
advance notice to the Engineer, Traffic Department, Police and. Fire department
prior to cutting or blocking any public street or roadway.
m
12. Storage of Materials.
In general, the Contractor shall be responsible for the all material furnished
by him and shall replace at his own expense all such material found detective in
manufacture or damaged in handling. This shall include the furnishing of all
material and labor required for the replacement of installed material discovered
defective prior to final acceptance of the work.
The Contractor shall be responsible for the delivery and distribution of
materials at the site. The Contractor shall be responsible for the safe storage
of materials furnished by or to him and accepted by him, and intended for the
work, until it has been incorporated into the completed and accepted project.
All materials ishall be stored in strict conformance to the manufacturer's
recommendations.
Materials shall be stored so as to ensure the preservation of their quality and
fitness for the Work. When directed by the Engineer, the materials shall be
placed upon a wooden platform or other hard clean surfaces and not on the ground,
and shall be placed under cover when so directed. Stored materials shall not be
located so as to impede work or inspections.
Pipe and accessories shall be loaded and unloaded by lifting with hoists or other
equipment so as to avoid shock and damage. Under no circumstances shall material
be dropped or dumped. Pipe handled on skidways shall not be skidded or rolled
against pipe previously unloaded onto the ground. In distributing pipe material
at the site, each piece shall be unloaded opposite or near the place it is to be
laid in the trench. The interior of all pipe, fittings and other accessories
shall be kept free from dirt and foreign material at all times.
Pipe shall be. so handled that the coating and lining will not be damaged.
However, if any part of the coating or lining is damaged,- the repair or
replacement shall be made at the Contractor's expense in a manner satisfactory
to the Engineer.
NOTE: The City of Fayetteville will not provide a materials storage area, a
staging area or any other area for use by the contractor except for the actual
waterline and appurtenance construction. The contractor shall not store any
materials upon' the streets or within the street right-of-ways or upon the water
line and/or utility easements which will not be installed within the same day
placed at the %street. The contractor shall not store any materials in any
private yard without first furnishing to the Engineer a copy of written
permission from the property owner.
The Contractor shall be responsible to obtain any storage or yard areas the
contractor requires. II
13. Saturdav,,Sunday, Holiday and Night Work.
Refer to paragraph 6.3 of the General Conditions. _
All work shall be performed during the normal work hours of the City of
Fayetteville Engineering Office, 8:00 a.m. - 5:00 p.m., Monday through Friday.
Except in an emergency to protect public health, safety or welfare or to protect
existing work,no overtime work, no work on Saturday or Sunday, nor work on any
legal holiday shall be permitted without specific written pre -authorization by
the Engineer.
Section 100 page 5
I
I
I
I
I
I
I
L
F
I
I
I
I
I
I
I
I
I
14. Monthly Estimates and Payments.
Refer to Article 14 of the General Conditions and the associated Supplemental
Conditions.
15. Connections to existing Facilities.
Unless otherwise indicated or specified, the Contractor shall provide for all
necessary connections to existing utilities such as water, sewer, telephone and
electric. In each case, the Contractor shall receive advance permission from
utility owner prior to providing for connections. Contractor shall protect
facilities against deleterious substances and da:iages.
Connections to existing facilities which are it. service shall be thoroughly
planned in advance, and all required equipment, materials and labor shall be on
hand at the time of undertaking the connections. Work shall proceed continuous
(around the clock) as necessary to complete the connections in minimum time.
Operation of values or other appurtenances on existing utilities, when required,
shall be by or under the direct supervision of the owning utility.
All connections to the water and/or sewer facilities owned by the City of
Fayetteville shall be coordinated with and shall be inspected by the City of
Fayetteville's Engineering Division and the Water/Sewer Department.
16. Temporary Facilities.
(a) Utilities.
All water, electricity and other utility services required by the Contractor for
operation of Contractor's plant or equipment, or for any other use by the
Contractor to conduct or to expedite the work shalt. be provided by the Contractor
at his sole cost and expense. The Contractor shetll arrange for service at his
discretion from the appropriate utility company, and shall assume liability for
all charges until the improvements have been accepted by the Owner. When
applicable, the Owner will request the transfer of: the service on that date, and
assume the liability for charges incurred by the Owner from that date forward.
Water to
be
used
to test,
flush and place the new water line in service shall be
provided
by
the
City of
Fayetteville.
(b) Sanitary Facilities. The Contractor shall furnish temporary sanitary
facilities at the site for the needs of the Construction workers and others
performing work or furnishing services on the project.
Sanitary facilities shall be of reasonable capacity, properly maintained
throughout the construction period, and obscured f::om 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.
17. Operation and Maintenance Data and Manuals.
Adequate operation and maintenance information shEkll be supplied to the Engineer
for all equipment requiring maintenance or other special attention. The
equipment supplier will prepare an operation and maintenance manual for each type
of equipment indicated herein. Parts lists and operating and maintenance
instructions shall be furnished for other equipment not listed in the following
schedule.
I
Section 100 page 6
I
Information shall be required for:
All valves 6 inch and larger,
All fire hydrants.
18. Tree and plant protection.
No trees or cultured plants shall be cut, trimmed or removed unless clearly shown
on the plans or marked by the Engineer. All trees and other vegetation which
are so marked and must be removed to perform the work, shall be removed and
disposed of by the Contractor. No on -site burning shall be permitted.
All protection of trees, trimming and repair oftrees and plants shall be
performed by qualified nurserymen or horticulturists in accordance with the City
of Fayetteville's Ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION".
19. 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. Security measures shall be at least equal to those usually
provided by the Owner to protect his existing facilities during normal operation,
but shall also 4nclude such additional security fencing, lighting, barricades,
watchman's services and other measures as required to protect the site.
No claim shall be made against the Owner by reason of any act of an employee or
trespasser, and the Contractor shall make good all damage to Owner's property
resulting from Contractor's failure to provide adequate security measures.
20. Safety. 11
The Contractor is further notified and reminded of the presence of children and
pedestrians in: the general vicinity of the project.
The Contractor; shall take all measures necessary and as required by the General
Conditions (Article 6) to protect the General Public, animals and property from
harm due to the construction activities including the project site. II
21. Parking. . :1
The contractor shall provide and maintain suitable parking areas for the use of
the construction workers and others performing work or furnishing services in
connection with the project, as required, to avoid any need of parking personal
vehicles where'they may interfere with the owner's operations or construction
activities, or normal traffic operation.on public and/or private roads.
22. Dust Control.
The Contractorshall take all reasonable measures to prevent unnecessary dust.
Earth surfaces subject to dusting shall be kept. moist with water or application
of an approved%chemical dust suppressant. Dusty materials in piles or transit
shall be covered to prevent blowing.
Buildings or operating facilities which may be adversely affected by dust shallt.
be adequately protected. Existing or new machinery, motors, instrument panels
or similar equipment shall- be protected by suitable dust screens which include
adequate ventilation features.
Section 100 page 7
4
I
23. Temporary Drainage and Erosion Control Provisions.
The Contractor shall provide for the drainage of storm water and such water as
may be applied or discharged on the site in the performance of the work.
Drainage facilities shall be adequate to prevent damage to the work, the site and
adjacent properties.
Existing drainage channels and conduits shall be cleaned, enlarged or
supplemented as necessary to carry increased runoff attributable to the
Contractor's operations. Temporary dikes shall be constructed as necessary to
divert increased runoff from entering adjacent properties (except in natural
channels or storm sewers), to protect the Owner's property, facilities and the
work, and to
direct water
into natural channels
or conduits. Retention shall
be provided
I
as necessary
to prevent downstream
flooding.
The Contractor shall prevent the erosion of soil on the site and adjacent
property resulting from the construction activit:ies. Effective measures shall
be initiated prior to the commencement of clearinc;, grading, excavation or other
operations that will disturb the natural vegetaLtion or protection. Erosion
measures may include hay bales, silt fencing, jute mat, fast growing vegetation,
and ponds.
Work shall be scheduled on exposed areas subject to erosion for the shortest
possible time, and natural vegetation shall be preserved to the greatest extent
possible. Temporary storage areas, construction building and access shall be
located to minimize erosion.
I
I
L
I
C
I
I
I
I
The Contractor shall be responsible for application and acquisition of all
necessary permits, including coverage under the Federal/State NSPDE Regulations
for Storm Water Management and the City of Payetteville's Physical Alteration of
Land (Grading permit) when applicable.
Unless specifically included as separate bid item4;s), all Work necessary for the
control of storm water runoff shall be considered as subsidiary to the project
and no separate payment shall be made to the Contractor.
24. Pollution Control.
The Contractor shall apply with all requirements of the General Conditions and
all Federal, State and local laws and regulations governing pollution.
Additionally, the Contractor shall prevent the pollution of drains and
watercourses by sanitary wastes, sediment debris and other substances resulting
from construction activities. No sediment, debris or other substances shall be
permitted to enter any sanitary sewers, storm sewer, nor any drain or
watercourse.
25. Clean up during construction.
During construction, the Contractor shall keep
neat and workmen like condition at all times.
materials shall be stored and protected in an
activities. As soon as practicable, the are
back£illed, and the entire area maintained in
26. Access.
a
the construction area in a clean,
Pipe, equipment, and all other
area away from the construction
around all structures shall be
a neat condition.
The Contractor shall provide for safe and ready access to the construction
activities during working hours or as requested to authorized representatives of
the City of Fayetteville and other State or Federal Agencies as required.
I
Section 100 page 8
I
27. Construction Observation Inspection.
Construction observation and inspection shall be by the City of Fayetteville
Engineering Division. The Contractor shall note the requirements of a detailed.
schedule and note all requirements for the scheduling of tests and test
requirements as noted in Technical Specification section 100.28 TESTING. The
Engineer shall have no responsibility to the Contractor or subcontractor for the
supervision of personnel or layout of work.
.
I.
Prior to finalacceptance by the City, the project shall be subject to a final
inspection by designated representatives of the City of Fayetteville and the
Contractor.
1
28. Testing.
The Contractor shall be responsible for 'the cost of all equipment; materials,
labor, testing procedures and lab work for all tests as outlined in these
specifications. The City of Fayetteville shall have the right to approve or
reject the contractor's proposed lab based upon sound Engineering principles.
Copies of all testing reports must be forwarded directly to the Engineer by the
testing laboratory.
All field tests required for a project shall be witnessed by the City Engineering
Division representatives in the presence of the Engineer and Contractor, or their
approved representatives.
All tests require a minimum notice of 24 hours. The 24 hours is a minimum only,
the exact time: for testing and required inspections shall be determined by the
City of Fayetteville Engineering Office.
29. Measurement and Payment.
It is the intent of the proposal and the specifications that the total bid for
each schedule, as submitted, shall cover all work shown on the contract drawings
and required by the Specifications and other Contract Documents. All costs in
connection with the work including furnishing of all materials, equipment,
supplies, and appurtenances; providing all construction plant, equipment, and
tools; and performing of all necessary labor to fully complete the work, shall
be included in* the unit and lump sum prices named in the proposal. No item of
work that is required by the Contract Documents for the proper and successful
completion of .the Contract will be paid for outside of or in addition to the
prices submitted in the proposal. All•work not specifically set forth in the
proposal as a pay item shall be considered a subsidiary obligation of the
Contractor and all costs in connection therewith shall be included in the prices
named in the proposal.
The method of measurement and basis of payment for, each item as listed in the
proposal shall be as stipulated under the item of Work or as specified in Section
110, Measurement and Payment.
30. Explosive's.
Explosives shall not be allowed for excavation or any other purpose unless a
detailed plan for such use is approved in writing by the Engineer, proof of
blasting insurance is submitted, and experienced personnel licensed in the State
of Arkansas for blasting is utilized. The plan must include as a minimum a pre -
blast survey and the utilization of qualified seismographic procedures.
Section 100 page 9
I
' 31. Excavation Safety.
The current edition of Occupational Safety and Hea:Lth Administration Standard for
Excavation and Trench Safety Systems, 29 CFR 19;6, Subpart P. is specifically
' incorporated and made a part of these specificat:Lons and contract documents as
required by Arkansas Act 291 of the 79th General Assembly of 1993. The Contractor
shall be solely responsible for the implementation of these requirements.
• A copy of the OSHA regulations is included in this set of specifications as
• Appendix A.
' 32. Utility Mix - Slurry mix "digable" backfill aka low strength flowable fill.
Where shown on the plans, a "digable" backfill, also called utility mix, shall
be used. The utility mix shall be a low strength concrete mixture that is
' readily digable with standard equipment. The mixture shall be in the ratio of
3400 lbs sand: 150 lbs cement: 100 lbs flyash.
The mixture shall be plant mixed and shall have a compressive strength of 300 psi
' at 28 days. The design of the mix may be modifiet if approved in writing by the
Engineer. Normal strength concrete shall not be used for utility mix.
' 33. "Hillside" fill.
"Hillside" fill material, where shown on the plan;i or in the bid schedule, shall
be cherty clay material locally referred to as "hillside". All "hillside"
material shall be supplied from off -site location and shall be subject to
approval by the Engineer. Compaction of "hills:de" shall be as shown on the
drawings or as specified int the technical specifications.
34. Disposal of waste materials.
The Contractor shall be responsible to disposal of all waste materials of all mate
rials and conditions, including excavation not specified for reuse as
backfill, in compliance with all Federal, State and City of Fayetteville laws,
rules and regulations. The Engineer shall have the right to require the
Contractor to document the location of the disposal area and provide proof of
compliance with all Federal, State and City of Fayetteville laws, rules and
regulations for disposal of the materials.
I
n
L
C
End of Section 100 - General Project Requirements:
I
Section 100 page 10
I
Section 110 METHODS OF MEASUREMENT AND PAYMENT •A. GENERAL - 8
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. If an
item is not defined then that specific item shall be considered subsidiary to the
project and no additional payment shall be made for such subsidiary item.
Payment for all work under this contract shall be made at the unit and lump sum
prices bid under the various items of the Bidas hereinafter set out.
Bid Item 1 :Six (6) inch Water Line Pipe and
Bid Item 2 - 'Two (2) inch Water Line Pipe
Payment for water line pipe. shall be made at the unit prices bid per
linear foot for the various'types and sizes of pipe and the various depths
of trench required complete in place. The prices bid shall be full
compensation for clearing, temporary fencing where necessary, right of way
preparation, surface removal, disposal of waste materials, stripping and
stockpiling topsoil where required, trenching, disposal of trenched
materials, furnishing and laying pipe, pipe bedding material, concrete
thrust anchors where required with the exception of the special details
defined in other bid items, polyethylene encasement, pipe detection tape,
testing, sterilization, cleanup, repairing fences, seeding, fertilizing,
mulching, and every other item required for a complete installation as
specified with the following specific exceptions:
(a) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3 below,
(b) compacted "Hillside" backfill in the access/utility easement area shall
be paid for separately under unit bid item 28 below,
(c) the final street repair shall be paid for separately under unit bid
items 32 and 33 below,
(d) the driveway repairs/replacements shall be paid for under bid item 34
and 35 below,
(e) the sidewalk replacement shall be paid for under bid item 36 below,
(f) special thrust blocking at Huntsville Road shall be paid for under bid
item 21 below,
(g) special water line construction to go
mains shall be paid for under bid items 11, 12
(h) concrete encasement for the ditch cros
under bid item 19,
(i) capkand plug existing 2 inch water
service shall be paid for separately under bid
under and/or over"sanitary sewer
and 13 below.
sing shall be paid for separately
line after the new line is in
item 20,
(j) the bore and encasement, if required, shall be paid for separately
under bid item 22.
Measurement for water line pipe will be based on the total length of the
line, including pipe required for ties to the existing system, with no
• deduction made for valves or fittings.
1
I
I
I
I
' Measurement shall be made with a 100 foot tape along the centerline of the
pipeline after the trench has been backflilled. The measured footage
installed will be reflected in a daily written report, a copy of which
will be furnished to the Contractor.
r f
' Note: The Engineer may withhold payment for work not completed in
addition to the contract retainage. The amounts which may be withheld
shall be the estimated cost to complete the work, i.e., for testing,
cleanup, seeding, fertilizing and mulching, etc. incomplete at the time
of preparation of the estimate.
Bid Item 3 - Class 7 aggregate backfill
I
I
I
U
I
I
I
I
CI
I
I
I
I
Payment for class 7 aggregate backfill will be made at the unit price bid
per ton for compacted class 7 aggregate as provided. The unit price bid
shall include the furnishing, compaction, testing and maintenance of class
7 aggregate backfill in all trenches in thou roadway as shown on the plans
and as specified. Maintenance of the class 7 base material until the time
that the final street repairs are made is :subsidiary and included in this
unit bid item.
Measurement shall be based upon verified trick weight tickets furnished by
the contractor to the engineer for quantities up to the theoretical limits
of the excavation required by the drawings and specifications. No payment
will be allowed for trench widths or depths in excess of the requirements
of the drawings and specifications unless approved in writing in advance
by the engineer as necessitated by field conflicts.
Bid Item 4 - Compact Ductile Iron Fittings
Payment for compact ductile iron fittings will be made at the unit price
bid per pound under this item for the various types of ductile iron
fittings, as provided. The unit price biii shall include the furnishing
and installation of the fittings, and all other related work not
specifically compensated for under other items of the Bid. The weight of
the fittings 12 inches in diameter and smaller will be based on standard
AWWA C153/A21.53 weight tables for nakad, compact mechanical joint
fittings. The price bid shall include furnishing and installing the
fittings and the required concrete reaction backing in accordance with the
reaction detail schedule set out on the Plans.
Bid Item 5 and 8 - Gate Valves
Payment for gate valves shall be made at the unit price bid for each of
the various sizes of valves, complete in place. The price shall include
furnishing and installing valves, valve :boxes, concrete pad at ground
surface, valve operator extension stems (if required), and every other
item required for a complete installation as specified.
Bid Item 6 - Tapping Sleeve and Valve Assembly
Payment for tapping sleeve and valve shall be made at the unit price bid
for each assembly, complete in place. The price shall include furnishing
and installing tapping sleeve and valve, valve box, concrete pad at ground
surface, valve operator extension stem (if required), concrete thrust
blocking and every other item required for a complete installation as
specified with the sole exception of the special thrust blocking required
by detail 1/56. bid item 21.
LT
Bid Item 7 - Two inch Flush/test assemblies.
Payment for two inch flush/test assemblies shall be made at the unit price
bid for each of the required installations, including all materials, taps,
installation, trenching, backfilling of non -paved areas, cleanup, seeding,
and every other item of work required for a complete installation with the
specific, exceptions of:
(a) two (2) inch water line pipe from the six (6) inch main to the assembly
will be paid for separately under unit bid item 2 above.
(b) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3,
(c) the final street repair shall be paid for separately under unit bid
items 32 and 33. -
Bid Item 9 - One (1) inch tap.
Payment for the one inch tap to allow the disinfection of the water line
shall be made at the unit price bid for each of the required
installations, including all materials, installation, trenching,
backfilling of non -paved areas, cleanup, seeding, and every other item of
work required for a complete installation with the specific exceptions of:
(a) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3,
(b) the final street repair shall be paid for separately under unit bid
items 32 and 33.
Bid.Item'10 - Two (2) inch tap, two (2) inch DR13 5 water line reconnection
and re-establishing the existing two inch water line on Sherman
Payment for two inch tap„ two inch water line and to reconnect and re-
• establish the existing two inch water line running east -west to the new
six inch water main shall be made at the unit price bid for the required
installations. The bid shall include all materials, installation,
trenching, backfilling of non -paved areas, cleanup, seeding, and every
other item of work required for a complete installation with the specific
exceptions of:
(a) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3,
(b) the final street repair shall be paid for separately under unit bid
items 32 and 33,
(c) the two inch valve shall be paid under bid item 8.
Bid Item 11 and 12 - Special water line construction to go under sewer mains
Payment for this special construction to go under the existing sewer line
.at Happy Hollow Road, and the proposed sewer line near the intersections
• of Sherman and Fifth in accordance with the detail shall be at the price
bid for each installation. This lump sum unit price shall be full
• compensation for the furnishing and installation of all necessary
fittings,: restraints, solid sleeves, 6 inch ductile iron pipe (DIP),
concrete, anchor including reinforcing steel and all other related work
required for a complete installation with the specific exceptions of:
(a) The,tapping sleeve and valve at Happy Hollow Road shall be paid for
separately under bid item 6,
91
I
I
I
I
U
I
I
I
I
I
I
CI
L
I
I
(b) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3,
(c) the final street repair shall be paid for separately under unit bid
items 32 and 33.
Bid Item 13 - Special water line construction to go over sewer mains.
Payment for this special construction to go over the existing sanitary
sewer line in Fifth Street near Sherman in accordance with the detail
shall be at the price bid for each installation. This lump sum unit price
shall be full compensation for the furnishing and installation of all
necessary materials and labor including the furnishing and installation of
the 1/4 inch smooth wall steel encasement pipe, the stainless steel
spacers (Cascade Water or equal), concrete, grouting the ends of the
encasement pipe and all other related work required for a complete
installation with the specific exceptions of:
(a) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3,
(b) the final street repair shall be paid for separately under unit bid
items 32 and 33.
Payment for the connection of existing services, Types "A" (short) and "B"
(long) to the new water lines and the new service line for the double
meter set shall be made at the unit price bid for each type as defined on
the drawings. The price bid shall include all excavation of existing
lines, cutting existing lines, removal and replacement of existing
fittings as required, making connection of new water service line from new
water main to existing meter, new copper service line and polywrap,
backfilling of non -paved areas, cleanup, seeding, and every other item of
work required for a complete installation with the specific exceptions of:
(a) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3,
(b) the final street repair shall be paid for separately under unit bid
items 32 and 33.
Bid Item 18 - Fire Hydrant Assemblies
Payment for fire hydrant assemblies will be made at the unit price bid for
each installation complete in place. The bid price shall include
furnishing and installation of the fire hydrant, fire hydrant barrel
extension, 6 inch ductile iron pipe, polyethylene encasement, main line
fitting, boss, or outlet, auxiliary gate valve, valve box and box
extension, if required. All fittings, locked hydrant adapters, gravel
drain, concrete collar, concrete support and reaction blocking, backfill
(non -paved areas) and clean-up will be included in this pay item. The only
items excluded from the complete and final installation of the fire hydrant
assemblies are:
(a) the class 7 aggregate backfill used in paved areas shall be paid for
separately under unit bid item 3,
(b) the final street repair shall be paid for separately under unit bid
items 32 and 33.
n
Bid Item 19 Concrete for water line encasement at ditch.
Payment for the concrete encasement for the water line crossing the ditch
shall be made at the lump sum unit bid. The price bid shall be full
compensation for all material and installation for the concrete encasement
completeinplace.
Bid Item 20 - Cap and plug existing water line.
Payment to cap and plug the existing water line after the new line is in
service will be made at the unit lump sum price bid. The bid price shall
include furnishing all materials and installation necessary to securely
seal the existing lines.
Bid Item 21 - Special reinforced thrust blocking, Sherman at Huntsville.
• Payment for the special thrust blocking in accordance with plan detail
1/56 shall be made at the unit lump sum price bid. The bid price shall
include furnishing all excavation, materials, forms and installation
necessary to provide the reinforced thrust blocking as shown on the plans.
Bid Item 22 - Bore and encasement per detail 3/S6.
This item is not guaranteed. Payment for the bore and encasement, if
required by the Engineer, shall be made at the unit price bid per foot of
installation. The unit price bid shall include the furnishing and
installation of the 1/4 inch smooth wall steel encasement pipe, the
stainless steel spacer (Cascade Water or equal), grouting the ends of the
encasement pipe and all other related work not specifically compensated
for under other items of the Bid.
Bid Item 23 -, Eight (8) inch SDR 26 Sewer Line Pipe
Payment for sewer line pipe shall be made at the unit prices bid per
linear foot for the pipe, complete in place. The prices bid shall be full
compensation for clearing, temporary fencing where necessary, right of way
preparation, surface removal, disposal of waste materials, stripping and
stockpiling topsoil where required, trenching, dewatering of trench,
disposalof trenched materials, furnishing and laying pipe, pipe bedding
material, concrete thrust anchors including reinforcing steel where
required and shown on the plans, polyethylene encasement, pipe detection
tape, testing, cleanup, repairing fences, seeding, fertilizing, mulching,
and every other item required for a complete installation as specified
with the, following specific exceptions:
(a) the class 7 aggregate backfill under paved areas shall be paid for
separately under unit bid item 3,'
(b) compacted "Hillside" backfill in the access/utility easement area
shall be paid for separately under unit bid item 28,
(c) the sanitary sewer wye and 4 inch diameter stubout shall be paid for
separately under bid item 29,
(d) the core drilled connection of the new 8 inch sanitary sewer to the
existing manhole shall be paid for separately under bid item 26,
(e) the final street repair shall be paid for separately -under unit bid
items 32 and 33. - ..
Measurement for sewer line pipe will be based on the actual length of the
line measured in place. The measured footage as installed will be
5
reflected in a daily written report, a copy of which will be furnished to
the Contractor.
Note: The Engineer may withhold payment for work not completed in
addition to the contract retainage. The amounts which may be withheld
shall be the estimated cost to complete the work, i.e., for testing,
cleanup, seeding, fertilizing and mulching, etc. incomplete at the time of
preparation of the estimate.
Bid Item 24 - Four ft. (4') Diameter (interior) Cast -in -Place Manholes six (6)
feet depth
I
I
Payment for 4 foot diameter cast -in -place manholes six feet depth as
measured from the rim to the invert shall be made at the lump sum price
bid. The price bid shall be full compensation for every item of work to
complete the manholes as shown on the Plans and as specified, including
excavation, forming of manhole base and barrel, concrete, reinforcing
steel, concrete invert, standard manhole ring and lid as specified,
asphalt emulsion exterior coating, backfill, and every other item required
for a complete installation as shown on the Plans and as specified.
Measurement shall be per each cast-in-placa manhole completed.
Bid Item 25 - 4' Diameter Manhole Barrel Extension for additional depth, 6 -
8 feet total depth ( 0 - 2 feet additional depthL
' Payment for 4 foot diameter manhole barrel extensions for manholes 6 to 8
feet in total depth shall be made at the: unit price bid per vertical
linear foot. The price bid shall be full compensation for every item of
work to complete the manhole barrel extensions as shown on the Plans and
' as specified, including forming of 4 foct barrel, concrete, exterior
waterproofing, backfill and every other item required for a complete
installation as shown on the Plans and specified.
I
I
I
I
Li
I
Measurement shall be by the vertical foot •:o the nearest 0.1 foot from 6
to 8 feet total depth from the manhole rim.
Bid Item 26 - Connection of new 8 inch sewer to existing manhole.
Payment for the connection of the new 8 inch sewer to the existing manhole
in Fifth Street shall be made at the lurip sum bid price. Such price
shall be full compensation for the connection complete in place including
core drilling, waterstop gasket, concrete, grout, water/dye testing and
every other item required for a complete installation as specified and
detailed with the following specific excep�:ions:
(a)
the class 7
aggregate backfill under
paved
areas shall be paid for
separately
under unit
bid item 3,
(b) surface removal, excavation, disposal of: trench materials.... shall be
paid for under the unit price of 8 inch sanitary sewer pipe line bid item 23,
(c) the final street repair shall be paid for separately under unit bid
items 32 and 33.
Bid Item 27 - "Rock" excavation.
Payment for the excavation
of
"rock" as
defined
in section
320 of
the
specifications shall be made
at
the unit
p;:ice bid
per cubic
yard.
Such
price shall be full compensation for the excavation and proper disposal of
"ROCK" as defined in section 320.
Bid Item 28 - "Hillside" backfill
Payment for "hillside".backfill will be made at the unit price bid per
cubic yard compacted in place. The unit price bid shall include the
furnishing, compaction and testing of the hillside backfill in all
trenches in the access/utility easement as shown on the plans and as
specified.
Measurement shall be based upon verified quantities up to the theoretical
limits of the excavation required by the drawings and specifications. No
payment will be allowed for trench widths or depths in excess of the
requirements of the drawings and specifications unless approved in writing
in advance by the engineer.
Bid Item 29 - Sanitary sewer tap, wye and stubout from the new sewer line
Payment for the sanitary sewer tap, wye and stubout shall be made at the
lump sum price bid. The price bid shall include all excavation,
furnishing the wye and connection, bend, two (2) feet of 4 inch diameter
sanitary sewer service -line, impervious cap on the end of the stub out,
4x4 treated timber marker post, backfilling of non -paved areas, cleanup,
seeding, and every other item of work required for a complete
installation.
Bid Item 30 - Six inch diameter Polyethylene underdrain
•
Payment for the six (6) inch polyethylene underdrain shall be made at the
unit prices bid per linear foot for the underdrain complete in place. The
• prices bid shall be full compensation for clearing, disposal, temporary
fencing where necessary,, right of way preparation, surface removal,
• stripping and stockpiling topsoil. where required, trenching, furnishing
and laying the pipe underdrain system including pipe, geotextile and
aggregate, cleanup, repairing fences, seeding and/or sodding, fertilizing,
mulching, and every other item required for a complete installation as
specified with the specific exceptions of:
a) the class 7 aggregate backfill used in paved areas shall be paid for
separately under unit bid item 3,
(b) the final street repair shall be paid for separately under bid items
32 and 33.
(c) the core drilled connection shall be made under the unit price bid for
the connect unit bid item 31.
Bid Item 31 Connection of underdrain to existing storm drain
Payment for the connection of the 6 inch underdrain to the existing storm
drain shall be made at the unit price bid per lump sum for the underdrain
connection complete in place. The prices bid shall be full compensation
for surface removal, stripping and stockpiling topsoil where required,
trenching, disposal, core drilling, connection and grout, cleanup, seeding
and/or sodding, fertilizing, mulching, and every other item required for
a complete installation as specified with the specific exceptions of:
a) the class 7 aggregate backfill used in paved areas shall be paid for
separately under unit bid item 3, - -
(b) the 'final street repair shall be paid for separately under unit bid
items 32 and 33. 1
7
I
Bid Item 32 - Final Asphalt Street Repair
L
I
I
I
I
I
I
7
El
I
Measurement shall be by the nearest 0.1 square yard of final repair
' product in place.
Bid Item 35 Four inch thickness aggregate driveway replacement/repair.
' Payment for the four inch thickness segregate concrete driveway repair
shall be made at the unit price bid per square yard. The unit price bid
shall be full compensation for replacement and repair and exact match of
the existing aggregate drive and as detailed on the contract drawings,
' furnishing and placement of reinforcing, concrete, joint materials, all
forming, labor, equipment, tools and any other items required for a
complete installation for concrete driveway replacement/repairs as
detailed on the plans and defined in the technical specifications.
' Measurement shall be by the nearest 0.1 square yard of final repair
product in place.
Payment for the final asphalt street repair shall be made at the unit
price bid per square yard. The unit price bid shall be full compensation
for the removal and disposal of the base material to the depth required
for the repairs as detailed on the contract drawings, furnishing and
placement of concrete, prime, hot -mix asphalt concrete (HMAC), all
forming, labor, equipment, tools and any other items required for a
complete installation for asphalt street repairs as detailed on the plans
and defined in the technical specifications.
Measurement shall be by the nearest 0.1 square yard of final repair
product in place.
Bid Item 33 - Final Concrete Street Repair
Payment for the final concrete street repair shall be made at the unit
price bid per square yard. The unit price bid shall be full compensation
for the removal and disposal of the base material to the depth required
for the repairs as detailed on the cont::act drawings, furnishing and
placement of concrete, all forming, labor, equipment, tools and any other
items required for a complete installation for concrete street repairs as
detailed on the plans and defined in the technical specifications.
Measurement shall be by the nearest 0.1 square yard of final repair
product in place.
Bid Item 34 - Four inch thickness driveway replacement/repair.
Payment for the four inch thickness concrete driveway repair shall be made
at the unit price bid per square yard. The unit price bid shall be full
compensation for replacement and repair of existing drives as detailed on
the contract drawings, furnishing and placement of reinforcing, concrete,
joint materials, all forming, labor, equipment, tools and any other items
required for a complete installation for concrete driveway
replacement/repairs as detailed on the plans and defined in the technical
specifications.
' Bid Item 36 - Four inch thickness sidewalk replacement/repair.
Payment for the four inch thickness concrete: sidewalk repair shall be made
' at the unit price bid per square yard. The unit price bid shall be full
compensation for replacement and repair of existing drives as detailed on
the contract drawings, furnishing and placement of reinforcing, concrete,
joint materials, all forming, labor, equipment, tools and any other items
required for a complete installation for concrete driveway
H
replacement/repairs as detailed on the plans and defined in the technical
specifications. -
Measurement shall be by the nearest 0.1 square yard of final repair
product; in place.
Bid Item 37 Two (2) inch caliber replacement pin -oak trees.
This item is not guaranteed. If the item is required by the engineer the
payment for the two (2) inch caliber replacement pin -oak trees shall be
made at the unit price bid per each tree. The unit price bid shall be
full compensation for furnishing a healthy, quality tree installed to the
satisfaction of the engineer.
This item 'is not guaranteed and is depended upon the ability of Habitat
for Humanity to have the easements cleared• and shaped with volunteer
labor. If this item is included in this contract then the following shall
apply:
Payment under this item shall be made in accordance with unit price bid
per acre'. The price bid shall be full compensation clearing, grubbing,
proper disposal of cleared materials, shaping, seeding and restoration<of
the utility and access/utility easements as shown on the plans and/or
specified elsewhere. Additional topsoil, if required, will be a separate
pay item. Payment will be to the nearest 0.1 acre.
Bid Item 39 Erosion Control
i
Payment under this item shall be made in accordance with the lump sum
price bid. The price bid shall be full compensation for erosion control
.measures! required to prevent erosion of materials onto the City Streets or
onto private property as shown on the plans and/or specified elsewhere.
Bid Item 40 Mobilization and storage
Payment under this item shall be made in accordance with the lump sum
price bid. The price bid shall be full compensation for all mobilization,
storage and field incidentals. Payment under this item will be made as
a percentage of project completion..-
. t
Bid Item 41 -, 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 110 Measurement and Payment
9
Section 120 TESTING
1. General.
The Contractor shall be responsible for and shall pay all
any inspection or testing required in connection with the
acceptance of materials or equipment incorporated in the
in Article 13 of the General Conditions and Article SC -13
Conditions and paragraph 28 of Section 100, General P
Testing.
2. Certificates of Compliance.
costs associated with
Owner's or Engineer's
work, as provided for
of the Supplementary
roject Requirements -
The Contractor shall be responsible for furnish to the Engineer materials and
equipment manufacturers' duly 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.
The City of Fayetteville shall have the right to approve or reject the
contractor's proposed lab based upon sound Engineering principles. Copies of all
testing reports must be forwarded directly to the Engineer by the testing
laboratory.
3. Specific Requirements.
Specific requirements for testing and certificates of compliance are set forth
in the Technical Specifications for each item of work.
All field tests required for a project shall be witnessed by the City Engineering
Division representatives in the presence of the Engineer and Contractor, or their
approved representatives.
All tests require a minimum notice of 24 hours. The 24 hours is a minimum only,
the exact time for testing and required inspections shall be determined by the
City of Fayetteville Engineering Office.
1
I
Section 140 SCHEDULES, PROGRESS MEETINGS AND PUBLIC NOTICE
1. General.
The Contractor -,shall utilize and maintain through project completion, scheduling 1
of all phases of work required for completion of the project within the contract
time. Such. schedule shall follow the requirements of Article 6 of the General
Conditions and Article SC -6 of the Supplementary Conditions, Paragraphs 3 and 5
of Technical Specification 100, General Project Requirements, and as specified
herein. The schedule, project status and progress of the work will be reviewed
at a weekly progress meeting..
2. Schedule. _ 1
The Contractor shall show all various phases of work to be performed,
submittals, materials, and equipment, manpower, skills, and equipment required,
and completion dates of various phases of the work to be performed for the timely
and proper completion of the project. The schedule must be in such detail that
the Contractor And Engineer can readily determine the work as planned and be able
to notify affected or adjacent property owners of the dates and times of work on
or adjacent to their property.
3. Weekly Progress Meetings.
The Contractor's superintendent and the Engineer's Representative and others
identified as needing to participate shall attend a weekly progress meeting
scheduled by the Engineer or his representative. The status of the project,
schedule and work to be accomplished in the next week will be reviewed and
discussed. The location of the meeting will be as set by the Engineer at a time
agreeable with the Contractor and the Engineer.
4. Public Notice.
The Contractor; on the basis of the schedule and progress meetings shall notify
the appropriate property owners of trenching, pipe laying, cleanup or other
activities scheduled to occur on, or adjacent to, their property during the forth
coming week. The minimum acceptable notification of property owners will be 48
hours in advance of occupying, storing materials on, or performing work on any
right-of-way or easement. It shall be the responsibility of the Contractor to
provide a minimum of 72 hours advance notice to the Engineer, Traffic Department,
Police and Fire Department prior to cutting or blocking any public street or
roadway.
All planned interruptions of water service shall be coordinated with the Engineer
and the Fayetteville Water Department. A minimum of 72 hours notice shall be
required. Service interruptions shall require advance approval from the Engineer
and if- allowed by the Engineer, shall be scheduled between 8:00 a.m. and 5:00
p.m. unless specifically approved otherwise..
Section 300 CRUSHED STONE BASE
1. General.
The work to be included under this section of the Specifications shall consist II
of providing all materials, labor, equipment, tools, supplies and incidentals
necessary for the completion of crushed stone base in areas which are presently
paved or which are to be paved, as shown on the contract plans and herein
specified.
2. Materials and execution.
All crushed stone base shall be Class 7 Aggregate Base Course as specified in
Table 303-1,.page 161, in section 303 AGGREGATE BASE COURSE, of the "Standard
Specifications for HIGHWAY CONSTRUCTION," Edition of 1993, published by the
Arkansas State Highway and -Transportation Department.
Crushed stone :base course shall be compacted to a minimum of 95 percent of
Modified Proctor Density (ASTM D1557-78).
3. Testing.
All Testing, gradation, plasticity, modified proctor standards and in -place II
densities of crushed stone base course shall be performed by a qualified lab in
accordance with Article 13 of the General Conditions, Article SC -13 of the
Supplementary Conditions and paragraph 27 of Section 100 GENERAL PROJECT
REQUIREMENTS.
Each paved crossing requiring crushed stone base course shall require a minimum
of one test report documenting an in -place density of at least 95 percent of
Modified Proctor Density.
For pipelines parallel in the street, one density test shall be taken per 250
feet or portion thereof.
4. Measurement and Payment.
Crushed stone base course shall be measured and paid by the unit as established
in the Bid schedule. If no separate bid or pay item exists for crushed stone
base course then all crushed stone base course will be subsidiary and no separate
payment will be made.
P
'
Section 310 PIPE BEDDING MATERIAL
1. 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 pipe bedding material as shown on the contract
plans and herein specified.
2. Materials and execution.
All pipe bedding materials shall be:
(1) ASTM D2774 - maximum particle size 1/2 inch. Contractor shall furnish
laboratory data documenting compliance with ASTM D2774 requirements prior to
placing of bedding material, or
(2) "Grit" as locally manufactured from crushed limestone. All "grit"
material shall be durable crushed aggregate with a maximum particle size of 5/16
inch and a maximum percentage passing the no. 200 sieve of 10 percent, or
(3) Sand... Sand shall consist of clean, hard, durable uncoated grains free
from lumps, clay and organic materials. All (100%) of "sand" shall pass a no.
8 sieve.
3. Execution..
All pipe, regardless of,type and material composition of the pipe, shall be
bedded with a minimum of 6 inches below the pipe to a minimum of 6 inches over
the top of the pipe the full width of the trench. Bedding material shall be
placed in maximum of 6 inch lifts and compacted with mechanical tamping
equipment. The Contractor shall use special care under pipe haunches and
fittings.
4. Testina and submittals.
The Contractor, prior to. delivery of material, shall furnish the supplier's
certificates of compliance with these specifications.
5. Payment.
NO SEPARATE PAYMENT shall be made for pipe bedding material, complete as shown
and specified.,
End of Section 310
1
I
Section 320 ROCK EXCAVATION
1. 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 excavation and propoer disposal of "ROCK" as defined in the
following.
2. Materials.
"ROCK" excavation shall be defined as all igneous, metamorphic and sedimentary
material encountered which requires the systematic drilling and/or hammering for
removal. This shall include all boulders or other detached stones each having
a volume of one cubic yard. or more.
3. Execution.
Blasting shall not be allowed.
Rock excavation shall be. accomplished by the use of drilling, hammering or other
mechanical means.
4. Payment.
SEPARATE PAYMENT shall be made for "ROCK" excavation as further defined in
SECTION 110 MEASUREMENT AND PAYMENT and the BID SCHEDULE.
End of Section 310
Lii
8
ED
a�
01
IF
IF
II
I
I
I
I
Section 400 CLEARING RIGHTS OF WAY, CUTTING D REPAIRING FENCES
' AN1. GENERAL
' The City of Fayetteville has acquired both permanent and temporary construction
easements for the water and sewer line construction.
Insofar as possible and unless subsequent permission is obtained from the Owner,
' the Contractor shall confine his activities to the rights of way obtained by the
City of Fayetteville.
The necessary rights -of -way and easements for the project and to carry out the
' work along the project will be provided by the City of Fayetteville except for
restrictions as noted below. The contractor shall confine his construction
operations to the immediate vicinity of the locations shown on the plans and
shall use due care in placing construction tools, equipment, excavated materials,
' and pipeline materials and supplies, so as to cause the least possible damage to
property and interference with traffic. The placing of such tools, equipment,
and materials shall be subject to the approval of the Engineer. The City of
Fayetteville will not be responsible for haul road to and from the right-of-way.
' The contractor shall not store any material, place any construction material or
trench material, place any equipment or activities nor allow any workmen off of
the defined construction area.
' The City of Fayetteville will not provide a materials storage area, a staging
area or any other area for use by the contractor except for the actual water line
and appurtenance construction.
' The contractor shall not store any materials upon the streets or within the
street right-of-ways or on the utility or water line easements which will not be
installed within the same day. The contractor shall not store any materials in
' any private yard without first furnishing to the Engineer a copy of written
permission from the property owner. The Contractor shall be responsible to
obtain any storage or yard areas the contractor requires.
IA minimum of one lane of traffic shall be safely maintained at all times.
The Contractor shall be responsible for all damage, to all property outside of the
rights -of -way and easements, and shall make satisfactory settlement for the
damage directly with the property owner and tenant involved, as their interests
may require.
All work performed, and all operations of the Contractor, his employees, or his
' subcontractors, within the limits of railroad and highway rights -of -way shall be
in conformity with the requirements, and be under the control (with the City of
Fayetteville), of the railroad or highway authority owning or having jurisdiction
over and control of, the right-of-way in each case.
All existing fences which interfere with the construction operations shall be
maintained by the Contractor until the completion... of the work affected thereby,
unless written permission is obtained from the City of Fayetteville thereof, to
leave an interfering fence dismantled for an agreed period of time. Where fences
must be maintained across the right-of-way, adequate gates shall be installed
therein. Gates shall be kept closed and locked at all times when not in use,
' with duplicate keys furnished to the Engineer.
Upon completion of the work across any tract of land, the Contractor shall
restore all fences to their original or to a :3etter condition and quality,
' purchasing new material and replace all materials lost, damaged, or destroyed.
Temporary gates installed by the Contractor in any fence line may be left in
place with the permission of the property owner and tenant of the property. All
materials used in fence repairs or replacements shall be approved by the
' Engineer.
The Contractor shall protect, shore, brace, support, and maintain all underground
constructions uncovered or otherwise affected by the construction work performed
by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility
poles, guy wires, and other surface structures affected by construction
operations in connection with the performance of the Contract, together with all
sod and shrubs in yards and parking removed or otherwise damaged, shall be
restored to their original condition as determined and approved by the Engineer.
All replacements shall be made with new materials. The Contractor shall be
responsiblefor all damage to streets, roads, highways, shoulders, ditches,
embankments, culverts, bridges, or other public or private property or facility,
regardless of location of character, which may be caused by moving, hauling, or ON
otherwise transporting equipment, materials, or. men to or from the work or any
part or site thereof, whether by him or his subcontractors. The Contractor shall
make satisfactory and acceptable arrangements with the owner of, or the agency
or authority ;having jurisdiction over, the damaged property or facility
concerning its repair or replacement or payment of costs incurred in connection
with said damage.
All fire hydrants and: water control valves shall be kept free from obstruction
and available for use at all times.
The Contractor shall be responsible for all damage to all property outside of the
rights -of -way and easements, and shall make satisfactory settlement for the
damage directly with the property owner and tenant involved, as their interests
may require.
No trees or cultured plants shall be cut, trimmed or removed unless clearly shown a
on the -plans or marked by the Engineer.. All trees and other vegetation which
is so marked and must be removed to perform the work, shall be removed and
disposed, of, or removed an saved, (as shown on the plans or in the contract
documents) by the Contractor. No on -site burning shall be permitted.
All protection of trees, trimming and repair of trees and plants shall be
performed by qualified nurserymen or horticulturists in accordance with the City
of Fayettevill e's Ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION".
2. CLEARING RIGHTS OF WAY
Parts of construction are indicated on the Plans as being through lawns,
planters, sidewalks, streets, parking lots, brush and undeveloped fields.
There is not an extra pay item for the clearing of rights of way or for the
disposing of blush, timber or other debris resulting from the clearing operation
for the water lines installed along Fifth Street. There is a separate pay item
for the clearing, grubbing and disposal of the utility and utility/access
easement north of Fifth Street on the lots .being developed by Habitat for
Humanity. Refer to the bid proposal and specification 110 MEASUREMENT and
PAYMENT for additional information.
(A) Brush, Timbered Areas, Fields. Where construction is indicated on the
Plans as being through brush, timbered areas, and fields of tall grass,
the Engineer shall stake the centerline of the proposed pipe -line. The
Contractor shall clear the rights of way of brush and other debris and do
such right of way construction as is necessary to provide an adequate
working area.
In clearing right of way, the Contractor SHALL NOT REMOVE ANY TREES UNLESS
CLEARLY MARRED TO BE REMOVED BY THE ENGINEER. Where water lines are to
be constructed in close proximity to shade trees, ornamental trees or any
other trees on this project, the Contractor will be expected to work near
the trees without removing or damaging' them. The Contractor shall
construct a free-standing protective wooden pen, 8 feet tall, around all
trees in close proximity to the work which are not to be removed.
Protective pens shall be maintained around trees until final cleanup and
seeding pr sodding have been completed.
III
All brush, timber and other debris required to be removed from the
' construction of the work shall be hauled from the site and disposed of at
the option of the Contractor. Burning of brush will not be permitted on
this project.
' (B) Lawns, Gardens, and Other Well -Kept Areas. Where construction is shown on
the Plans as being through lawns, gardens, or other well -kept areas, the
Contractor shall stake the general location of the rights of way, and
' shall provide line stakes. The Contractor: shall then clear any debris
from the rights of way. All shrubbery, garden areas, planters, flower
1..A.. .....11 -roan !loon tl.sw A 4nnh o 4n 14 mntnri nn A nti.ar 4temc of
' Contractor's expense. Unless specifically noted otherwise in a special
condition, the Contractor shall be respons:.ble to fully restore the area
to its original condition.
' No tress shall be shall be cut or removed unless clearly marked to be
removed by the Engineer.
All limbs and other debris requiring removal shall be hauled from the site
and disposed of at the option of the Contractor.
(C) Power Lines. Where the Plans show a poxtion of the line to be laid
' adjacent to or under power lines, it shall be the responsibility of the
Contractor to make any arrangements with the power company for 'tying off'
poles. It shall also be the responsibility of the Contractor to take
whatever steps are necessary to provide for the safety of the workmen and
equipment when working in the vicinity of these power lines.
The Contractor is advised of the extreuae hazard to personnel from
equipment contact or near contact with conductors of the transmission
' line. It is strongly recommended that low profile construction equipment
be used and that a minimum 15 feet vertical clearance be maintained
between any equipment and transmission conductors.
' Unless the water line is specifically set out to cross within the limits
of the power line right of way, the Contractor shall not alter or work
within the limits of the existing power line right of way.
' (D) Miscellaneous. Several signs, mailboxes:, posts, fences, and other
obstructions are to be removed and replaced along the right of way. These
• shall be removed and protected. After pipe construction is complete, they
shall be replaced in their original conditions.
' (E) Fences - Cutting and Repairing. The Plans show fences to be crossed
during the course of construction. Prior to the cutting of fences the
Contractor shall install a brace post assembly in the existing fence on
' each side of the water line. The exact location for the brace post
assembly shall be field determined. The :ension of the existing fence
shall not be reduced. The Contractor shall then construct temporary
fencing so as to maintain livestock in th'a original pasture during the
' construction period. There is no separate pay item for temporary fencing.
After the pipeline has been installed, backEill placed and compacted, and
excess material removed, the Contractor shall rebuild the fences across
' the right of way. Fencing shall be replaced according to the type of
fence to be crossed during construction using new materials which are
equal to or better than the original fencing materials.
I1
1.1
Where removal, replacement or repair of chain link, ornamental iron, wood,
rock or masonry fence is required, the Contractor shall retain a qualified
specialty contractor to perform the work.
3
11
(F) Restoration of Property Markers. Where property markers or public righ
of way markers have been disturbed or will be removed in the course o
construction, the Contractor shall retain an Arkansas Registered Lan
Surveyor to witness the position of the marker prior to disturbance o
removal. After the completion of construction, an Arkansas R.L.S. shal
be retained to restore all disturbed or removed markers to their origina
position'.
I
The Contractor: shall be responsible for all safety requirements and for takin
all steps necessary to assure the safety of the public and any livestock in th
vicinity of the construction area. • END OF SECTION 400
}
r
4
I
Li
I
I
I
7
I
I
I
C
I
C
Section 401 SURFACE REMOVAL
GENERAL
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, and incidentals necessary
for removing surfaces within the limits of lawns, gardens, mowed, cultivated, or
other well -kept areas or within the limits of any paved or unpaved driving
surface.
This specification does not apply to state or iE.terstate highways, or driving
surfaces within railroad rights of way unless otherwise directed by the Engineer.
ALLOWABLE REMOVAL
In all areas where water lines, air release valve manholes, and other
appurtenances are to be constructed, the surface shall be removed prior to
excavating the trench. There is no pay item fo:r surface removal and surface
removal shall be considered part of trench excavation. The allowable limits of
removal are dependent upon the type of area in •Dr through which construction
occurs and are set out below. No payment for sur£a.ce repair will be made outside
the width of allowable removal.
(A) Lawns, Gardens, Mowed or Cultivated Areas, and Other Well -Kept Areas. In
these areas, the Contractor shall excavate, the top 6 inches of topsoil
from the ditch line and store such along one side of the ditch line so
that it does not become mixed with the remaining excavation which shall be
stored on the other side of the ditch line. Any such topsoil which is
allowed to become mixed with other trench excavations shall be replaced
with topsoil approved by the Engineer at the Contractor's expense.
The width of allowable surface removal shall be the standard trench width
as shown on the detail sheet of the Plans, or the depth of the trench to
the existing water flow line at its deepest. point, whichever is greater.
The length of ground cover removed for the thstallation of pipe, fittings,
manholes, or other appurtenances shall be the linear dimension of such
structure plus 12 inches.
(B) Wooded and Rocky Areas. In wooded or rocky areas the ground cover shall
be removed as set out in paragraph B.1 above except that the Contractor is
not required to separate and store the top 6 inches of topsoil along the
ditch line.
(C) Driving Surfaces. Excavation within the limits of any driving surface,
including paved and gravel streets or roads, driveways or parking areas
shall be in accordance with the following specifications.
The Contractor shall remove pavement and xoad surface as a part of the
' trench excavation, and the amount removed shall depend upon the width of
trench specified for the installation of pi;e, and the width and length of
pavement area required to be removed for the installation of pipe,
fittings, manholes, and other appurtenances.
' The Contractor shall use such methods, either drilling, chipping or sawing
as will assure the breaking of the pavement along straight lines. The
face of the remaining pavement shall be approximately vertical.
' Driving surface pavement and road surfaces shall be removed to the
dimensions set out below depending upon the type of driving surface to be
removed.
1J
1. Asphaltic Pavement Removal.Asphaltic pavements shall be removed in
accordance with the -dimensions set out below..
a) Removal of Pavement for Pipe Construction. The width of
asphaltic pavement removed along the normal trench line for
the removal and/or installation of pipe, fittings, or other
appurtenances shall be as shown on the detail sheet of the
Plans.
The length of the asphaltic pavement to be removed for. the
installation of pipe,,fittings,.or other appurtenances shall
be the linear dimension of such structure plus 12 inches.
b) Removal of Pavement around existing Valve Boxes and other
appurtenances. A square cut shall be made in the pavement
area extending 18 inches each side of the valve box or other
appurtenance. The pavement and underlying base and/or subgrade
material shall then be removed to the depth necessary to expose
the existing object. This material shall be hauled from the
• t site and disposed of by the contractor.
2. Concrete Pavement Removal. • Concrete pavements shall be removed in
accordance with the dimensions set out below.
a)Removal of Pavement for Pipe Construction. The width of
concrete pavement removed along the normal trench line for the
removal and/or installation of pipe, fittings, or other
appurtenances•shall be as shown on the detail sheet of the
Plans. `
4 The length of the concrete pavement to be removed for the
installation of pipe, fittings, or other appurtenances shall.
be the linear dimension of such structure plus 12 inches.
b), Removal of Pavement around existing Valve Boxes and other
appurtenances. A' square cut shall be made in the concrete
pavement within an area extending 12 inches each side of the
valve box or other appurtenances. The pavement and underlying
base and/or subgrade material shall then be removed to the
depth necessary to expose the existing object. This material
shall be hauled from the site and disposed of by the
contractor.
3. Unpaved Driving Surfaces. .Gravel, dirt, or other unpaved driving
surfaces shall be removed as follows. -
a): Removal of Surface for Pipe Construction. The width of
unpaved surface removed along the normal trench line for the
installation of pipe shall be the standard trench width as
defined on the detail sheet of the Plans plus 24 inches on
each side of the trench.
The length of unpaved surface removed along the normal trench
line for the installation of fittings or -other appurtenances
shall be the dimension'of such structure plus 12 inches.
r
(D) Sidewalk and Curb and Gutter Removal. Sidewalk and curb and gutter shall
only be removed as shown on the plans or at the direction of the -Engineer.
The width of concrete removed when so directed shall be the standard trench
width as shown on the plans plus a minimum of 18 inches on each side of the
trench to the next existing joint.
2
(E) Additional Surface Removal, wherever, in the opinion of the Engineer,
existing conditions make it necessary or ;advisable to remove additional
surfaces, the Contractor shall remove it a:s directed by the Engineer. No
extra compensation will be allowed for the extra surface removal.
However, additional payment will be made at the unit price bid for the
appropriate surface
repair/replacement
item
as set out under the Methods
'
of Measurement and
Payment Section of
these
Specifications.
However, if the Contractor removes or damacles pavements beyond the limits
' specified above without approval of the Engineer, such surfaces shall be
replaced or repaired at the expense of the Contractor.
I
END OF SECTION 401
I
I
I
L
I
I
n
I
I
I
CI
3
El
1 Section 406 PIPE FOR WATER LINES - GENERAL
' General.
The pipe for water lines to be used on this specific project shall be as follows:
I
I
I
I
Size Materials
I.D. - Inches Pipe Type Specifications
2 inch Polyvinyl Chloride (PVC) ASTM D-2241 DR13.5
4 inch and larger Polyvinyl Chloride (PVC) AWWA C900 DR14
The pipe shall further be manufactured, furnished installed, flushed, tested and
disinfected in accordance with the following sections of these Specifications:
Pipe material Specification Section
Ductile iron 411
PVC 412
All water mains shall be laid a minimum of 10 feet horizontally from any existing
or proposed sanitary sewer including force mains. The 10 feet minimum distance
shall be measured from edge to edge. If conditions in the field will not permit
the 10 feet required separation, then the contractor shall immediately notify the
Engineer for further instructions.
' All water mains which cross sewers shall be laid to provide a minimum of 18
inches positive vertical clearance for the water line above the sewer lines as
measured from edge to edge. This shall be required if the water line is
initially above or below the sewer line and must also be worked with the minimum
' cover requirements. At all crossings, the water line pipe shall be adjusted to
provide one full length of water line pipe over the sewer line with both joints
located as far as possible from the sewer line.
I
I
C
C
L
The exact location of many underground structures and utilities,both known and
unknown has not been determined. It shall ke the responsibility of the
contractor to prospect in advance of the water l:ne construction to locate any
and all conflicts and to determine exact locz.tions for service and other
connections. If any conflicts with the water line construction are found the
contractor shall notify the Engineer immediately.
All water line shall be laid in the dry. Work shai.l not be permitted during rain
or with water standing in the trenches. All water line trenches shall be
subject to inspections. The Contractor shall not: backfill any trench or cover
any fitting or blocking until the water line or appurtenance has been approved
by the Engineer or his representative.
Unmanned open trenches shall not be allowed
be allowed.
End of Section 406
Overnight open trenches shall not
1
Li
' Section 411 DUCTILE IRON PIPE AND DUCTILE IRON PIPE FITTINGS FOR 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 construction of ductile iron pipe water lines. The work shall
include every item of construction necessary 1br a complete and acceptable
installation as shown on the Plans and hereinafter specified.
B. MATERIALS
H
I
I
i'H
I
I
I
I
I
I
I
I
1. Ductile Iron Pipe and Ductile Iron Pipe Fittings. Unless otherwise shown
on the Plans or specified, all pipe and p:.pe fittings furnished on this
project shall be ductile iron, with either push -on or mechanical type
joints. Flanged pipe or pipe fittings shall be used only as indicated on
the Plans, and shall be in conformance with this Specification.
a. Ductile Iron Pipe. All ductile iron pipe furnished with either
push -on or mechanical type joints shall conform to the requirements
of Ductile Iron Pipe, Centrifugally Cast in Metal Molds or
Sand -Lined Molds, for Water or Other Liquids,' AWWA Standard C151,
latest revision, and shall be designed to withstand compacted earth
loadings as applied according to thei:onditions set out on the Plans
with an AASHTO HS -20 truck live load.. The external loading shall be
based on a soil density of 120 pounds per cubic foot and Type 3
standard laying conditions.
All ductile iron pipe shall be pressure Class 350 and shall be
designed in accordance with the requi::ements of 'Thickness Design of
Ductile Iron Pipe,' ANSI/AWWA C150/A21.50-91, effective March 1,
1992.
b. Compact Ductile Iron Pipe Fittings 43 Inch Through 16 Inch). All
fittings 3 inches through 16 inches shall be ductile iron fittings
and shall conform to the requirements of ANSI/AWWA C153/A21.53,
latest revision, for 'Ductile Iron Ccmpact Fittings, 3 Inch Through
16 Inch, for Water and Other Liquids.'
c. Ductile Iron Pipe Fittings (Larger Than 16 Inch). All fittings
larger than 16 inches 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 Inch Through
48 Inch, for Water and Other Liquids.'
d. 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 and Gray -Iron Pressure Pipe and Fittings,ANSI/AWWA
C111/A21.11, latest revision.
e. Restrained Joints. Where shown on the Plans, restrained joint pipe
and fittings shall be ductile iron pipe manufactured in accord with
applicable sections of ANSI/AWWA C151/A21.51 and ANSI/AWWA
C110/A21.10. All restrained joint pipe shall be 'TR Flex,' as
manufactured by U. S. Pipe, 'Flex -Ring' joint as manufactured by
American Ductile Iron Pipe, or equal.
1
f. Swivel Fittings and Fire Hydrant Tee. Fire hydrant shall be set
using NJ, MJ, swivel joint fittings having retainer lip and swivel
rotatable gland for positive restraint without tie rods. Restraint
joints shall be used where testing will be done against closed
valves, and at other locations at the Contractor's option.
Flanged Ductile Iron Pipe with Threaded Flanges. Where shown on the
Plans, the Contractor shall furnish and install flanged ductile iron pipe
and flanged ductile iron fittings in accordance with the following
Specifications.
a. Pipes and Flanges. All flanged pipe furnished on this project shall
be ductile iron pipe in conformance with the requirements for
'Flanged Ductile Iron Pipe with Threaded Flanges," ANSI/AWWA
C115/A21.15, latest revision.
b. Bolts and Gaskets. Bolts and gaskets shall meet the requirements of
ANSI/AWWA Clll/A21.11, latest revision, for Rubber -Gasket Joints
for Ductile -Iron Pressure Pipe and Fittings.'
Cement Mortar Lining. 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.
4. 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.
a. Factory Primed Pipe. Unless otherwise shown on the Plans, all
• exposed pipe and fittings within the limits of structure walls or
all pipe exposed above ground shall be delivered to the job site
• factory blasted, cleaned and primed with one coat of Kop-Coat 340
Gold Primer or Kop-Coat 622 LCF Primer, or approved equal.
b. Bituminous Coating. All pipe and fittings indicated for buried
service shall have a bituminous coating approximately 1 mil thick.
The coating shall be factory applied to the outside of all pipe and
fittings. The finished coating shall be continuous, smooth, neither
brittle when exposed to the cold nor sticky when exposed to the sun,
and shall be strongly adherent to the pipe or fitting.
5. Ductile.Iron Pipe Joint Lubricant. Joint lubricant shall be provided by
the pipe manufacturer, and applied as per the manufacturer's
recommendations.
6.Polyethylene Encasement. Material and execution for polyethylene
encasement shall be as specified in Section 413, POLYETHYLENE ENCASEMENT.
7. Pipe detection tape. Material and execution for pipe detection tape shall
be as specified in Section 414,- PIPE DETECTION TAPE.
8. Crushed Stone Trench Backfill. Crushed limestone trench backfill, where
required; shall be aggregate base course, Class 7, as defined in Section
303 of the 1993 Edition of the Arkansas State Highway Department
Specifications. The crushed limestone supplier shall submit certificates
stating that the materials provided are in conformance with these
Specifications.
9. Concrete.. Concrete used for reaction backing, pipe cover, or pipe
encasement shall be in conformance with the Concrete section of these
Specifications.
10. Affidavits of Compliance and Independent Laboratory Inspection. All
ductile iron pipe and ductile iron pipe fittings furnished and installed
on this project shall be inspected and tested by the manufacturer. The
manufacturer shall furnish to the Engineer, prior to delivery,
certificates stating that all pipe will be manufactured in compliance with
' these Specifications. The certificate shall also fully describe the pipes
proposed to be furnished.
If evidence appears that all provisions' of the applicable ASTM/AWWA
Standards have not been complied with at tor the pipe has been delivered,
the Owner will require such field testing and sampling as necessary for
certified statements of compliance to the provisions of said standards to
be furnished by an approved independent laboratory. The cost for the
testing and sampling or job delay will be the responsibility of the pipe
supplier if the pipe is not in compliance. The Owner will pay the cost of
the testing and sampling if the pipe is in compliance with the
Specifications. However, the Owner will not be responsible for job delay.
The independent laboratory shall be one which may be chosen by the pipe
manufacturer and approved by the Engineer.
C. DUCTILE IRON PIPE WATER LINE CONSTRUCTION
Ii. General. The Contractor shall, unless otherwise specified, furnish all
material, equipment, tools and labor necessary to do the work required
under this contract and unload, haul and distribute all pipe, castings,
' fittings, valves, hydrants and excavate the trenches and pits to the
required dimensions; excavate the bell holes, construct and maintain all
bridges for traffic control; sheet, brace and support the adjoining ground
or structures where necessary; handle all drainage or ground water;
' provide barricades, guards and warning lights; lay and test the pipe,
castings, fittings, valves, hydrants and roadway surface unless otherwise
stipulated; remove surplus excavated material; clean the site of the work;
and maintain the street or other surface over the trenches as specified.
' 2. Alignment and Grade. The water main shall be installed and maintained to
the required lines, grades and top of. ripe elevations shown on the
construction Plans with fittings, valvets and hydrants, and other
appurtenances, at the required locations, spigots centered in bells, and
all valve and hydrant stems plumb. The Contractor shall provide survey
layout (conducted by qualified experienced surveyors) to maintain the
required grades and alignments. The Contractor shall provide the Engineer
with a written tabular list of layout cuts, station locations and hub
offsets for all pipe laying. The required tabular list for any given
segment of the pipeline shall be provided to the Engineer at least five
working days in advance of excavation of the segment in question.
' 3. Creek or River Crossings. This section of the Specifications does not
govern the construction of creek or river crossings. All creek and river
crossings as set out on the Plans or as specified, shall be constructed in
' accordance with Section 493, CREEK OR RIVER CROSSINGS.
4. Installing Ductile Iron Pipe. Ductile ironpipe and ductile iron pipe
fittings shall be installed in conformance with the recommendations of
AWWA C600, latest revision, for Installation of Ductile Iron Water Mains
and Their Appurtenances,and in confo�;mance with the Plans and
Specifications. All ductile iron pipe, ductile iron fittings and all
other metal shall be wrapped with 8 mill po:.yethylene in accordance with
' specification 413, POLYETHYLENE ENCASEMENT.
5. Requirements Preparatory to Trench Excavation. In all areas where water
lines, valves, or other appurtenances are to be constructed, the existing
surface shall be removed prior to excavating the trench. There is no pay
item for these requirements and shall be considered part of the trench
excavation. These requirements are dependent upon the type of area in
which water line construction occurs and aria set out elsewhere in these
Specifications.
6. Trench Excavation. All excavation of any nature shall be unclassified and
payment for same shall be included in the unit price bid for furnishing
and laying of the various sizes of pipe in place.
The trench shall be excavated so that the pipe can be laid to the
alignment and depth required, and it shall be excavated only so far in
advance of pipe laying as set out elsewhere in this Specification. It is
essential that the discharge of any trench dewatering pumps be conducted
to natural drainage channels, drains or storm sewers.
The Contractor shall proceed with caution in the excavation and
preparation of the trench so that the location of underground structures
and utilities, both known and unknown, may be determined, and he shall be
held responsible for the repair of such structures and utilities when
broken or otherwise damaged.
The Contractor is reminded of the importance of Safety and compliance with
all safety requirements of the contract and State and Federal regulations.
a. Trench Depth. The trench shall be excavated to at least 6 inches
below the grade required to provide a minimum of 36 inches of pipe
cover. This pipe cover shall be measured and is defined as follows.
(1) Land Level Normal to the Direction of the pipeline. A minimum
of 36 inches of cover shall be provided. This cover shall be
measured from the top of the barrel of the pipe to the top of
the existing natural ground surface.
7
(2) Cut Sections. A minimum of 36 inches of cover shall be
required. This cover shall be measured from the top of the
pipe barrel to the adjacent low surface of the right of way.
(3) Fill Sections. A minimum of 36 inches of cover shall be
required. This cover shall be measured from the top of the
pipe barrel to the natural ground surface underlying the fill.
b. Trench Width. The excavated water line trench shall be in general
conformance with the typical ditch section 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.
c. 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 100 feet, and trench
excavated to grade shall not exceed 100 feet.
Every trench in rock shall be fully opened at least 50 feet in
advance of the place where pipe is being laid.
Ductile Iron Pipe Bedding. After the trench has been excavated as set out
above, the ductile iron pipe shall have a bed prepared according to the
type of area through which construction is proceeding.
a. Pipe Bedding. The ductile iron pipe shall be bedded in bedding
material as specified elsewhere in these Specifications. The pipe
shall be bedded from a point 6 inches below the bottom of the pipe
barrel to 6 inches over the top of the pipe. All overexcavation
below the pipe shall be backfilled with pipe bedding material at the
Contractor's expense, except as provided in 411-C.8 below. The
additional material required will be placed in 3 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 Bedding (Driving Surfaces Curb and Gutter, or Areas Underlain
by Solid Rock). Where the water line excavation is within the
limits and approximately perpendicular to or crossing curb and
gutter or driving surfaces, including paved and unpaved roads,
driveways or parking lots, the bedding material shall be aggregate
4
base course, Class 7. Where the bottom of the trench is solid rock,
the pipe bedding material shall be aggregate base course, Class 7.
All overexcavation below the pipe ,hall be backfilled with pipe
bedding material it the Contractor's expense. The bedding material
shall be aggregate base course Class 7. The additional material
required will be placed in 3 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.
8. 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 iii the judgment of the Engineer
should be removed, the Contractor shall excavate and remove such
' unsuitable material to the width and de•-pth ordered by the Engineer.
Before the pipe is laid, the subgrade shall be made by backfilling with
aggregate base course, Class 7, in 6 inch uncompacted layers. The layers
shall be hand or machine tamped so as to provide a uniform and continuous
t bearing and support for the pipe at all points along the pipe length.
Extra payment will be made for the additional trench backfill required in
accordance with the Methods of Measurement. and Payment section of these
Specifications. However, no additional compensation will be made to the
' Contractor for the additional excavation.
9. Bracing and Shoring. The sides of any excavation, when deemed necessary,
shall be properly supported with bracing, shoring or sheeting as the need
' may be. Such bracing and shoring shall be withdrawn as the work
progresses. In case the excavation is close enough to buildings or other
foundations as to endanger their stability by the removing of such
bracings, then they shall be made secure and left in place, and the water
' 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. This section does include
all requirements for trench safety and the Contractor shall comply with
the OSHA requirements for trench safety as specified elsewhere in these
specifications.
10. 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 limestone bedding gravel at his own expense. Under
no conditions will ductile iron pipe water line be laid in a trench that
has not been properly dewatered.
11. 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.
12. Concrete Reaction Backing. All ductile iron pipe fittings shall have
concrete reaction backing. Backing shall be placed between solid
undisturbed soil and the fitting to be anchored. The area of bearing on
the pipe shall be that shown on the detail sheet of the Plans. 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 8 mill polyethylene prior to the placement of reaction
backing.
I
4 1
..Concrete Pipe Cover. Where shown on the Plans or otherwise directed by
the Engineer, concrete cover shall be placed over the top of the water
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.
Concrete. Encasement. Where shown on the Plans or otherwise directed by
the Engineer, the water 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.
.Concrete Thrust Anchors. Where shown on the Plans or otherwise directed
by the Engineer, concrete thrust anchors shall be constructed as shown in
detail on the Plans. Actual dimensions of the anchors will be determined
by the width of the trench at each location where an anchor is to be
constructed.
Pipe Detection Tape, Pipe Protection Cover and Backfill. Pipe detection
tape; pipe protection cover and backfill shall be placed in accordance
with these Specifications.
Flushing, Sterilizing and Testing of Ductile Iron Pipe Water Lines. Newly
laid water lines shall be flushed, sterilized and tested in accordance
with these Specifications.
Cleanup.. Cleanup shall be in accordance with these Specifications.
Replacement and Repair of Driving Surfaces. Replacement and repair of,
driving surfaces shall be made in accordance with these Specifications, as
applicable.
END OF SECTION 411
i
I
I
Section 412 POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS FOR 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 construction of polyvinyl chloride (PVC) pipe water lines. The
work shall include every item of construction necessary for a complete and
acceptable installation as shown on the Plans and hereinafter specified.
1 B. MATERIALS
1. Polyvinyl Chloride (PVC) Water Pine
' a. Two (2) inch Diameter. PVC watsir pipe shall conform to the
requirements of ASTM D-2241, latest revision. The plastic material
used in making the pipe shall be clean, virgin, Cell Classification
124548 PVC compound conforming to ASTM Resin Specification D-1784,
latest revision. Clean, reworked material generated from the
manufacturer's own production shall be acceptable as long as the
pipe produced meets all the requirements of the Specifications.
The pipe shall be pressure rated at 200 psi, with standard dimension
ratio (SDR) 13.5. Net laying lengths shall be 20 feet fl inch.
' b. Diameters four (4) Inch and larger. PVC water pipe in these sizes
shall conform to the requirements of AWWA C900, latest edition. The
pipe shall be Class 200 with standard dimension ratio (SDR) 14. Net
laying lengths shall be 20 feet ±1 inch.
' 2. Joints for PVC Pipe
a. Two (2) inch Diameters. All joints for 2 inch diameter PVC pipe
shall comply with ASTM Specification D-3139, 'Joints for Plastic
Pressure Pipes Using Flexible Elastomaric Seals.Joint bells shall
be formed integrally with the pipe and shall have a raceway or
groove which is specially formed to accept and retain the gasket.
Pipe spigots shall be beveled and shill have insertion stop marks.
• Qualification tests of the joint des:Lgn shall result in no leakage
under various laboratory test conditions of joint alignment and
pressure at 2-1/2 times rated pressure and at 22 inches (560 mm) Hg
vacuum.
b. Diameters four (4) inch and larger. All joints for PVC pipe having
diameters larger than or equal to 4 inches shall conform to the
requirements of AWWA C900, latest edition.
3. Fittings for PVC Pipe
1 a. Two (2) inch Diameters. All fitting:; for 2 inch diameter PVC pipe
shall comply with ASTM Specification D-3139, Joints for Plastic
Pressure Pipes Using Flexible Elastomiaric Seals.' Joint bells shall
be formed integrally with the pipe and shall have a raceway or
groove which is specially formed to accept and retain the gasket.
Pipe spigots shall be beveled and shall have insertion stop marks.
Qualification tests of the joint design shall result in no leakage
1 under various laboratory test conditions of joint alignment and
pressure at 2-1/2 times rated pressure and at 22 inches (560 mm) Hg
vacuum.
I
b. Diameters four (4) Inch.and larger. All fittings for PVC pipe
having diameters 4 inch or larger shall be mechanical joint ductile
iron complying with Section 411 of these Specifications. The
Contractor shall furnish any transitions, gaskets, or other devices
required to adapt mechanical joint ductile iron fittings to PVC
water pipe as a part of the item bid as "ductile iron fittings." No
pay item for such devices is included in this contract, but shall be
considered subsidiary to the.bid item of ductile iron fittings.
4. Gaskets for PVC Joints and Fittings. Gaskets shall be molded or extruded
from a high grade, properly vulcanized, elastomeric compound consisting of
either a basic natural or synthetic rubber. Gaskets shall be marked to
show IPS. for pressure rated pipe, nominal pipe size, manufacturer's
identification, and year of manufacture. Gaskets shall be color striped
on the side of the gasket that faces the open bell to facilitate proper
installation. . Gaskets shall comply 'with the requirements of ASTM
Specification F-477, Elastomeric Seals (Gaskets) for Joining Plastic
Pipes.'
5. Lubricant for PVC Joints and Fittings. Lubricant shall be suitable for
water piping use at temperatures from 5° to 120° F. (-15" to 50° C.). It
shall have no deteriorating effect on the gasket or pipe material. It
# shall be.non-toxic and not support the growth of bacteria. It shall be
water. soluble and shall not impart taste or odor to water in the water
.line which has been properly flushed. Containers shall be labeled with
the manufacturer's name and identified as PVC pipe joint lubricant. Each
lubricant container shall ave printed instructions for usage and joint
assembly.
6. Polyvinyl Chloride Pipe Bedding Material. Bedding material for PVC pipe
shall be'as specified in Section 310, PIPE BEDDING MATERIAL. Note: There
is no special pay item for PVC pipe bedding material. .This item shall be
considered subsidiary to the PVC pipe.
7. Crushed Stone Base Trench Backfill. Crushed stone base trench backfill
(where required) shall be aggregate base course, Class 7, as specified
elsewhere in these Specifications. Note: This item shall be paid for at
the unit price bid in the Bid, and as set out in the Methods of
Measurement and Payment.
8. Concrete. Concrete encasement or cover (where required) shall be as
specified elsewhere, in these Specifications.
9. Special Pipe Cover. Special pipe cover (where required) shall be as set
out for bedding gravel as hereinbefore specified. Note: There is no
special pay item for special pipe cover.
10. Independent Laboratory Inspection. PVC pipe and PVC pipe fittings
furnished and installed on this project shall be inspected and tested by
the manufacturer. 'The Contractor shall furnish to the Engineer, prior to
delivery, manufacturers' certificates stating that all pipe will be
manufactured in compliance with these Specifications. The certificate
shall also fully describe the pipe proposed to be furnished.
If evidence appears that all provisions of the, applicable ASTM Standards
have not, been complied with after the pipe has been delivered, the Owner
will require such field testing and sampling as necessary for certified
statements of compliance to the provisions of said standards to be
furnished by an approved independent laboratory. The cost for the testing
and -sampling or job delay will be the responsibility of the pipe supplier
if the pipe is not in compliance. The Owner will pay the cost of the
testing and sampling if the pipe is in compliance with the Specifications.
However,, the Owner will not be responsible -for job delay. The independent
laboratory shall be one which may be chosen by the pipe manufacturer and
approved' by the Engineer.
2
I
11. Tracer Wire. Tracer wire shall be 14 gaugo coated copper for underground
1 burial and shall be taped to the top of the pipe at 12 foot intervals.
Additionally, the trace wire shall extend from the main along all services
into the meter box.
1 12. Pipe Detection Tape. Pipe detection tape stall be furnished and installed
in accordance with Section 414, PIPE DETECTION TAPE.
I
I
I
I
I
POLYVINYL CHLORIDE PIPE WATER LINE CONSTRUCTION
General. The Contractor shall, unless otherwise specified, furnish all
material, equipment, tools and labor necessary to do the work required
under this contract and unload, haul and distribute all pipe, castings,
fittings, valves, hydrants and excavate the trenches and pits to the
required dimensions; excavate the bell holes, construct and maintain all
bridges for traffic control; sheet, brace and support the adjoining ground
or structures where necessary; handle all drainage or ground water;
provide barricades, guards and warning lights; lay and test the pipe,
castings, fittings, valves, hydrants and rcadway surface unless otherwise
stipulated; remove surplus excavated material; clean the site of the work;
and maintain the street or other surface over the trenches as specified.
Alignment and Grade. The water main 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.
Installing Polyvinyl Chloride Pipe. All pipe and fittings for pipe 4
inches in diameter and larger shall be installed in conformance with the
recommendations of ANSI/AWWA C605-94, "AWWA Standard for Underground
Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for
Water" and in conformance with the Specifications hereinafter set out. All
2 inch pipe and fittings shall be installed in accordance with ASTM D-
2774, Underground Installation of Thermoplastic Pressure Piping,' and in
conformance with the Specifications hereinafter set out.
4. Requirements Preparatory to Trench Excavation. In all areas where water
lines, valves, or other appurtenances are to be constructed, the existing
surface shall be removed prior to excavating the trench. There is no pay
item for these requirements and shall be considered part of the trench
' excavation. These requirements are dependent upon the type of area in
which water line construction occurs and are specified elsewhere in these
Specifications.
I
I
I
I
Trench Excavation. The construction of this project is through an area of
widely varying soil types and depths. Rock excavation may be required in
some instances. All excavation of any nature shall be unclassified and
payment for same shall be included in the unit price bid for furnishing
and laying of the various sizes of pipe in place.
The trench shall be excavated so that the pipe can be laid to the
alignment and depth required, and it shall be excavated only so far in
advance of pipe laying as set out below in these Specifications. 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.
The Contractor shall proceed with caution in the excavation and
preparation of the trench so that the exact location of underground
structures and utilities, both known and unknown, may be determined, and
he shall be held responsible for the repair of such structures and
utilities when broken or otherwise damaged during trench excavation.
It shall be the responsibility of the contractor to prospect in advance of
the water line construction to locate any and all conflicts and to
determine exact locations for service and other connections. If any
conflicts with the water line construction are found the contractor shall
notify the Engineer immediately.
The Contractor is reminded of the importance of Safety and compliance with .�
all safety requirements of the contract and State and Federal regulations.
a. Trench Depth. The trench shall be excavated to at least 6 inches
below the grade required to provide a minimum of 36 inches of pipe
cover. This pipe cover shall be measured and is defined as follows.
1), Land Level Normal to the Direction of the Pipeline. A minimum
of 36 inches of cover shall be provided. This cover shall be
measured from the top of the barrel of the pipe to the top of
the existing natural ground surface.
2)' Cut Surfaces. A minimum of 36 inches of cover shall be
required. This cover shall be measured from the top of the
pipe barrel to the adjacent low surface of the right of way.
3) Fill Sections. A minimum of 36 inches of cover shall be
required. This cover shall be measured from the top of the
pipe barrel to the natural ground surface underlying the fill.
b. Trench Width. The excavated water 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 material or concrete as necessary to prevent
crushing of the water pipe due to -excessive earth loads. All
additional bedding material or concrete required shall be furnished
at the Contractor's expense.
c. Trench Length. The Engineer shall have the right to limit the
amount of trench excavated in advance of laying of pipe.- In
general, such excavation shall not exceed 100 feet, and trench
excavated to grade shall not exceed 100 feet or that length in which
installation shall be completed during the workday.
Every trench in rock shall be fully opened at least 50 feet in
advance of the place where pipe is being laid.
Unmanned open trenches shall not be allowed. Overnight open
trenches shall not be allowed.
6. Polyvinyl Chloride Pipe Bedding. All PVC pipe shall be bedded in pipe 8i
bedding material. The pipe shall be bedded from a point a minimum of 6
inches below the bottom of the pipe barrel to a point a minimum of 6
inches above 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 repeateduntil 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. -
Note: Pipe bedding shallbe-subsidiary to the PVC pipe. - ,
7. 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,
4
all types of refuse, vegetable or other orga.nic 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 required. Before the pipe is
laid, the subgrade shall be made by backfiling with crushed stone trench
backfill in 8 inch uncompacted layers. The layers shall be hand or
machine tamped so as to provide a uniform and continuous bearing and
support for the pipe at all points along the pipe length. Extra payment
will be made for the additional crushed stone trench backfill required in
accordance with the Methods of Measurement and Payment section of these
Specifications. However, no additional coxipensation will be made to the
Contractor for the additional excavation.
' 8. Bracing and Shoring. The sides of any exca••vation, when deemed necessary,
shall be properly supported with bracing, shoring or sheeting as the need
may be. Such bracing and shoring shall be withdrawn as the work
progresses. In case the excavation is close enough to buildings or other
foundations as to endanger their stability by the removing of such
bracings, then they shall be made secure and left in place, and the water
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. This section does include
all requirements for trench safety and the Contractor shall comply with
the OSHA requirements for trench safety as specified elsewhere in these
specifications.
' 9. Removal of Water and Muck. The Contractor :;hall 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 pipe bedding material at his own expense. Under no
circumstances will polyvinyl chloride pipe water line be laid in a trench
that has not been properly dewatered.
' 10. 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 alternation 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.
I.
11. Concrete Reaction Backing. All PVC pipe fittings 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 cr directed, be so placed that
the pipe and fitting joints will be accessible for repair. All fittings
shall be wrapped with 8 mill polyethylene prior to the placement of
reaction backing. There is no pay item for concrete for reaction backing.
This item shall be considered subsidiary tc water line installation.
12. Concrete Pipe Cover. Where shown on the Plans or otherwise directed by
the Engineer, concrete cover shall be placed over the top of the water
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.
13. Concrete Encasement. Where shown on the PLans or otherwise directed by
the Engineer, the water 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.
I
14. Pipe Detection Tape, Pipe Protection Cover and Backfill. Pipe detection
tape, pipe protection cover and backfill shall be placed as specified
elsewhere in these Specifications. 15. Testing of Polyvinyl Chloride Water Lines. Newly laid water lines shall
be hydrostatically tested as specified elsewhere in these Specifications
for flushing, disinfecting and testing of water lines.
16. • Cleanup. Cleanup shall be as specified elsewhere in these Specifications.
17. Replacement and Repair of Driving Surfaces. Replacement and repair of
driving surfaces shall be made as specified elsewhere in these
Specifications.
END OF SECTION
j
6
t
I
Section 413 POLYETHYLENE ENCASEMENT
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 polyethylene encasement of pipe, fittings, valves and other
appurtenances as shown on the Plans and hereinafter specified.
B. MATERIALS
Polyethylene Encasement. Polyethylene shall be irk conformance to ANSI/AWWA C105,
' latest revision. 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.
C. LOCATION
Polyethylene encasement shall be provided on eill ductile iron pipe and all
ductile iron or gray iron fittings, without regard to pipe material or type.
' Polyethylene encasement shall be provided on all metal pipe, fittings, hydrants,
valves, and all buried metal of any accessory or appurtenance, without regard to
the material type.
' D. CONSTRUCTION
Polyethylene encasement shall be installed in a:cordance with ANSI/AWWA C105,
latest revision, for either Method A, B or C installation. The encasement shall
' be protected from prolonged exposure to sunlight to prevent deterioration of the
polyethylene film.
I
IEND OF SECTION 413
U.
F
I
Li
Ci
I
' Section 414 PIPE DETECTION TAPE
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 pipe detection tape as shown on the Plans or Specifications and
hereinafter specified.
B. MATERIALS
' The detectable tape shall be "detect Tape" as manufactured by Allen Systems, Inc.
or approved equal, and shall consist of a minimun thickness of 0.35 mils solid
aluminum foil encased in a protective inert jacket that is impervious to all
known alkais, acids, chemical reagents and solvents found in the soil. The
minimum overall thickness of the tape shall be 5.5 mils and the width shall not
be less than 2 inches with a medium unit weight of 2 1/2 pounds/i inch x 1000
feet.
The tape shall be color coded and imprinted with the message as follows:
Type of Color
Utility Code Legends
Water Safety precaution Caution Buried
blue Water line Below
Sewer Safety green Caution Buried
Sewer line Below
C. LOCATION AND CONSTRUCTION.
' Pipe detection tape shall be provided in all trenches for water line and sewer
line construction. Installation shall be per manufacturer's recommendations and
shall be as close as practical to finished grade while maintaining a required
minimum of 18 inches between the detection tape and the top of any pipe line.
I
I
L
J
I
I
END OF SECTION 414
I
I
I
I
I
I
I
I
[1
I
I
I
C1
I
I
I
I
Section 419 POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS FOR SEWER 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 construction of polyvinyl chloride (PVC) sanitary sewer
lines. 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. Polyvinyl Chloride (PVC) Sewer Pipe. All ;pipe shall be suitable for
gravity sewers. All plastic pipe and materials shall meet the
requirements of ASTM 3034 with Standard Dimension Ratio (SDR) not to
exceed 26, and a minimum pipe stiffness of 115 psi at five percent A Y.
Pipe stiffness testing shall be conducted .in accordance with procedures
defined in ASTM D2412. The pipe shall be manufactured by a member of
the Uni-Bell Plastic Pipe Association.
2. Joints. All joints shall be of the bell and spigot type and conform to
ASTM D3212 and/or Uni-Bell UNI-B-1. Gaskets shall be in accordance with
ASTM F477. All bells shall be formed integrally with the pipe and shall
contain a factory installed elastomeric gasket which is positively
retained. Wall thickness of this bell at any point shall not be less
than the required minimum for the pipe bar::el. No solvent cement joints
will be permitted in field construction except as specifically
authorized by the Engineer.
3. Joint Lubricant. Joint lubricants shall bo only that lubricant provided
by the pipe manufacturer.
4. Polyvinyl Chloride Pipe Bedding Material. Bedding material for
polyvinyl chloride sewer pipe shall be crushed limestone grit or sand as
defined in section 310 of these specificat;.ons. This item shall be
considered subsidiary to polyvinyl chloride pipe. No separate pay will
be made for bedding material.
5. Crushed Stone Base Trench Back£ill. Crushed stone base trench backfill
(where required) shall be as aggregate base: course, Class 7, as
specified in Section 303 of the Arkansas State Highway Department
Standard Specifications, latest edition. Note: This item shall be paid
for at the unit price bid and as set out in the Methods of Measurement
and Payment.
6. Independent Laboratory Inspection. All PVC sewer pipe and PVC pipe
fittings furnished and installed on this project shall be inspected and
tested by the manufacturer. The manufacturer shall furnish to the
Engineer, prior to delivery, certificates :stating that all pipe will be
manufactured in compliance with these Specifications. The certificate
shall also fully describe the pipe proposed to be furnished.
If evidence appears that all provisions of the applicable ASTM Standards
have not been complied with after the pipe has been delivered, the Owner
will require such field testing and sampling as necessary for certified
statements of compliance to the provisions of said standards to be
furnished by an approved independent laboratory. The cost for the
testing and sampling or job delay will be the responsibility of the pipe
supplier if the pipe is not in compliance. The Owner will pay the cost
of the testing and sampling if the pipe is in compliance with the
Specifications. However, the Owner will nct be responsible for job
1
delay.' The independent laboratory. shall be one which may be chosen by
the pipe;manufacturer and approved by the. Engineer.
7. Concrete. Concrete for reaction backing, pipe cover, or pipe encasement.
as shown on, the Plans or as directed by the Engineer shall be as
specified elsewhere in these Specifications. This item shall be paid,
for at the unit price bid and as set out in the Methods of Measurement
and Payment. -
8. Transition Couplings. Transition couplings from polyvinyl chloride to
clay or ductile iron sewer pipe shall be made of elastomeric plastic
material and shall be manufactured by Fernco. Inc.,. or equal.
9. Waterstop Gasket. All pipe penetrations into cast -in -place manholes or
connections to existing manholes shall have a waterstop made of
elastomeric PVC as manufactured by Fernco, or equal.
C. EXECUTION
1. General. -The Contractor shall, unless otherwise specified, furnish all
material, equipment, tools and labor necessary to do the work required
under this contract and unload, haul and distribute all pipe, castings,
fittings, and excavate the trenches and pits to the required dimensions;
excavate the bell holes, construct and maintain all bridges for traffic
control; 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,.
-and roadway surface unless otherwise stipulated; remove surplus
excavated material; clean the site of the work; and maintain the street
. or other surface over the trenches as specified.
2. Handling and Storage. Pipe and fittings shall be inspected upon arrival
at the job site and handled in such,a manner so as to protect them from
damage due to impact, shock and free fall. Pipe and fittings shall not
<be dragged along the ground and shall be stored so as to protect the
joints and pipe from.damage. Should the pipe and/or fittings
necessitate handling by a mechanical means, a clamp, rope or sling may
be used around the outside barrel of the pipe and/or.fittings.
3. Installing Polyvinyl Chloride Pipe and Fittings. Polyvinyl chloride
pipe and fittings shall be installed in conformance to the latest
revision of ASTM D-2321 standard practice for installing flexible
thermoplastic sewer pipe lines. Polyvinyl chloride pipe shall be
installed with bedding material as specifiedelsewherein-these
Specifications from 4 inches below the bottom of the outside of the.
barrel. , Note: There is no separate pay item for pipe bedding material.
This item shall be considered subsidiary to the polyvinyl chloride sewer
pipe.
4. Construction Sequence. Construction -of sewers shall begin at the low
point of the line and continue in orderly succession throughout the,
project: Any deviation from this procedure shall be.made only with the
specific approval of the Engineer.
Appurtenances such as fittings; service reconnections, manholes, etc._
shall be constructed as the work progresses.
5. Requirements Preparatory to Trench Excavation. In all areas where sewer
lines and appurtenances are to be constructed and/or repaired, the right
,of way shall be cleared and the existing surface shall be removed prior.
to excavation of the trench. Note: There is no separate pay item for
clearing or -surface removal. These items of work shall be subsidiary to
2
I
the polyvinyl chloride sewer pipe. These requirements are dependent
upon the type of area in which sewer line construction occurs and are
' specified elsewhere in these Specifications.
6. Trench Excavation. The construction of this project is through an area
underlain with various types of soil. All excavation of any nature
shall be unclassified and payment for same shall be included in the unit
price bid for furnishing and laying of the various sizes of pipe in
place.
' The trench shall be excavated so that the pipe can be laid to the
alignment and depth required, and it shall be excavated only so far in
advance of pipe laying as set out elsewhere in these Specifications.
The trench shall be so braced and drained that the workmen may work
' therein safely and efficiently. It is ess(antial that the discharge of
any trench dewatering pumps be conducted to natural drainage channels,
drains or storm sewers.
The Contractor shall proceed with caution :in the excavation and
preparation of the trench so that the exact: location of underground
structures, both known and unknown, may be determined, and he shall be
held responsible for the repair of such structures when broken or
' otherwise damaged during construction.
a. Trench Depth and Pipe Bedding. The trench shall be excavated to a
minimum of 6 inches below the bottom of the pipe when laid at the
required grade. Bell holes shall be excavated in accord with ASTM
D-2321. Polyvinyl chloride pipe sha).l be bedded in pipe bedding
material, as specified elsewhere in these Specifications, for the
full width of the excavated trench from a point 4 inches below the
' bottom of the pipe barrel up to the pipe barrel centerline. The
bedding material shall extend the ful.l width of the excavated
trench. (See detail on Plans.) All overexcavation shall be
backfilled with bedding material at the Contractor's expense.
' Material required to backfill overexcavation shall be placed in 8
inch lifts and thoroughly tamped with mechanical compaction
equipment to reach the required established grade. 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. Width of Trench. Should the excavated polyvinyl chloride sewer
line trench width exceed the width as. detailed on the Plans at any
' point from the trench bottom to a point 12 inches above the top of
the pipe barrel, the Contractor shall at his expense provide
additional pipe bedding material or concrete as necessary to
prevent crushing of the sewer pipe dv.e to excessive earth loads.
' All additional bedding material or concrete required shall be
furnished at the Contractor's expense.
c. Length. The Engineer will limit the trench excavated in advance
' of installation of sewer pipe to the lesser of 150 feet or that
length in which installation may reasonably be completed during
the workday.
Every trench in rock shall be fully cpened at least 50 feet in
advance of the place where pipe is being laid or from where cast -
in -place concrete operations are in rogress.
' 7. 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
I 3
I
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
crushed stone trench backfill as specified elsewhere in these
Specifications, 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.- Extra payment will be made for the additional trench
backfill required as crushed stone base in accordance with the Methods
of Measurement and Payment section of these Specifications. However, no
additional compensation will be made to the Contractor for additional
excavation. •
B. Bracing and Shoring. The sides of any excavation, when deemed
necessary, shall be properly supported with bracing, shoring or sheeting
as the need may be. Such bracing and shoring shall be withdrawn as the
work progresses. In case the excavation is close: enough to buildings or
other foundations as to endanger their stability by the removing of such
bracings; then they shall be made •secure-and'left in place, and the
sewer trench backfilled and thoroughly tamped with the bracing in place.
• Note: The. Contractor will not be paid for such bracing, sheeting or
shoring whether it is withdrawn or left in the trench..
9. 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 crushed stone base trench backfill at his own expense. Under no
conditions will polyvinyl chloride sewer pipe be laid in a trench that
has not been properly dewatered. No additional compensation will be
made to the Contractor for dewatering or removal of muck.
10. Laying Polyvinyl Chloride Pipe Sewers - Factory Jointed Pipe. Polyvinyl
chloride sewer pipe shall be laid ona firm bed, as previously specified, in perfect conformity with lines. and levels given. The pipe
shall be laid with even bearing on the bottom of the trench, which shall
• be shaped and prepared to conform to the form of pipe. Bedding material shall be removed from the bottom of the trench to give proper clearance
to the sleeve or bell end of the pipe, but no larger than is necessary.
to make a proper joint. The intent is that no load shall rest on theft
pipe bell.
The pipe assembly shall be performed in accordance with the
manufacturer's instructions. In jointing PVC pipe, the mating surfaces
shall' be wiped free of dust, dirt, gravel, or other foreign materials
prior to the application of the lubricant. The PVCpipeshall be -•
connected by first brushing upon the mating surfaces the proper
lubricant as recommended by the pipe manufacturer. The spigot end shall
then be centered on grade into the bell end of the last downstream PVC
pipe length and shoved home' and properly seated with the application
of a moderate force by a pry or level device. To protect the pipe and
coupling when using a pry bar, a timber fulcrum shall be inserted into
the coupling end of the pipe. The timber fulcrum shall extend a minimum.
of 1/2 inch past the end of the pipe.
The coupling end of the pipe in all cases shall be laid toward the high
end of the sewer.. . .
11. Connections to Manholes
4
1
I
' a. New Cast -in -Place Manholes. Excavation for cast -in -place manhole
footings shall be limited to the area to be filled with concrete.
The Contractor shall support pipe enl:ering the manhole ALL OF THE
WAY to solid bedding by backfilling tender the pipe and up to the
springline, one-half outside diameter, with concrete. Note: No
additional payment will be made for concrete bedding at manhole
connections. The concrete bedding shall be subsidiary to the
sewer pipe. Waterstop gasket shall be placed on the pipe prior to
making manhole connection.
b. Existing Manholes. Connections to existing manholes or inlets,
' where no plugged stubs exist, shall be made by coring a hole in
the wall of the existing structure, :.nserting PVC pipe into the
hole complete with a flexible watersl:op, filling around the pipe
with non -shrink grout, and troweling the inside and outside
surface of the joint to a neat finish. The bottom of the manhole
shall be shaped to fit the invert of the sewer pipe. The
connection will be tested with dye and water.
' 12. Pipe Protection Cover and Backfill. Pipe protection cover and backfill
shall be placed as specified elsewhere in t:hese Specifications.
13. Cleanup. Cleanup shall be as specified elsewhere in these
' Specifications.
14. Mandrel Testing. Polyvinyl chloride pipe sewer lines shall be Mandrel
tested as specified elsewhere in these Spec:ifications.
15. Pressure Testing. Polyvinyl chloride pipe sewer lines shall be pressure
tested as specified elsewhere in these Specifications.
' END OF SECTION 419
I
I
I
I
I
'
Fl
Section 420 DUCTILE IRON SEWER PIPE AND DUCTILE IRON SEWER PIPE FITTINGS
I
I
I
I
fl
I
I
4. Waterstop Gasket. Gasket shall be made of elastomeric PVC material.
Stainless steel band shall be furnished for sizes larger than 12 inches.
Waterstop gasket shall be as manufactured by Pernco, Inc., or approved
equal.
5. Inside Coatings. All ductile iron pipe shall receive the following
'
interior lining:
A. GENERAL
The work to be included under this
of providing all materials, labor
necessary for the construction of
work shall include every item of
acceptable installation as shown o
B. MATERIALS
1. Ductile Iro
requirements
Pipe,ASTM
manufacturer
shown on the
250.
1 Pipe
of the
A746,
based
Plans,
section of tha Specifications shall consist
equipment, tools, supplies and incidentals
ductile iron pipe sanitary sewer lines. The
construction necessary for a complete and
n the Plans and hereinafter specified.
• All ductile iron pipe shall conform to the
'Standard Specification for Ductile Iron Gravity Sewer
latest revision, and shall be designed by the pipe
on laying condition Typa 4 and the depth of earthload
plus truck load. The ductile iron pipe shall be Class
2. Ductile Iron Pipe Fittings. All fittings shall be ductile iron fittings
and shall conform to the requirements of ANSI/AWWA C110/A21.10, latest
revision. All fittings shall have a minimua pressure rating of 150 pounds
per square inch unless otherwise shown on the Plans.
3. Ductile Iron Pipe Joints. All ductile iron pipe and ductile iron pipe
fittings shall have Tyton' rubber gasket joints in conformance with
ANSI/AWWA Clll/A21.11, latest revision, Ear either push -on joints or
mechanical joints.
I
I
ductile iron pipe and fittings shall have a high -build
' protective lining on the interior and a bituminous coating on
the exterior except for 6 inches back from the spigot end.
The bituminous coating shall not be applied to the first 6
inches of the exterior of the spigot ends. All ductile pipe
and fittings shall be delivered to the application facility
without asphalt, cement lining, or any other lining on the
interior surface. Because removal of old linings may not be
possible, the intent of this Specification is that the entire
' interior of the ductile iron pipe and fittings shall not have
been lined with any substance prior to the application of the
specified lining.
2) Surface Preparation. Prior to abrasive blasting, the entire
area which will receive the protective compound shall be
inspected for oil, grease, etc. Any areas where oil, grease,
or any substance which can be removed by solvent is present
shall be solvent -cleaned using the guidelines outlined in
' SSPC-1 Solvent Cleaning. After the surface has been made free
of grease, oil or other substances, all areas to receive the
protective compounds shall be abrasive blasted with sand or
grit abrasive media. The entire surface to be lined shall be
' struck with the blast media so that all rust, loose oxides,
etc., are removed from the surface. Any area where rust
reappears before coating must be reblasted to remove all rust.
a. Ductile Iron
lined with a
lining. The
manufactured
have a succe
ductile iron
1)
Piping. All ductile iron pipe and fittings shall be
high -build, multi-compo:aent Amine -cured Novalac epoxy
lining system shall be Protecto 401 Ceramic Epoxy as
by Vulcan Painters, Inc. The lining applicator shall
ssful history of applying linings to the interior of
pipe.
All
3) Lining. After the surface preparation and within eight hours
of surface preparation, the interior pipe shall receive 40
mils .dry film thickness of the protective lining. No lining
shall take place when the substrate or ambient temperature is
below 40 degrees Fahrenheit. The surface also must be'dry and
dust -free. The linings must not be used on the face of the
flange. All fittings shall be lined with 40 mils of the
protective lining. The 40 mils system shall not be applied in
the gasket grooves.
4) Coating of Gasket and Spigot Ends. Due to the tolerances
involved, the gasket area and exterior spigot end up to 6
inches back from the end of the spigot end must be coated with
6 mils nominal, 10 mils maximum Protecto Joint Compound, or
equal. This coating shall be applied by brush to ensure
coverage. Care should be taken that the coating is smooth
without excess buildup in the gasket groove or on the spigot
end. All materials for the gasket groove and spigot end shall
be applied after the application of the lining.
5) Number of Coats. The number of coats of lining material
applied shall be as recommended by the lining manufacturer.
However, in no case shall this material be applied above the
dry thickness per coat recommended by the lining manufacturer
in printed literature. The time between coats shall never.
exceed that time recommended by the lining material
manufacturer. No material shall be used for lining which is
not indefinitely recoatable with itself without roughening of ,u!
the surface.
6)Touchup and Repair. Protecto Joint Compound shall be used for
. touchup or repair. Procedures shall be in accordance with
manufacturer's recommendations.
Inspection and Certification
1) Inspection. All ductile iron pipe and fitting linings shall
be checked for thickness using a magnetic film thickness
gauge. The thickness testing shall be done using the method
outlined in SSPC-PA-2 Film Thickness Rating.
The interior lining of all pipe and fittings shall be tested
for pinholes with a nondestructive 2,500 volt test.
Each pipe joint and fitting shall be marked with the date of
application of the lining system and with its numerical
sequence of application on that date.
2)r Certification. The pipe or fitting manufacturer must supply
a certificate attesting to the fact that the applicator met
the requirements of this Specification, and that the material
used was as specified, and that the material was applied as
required by the Specification.
Outside Coating. All ductile iron pipe shall have an outside coating.
The coating shall be a bituminous coating approximately 1 mil thick,
except in areas noted above. 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.
Ductile Iron Pipe Joint Lubricant. Joint lubricant shall be provided by
the pipe manufacturer..
Polyethylene Encasement. Ductile iron pipe and fittings shall be
constructed with polyethylene encasement as specified in Section 413 of
these Specifications.
2 1
9. Pipe Bedding Material. Bedding material 3:or DIP sewer pipe shall be as
specified in Section 310 of these Specifications. This item shall be
considered subsidiary to DIP pipe. No separate payment will be made for
bedding material.
10. Crushed Stone Trench Backfill. Crushed limestone trench backfill, where
required, shall be aggregate base course, Class 7, as defined in Section
303 of the 1993 Edition of the Arkan9as State Highway Department
Specifications. The crushed limestone supplier shall submit certificates
stating that the materials provided are in conformance with these
Specifications.
11. Independent Laboratory Inspection. All ductile iron pipe and ductile iron
pipe fittings furnished and installed on this project shall be inspected
and tested by the manufacturer. The manufacturer shall furnish to the
Engineer, prior to delivery, certificates stating that all pipe will be
manufactured in compliance with these Specifications. The certificate
shall also fully describe the pipes proposed to be furnished.
If evidence appears that all provisions of the applicable ASTM Standards
have not been complied with after the pipe has been delivered, the Owner
will require such field testing and sampling as necessary for certified
statements of compliance to the provisions of said standards to be
furnished by an approved independent laboratory. The cost for the testing
and sampling or job delay will be the responsibility of the pipe supplier
if the pipe is not in compliance. The Owner will pay the cost of the
testing and sampling if the pipe is in compliance with the Specifications.
' However, the Owner will not be responsible :or job delay. The independent
laboratory shall be one which may be chosen by the pipe manufacturer and
approved by the Engineer.
C. DUCTILE IRON PIPE SEWER LINE CONSTRUCTION
1. General. The Contractor shall, unless otherwise specified, furnish all
material, equipment, tools and labor necessary to do the work required
' under this contract and unload, haul and distribute all pipe, castings and
fittings, and excavate the trenches and pits to the required dimensions;
excavate the bell holes, construct and maintain all bridges for traffic
control; 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, and roadway
surface unless otherwise stipulated; remove surplus excavated material;
clean the site of the work; and maintain the street or other surface over
the trenches as specified.
2. Handling and Storage. Handling and storage shall be as specified
elsewhere in these Specifications.
' 3. Construction Sequence. Construction of sanitary sewers shall begin at the
low point of the line and continue in orderly succession throughout the
work. Any deviation from this procedure shall be made only with the
' specific approval of the Engineer, and only after the right-of-way has
been cleared and the entire section staked. and all elevations carefully
checked by the Engineer.
Unless specifically approved by the Engineer, appurtenances such as
'fittings, manholes, etc. shall be constructed as the work progresses.
4. Requirements Preparatory to Trench Excavat:Lon. In all areas where sewer
' lines and appurtenances are to be constructed and/or repaired, the right
of way shall be cleared and the existing surface shall be removed prior to
excavation of the trench. Note: There is no separate pay item for
clearing or surface removal. These items of work shall be subsidiary to
the DIP sewer pipe. These requirements axe dependent upon the type of
'
area in which sewer line construction occu::s and are specified elsewhere
in these Specifications.
5. Trench Excavation. The trench shall be excavated so that the pipe can be
' laid to the alignment and depth required, and it shall be excavated only
so far in advance of pipe laying as set out elsewhere in these
Specifications. All excavation shall be in compliance with Subpart P of
3
29 CFR Part 1926 - Occupational Safety and Health Standards - Excavation. 8
It is essential that the discharge of any trench dewatering pumps be
conducted to natural drainage channels, drains or sewers.
a. Trench Depth and Pipe Bedding. The trench shall be excavated to a
minimum of 6 inches below the bottom of the pipe when laid at the
required grade. Bell holes shall be excavated in accord with AWWA
C600. DIP pipe shall be bedded in pipe bedding material, as
specified elsewhere in these Specifications, from a point 4 inches 11
below the bottom of the pipe barrel to the centerline of the pipe.
The bedding material shall extend the full width of the excavated
trench. (See detail on Plans.) All overexcavation shall be
backfilled with bedding material at the Contractor's expense.
Material required to backfill overexcavation shall be placed in B
inch lifts and thoroughly tamped with mechanical compaction
equipment to reach the required grade. 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. Width of Trench. The Contractor shall at his expense provide pipe
bedding material as necessary to completely fill the entire width of
the trench as excavated.
c. Length. The length the trench may be excavated in advance of
installation of sewer pipe shall be limited to the lesser of 150
feet or that length in which installation may reasonably be
completed during the workday.
.Every trench in rock shall be fully opened at least 50 feet in
advance of the place where pipe is being laid or from where cast -in -
place concrete operations are in progress.
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
crushed ' stone trench backfill as specified elsewhere in these
Specifications, 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. : Extra payment will be made for the additional trench backfill
requiredas crushed stone base in accordance with the Methods of
Measurement and Payment section of these Specifications. However, no
additional compensation will be made to the Contractor for additional
excavation.
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 crushed
stone base trench backfill at his own expense. Under no conditions will
polyvinyl chloride sewer pipe be laid in a trench that has not been
properly: dewatered. No additional compensation will be made to the
Contractor for dewatering or removal of muck. - -
8. Installing DIP Pipe and Fittings. DIP pipe and fittings shall be
installed to the elevations and grade shown on the Plans and in
conformance to the latest revision of AWWA C600, Installation of Ductile -
Iron Water Mains and Their Appurtenances.' DIP pipe shall be installed
with bedding material as specified elsewhere in these Specifications.
Note: There is no separate pay item for pipe bedding material. This item
shall be; considered subsidiary to the DIP sewer pipe.
Note: The pipe manufacturer shall provide a qualified installation
representative at the start of construction to demonstrate proper
installation techniques for each size and type of pipe to be installed.
4
9.
1
1
10
Connections to Manholes
a. New Cast -in -Place Manholes. Excavation for cast -in -place manhole
footings shall be limited to the area to be filled with concrete.
The Contractor shall support pipe entering the manhole ALL OF THE
WAY to solid bedding by backfilling under the pipe and up to the
springline, one-half outside diametar, with concrete. Note: No
additional payment will be made fo:: concrete bedding at manhole
connections. The concrete bedding shall be subsidiary to the sewer
pipe.
Waterstop gasket shall be placed on the pipe prior to making manhole
connection.
b. Existing Manholes. Connections to existing manholes or inlets,
where no plugged stubs exist, shall he made by coring a hole in the
wall of the existing structure, inserting DIP pipe into the hole
complete with flexible waterstop, filling around the pipe with non -
shrink grout, and troweling the inside and outside surface of the
joint to a neat finish. The bottom of the manhole shall be shaped
to fit the invert of the sewer pipe.
Pipe Protection Cover and Backfill. Pipe protection cover and backfill
shall be placed as specified elsewhere in these Specifications.
Cleanup. Cleanup shall be as specified elsewhere in these Specifications.
Air Testing. DIP sewer lines shall be air tested as specified in Section
428 of these Specifications.
END OF SECTION
5
Section 428 LOW PRESSURE AIR TESTING FOR SEWER LINES
I
I
I
I
IL
I
C
I
I
I
Il
I
I
I
The work to be included under this section of the Specifications shall consist
of providing all labor, equipment, tools, supplies, and incidentals necessary for
low pressure air testing of all sewer lines.
B. TESTING
After the sewer line has been installed and manholes constructed, but prior to
tying to the existing sanitary system, the Contractor shall proceed to air test
all sewer lines to determine if sewers are free cf breaks or other defects which
would permit excessive infiltration or exfiltrat:ion.
On all gravity flow sewers, the Contractor shall conduct low pressure air tests
of the various sections of pipe in accordance with the requirements of ASTM
F1417, latest edition. The Contractor shall provide all necessary equipment
required for the test. The equipment shall include a regulator to avoid
overpressurizing and possibly damaging an otherwise acceptable line.
The low pressure air test shall be conducted by plugging each opening in the
reach of pipe to be tested. All plugs shall be braced against slippage due to
internal pressure, and no one shall be allowed in the manhole during the testing
procedure. One of the plugs provided must have aan inlet tap or other provision
for connecting an air hose. After connecting the air control equipment to the
air hose, monitor the air pressure so that the internal pressure does not exceed
5.0 psig. After reaching 4.0 psig, the air supply shall be throttled to maintain
between 4.0 and 3.5 prig for at least 2 minutes in order to allow equilibrium
between air temperature and the pipe walls. I1`. plugs are found to leak, the
Contractor shall bleed off the air, tighten the plugs, and again begin supplying
air. After the temperature has stabilized, the pressure is allowed to decrease
to 3.5 psig. At 3.5 psig, the Contractor shall begin timing to determine the
time required for the pressure to drop to 3.0 psig. The pipe shall be presumed
free of defects if the time, in seconds, for the air pressure to decrease from
3.5 psig to 3.0 psig is greater than that shown in the following table:
SPECIFICATION TIME REQUIRED FOR 0.5 PSIG PRESSURE DROP
FOR SIZE AND LENGTH OF PIPE INDICA'!ED FOR Q = 0.0015
3 4
i2 Length Time
pipe Min. for for
Dia. Time Min. Longer
(in.) (: Time Length
see) (ft) (sec)
Specifi
cation
Time
for
Length
(L)
)
Shown
(ml n:s
ec)
bolt 150 ft 200 ft 25!) ft 300 ft 350 ft 400 ft 450 ft
1:53 597 .190L 1:53 1:53 1:53 1:'3 1:53 1:53 1:53 1:53
1
,
r
6
2:50
398
.427L
2:50
2:50
2:50
2:50
2:50
2:50
2:51
3:12
8
3:47
298
.760L
3:47
3:47
3:47
3:47
3:48
4:26
5:04
5:42
10
4:43
239
1.187L
4:43
4:43
4:43
4:57
5:56
6:55
7:54
8:54
12
5:40
199
1.709L
5:40
5:40
5:42
7:08
8:33
9:58
11:24
.12:50
15
7:05
159
2.671L
7:05
7:05
8:54
11:08
13:21
15:35
17:48
20:02
18
8:30
133
3.846L
8:30
9:37
12:49
16:01
19.14
22:26
25:38
28:51
21
9:55
114
5.235L
9:55
13:05
17:27
21:49
26:11 =
30:32
34:54
39:16
24
11:20
99
6.837L
11:24
17:57
22:48
28:30
34:11
39:53
45:35
51:17
27
12:45
88
8.653L
14:25
.21:38
28:51
36:04
43:16
50:30
57:42
46:54
30
14:10
80
10.683L
17:48
26:43
35:37
44:31
53:25
62:19
71:13
80:07
33
15:35
72
12.9261.
21:33
32:19
V
43:56
53:52
64:38
75:24
86:10
96:57
36
17:00
66 •
15.384L
25:39
38:28
51:17
64:06
76:55
89:44
102:34
115:23
Any test section less than 100 feet in length shall
be tested
for the time set out for
100 feet.
If by use of the above procedure, defective section(s) of line
are found,
the line segment shall be tested at 20
foot intervals to determine the exact
location of the defect(s). Repairs
shall be made in defective section(s) and the entire
line segment shall then be retested.
End
of section
428
•
1
'
g
'
Y
2
Section 429 MANDREL TESTING OF POLYVINYL CHLORIDE PIPE SEWER LINE
A. GENERAL
The work included in this section shall consist of providing all materials,
labor, equipment, tools, supplies and incidentals necessary for Mandrel testing
of polyvinyl chloride (PVC) sewer lines.
PVC sewer lines shall be Mandrelled in conformance with these Specifications.
B. MATERIALS
Flexible sewer pipes shall be Mandrelled with a rigid device sized to pass
5 percent or less deflection (or deformation) of the pipe.
The Mandrel (go/no-go) device shall be cylindrical in shape and constructed with
either 9 or 16 evenly spaced arms or prongs. Mandrels with less arms (in odd or
even numbers, respectively) will be rejected as not sufficiently accurate. The
contact length of the Mandrel's arms shall equal or exceed the nominal diameter
of the sewer to be inspected. Critical Mandrel dimensions shall carry a
tolerance of ±0.01 inch.
Pipe dimensions as contained in ASTM 2680, latest revision, shall be used to
compute the Mandrel dimensions. Allowances for pipe wall thickness tolerances
or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not
be deducted from the base ASTM data, but shall be counted as a part of the 5
percent or lesser deflection allowance.
The Mandrel shall be hand -pulled by the Contractor through all sewer lines. Any
sections of sewer not passing the Mandrel shall be uncovered and the Contractor
shall rebed, reround or replace the sewer to the satisfaction of the Engineer.
These repaired sections shall be retested.
The inspection shall be conducted no earlier than 30 days after reaching final
trench backfill grade, provided, in the opinion of the Engineer, that sufficient
water densification or rainfall has occurred to thoroughly settle the soil
throughout the entire trench depth. If this cannot be achieved in the time after
' installation prior to the project completion date, then the Mandrel size shall
be increased to measure one-third less of a deflection allowance.
Drawings of the Mandrel with complete dimensioning shall be furnished by the
Contractor to the Engineer for his approval for each diameter and specification
of pipe.
' END OF SECTION 429
J
I!
P
H
I
Section 450 GATE VALVES AND.BUTTERFLY VALVES
' 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 gate valves and butterfly valves. 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
' Valves specified in this section are intended for buried use on water
distribution lines and for use as auxiliary valves for fire hydrants. Unless
otherwise shown on the Plans, all valves 12 inches (nominal diameter) and larger
shall be butterfly valves. All valves smaller than 12 inches (nominal diameter)
shall be resilient seated gate valves.
1. Catalog Data and Assembly Drawings. For all gate valves, butterfly valves
and valve boxes hereinafter specified, the manufacturer shall furnish to
' the Engineer prior to delivery, catalog data, including illustrations and
a parts schedule giving the material of which parts are made, in
sufficient detail to serve as a guide in the assembly and disassembly of
the valve as well as in ordering repair parts. The manufacturer shall
also submit three sets of certified drawings for approval by the Engineer,
showing the principal dimensions, construction details, and materials used
for all parts of the valve. All valves shall be furnished in accordance
with the certified drawings after they have been approved by the Engineer.
' 2. Gate Valves (0-200 psi Working Pressure). Unless otherwise shown on the
plans, all gate valves furnished and installed shall be resilient seated
type, non -rising stem gate valves, in conformance with the requirements of
AWWA C509, latest revision, for 'Resilient Seated Gate Valves, 3 Through
12 NPS, for Water and Sewage Systems.' All gate valves shall be designed
for a minimum of 200 psi working pressure. All gate valves shall be M&H,
AWWA C509 Resilient Seated Gate Valves or approved equal (Waterous,
' Muller, Clow...).
a. Stem Seal. All gate valves shall have 'O' ring stem seals. The 'O'
ring stem seal shall be so designed that the seal above the stem
collar can be replaced with the valve under pressure in the
'full -open position.
b. Valve Ends. All gate valves shall have standard mechanical joint
' ends unless tapping valves, valves with flanged ends, or valves of
a special nature are indicated on the Plans.
c. Operation. All buried gate valves shall be designed for operation
' with a nominal 2 inch square operating nut. The standard direction
of opening shall be open left (counterclockwise) as viewed from the
top. Where shown on the Plans or specified, handwheels in
conformance to AWWA C509 shall be provided.
Id. Protective Coating. The interior and exterior of the valve body,
bonnet and seal plate shall have factory applied fusion bonded epoxy
coating meeting AWWA C550 latest revision.
' e. Testing. The valve shall be tested in accordance with AWWA C509,
latest revision.
[1
I
f. Affidavit of Compliance. 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.
3. Butterfly Valves. All butterfly valves furnished andinstalled shall be
Class 250B in conformance with the requirements of AWWA C504, latest
revision, for 'Rubber. Seated Butterfly Valves.' All butterfly valves
shall be. groundhog type, as furnished by Henry Pratt Company, or approved
equal. '
a. Body. The valve body shall be constructed of cast iron ASTM A-126,
Class B, and shall have integrally cast mechanical joint ends unless
alternate valve ends are indicated on the Plans. Body thickness
shall be in strict accordance with AWWA C504, latest revision, Class
250B.
b. Valve Seats. All butterfly valves shall be of the tight closing,
synthetic rubber -seat type, as follows.
1)1 Valves 20 inches (nominal diameter) and smaller shall have
bonded seats which are simultaneously molded in, vulcanized
and bonded to the body. Seat bond must withstand 75 pounds
pull under test procedure ASTM D429, Method B.
2) On valves 24 inches and larger, all seats shall be of a
synthetic rubber compound.. Seats shall be retained in the
valve- body by mechanical means without retaining rings,
segments, screws or hardware of any kind in the flow stream.
Seats shall be a full 3600 without interruption and have a
plurality of grooves mating with a spherical disc edge seating
surface. Valve seats shall be field adjustable around the
full•360° circumference and replaceable without dismantling
operator, disc or shaft and without removing the valve from
the line. 'Manufacturer shall certify that rubber seat is
field replaceable.
c. Valve Discs. Valve discs shall be as follows.
1) Valves 12 inches through 20 inches nominal diameter: Valve
discs shall be constructed of alloy cast iron ASTM A-436,
Type 1.
2) Valves 24 inches nominal diameter: Valve discs shall be cast
iron with a stainless steel seating edge.
3) Valves 30 inches through 48 inches nominal diameter: Valve
discs shall be ductile iron with a_ stainless steel seating
edge.
d. Valve Shaft and Bearings. The valve shaft shall be constructed of
stainless steel and the bearings shall be corrosion resistant and
self-lubricating.
e. Operator. The valves shall be equipped with a totally enclosed type
operator, fully gasketed and grease packed, suitable for direct
burial.The operator shall be designed for operation with a nominal
2 inch square operating nut for use with a T -wrench. Operators
shall be designed to open with a counterclockwise rotation of the
operator nut.
f. Protective Coating. All valves shall have factory applied fusion
bonded epoxy coating meeting AWWA C550 latest revision.
2
I
I
I
I 4.
I
I
I 5.
I
I
1 6.
7.
I
i C.
g. Testing. The valve shall be hydrostatically tested at 250 psi for
leakage in accordance with AWWA C504, latest revision.
h. Affidavit of Compliance. 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 C504, latest revision, and that all tests specified therein
have been performed and that all test requirements have been met.
Outside Coating. Unless noted otherwise on the Plans, all butterfly
valves shall have factory applied fusion bonded epoxy coating meeting AWWA
C550 latest revision. Bituminous coatings are not allowed.
Where valves are specifically shown and detailed on the plans to be
painted, the following specification for factory primed valves shall
apply:
Factory Primed Valves. Unless otherwise shown on the Plans, all
exposed valves within the limits of structure walls or any valves
exposed above ground shall be delivered to the job site factory
blasted, cleaned and primed with one coat of Kop-Coat 340 Gold
Primer or Kop-Coat 622 LCF Primer, or approved equal.
Valve Boxes. All buried valves shall be equipped with cast iron valve
boxes. The valve boxes, including all appurtenances, shall be cast iron.
The valve box and appurtenances shall consist of a base, extensions as
required, and a top section with a drop lid. The lid shall be marked with
the word 'WATER.All valve boxes shall be compatible with the gate or
butterfly valves for which they are provided. The manufacturer shall
submit three sets of drawings prior to delivery for approval by the
Engineer, showing the principal dimensions, construction details, and
materials used in construction of the valve box.
Concrete. All concrete used for the placement of valve box collars shall
be in conformance to the Concrete section of these Specifications.
Tapping Sleeve and Valve. The Contractor shall provide and install
tapping sleeves and tapping valves designed for use on 200 psi water line
pipe at the locations shown on the Plans. The tapping sleeve and valve
shall be mechanical joint. The tapping sleeves shall be JCM Type 432
(lines 6" - 12") JCM 412 (12" lines and above), or approved equal. The
valve shall be as specified above and shall have mechanical joint flanges.
All valves shall be installed at the locations shown on the Plans or at the
direction of the Engineer, and shall be installed in accordance with the detail
sheet of the Plans and these Specifications.
1. Valve Installation. Gate and butterfly valves shall be installed in
accordance with AWWA C600, latest revision, Sections 3.3 and 3.6, and with
either AWWA C504 or AWWA C509, as applicable, latest revisions (appendices
included), the manufacturer's recommendations, and these Specifications.
2. Visual Inspection. Prior to installation, all valves shall be visually
inspected for defects, and any foreign material in the valve interior
removed.
3. Valve Boxes. A valve box as specified shall be provided for each valve
used in a buried service application. The valve box shall be installed so
as not to transmit shock or stress to the valve. The valve box shall be
centered and plumb over the operating nut of the valve with the box cover
flush with the surface of the finished surface. The valve box shall be
backfilled evenly around its perimeter with select material. The material
shall be hand tamped so that the ground will not settle after placement of
the concrete collar. -
I
4
5.
Valve Box Collar. All valve box lids shall have an 18 inch square
concrete collar placed around them. The collar shall be centered on the
valve box lid and shall be 6 inches thick. The top of the pad shall be
flush with the top of the box and the surrounding ground or roadway
surface. Valve box collars shall not be constructed until every item of
cleanup has been completed.
Dead Ends. Valves located at the end of pipelines shall have ductile iron
plugs or caps with or without blowoff cocks as shown on the Plans. All
dead end valves shall be restrained or blocked as shown on the Plans.
Y
END OF SECTION 450
t
n
n
Section 461 PLACING PIPE PROTECTION COVER AND COMPACTED BACRFILL
SEWER AND WATER
' A. GENERAL
The work to be included under this section of the Specifications shall consist
Pot providing all materials, labor, equipment, tools, supplies, and incidentals
necessary for backfilling areas excavated during the construction of sewer lines,
manholes, force mains, water lines, valves, fittings, fire hydrants, and other
appurtenances. The work shall include every item of construction necessary for
Pa complete and acceptable installation as shown on the Plans and hereinafter
specified. Areas of construction within creek or river crossings, county roads,
or state highways shall be backfilled in accordance with other sections of these
Specifications.
B. MATERIALS
Granular Base Backfill. Granular base backfill (where specified) shall be
' aggregate base course, Class 7, as defined in Section 303 of the 1993 Edition of
the Arkansas State Highway Department Specifications. The Contractor shall
submit suppliers' certificates stating that the material provided is in
accordance with these Specifications.
C. CONSTRUCTION
Areas excavated for the construction of sewer lines, manholes, force mains, water
' lines, valves, fittings, and other appurtenances shall have pipe protection cover
placed, and shall be backfilled in accordance with these Specifications.
1. Pipe Protection Cover. Pipe protection cover to a depth of 12 inches
' above the top of the bedding material, shall consist of select material
free from rocks larger than 2 inches, and may require hand placement.
However, should the material excavated from the trench be sufficiently
free of rock larger than 2 inches, the trench may be machine backfilled.
' Should the excavated material not be suitable for machine backfill or hand
placement, the Contractor may, at his option, use granular base to a depth
of 12 inches above the top of the pipe. The trench may then be backfilled
as outlined below.
' When pipe construction is within or crossing curb and gutter, parking
lots, a street or other driving surface, the pipe protection cover shall
consist of granular base trench backfill as defined above. The pipe
' protection cover shall be placed from the top of the bedding or embedment
of the pipe to a point 12 inches above the top of the pipe by the trench
width.
' 2. Pipe Detection Tape. Pipe detection tape shall be installed in accordance
with Section 414, PIPE DETECTION TAPE.
I
Backfilling. After the pipe protection cover has been placed, the trench,
excavated areas around manholes, valves, fittings, fire hydrants, and
other appurtenances shall be backfilled with excavated material free from
rock larger than 12 inches and in accordance with the following
Specifications, depending upon the type of area in which excavation
occurs.
Extra care shall be exercised around
material is placed evenly around the
shall not be backfilled prior to 12
been removed.
manholes to assure that the backfill
perimeter of the manhole. Manholes
hours after the manhole forms have
a. Compaction. All pipeline trench backfill shall be placed in layers
of, appropriate thickness and compacted using a mechanical,
hydraulically -powered vibratory trench compactor or other equivalent
equipment. Heavy compaction equipment shall not be used closer than
2 feet to the top of the pipe. Any backfill failing to meet the
compaction requirements set out below shall be replaced and/or ,nl
recompacted until the backfill materials meet the compaction
specifications. Any costs associated with replacement, recompaction
and testing shall be borne by the Contractor. -
Al]. trench backfill (except under paved or driving surface areas as
detailed below) shall be compacted to 90 percent (minimum) of that
of the adjacent undisturbed soil.
In areas where the trench is parallel to or crosses any paved area
or driving surface including streets,_ -parking lots or driveways, the
pipe protection cover and the backfill shall be crushed stone trench
backfill as specified in Section 300 CRUSHED STONE BASE (AHTD Class
7) The Crushed stone trench backfill (aggregate base course, Class
7) shall be placed in 6 to 8 inch lifts and compacted to 95 percent
modified Proctor density (ASTM D1557-78). One density test per
crossing shall be required. Where the trench runs mostly parallel
driv
ing the or paved surface one density test shall be required
per 250 feet or portion thereof. An additional test will be made
for each test failure at approximately 100 feet either side .of
failing test. The Engineer shall select the specific location for
testing.
Driving surface repairs shall be made in accordance with the
Specifications governing the type of pavement repair to be made.
In areas to be topsoiled, the density of the backfill material shall
be tested at a depth of 12 to 18 inches below the finished grade
prior to the placement of the topsoil.
The cost for performing all density tests shall be borne by the
Contractor. The test shall be performed by a qualified soils
laboratory acceptable to the Engineer.
b. Lawns, Gardens and Other Well -Kept Areas. After the pipe protection
cover has been placed, the trench shall then be backfilled and
compacted with excavated material. Topsoil stored along the trench
line shall then be replaced to a minimum depth of 6 inches over the
trench and 3 inches over all damaged surfaces. In the event there
is insufficient topsoil stored along the• ditch line to accomplish
the topsoiling requirement, -the Contractor shall haul in additional
topsoil to meet this requirement and shall do so without additional
cost to the Owner. The topsoil over the trench shall be left
slightly rounded in order to allow for some settlement. It is the
intent of these Specifications to insure that no settlement of the
trench occurs after seeding and mulching the areas. In the event I1'
such does occur, it will be the responsibility of the Contractor. to
repair the settled areas.
c. Mowed or Cultivated Areas (Excluding Gardens). The requirements for
backfilling in these areas is identical to that specified in
paragraph 2.b above, except that it is the intent of the
Specifications to replace the top 6 inches of the soil using the
excavated topsoil, regardless of the quality of that material. Only
when the Contractor allows the material excavated from the top of
the trench to become mixed with the remaining excavation will he be
required to haul in additional material to replace the top 6 inches.
If. the Contractor is required to haul in additional material, he
shall haul in topsoil free of roots, weeds, clay and rocks, and from
a source approved by the Engineer, and shall do so without
additional cost to the Owner.
2
I
4.
5.
1
1
1
1
1
d. Steep, Wooded or Rocky Areas. After the pipe protection cover has
been placed, the trench shall be backfilled with excavated material.
The trench shall be compacted to insure that the backfill has been
thoroughly consolidated. The trench backfill material shall be left
slightly roundedhto allow for additional settling.
e. Sidewalks, Curb and Gutter Crossings. In all areas where excavation
crosses or is parallel to and within the limits of a sidewalk or
curb and gutter, the trench shall be backfilled with aggregate base
course, Class 7, as specified in paragraph 2.a above, which shall be
compacted in accordance with the requirements of 2.a above.
Cleanup. Cleanup shall be as specified elsewhere in these Specifications.
Replacement and repair of driving surfaces, sidewalks, ani
shall be as specified elsewhere in these Specifications.
END OP SECTION 461
gutter
E
I
Section 462 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 schedule and coordinate this work
Ito ensure that it will not be carried on during periods of high water usage.
Water valves on the existing water system shall only be operated by, or under the
direct personal supervision of the City of Fayetteville Water Department.
IC.
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. The Contractor shall
carefully manage his flushing, testing and disinfection activities to minimize
the wastage of water. A reasonable amount of water will be furnished to the
Contractor by the Owner, free of cost to the Contractor. If the Contractor
requires additional amounts of water due to water line breaks, neglect on the
part of the Contractor,
or
poor
management of his
activities, water shall be
'
purchased from the Owner
at
their
bulk rate.
1. Flushing. The Contractor shall fill and flush the newly constructed lines
and visually check all combination air release and vacuum valves, blowoff
valve assemblies, line valves, and fire hydrants to assure proper
operation.
2. Hydrostatic Testing. All pipe on this project shall be tested as set out
in ANSI/AWWA C605-94, latest revision. Tests will be conducted only after
the line is completed, including all taps and meter settings as required
and the backfill completed. These tests shall be performed by the
Contractor in the presence of the Engineer or Engineer's representative.
The Contractor shall furnish all necessary pressure gauges, meters, and
pumps and make all taps and connections.
I
I
I
I
I
I
Each valved section of pipe shall be slowly filled with water and the
specified test
pressure shall be applied
by means
of a pump connected to
the pipe in a manner satisfactory to the
Engineer.
Before applying the
test pressure,
all air shall be expelled
from the
pipe by permanent taps
or corporation
cocks where necessary.
Test Pressure and Duration. Test pressure shall be the greatest of
150 percent of the static pressure or 200 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.
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 S
psi of the above specified test pressure after the air in the
pipeline has been expelled and the pipe has been filled with water.
I
I
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.
c. Allowable Leakage. Leakage for water pipe shall be within the
limits •set out in ANSI/AWWA C605-94, latest revision. No pipe
• installation will be accepted until the leakage is less than the
• number of gallons per hour as determined by the formula:
L = SD✓i
7,400
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)
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.
d: Visible Leaks. All visible leaks shall be repaired regardless of the
amount of leakage.
3. Disinfection. After successful testing, the Contractor shall flush the
line at a velocity equal to or greater than 2.5 feet per second. The line
shall then be disinfected in accordance with ANSI/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 contractor shall take great care when flushing the line to assure
proper drainage is available to prevent harm at any adjacent or downstream,
location. -
Disposal, of the disinfecting water shall bewin a manner that will protect
the public, and the receiving waters from harmful concentrations of
chlorine. .Disinfecting water shall be diluted or otherwise have the
chlorine. concentration diluted in a mariner approved by -the Engineer.
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.
After sterilization is complete, the Contractor shall then flush the
sterilizing solution. from the lines, and the treated water 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, if
requested to do so by the Owner.
5. Acceptance. Upon successful completion of the sterilization, the dynamic
. - test, and final cleanup, the water line will be considered complete.
END OF SECTION 462
P
II
I
I
0
I
I
I
0
0
I
[
2
Section 472 FIRE HYDRANTS
' 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 fire hydrant assemblies. 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. Catalog Data and Assembly Drawings. For all fire hydrants, auxiliary gate
valves and valve boxes hereinafter specified, the manufacturer shall
furnish to the Engineer prior to delivery, catalog data, including
illustrations and a parts schedule giving the material of which parts are
made, in sufficient detail to serve as a guide in the assembly and
disassembly of the fire hydrant as well as in ordering repair parts. The
' manufacturer shall also submit three sets of certified drawings for review
by the Engineer, showing the principal dimensions, construction details,
and materials used for all parts of the valve. All valves shall be
furnished in accordance with the certified drawings after they have been
reviewed by the Engineer.
I
LJ
I
I
I
I
I
11
I
I
H
I
Fire Hydrants. All fire hydrants furnished and installed on this project
shall be dry barrel hydrants in conformance with AWWA C502, latest
revision, for Dry Barrel Fire Hydrants,' and shall be designed for a
working pressure of 200 pounds per square inch gauge. Pressure class 200
fire hydrants shall be three-way, painted white above the ground line with
reflective paint 7216 3M. Approved fire hydrants are Mueller Centurion
hydrants, Catalog No. A-423 or Waterous 5 1/4" WB67-90.
a. Hydrant Inlet. The hydrant shall have a 6 inch mechanical joint
inlet in conformance to the dimensions shown in ANSI/AWWA
C110/A21.10, latest revision.
b. Main Valve Openings. Three-way hydrants shall have a 5-1/4 inch
valve opening.
c. Fire Hydrant Connecting Pipe. The connecting pipe shall be ductile
iron pipe as specified elsewhere in these Specifications. Three-way
hydrants shall have 6 inch connecting pipes.
d. Hydrant Barrels and Extensions. All fire hydrants shall be equipped
with a two-piece barrel having a flange at the ground line. The
pipe shoe shall be designed for a minimum 42 inch bury. However,
the Contractor shall provide extensions (Mueller A-320 or equal) as
necessary to set the hydrants to the proper elevations at each
location.
e. Nozzles. Three-way hydrants shall be equipped with two 2-1/2 inch
hose nozzles and one 4 inch pumper nozzle.
f. Operating Nut. The operating nut shall be a nominal 1-1/2 inch
pentagon, National Standard operating nut designed to open left
(counterclockwise).
g. Safety Stem Coupling and Safety Flange. All fire hydrants shall be
equipped with a safety stem coupling and flange which are intended
to fail upon vehicle impact without damage to the stem or main
valve.
h. Testing. All fire hydrants shall be tested in accordance with
AWWA C502, latest revision.
i. Affidavit of Compliance. The manufacturer shall furnish to the
Engineer, prior to delivery, an affidavit stating that the fire
hydrant and all materials used in its construction conform to the
requirements of AWWA C502, latest revision, and these
Specifications, and that all tests specified therein have been
performed and that all test requirements have been met.
3. Auxiliary Gate Valves, Valve Boxes, and Valve Box Collars. All fire
hydrant installations shall have auxiliary gate valves, valve boxes, and
valve box collars meeting all provisions specified elsewhere in these
Specifications.
4. Connecting Pipe. The fire hydrant assembly shall have a connecting pipe II
between the mechanical joint end of the auxiliary gate valve and the fire
hydrant. The connecting pipe shall be of the length shown on the Plans
and shall be a locked hydrant adapter so that no joint separation will
occur under pressure.
5. Concrete. All concrete used for reaction backing and valve box collars
shall be in conformance with the Concrete section of these Specifications.
There is•no additional pay ..for concrete for reaction backing or for valve
box collars.
6. Polyethylene encasement and Pipe Detection tape. Polyethylene encasement
and pipe detection tape shall be provided as specified in Sections 413 and
414.
C. CONSTRUCTION
All fire hydrants shall be installed at the location shown on the Plans or at the
direction of the Engineer,and shall be installed in accordance with the detail
sheet of the Plans and these Specifications.
1. Examination of Material. Prior to installation, all hydrants shall be
inspected for direction of opening, cleanliness of inlet elbow, handling
damage, and cracks.
2. Placement. All hydrants shall stand plumb within a tolerance of 1/8 inch
horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with
the pumper nozzle facing the curb.
-Hydrantsp'shall be set to established grade with the nozzle centerline at
least 18 inches above the ground, unless otherwise directed by the
Engineer,, - n
3. Location. Unless otherwise shown on the Plans, the hydrants shall be 11
placed as follows.
a. When placed beyond the curb, the hydrant barrel shallbe set so that
no portion of the pumper or hose nozzle cap will be less than
6 inches nor more than 12 inches from the gutter face of the curb.
b. When set in the.lawnspace between the curb and the sidewalk, or
between the sidewalk and the property line, no portion of the
hydrant or nozzle cap shall be within 6 inches of the sidewalk. II
• 4. Connection to Mains. Each hydrant shall be connected to the main with a
6 inch ductile iron pipe branch and independent 6 inch gate valve as shown
on the Plans. The 6 inch branch of the main line fittings shall be
equipped with retaining•lip and swivel gland for positive restraint
without tie rods.
5. Hydrant Drainage in Pervious Soil. Wherever a' hydrant is set in soil that
is pervious, drainage shall be provided at the base of the- hydrant by
placing coarse gravel or crushed stone mixed with coarse sand from the top
of the concrete reaction backing to at least 6 inches above the waste
opening in the hydrant, and to a distance of 1 foot around the elbow. No
drainage system shall be connected to a sewer.
6. Hydrant Drainage in Impervious Soil. Wherever a hydrant is set in clay or
other impervious soil, drainage shall be provided at the base of the
hydrant by placing coarse gravel or crushed stone mixed with sand from the
. :top of the reaction backing to at least 6 inches above the waste opening
in the hydrant, and to a distance 3 feet around the elbow.- No drainage
system shall be connected to a sewer.
7. Reaction Backing. The bowl of each hydrant shall be braced against
unexcavated earth at the end of the trench with concrete. reaction backing
as shown on the Plans or directed by the Engineer. IN NO CASE SHALL THE
• CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS.
• END OF SECTION 472
t e 2
Section 475 TWO (2) INCH FLUSHING/BLOWOFF ASSEMBLIES
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 a 2 inch flushing/blowoff assembly. 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. Assembly. The two inch blow off assembly shall be a post flushing hydrant
' with detachable upper barrel as the "Aquarius one -o -one" as manufactured
by Gil Industries, or approved equal.
2. Pipe Fittings. As defined elsewhere in these specifications.
' 3. Two inch water line. As defined elsewhere in these specifications.
4. Storage/Meter box. The storage/meter box with lid shall be City of
Fayetteville standard of appropriate depth for the installation.
5. Concrete. All concrete used for reaction backing and valve box collars
shall be in conformance with the Concrete section of these Specifications.
There is no additional pay for concrete for reaction backing.
6. Class 7 Aggregate. The aggregate drain media shall be class 7 aggregate
as specified elsewhere in these specifications.
' 7. Polyethylene encasement and Pine Detection tape. Polyethylene encasement
and pipe detection tape shall be provided as specified elsewhere in these
specifications.
' C. CONSTRUCTION.
' The location of the 2 inch blowoff shall be as generally set out on the Plans and
as detailed. However, the exact location as well as the orientation and length
of the piping shall be determined in the field by the Engineer to ascertain that
the vertical riser extends above natural grade. The valves shall be installed
' in accordance with the detail(s).
All surface area disturbed in the construction of the 2 inch blowoff shall be
cleaned up and repaired as specified elsewhere in theses specifications.
D. Measurement and Payment. The measurement and payment for the two inch
flushing/blowoff assembly shall be as defined in section 110 MEASUREMENT
and PAYMENT.
END OF SECTION 475
I
E
I
1
I
Section 477 MAIN LINE ENCASEMENT
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 a bore and encasement for the main water or
' sewer lines as shown on the plans. The bore and encasement 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. Steel casing pipe. For casing up to 24 inch in diameter provide smooth
' wall steel pipe with a minimum wall thickness of 1/4 inch in accordance
with ASTM A 53. The pipe shall be continuously welded at joints for a
rigid, watertight encasement.
' 2. Water or sewer mains. All water and/or sewer main lines shall be as
specified elsewhere in these specifications.
3. Casing Spacers. Carrier pipe shall be centered within the casing by
' use of model CCS stainless steel casing spacers as manufactured by
Cascade Waterworks of Yorkville, IL or approved equal.
4. Polyethylene encasement and Pipe Detection tape. Polyethylene
encasement and pipe detection tape shall be provided as specified
elsewhere in these specifications.
IC. CONSTRUCTION
The encasement pipe shall be jacked or bored at the lines and elevations as
required on the plans. The carrier pie shall be centered within the casing
' spacers. The spacers shall be spaced not to exceed 6.67 feet. The ends of
the casing pipe shall be sealed with a minimum 18 inch concrete plug. The
casing pipe shall be itself encased in polyethylene per specification section
413.
' END OF SECTION 477
I
I
I
ILJ
I
1
I
Section 479 SERVICE CONNECTIONS
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 the service connections. The work to
' accomplish the service connections shall include every item of construction
necessary for a complete and acceptable installation as shown on the Plans and
hereinafter specified.
B. MATERIALS
The materials for water main taps, service lines and meter box assemblies
' shall be :
copper pipe ............................ type K soft copper
3/4 inch corporation stop ................. Mueller B-25008
' 3/4 inch U branch, 7 1/2 inch width ...... Mueller H-15363
5/8 x 3/4 x 12 inch meter yoke ..........,. Mueller H-1402
3/4 inch tail piece ....................... Mueller H-14222
18 inch cast iron flat meter lid .......... C-109 Crouch Foundry
I
18 x 24 inch PVC meter box, #501824 0.30T
.275 wall thickness ............. Mueller/McCullough
Tapping saddles for water main taps for PVC and ductile shall be as
manufactured by Mueller and Romac respectfully.
C. CONSTRUCTION
' The service lines shall extend from the main to the meters as shown on the
plans.
' Service lines shall be polywrapped and trace wire extended from the main into
the meter box.
D. Measurement and Payment. The measurement and payment for the various
types of service connections shall be as defined in section 110
MEASUREMENT and PAYMENT.
END OF SECTION 479
1
fl
Li
L
I
I
1
' Section 482 CAST -IN -PLACE MANHOLES
I
I
I
I
I
I
I
7
Li
I
I
n
U
I
I_I
I
I
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 standard and drop cast -in -place manholes. The
work shall include every item of construction necessary for a complete and
acceptable installation of 6 foot and 4 foot diameter manholes as shown on the
Plans and hereinafter specified. Precast, brick, masonry, or vitrified clay
radial block manholes will not be accepted for use on this project.
B. MATERIALS
1. Concrete. Concrete used in the construction of standard and drop cast -in -
place manholes shall be as specified elsewhere in these Specifications.
2. Mortar and Grout. Mortar or grout used in the construction of manholes
shall be mixed in the proportion of one part of Portland cement and two
parts mortar sand as defined elsewhere in these Specifications. The
mixture shall be dry -mixed until it has a uniform color, after which water
shall be added and the mixing continued until the mortar has a consistency
such that it can be easily handled and spread with a trowel. Mortar or
grout that has not been used within 30 minutes after water has been added
shall not be used.
3. Manhole Rings and Lids. All castings for manhole frames, covers and other
purposes must be of tough gray iron, free from cracks, holes, swells and
cold shuts, shall be of workmanlike finish, and shall conform to the
Plans. All mating surfaces shall be machined fit. The quality shall be
such that a blow from a hammer will produce an indentation on a
rectangular edge of the casting without flaking the metal. Before leaving
the foundry, all castings shall be thoroughly cleaned and subjected to a
hammer inspection.
Manhole rings and lids shall be in accordance with the dimensions shown on
the Plans. 'Sanitary Sewer' shall be cast on lids.
All manhole rings and lids, whether or not in street surfaces, shall be
not less than 290 pounds combined weight, similar to Vulcan Foundry No. V-
1348-2, or 300 pound Neenah No. 1726 or approved equal.
'Watertight' manhole rings and lids, where called for on the Plans, shall
be Vulcan No. VM-50 Special, or equal.
Manhole lids shall be of solid construction without any openings of any
type. Manhole lids shall have non -penetrating type pick slot.
4. Stubouts. Stubouts as required shall be the same sewer pipe material as
the main sewer line. Stubouts shall be length as shown on the Plans and
shall have a watertight plug placed in the end of the pipe. The
watertight plug shall be blocked as required for the low pressure air
testing of the stubout.
5. Waterstop Gasket. Waterstop gasket shall be as specified in the Pipe
Section of these Specifications.
C. EXECUTION
1. Excavation for Manholes. Excavation for manholes will be made of such
dimension and depth as to allow the construction of the manhole as shown
on the Plans. No extra payment shall be made for manhole excavation, and
all surface removal shall be as specified elsewhere in these
Specifications.
2. Base. The concrete base shall have a minimum thickness of 12 inches and
shall be poured on undisturbed earth. The base shall be poured so that
the top of the base outside the barrel is a minimum of one-half of the
inside diameter above the invert of all pipes entering the manhole. The
base shall have a minimum diameter of 2 feet 0 inches greater than the
I
1
outside diameter of the finished manhole barrel. Prior to pouring the
base, any water in the excavation shall be removed, and the base poured in
the dry.,
3. Connections to Manholes. Pipe connections to manholes are a constant
source of potential trouble. In order to ensure that pipe will not break
immediately adjacent to the manhole, care shall be taken that excavation
for the manhole bottom is limited to the area to be filled with concrete.
The Contractor shall support pipe entering the manhole ALL OF THE WAY to
solid bedding by backfilling under the pipe and up to mid-springline with
concrete.
4. Invert. {The invert of the manhole shall be hand -placed and shaped using
concrete` as specified. The base and barrel of the manhole shall be
cleaned thoroughly prior to placement of the invert. The invert shall be
shaped and smoothed so that the manhole will be self-cleaning and free of
areas where solids may be deposited as sewage flows through the manhole.
The entire diameter of each pipe entering the manhole barrel shall be cut
smooth with the inside edge of the manhole barrel and the invert shaped
throughout from all. inlet pipes to the outlet pipe.
5. Manhole ',Barrels. The minimum thickness of manhole barrels shall be 8
inches. j The barrel may be poured monolithically, with the base, or the
barrel forms may be set as soon as the concrete base has cured enough to
support the forms.
Except where 6 foot diameter manholes are called for on the Plans or
specified, all manholes shall be 4 feet indiameter as shown on the Plans
details.:
Prior to setting the manhole forms' in place, any water that may have
accumulated in the excavated area shall be pumped out and the concrete
base thoroughly cleaned.. All concrete shall be poured in a dewatered
excavation.
Construction joints shall be provided with keyway as shown on the detail
.sheet of the Plans.
6. Manhole Steps. Manhole steps are not allowed.
7. Manhole Heights. Manholes are to be built to the existing ground surface
unless otherwise noted on the Plans or directed by the Engineer.
8. Drop Manholes. Drop manholes, unless otherwise shown on the Plans, shall
be constructed at all manholes where the difference in invert elevation
between, incoming and outgoing sewer is 2 feet or more. Drop manholes
shall be constructed of the same material and dimensions as are standard
manholes, the only difference being in the inlet arrangements as shown on
the standard detail sheet.
9: Curing.. Curing compounds or covers may be used at the option of the
Contractor. However, it will be the responsibility of the Contractor to
protect the concrete to prevent cracking during the curing process and to
protect the manhole during freezing temperatures. The Engineer shall, at
his discretion, prohibit pouring concrete during periods of extreme cold
or inclement weather.
10. Backfilling. The manhole shall be backfilled evenly around its perimeter
no less than 12 hours after the forms have been removed. Extra care shall
be taken to compact all backfill to the top of the highest pipe entering
the manhole. All backfilling shall be as specified elsewhere in these
Specifications.
11. Watertightness. All manhole exterior walls shall be coated with two coats
of asphalt emulsion. All manholes constructed shall be watertight and
show no visible evidence of infiltration, and shall be tested in
accordance with this Specification. The test shall be conducted by the
Contractor in the presence of and in coordination with the Engineer.
Manhole testing shall be as set out below:
2
Vacuum Test. All incoming and outgoing sewer lines shall be
plugged and vacuum drawn on manhole. The Contractor shall
furnish suitable apparatus, such as manufactured by P. A.
' Glazier, Inc., or equal, made for such purpose. The test
shall pass when the vacuum has been brought to 10 inches of
mercury (Hg) and remains or drops to no more than 9 inches Hg
in a time greater than one minute.
' All manholes which fail the test shall be repaired or a new manhole
constructed at the expense of the Contractor. Manholes which fail the
test shall be retested after remedial measures are completed.
' 12. Stubouts. Stubouts shall be constructed at the locations shown on the
Plans. The stubout shall be constructed in the direction and shall be the
size as shown on the Plans. The stubout shall be bedded and backfilled as
' shown on the detail sheet of the Plans and as specified for the type of
sewer pipe used. After the stubout installation is complete, all stubouts
shall be tested as specified elsewhere in these Specifications for the
type of pipe used. A 2 inch x 4 inch treated location stake shall be
installed at the end of the stubout to mark the location.
I
I
I
I
I
C
I
I
END OF SECTION 482
1
U
' Section 487 PIPELINE CLEANUP AND SEEDING
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Li
A. GENERAL
Cleanup shall be considered an important part of this project, and adequate
equipment and qualified personnel shall be applied to this phase of the work from
the very beginning of the project. Seeding and placing of straw mulch shall not
be done during the period of June 15 through September 15 without special
permission from the Engineer.
There is no separate pay item for cleanup, and this work shall be considered
subsidiary to the unit price bid for pipe. There are generally four
classifications of cleanup to be used on this project, as set out below.
Class I Cleanup. Areas of construction within lawns, gardens, or other
well -kept areas, including street rights of way that are kept as lawns by
adjacent landowners.
Class II Cleanup. Areas of construction within fields, meadows and street
rights of way which are mowed or cultivated (gardens excepted).
Class III Cleanup. Areas of construction that are heavily brushed or
wooded, steep rocky slopes, or other areas where it is not practical for
the area to be cultivated.
Special Cleanup. Unless otherwise noted under paragraph B.4 of this
Specification, no special cleanup will be required.
B. METHOD OF CLEANUP
The method of cleanup for each of the classes defined above shall be as set out
below.
1. Class I Cleanup - Lawns, Gardens, Etc. The trench shall be backfilled in
accordance with the Pipe Specifications. After the topsoil has been
replaced to the same depth as adjacent undisturbed areas over the damaged
areas, the Contractor shall proceed immediately to hand rake the entire
construction area to remove all rock 1/4 inch or larger in diameter.
Debris of every type shall be removed and all damaged tree limbs shall be
pruned. After the area has been raked and accepted, it shall be seeded at
the rate of 0.15 pounds per 100 square feet, using the following seed
mixture (percent expressed in terms of weight).
Lawn Fescue 40%
Blue Grass 30%
Rye Grass (Annual) 30%
During or after seeding is complete, all areas shall be covered with
10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately
one-half pound per 100 square. feet. No watering will be required.
However, after seeding and fertilization the entire area shall be rolled
with a roller of sufficient size and weight to achieve a smooth finished
surface prior to mulching.
Straw mulch consisting of good grade clean straw, free of weeds or seed
shall be placed over seeded areas and shall be uniformly spread so as to
provide a thickness of approximately 2 inches when first spread.
Where the existing ground cover does not contain any of the grasses as set
out in the seed mixture above (Bermuda grass, Zoysia, etc.). the
Contractor shall be responsible for cutting, removing stockpiling and
saving the existing sod on the job site. After constructing the water
1
line and.backfilling the trench, the sod shall be replaced to a condition
equal to or better than that prior to construction. In the event that
insufficient sod has been stored, or sod has been lost or destroyed, the
Contractor shall be responsible for providing and installing new solid sod
of the existing type to complete the cleanup.
2. Class II,Cleanup - Fields, Meadows, Etc. The trench shall be backfilled
in accordance with the Pipe Specifications. After the backfill is
completed and the surface over the trench left slightly rounded, the area
shall be machine raked to remove all rock to a condition equal to the
existing surface on the better side of the adjacent existing right of way.
All excess excavated material shall be removed from the site, including
excess material which has accumulated around fence posts, trees,
mailboxes, etc. All areas which have been disturbed, such as that caused
by equipment tracks, shall be carefully backfilled and repaired as though
it were a part of the actual trench excavation. Seeding and fertilizing
of these areas is required using the seed mixture and application rates
set out below (percent expressed in terms of weight). H
Field Fescue 40%
Rye Grass (Annual) 40%
White Clover (Common) 20%
After the area has been accepted, it shall be seeded at the rate of 0.15
pounds per 100 square feet. During or after seeding is complete, all
areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds
per acre, or approximately one-half pound per 100 square feet. No
watering will be required. However, after seeding and fertilization the
entire area shall be rolled with a roller of sufficient size and weight to
achieve a smooth finished surface prior to mulching.
Where the existing field grass is Bermuda, or other type not specified
above, the Contractor shall place such topsoil as required, and shall seed
with the existing type grass so that an equivalent ground cover will be
provided.
Straw mulch consisting of good grade clean straw, free of weeds or seed
shall be placed over seeded areas and shall be uniformly spread so as to
provide a thickness of approximately 2 inches when first spread.
3. Class III Cleanup - Steep, Wooded or Rocky Areas. The trench shall be
backfilled in accordance with the Pipe Specifications. After the trench
backfill is complete, all damaged brush of every type shall be cut just
below ground surface and all damaged limbs shall be trimmed. All brush
and debris shall be disposed of by the Contractor and the entire area
shall be. machine raked so that the area of construction is in a condition
equal to the existing surface on the better side of the existing adjacent
right of way.
The area of the trench line shall then be seeded and fertilized at the
rate of 0.15 pounds per 100 square feet using the same seed mixture,
fertilizer and application rates as set out under Class II cleanup, except
that tall fescue (Kentucky 31) shall be used in place of field fescue.
Straw mulch consisting of good grade clean straw, free of weeds or seed
shall be placed over seeded areas and shall be uniformly spread so as to
provide :a thickness of approximately 2 inches when first spread.
4. Special Cleanup and Restoration Requirements. II
All work which is performed in the street as required and shown on the plans,
shall be left in a clean and neat manner in accordance with the plan details.
5. All Areas. All work within the construction area shall be cleaned to the
2
I
Li
I
I
I
I
I
I
F I
I
I
I
I
I
I
Li
satisfaction of the Owner. In general, all rocks, trash or rubbish of any
nature shall be removed from the site of the work.
During construction, the Contractor shall at -all times keep work areas in
a clean, neat and workmanlike condition. txcess pipe, excavation, brush
and materials of construction shall be removed and disposed of as the work
progresses. In built-up areas, including lawns, the job site shall be
cleaned up immediately behind construction. Streets and driveways blocked
by excess materials after basic construction is completed will not be
tolerated.
If the trench should settle while the Contractor is still on the job or
within one year of the project completion date, the Contractor shall make
the required repairs at no additional cost to the Owner in accordance with
the continuing responsibility provisions of these Specifications.
Failure of Contractor to make necessary repairs during the one year period
will be cause for Owner to make or contract for such repairs and invoice
the Contractor for all costs.
Restoration of Damaged Surfaces and Property. Where any pavement, trees,
shrubbery, fences, poles or other property and surface structures have
been damaged, removed or disturbed by the Contractor, whether deliberately
or through failure to carry out the requirements of the contract
documents, state laws, municipal ordinances, or through failure to employ
usual and reasonable safeguards, such property and surface structures
shall be replaced or repaired at the expense of the Contractor.
Access after Construction. Unless otherwise directed, all areas shall be
graded after construction so as to be accessible by four wheel drive
vehicle.
END OF SECTION 487
I
I
Li
Section 488 TIE-IN OF SEWER LINE TO EXISTING LINES AND INTERCEPTORS
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 the tie-ins at the locations shown on the
Plans.
B. MATERIALS
The Contractor shall provide Portland cement concrete as specified elsewhere in
these Specifications for construction of transition inverts in the existing
manholes.
C. EXECUTION
The Contractor shall
plugging upstream mar
the dewatered section
tie-in.
The Contractor shall
Section 100 of these
dewater the line on which the tie-ins are to be made by
hole(s) and providing bypass pumping of wastewater around
for the duration of the activities required to complete the
coordinate tie-ins to the existing system as specified in
Specifications.
END OF SECTION 488
Section 491 STREET AND COUNTY ROAD CROSSINGS
IA. GENERAL
This item shall consist of providing all labor, equipment, tools, supplies and
incidentals necessary for the crossing, maintaining and restoring streets and
' roads to the satisfaction of the City of Fayetteville. The work shall include
every item of work necessary for a complete and acceptable installation.
B. MATERIALS
' 1. Pipe Bedding Material. Pipe bedding material shall be as specified
elsewhere in these Specifications.
' 2. Crushed Stone Backfill. Crushed stone backfill (where specified) shall be
aggregate base course, Class 7, as specified elsewhere in these
Specifications for crushed stone base.
'• 3. Hillside Backfill. Hillside backfill (where specified or shown) shall
consist of cherty clay material with a CBR greater than 8 and approved by
the Engineer prior to the placement of such fill.
' 4. Crushed Stone Base. Crushed stone base shall be aggregate base course,
Class 7, as specified elsewhere in these Specifications.
5. Prime and Tack Coats. Prime and tack coat material shall be EPR-1 PRIME
' emulsified petroleum resin prime as manufactured by Blacklidge Emulsions,
Inc., Gulfport, Mississippi. The application rate shall be approximately
0.25 gallon per square yard applied as recommended by the manufacturer.
Application equipment and procedures shall be as set forth in Section 403
of the 1993 Edition of the Arkansas State Highway Department Standard
Specifications.
6. Asphaltic Concrete Hot -Mixed Surface Course. The asphaltic concrete hot-
, mixed surface course shall be Type 2 as set forth in Section 407, page
216, of the 1993 Edition of the Arkansas State Highway and Transportation
Commission Standard Specifications.
IC. REFERENCED MATERIALS AND CONSTRUCTION
The following specifications are hereby referenced and made a part of these
Specifications. These specifications are contained in the Standard
' Specifications for Highway Construction,' Edition of 1993, published by the
Arkansas State Highway and Transportation Commission. The page numbers given
below refer to pages in these Standard Specifications for Highway Construction.'
' 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, and are set out below.
' Asphalt Pavement, Part 400 Pages
Prime and Tack Coats and Emulsified Asphalt
in Base Course, Section 401 . . . . . . . . . . . . . . . . . 185-189
Materials and Equipment for Prime Tack and
Asphalt Surface Treatments, Section 403 195-201
Asphalt Concrete Hot -Mix Surface Course, Section 407 . . . . . 215-218
Materials and Equipment for Asphalt Concrete
Hot -Mix Binder and Surface Courses, Section 409 . . . . . . . . 229-243
Construction Requirements for Asphalt Concrete
Hot -Mix Binder and Surface Courses, Section 410 244-255
I
I
D. EXECUTION
The Contractor shall provide and maintain during his construction activities
adequate barricades, construction signs, torches, lanterns and guards as required
to protect persons from injury and to avoid property damage. All materials
piles, equipment and pipe which may serve as obstructions to traffic shall be
enclosed by fences and/or barricades and shall be protected by adequate torches
and lanterns. Execution of adequate safety precautions set forth in the General
and Special Conditions is the sole responsibility of the Contractor.
The Contractor shall carry on the work in a manner which will cause the least
interruption to traffic and shall maintain at least one lane of traffic at all
times. Where traffic must cross open trenches, the Contractor shall provide
suitable bridges at street intersections and driveways.
All areas excavated for the construction of pipelines and appurtenances within
city streets shall have bedding, pipe protection cover and backfill placed as
specified elsewhere in these Specifications, and as detailed on the Plans.
Crushed stone base and/or"Hillside" when specified or shown shall be placed and
compacted to 95 percent of modified Proctor density (ASTM D1557-78), as shown on
the Plans.
All asphaltic! surfaces shall be replaced with asphaltic concrete hot -mixed
surface course. Asphaltic concrete hot -mixed surface course, Type 2, shall be
constructed as specified herein, and as shown on the Plans.
All Portland cement surfaces shall be replaced with Portland cement concrete.
Portland cement concrete surfacing shall be constructed as.specified elsewhere
in these Specifications, and as shown on the Plans.
All unpaved driving surfaces shall be replaced with crushed stone base as
specified elsewhere in these Specifications, and as shown on the Plans.
All street right-of-way, disturbed by construction of these facilities shall be
restored to its original or equivalent condition as required by the City of
Fayetteville.
END OF SECTION 491
Li
I
I
J�
LU
P
I
UI
0
I
I
I
[
2 1
Section 495 DRIVING SURFACE REPAIR
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
the repair of driving surfaces. This specification is intended for any driving
surface, paved or unpaved, including but not limited to streets, roads,
driveways, and parking lots.
ess otherwise
the
B. MATERIALS
1. Prime and Tack Coats. Prime and tack coat material shall be EPR-1 PRIME
emulsified petroleum resin prime as manufactured by Blacklidge Emulsions,
Inc., Gulfport, Mississippi, or equal. The application rate shall be
approximately 0.25 gallon per square yard applied as recommended by the
manufacturer. Application equipment and procedures shall be as set forth
in Section 403 of the 1991 Edition of the Arkansas State Highway
Department Standard Specifications.
2. Hot -Mixed, Hot -Laid Asphaltic Concrete. The hot -mix asphalt surface
course shall conform in composition to the weights and gradation of Type 2
asphalt as set forth under Section 407, page 216, of the 1993 Edition of
the Arkansas State Highway Department Standard Specifications, using
asphalt cement viscosity grade AC -30.
3. Concrete. Concrete shall be as defined elsewhere in these Specifications.
4. Reinforcing Steel. Reinforcing steel for pavements shall be as follows:
steel bars shall be ASTM A 615, A 616, A617 grade 60,
welded steel wire shall be ASTM A 185.
S. Crushed Stone Base. Crushed stone base shall be in conformity with the
gradation and hardness requirements as set forth under Section 303 of the
1993 Edition of the Arkansas Highway Department Standard Specifications,
aggregate base course, Class 7. The crushed stone supplier shall submit
certificates stating that the materials provided are in conformance with
these specifications.
' 6. Hillside Backfill. Hillside backfill (where specified or shown) shall
consist of cherty clay material with a CBR greater than 8 and approved by
the Engineer prior to the placement of such fill.
' 7. Curb and Gutter Joint Sealer. Curb and gutter joint sealer shall be
either Type 1, Type 2. or Type 3 in accordance with Section 501 of the
1993 Edition of the Arkansas State Highway Department Standard
Specifications.
' C. REFERENCED MATERIALS AND CONSTRUCTION
The following Specifications are hereby referenced and made a part of these
' Specifications. These Specifications are contained in the 'Standard
Specifications for Highway Construction,' Edition of 1993, published by the
Arkansas State Highway Commission. The page numbers given below refer to pages
in these 'Standard Specifications for Highway Construction.'
' These Specifications are available for inspection in the Engineer's office, or
may be obtained from the Arkansas State Highway Department, Little Rock,
Arkansas, and are set out below.
Asphalt Pavement, Part 400 Pages
Prime and Tack Coats and Emulsified Asphalt
in Base Course, Section 401 . . . . . . . . . . . . . . 185-189
Materials and Equipment for Prime Tack and
Asphalt Surface Treatments, Section 403 . . . . . . ... . . . 195-201
Asphalt Concrete Hot -Mix Surface Course, Section 407 . . . . 215-218
Material's and Equipment for Asphalt Concrete
Hot -Mix Hinder and Surface Courses, Section 409 . . . . . . . . 229-243
Construction Requirements for Asphalt Concrete
Hot -Mix Binder and Surface Courses, Section 410 . . . . . . . 244-255
D. CONSTRUCTION
1. -Pavement Removal, Pipe Protection Cover and Back£ill. The pavement shall
be removed, pipe protection cover placed, and trench backfilled in
accordance with the appropriate Pipe Specification.
All pavements which have been removed or damaged shall be repaired in
accordance with these Specifications depending upon the type of pavement
existing prior to construction. No payment for repair will be made for
pavements damaged outside the width of allowable removal set out elsewhere
in these Specifications.
a. Asphaltic Pavement Repair. The existing pavement shall be saw -cut
and removed to a point 6 inches beyond the trench line limits, and
brought to grade 9 inches below the top of the existing pavement.
This area shall then be resurfaced by applying 6 inches of concrete,
asphaltic cement prime coat at the rate of 0.25 gallons/square yard,
followed by a minimum of 3 inches of hot -mixed, hot -laid asphaltic
concrete, laid to an elevation matching the existing finished grade.
The hot -mixed, hot -laid asphaltic concrete shall be compacted to 92
percent of theoretical density.
One nuclear densometer test per asphaltic patch or repair shall be
performed. The asphaltic pavement repair shall be deemed acceptable
by the Engineer upon a passing nuclear.densometer test at a location
as directed by the Engineer. The cost of determining the compacted
density shall be at the expense of the Contractor.
Any unacceptable patch or repair shall be replaced and/or
recompacted and retested at the Contractor's expense.
b. Concrete Pavement Repair. The existing pavement shall be saw -cut
and removed to a point 6 inches beyond the trench line limits, and
brought to grade 6 inches below the top of the existing pavement.
This area shall then be resurfaced by applying 6 inches of concrete;
laid to an elevation matching the existing finished grade.
Any unacceptable patch or repair shall be replaced at the
Contractor's expense.
c. Unpaved Driving Surface Repair. After the trench has been
back£illed as set out elsewhere in these Specifications, the surface
shall be brought to the existing grade with additional crushed stone
base.
2. Barricades, Guards and Safety Provisions. To protect persons from injury
and to avoid property damage, adequate barricades, construction signs,
warning lights and guards as required shall be placed and maintained
during the progress of the construction work and until it is safe for
traffic to use the highway. All material piles, equipment and pipe which
2
may serve as obstructions to traffic shall be enclosed by fences or
barricades and shall be protected by proper lights when the visibility is
poor. Execution of all necessary safety precautions is the sole
responsibility of the Contractor.
I
I
U
I
I
I
I
I
I
I
I
Li
I
I
I
3. Maintenance of Traffic and Closing of Streets. The Contractor shall carry
on the work in a manner which will cause the least interruption to
traffic. A minimum of one lane of traffic shall be kept open at all
times. Where traffic must cross open trenches, the Contractor shall
provide suitable bridges at street intersections and driveways.
4. Piling Excavated Material for Reuse. All excavated material which is to
be reused shall be piled in a manner that will not endanger the work and
that will avoid obstructing sidewalks and driveways and also comply with
Section 100 of these specifications. Hydrants under pressure, valve pit
covers, valve boxes, curb stop boxes, fire and police call boxes, or other
utility controls shall be left unobstructed and accessible until the work
is completed. Gutters shall be kept clear or other satisfactory
provisions made for street drainage, and natural water courses shall not
be obstructed.
5. Removal of Excess Material. All excess excavated material shall be loaded
in trucks during the excavating operation, hauled from the job site and
disposed of at the direction of the Contractor in accordance with all
Federal, State and local regulations.
6. Cleanup. Cleanup of areas behind the curb and gutter and around sidewalks
shall be as set out elsewhere in these Specifications.
E. MEASUREMENT AND PAYMENT.
Measurement and payment shall be as defined in the bid schedule and
section 110 MEASUREMENT and PAYMENT.
END OF SECTION 495
3
I
Section 499 SIDEWALK REPLACEMENT/REPAIR
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
the replacement and/or repair of sidewalks in compliance with the detailed
' drawings and the referenced City Ordinacne 4005.
Sidewalks shall conform to all ADA guidelines.
B. MATERIALS
1. Concrete. Concrete shall be as defined elsewhere in these Specifications.
' 2. Reinforcing Steel. Welded wire reinforcing steel shall be ASTM A 185.
Steel bars shall be ASTM A615, A616, A617 grade 60.
• 3. Crushed Stone Base. Crushed stone base shall be in conformity with the
gradation and hardness requirements as set forth under Section 303 of the
1993 Edition of the Arkansas Highway Department Standard Specifications,
aggregate base course, Class 7. The crushed stone supplier shall submit
certificates stating that the materials provided are in conformance with
these specifications.
4. Hillside Backfill. Hillside backfill (where specified or shown) shall
' consist of cherty clay material with a CBR greater than 8 and approved by
the Engineer prior to the placement of such fill.
5. Joint Material. AASHTO M 213. Wood shall not be accepted.
C. REFERENCED MATERIALS AND CONSTRUCTION
The City of Fayetteville Ordinance no. 4005, Chapter 98.67, Streets and
sidewalks.
ID. MEASUREMENT AND PAYMENT.
Measurement and payment shall be per square yard complete n place as further
defined in section 100 Measurement and Payment.
END OF SECTION 499
I 1
P1
'!I
Section 502 CONCRETE
' A. GENERAL
This work consists of all concrete work, forms, reinforcing and related items
necessary to complete all Concrete Paving, driving surface repairs, Street
repairs, sidewalk, curbs and gutter, reaction backing and other concrete work as
indicated on the drawings and described in the specifications.
' B. REFERENCED MATERIALS AND CONSTRUCTION.
The following Specifications are hereby referenced and made a part of these
Specifications. These Specifications are contained in the 'Standard
Specifications for Highway Construction,Edition of 1993, published by the
Arkansas State Highway Commission. The page numbers given below refer to pages
in these 'Standard Specifications for Highway Construction.'
These Specifications are available for inspection in the Engineer's office, or
may be obtained from the Arkansas State Highway Department, Little Rock,
Arkansas, and are set out below.
DIVISION 500 RIGID PAVEMENT Pages
SECTION 501 through SECTION 512 . . . . . . . . . . . . . . . 271 - 324
' DIVISION 600 INCIDENTAL CONSTRUCTION Pages
SECTION 609 DROP INLETS AND JUNCTION BOXES . . . . . . . . . 368 - 371
SECTION 633 CONCRETE WALKS AND STEPS. . . . . . . . . . . . . 438 - 438
SECTION 634 CURBING 440 - 443
DIVISION 800 STRUCTURES Pages
' SECTION 802 CONCRETE FOR STRUCTURES . . . . . . . . . . . . . 561 - 614
SECTION 804 REINFORCING STEEL FOR STRUCTURES . . 616 - 623
All concrete for this project shall conform to the above referenced "Standard
Specifications for Highway Construction,' Edition of 1993, published by the
Arkansas State Highway Commission with the following specific exceptions.
'• 1. All concrete shall be ready -mix type concrete. The Contractor shall not
batch or mix concrete.
2. Class "A" concrete is defined as a concrete with a minimum 28 day compressive
strength of 3,000 psi. Class "A" concrete shall be used for constructing
manholes and other structures, concrete driveway repair, sidewalk repair and curb
and gutter repair, reaction backing, pipe encasement, and where otherwise
directed by the Engineer.
' 3. All concrete shall have air entrainment added at the ready -mix plant by the
concrete supplier. Concrete for paving shall have air entrainment of
6 % +/- 1 1/2 % (4.5 to 7.5 percent). All other concrete shall have air
' entrainment of 3 to 6 percent.
4. No other admixtures, including calcium chorlide, shall be permitted.
5. TESTING
The Contractor, under the Engineer's supervision, shall take samples and make
tests as hereinafter listed for each 40 cubic yards of fresh concrete or fraction
' thereof placed on the project, but not less than one set for each day's concrete
placement. It shall be the Contractor's responsibility to collect all samples,
prepare casting specimens, protect, cure, transport, and pay for all costs
associated with testing. The project inspector shall inspect the preparation of
all specimens.
1
1
Slump Tests: Tests for slump shall be made at the place of deposit and in
accordance with ASTM C-143. Tests shall be made periodically, when cylinders are
made, and as often in the opinion of the Engineer when a change in consistency
of the concrete mix is noted. The Contractor shall have a slump cone at the job
site at all times when concreting operations are in progress. Unless otherwise
noted or specified, the slump shall be within the limits of 1 to 4 inches.
Compression and Strength Tests: Each test shall consist of four standard 6 inch
by 12 inch cylinders; two cylinders to be tested at the age of seven days and two
cylinders at the age of 28 days. Samples shall be taken, cured and tested in
accordance with latest ASTM standards. '
When the ultimate compressive strength of any cylinder falls below the specified
strength for the class of concrete specified, the design mix and water content
shall be adjusted to produce the specified strength for concrete that is
subsequently placed. In addition, the Engineer may order additional curing for
that portion of the structure where the questionable concrete has been placed.
In the event that such additional curing does not give the strength required, as
determined byload tests made in accordance with ACI 318, or cored cylinder
tests, and if such tests indicate the necessity, the defective parts shall be
removed and replaced, or shall be reinforced as directed by the Engineer, at the
Contractor's expense, including the expense of the tests.
7. Measurement and payment shall be as defined in the Bid Proposal and/or.' as
specified elsewhere in these specifications.
Unless specifically noted above, the referenced Standard Specifications for
Highway Construction,Edition of 1993, published by the Arkansas State Highway
Commission will control.
End of Section 502
2
I
Section 611 Pipe Underdrains (a.k.a. "French Drains")
A. GENERAL
This work consists of constructing underdrains using pipe, aggregate and
geotextile filter material including trench excavation, backfill and cleanup.
B. REFERENCED MATERIALS AND CONSTRUCTION.
The following Specifications are hereby referenced and made a part of these
• Specifications. These Specifications are contained in the 'Standard
Specifications for Highway Construction,' Edition of 1993, published by the
Arkansas State Highway Commission. The page numbers given below refer to pages
in these `Standard Specifications for Highway Construction.'
These Specifications are available for inspection in the Engineer's office, or
may be obtained from the Arkansas State Highway Department, Little Rock,
Arkansas, and are set out below.
DIVISION 600 INCIDENTAL CONSTRUCTION Pages
SECTION 611 Pipe Underdrains, outlet protectors and covers . 373 - 376
C. CONSTRUCTION.
The pipe underdrain system shall be constructed in the location shown, and to the
dimensions as detailed on the contract plans.
Surface preparation, trenching, cleanup and restoration shall be as defined
elsewhere in these specifications.
' D. MEASUREMENT AND PAYMENT.
Measurement and payment shall be as defined in the Bid Proposal and/or as
' specified elsewhere in these specifications.
Unless specifically noted above, the referenced 'Standard Specifications for
Highway Construction,' Edition of 1993, published by the Arkansas State Highway
Commission will control.
I
End of Section 611
I
§1926.606
29 CFR Ch. XV11 (7-1-92 Edition)
II
(6) Obstructions shall not be laid on
or across the gangway.
(7) The means of access shall be ade-
quately illuminated for its full length.
• (8) Unless the structure makes it im-
possible, the means of access shall be
so located that the load will not pass
over employees.
(c) Working surfaces of barges. (1)
Employees shall not be permitted to
walk along the sides of covered light-
ers or barges with coamings more than
5 feet high, unless there is a 3 -foot
clear walkway, or a grab rail, or a taut
handline is provided.
(2) Decks and other working sur-
faces shall be maintained in a safe
condition.
(3) Employees shall not be permitted
to pass fore and aft, over, or around
deckloads, unless there is a safe pas-
sage.
(4) Employees shall not be permitted
to walk over deckloads from rail to
coaming unless there is a safe passage.
If it is necessary. to stand at the out-
board or inboard edge of the deckload
where less than 24 inches of bulwark,
rail, coaming, .or other protection
exists, all employees shall be provided
with a suitable means of protection
against falling from the deckload.
(d) First -aid and lifesaving equip-
ment. (1) Provisions for rendering first
aid and medical assistance shall be in
accordance with Subpart D of this
part. i
(2) The employer shall ensure that
there is in the vicinity of each barge in
use at least One U.S. Coast Guard -ap-
proved 30 -inch lifering with not less
than 90 feet of line attached, and at
least one portable or permanent
ladder which will reach the top of the
apron to the surface of the water. If
the above equipment is not available
at the pier, the employer shall furnish
it during the time that he is working
the barge.
(3) Employees walking or working on
the unguarded decks of barges shall be
protected with U.S. Coast Guard -ap-
proved work vests or buoyant vests.
(e) Commercial diving operations:
Commercial diving operations shall be
subject to subpart T of part 1910,
§§ 1910.401-1910.441, of this chapter.
139 FR 22801, June 24, 1974, as amended at
42 FR 37674, July 22, 19771
§ 1926.606 Definitions applicable to this
subpart.
(a) Apron —The area along the wa-
terfront edge of the pier or wharf.
(b) Bulwark —The side of a ship
above the upper deck.
(c) Coaming—The raised- frame, as
around a hatchway in the deck, to
keep out water.
(d) Jacob's. ladder —A marine ladder
of rope or chain with wooden or metal
rungs.
(e) Rail, for the purpose of
§ 1926.605, means a light structure
serving as a guard at the outer edge of
a ship's deck.
Subpart P —Excavations
AUTHORITY: Sec. 107, Contract Worker
Hours and Safety Standards Act (Construc=
tion Safety Act) (40 U.S.C. 333); Sees. 4, 6, 8,
Occupational Safety and Health Act of
1970 (29 U.S.C. 653, 655, 657); Secretary of
Labor's Order No. 12-71 (36 FR 8754), 8-76
(41 FR 25059), or 9-83 (48 FR 35736), as ap-
plicable, and 29 CFR part 1911.
SouRcE: 54 FR 45959, Oct. 31, 1989, unless
otherwise noted.
§ 1926.650 Scope, application, and defini-
tions applicable to this subpart.
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Excava-
tions are defined to include trenches.
(b) Definitions applicable to this
subpart. -
Accepted engineering practices
means those requirements which are
compatible with standards of practice
required by a registered professional
engineer. -
Aluminum Hydraulic Shoring means
a pre-engineered shoring system com-
prised of aluminum hydraulic cylin-
ders (crossbraces) used in -conjunction
with vertical rails (uprights) or hori-
zontal rails (walers). Such system is
designed, specifically to support the
sidewalls of an excavation and prevent
cave-ins. , .
Bell-bottom pier hole means a type
of shaft or footing excavation, the
bottom of which is made larger than
the cross section above to form a
belled shape. ,
a
Q
Lii
!I
0
'
D
CL
LIi
0
I
I
H
I
U
218
a
I
Occupational Safety and Health Admin., Labor
§ 1926.650
I
Li
I
I
I
I
I
I
I
I
I
Li
I
I
I
I
I
Benching (Benching system) means
a method of protecting employees
from cave-ins by excavating -the sides
of an excavation to form one or a
series of horizontal levels or steps,
usually with vertical or near -vertical
surfaces between levels.
Cave-in means the separation of a
mass of soil or rock material from the
side of an excavation, or the loss of
soil from under a trench shield or sup-
port system, and its sudden movement
into the excavation, either by falling
or sliding, in sufficient quantity so
that it could entrap, bury, or other-
wise injure and immobilize a person.
Competent person means one who is
capable of identifying existing and
predictable hazards in the surround-
ings, or working conditions which are
unsanitary, hazardous, or dangerous
to employees, and who has authoriza-
tion to take prompt corrective meas-
ures to eliminate them.
Cross braces mean the horizontal
members of a shoring system installed
perpendicular to the sides of the exca-
vation, the ends of which bear against
either uprights or wales.
Excavation means any man-made
cut, cavity, trench, or depression in an
earth surface, formed by earth remov-
al.
Faces or sides means the vertical or
inclined earth surfaces formed as a
result of excavation work.
Failure means the breakage, dis-
placement, or permanent deformation
of a structural member or connection
so as to reduce its structural integrity
and its supportive capabilities. -
Hazardous atmosphere means an at-
mosphere which by reason of being ex-
plosive, flammable, poisonous, corro-
sive, oxidizing, irritating, oxygen defi-
cient, toxic, or otherwise harmful, may
cause death, illness, or injury.
Kickout means the accidental re-
lease or failure of a cross brace.
Protective system means a method of
protecting employees from cave-ins,
from material that could fall or roll
from an excavation face or into an ex-
cavation, or from the collapse of adja-
cent structures. Protective systems in-
clude support • systems, sloping and
benching systems, shield systems, and
other systems that provide the neces-
sary protection.
Ramp means an inclined walking or
working surface that is used to gain
access to one point from another, and
is constructed from earth or from
structural materials such as steel or,
wood.
Registered Professional Engineer
means a person who is registered as a
professional engineer in the state
where the work is to be performed.
However, a professional engineer, reg-
istered in any state is deemed to be a
"registered professional engineer"
within the meaning of this standard
when approving designs for "manufac-
tured protective systems" or "tabulat-
ed data" to be used in interstate com-
merce.
Sheeting means the members of a
shoring system that retain the earth
in position and in turn axe supported
by other members of the shoring
system.
Shield (Shield system) means a
structure that is able to withstand the
forces imposed on it by a cave-in and
thereby protect employees within the
structure. Shields can be permanent
structures or can be designed to be
portable and moved along as work pro-
gresses. Additionally, shields can be
either premanufactured or job -built in
accordance with § 1926.652 (c)(3) or
(c)(4). Shields used in trenches are
usually referred to as "trench boxes"
or "trench shields."
Shoring (Shoring system) means a
structure such as a metal hydraulic,
mechanical or timber shoring system
that supports the sides of an excava-
tion and which is designed to prevent
cave-ins.
Sides. See "Faces."
Sloping (Sloping system) means a
method of protecting employees from
cave-ins by excavating to form sides of
an excavation that are inclined away
from the excavation so as to prevent
cave-ins. The angle of incline required
to prevent a cave-in varies with differ-
ences in such factors as the soil type,
environmental conditions of exposure,
and application of surcharge loads.
Stable rock means natural solid min-
eral material that can be excavated
with vertical sides and will remain
intact while exposed. Unstable rock is
considered to be stable when the rock
material on the side or sides of the ex -
74
H
219
§ 1926.651 - 29 CFR Ch. XVii (7-1-92 Edition) It
cavation is secured against caving -in or
movement by rock bolts or by another
protective system that has been de-
signed by a registered professional en-
gineer.
Structural ramp means a ramp built
of steel or wood, usually used for vehi-
cle access. Ramps made of soil or rock
are not considered structural ramps.
Support system means a structure
such as underpinning, bracing, or
shoring, which provides support to an
adjacent structure, underground in-
stallation, or the sidesof an excava-
tion.
Tabulated data means tables and
charts approved -by a registered profes-
sional engineer and used to design and
construct a protective system.
Trench (Trench excavation) means a
narrow excavation (in relation to its
length) made below the surface of the
ground. -In general, the depth is great-
er than the width, but the width of a
trench (measured at the bottom) is
not greater than 15 feet (4.6 m). If
forms or other structures are installed
or constructed in an excavation so as
to reduce the dimension measured
from the forms or structure to the side
of the excavation to 15 feet (4.6 m) or
less (measured at the bottom of the
excavation), the excavation is also con-
sidered to be a trench.
Trench box. See"Shield."
Trench shield See "Shield."
Uprights means the vertical mem-
bers of a trench shoring system placed
in contact with the earth and usually
positioned so that individual members
do not contact each other. Uprights
placed so that individual members are
closely spaced, in contact with or
interconnected to each other, are
often called "sheeting."
Wales means horizontal members of
a shoring system placed parallel to the
excavation face whose sides bear
against the vertical members of the
shoring system or earth.
$ 1926.651 General requirements.
(a) Surface •encumbrances. All sur-
face encumbrances that are located so
as to create a hazard to employees
shall be removed or supported, as nec-
essary, to safeguard employees..
(b) Underground installations. (1)
The estimated location of utility in-
stallations, such as sewer, telephone,
fuel, electric, water lines, or any other
underground installations that reason-
ably may be expected to be encoun-
tered during excavation work, shall be
determined prior to opening an exca-
vation.
(2) Utility companies or owners shall
be contacted within established or cus-
tomary local response times, advised
of the proposed work, and asked to es-
tablish the location of the utility un-
derground installations prior to the
start of actual excavation. When utili-
ty companies or owners cannot re-
spond to a request to locate under-
ground utility installations within 24
hours (unless a longer period is re-
quired by state or local law), or cannot
establish the exact location of these
installations, the employer may pro-
ceed, provided the employer does so
with caution, and provided detection
equipment or other acceptable means
to locate utility installations are used.
(3) When excavation operations ap-
proach the estimated location of un-
derground installations, the exact lo-
cation of the installations shall be de-
termined by safe and acceptable
means.
(4) While the excavation is open, un-
derground installations shall be pro-
tected, supported or removed as neces-
sary to safeguard employees.
(c) Access and egress —(1) Structural
ramps. (i) Structural ramps that are
used solely by employees as a means of
access or egress from excavations shall
be designed by a competent person.
Structural ramps used for access or
egress of equipment shall be designed
by a competent person qualified in
structural design, and shall be con-
structed in accordance with the
design.
(ii) Ramps and runways constructed
of two or more structural members
shall have the structural members
connected together to prevent dis-
placement.
(iii) Structural members used for
ramps and runways shall be of uni-
form thickness.
(iv) Cleats or other appropriate
means used to connect runway struc-
tural members shall be attached to the
bottom of the runway or shall be at -
I
D
I
I
P
I'
I
I
a
D
a
Ii
I
a
I
220
a
IOccupational Safety and Health Admin., Labor
§ 1926.651
I
I
I
I
I
L
7
El
I
I
I
I
I
L
I
I
tached in a manner to prevent trip-
ping.
(v) Structural ramps used in lieu of
steps shall be provided with cleats or
other surface treatments on the top
surface to prevent slipping.
(2) Means of egress from trench exca-
vations. A stairway, ladder, ramp or
other safe means of egress shall be lo-
cated in trench excavations that are 4
feet (1.22 m) or more in depth so as to
require no more than 25 feet (7.62 m)
of lateral travel for employees.
(d) Exposure to vehicular traffic.
Employees exposed to public vehicular
traffic shall be . provided with, and
shall wear, warning vests or other suit-
able garments marked with or made of
reflectorized or high -visibility materi-
al.
(e) Exposure to falling loads. No em-
ployee shall be permitted underneath
loads handled by lifting or digging
equipment. Employees shall be re-
quired to stand away from any vehicle
being loaded or unloaded to avoid
being struck by any spillage or falling
materials. Operators may remain in
the cabs of vehicles being loaded or
unloaded when the vehicles are
equipped, in accordance with
§ 1926.601(b)(6), to provide adequate
protection for the operator during
loading and unloading operations.
(f ) Warning system for mobile equip-
ment. When mobile equipment is oper-
ated adjacent to an excavation, or
when such equipment is required to
approach the edge of an excavation,
and the operator does not have a clear
and direct view of the edge of the ex-
cavation, a warning system shall be
utilized such as barricades, hand or
mechanical signals, or stop logs. If pos-
sible, the grade should be away from
the excavation.
(g) Hazardous atmospheres —(1)
Testing and controls. In addition to
the requirements set forth in subparts
D and E of this part (29 CF'R 1926.50-
1926.107) to prevent exposure to
harmful levels of atmospheric con-
taminants and to assure acceptable at-
mospheric conditions, the following re-
quirements shall apply-
(i) Where oxygen deficiency (atmos-
pheres containing less than 19.5 per-
cent oxygen) or a hazardous atmos-
phere exists or could reasonably be ex-
pected to exist, such as in excavations
in landfill areas or excavations in
areas where hazardous substances are
stored nearby, the atmospheres in the
excavation shall be tested before em-
ployees enter excavations greater than
4 feet (1.22 m) in depth.
(ii) Adequate precautions shall be
taken to prevent employee exposure to
atmospheres containing less than 19.5
percent oxygen and. other hazardous
atmospheres. These precautions in-
clude providing proper respiratory
protection or ventilation in accordance
with subparts D and E of this part re-
spectively.
(iii) Adequate precaution shall be
taken such as providing ventilation, to
prevent employee exposure to an at-
mosphere containing a concentration
of a flammable gas in excess of 20 per-
cent of the lower flammable limit of
the gas.
(iv) When controls are used that are
intended to reduce the level of atmos-
pheric contaminants to acceptable
levels, testing shall be conducted as
often as necessary to ensure that the
atmosphere remains safe.
(2) Emergency rescue equipment. (i)
Emergency rescue equipment, such as
breathing apparatus, a safety harness
and line, or a basket stretcher, shall be
readily available where hazardous at-
mospheric conditions exist or may rea-
sonably be expected to develop during
work in an excavation. This equipment
shall be attended when in use.
(ii) Employees entering bell-bottom
pier holes, or other similar deep and
confined footing excavations, shall
wear a harness with a life -line securely
attached to it. The lifeline shall be
separate from any line used to handle
materials, and shall be individually at-
tended at all times while the employee
wearing the lifeline is in the excava-
tion.
(h) Protection from hazards associ-
ated with water accumulation. (1) Em-
ployees shall not work in excavations
in which there is accumulated water,
or in excavations in which water is ac-
cumulating, unless adequate precau-
tions have been taken to protect em-
ployees against the hazards posed by
water accumulation. The precautions
necessary to protect employees ade-
quately vary with each situation, but
221
§ 1926.651 ; 29 CFR Ch. XVII (7-1-92 Edition)
could include: special support or shield -
systems to protect from cave -ins, -
water removal to control the level of
accumulating, water, or use of a safety
harness and lifeline.
(2) If water is controlled or prevent-
ed from accumulating by- the use of
water removal equipment, the water
removal equipment and operations
shall be monitored by a competent
person to ensure proper operation.
(3) If excavation work interrupts the
natural drainage of surface water
(such as streams), diversion ditches,
dikes, or other suitable means shall be
used to prevent surface water from en-
tering the excavation and to provide
adequate drainage of the area adja-
cent to the excavation. Excavations
subject to runoff from heavy rains will
require an inspection by a competent
person , and compliance with para-
graphs (h)(1) and (h)(2) of this sec-
tion.
(i) `Stability' of adjacent structures.
(1) Where the stability of adjoining
buildings, walls, or other structures is
endangered by excavation operations, -
support systems such as shoring, brac-
ing, or underpinning shall be provided
to ensure the stability of such struc-
tures for the protection of employees.
(2) Excavation below the level of the
base or footing of any foundation or
retaining wall that could be reason-
ably expected,to pose a hazard to em-
ployees shall not be permitted except
when:
(1) A support system, such as under-
pinning, is provided to ensure the
safety of employees and the stability
of the structure; or
(ii) The excavation is in stable rock;
or
(iii) ' A registered . professional engi-
neer has approved the determination
that the structure is sufficently re- -
moved from the excavation so as to be
unaffected by i the excavation activity;
or.
(iv) A registered professional engi-
neer has approved the determination
that such excavation work will not
pose a hazard to employees.
(3) Sidewalks, pavements, and appur-.
tenant structure shall not be under-
mined unless a support system or an-
other method of protection is provided
to protect employees from the possible
collapse of such structures.
(j) Protection - of , employees from
loose rock or soil. (1) Adequate protec-
tion shall be provided to protect em-
ployees from loose rock or soil that
could pose a hazard by falling or roll-
ing from an excavation face. Such pro-
tection shall consist of scaling to
remove loose material; installation of
protective barricades at intervals as
necessary on the face to stop and con-
tain falling material; or -other means
that provide equivalent protection.
(2)Employees' shall• be protected
from excavated 'or other materials or
equipment that could pose a hazard by
falling or rolling into excavations. Pro-
• tection shall be' provided by- placing
and keeping such materials or equip-
ment at least 2 feet (.61 m) from the
. edge of excavations, or by the use of
retaining devices that are.sufficient to
prevent materials or equipment from
falling or rolling into excavations, or
by a combination of both if necessary.
(k) Inspections. (1) Daily inspections
of excavations, the adjacent areas, and
protective systems shall be made by a
competent person for evidence of a sit-
uation that could result in possible
cave-ins, indications of failure of pro-
tective systems, hazardous atmos-
pheres, or other hazardous conditions.
An inspection shall be conducted by
the competent person prior to the
start of work and as needed through-
out the shift. Inspections shall also be
made after every rainstorm or other
hazard increasing occurrence. These
inspections are only required when
employee exposure can be reasonably
anticipated.
(2) Where the competent person
finds evidence of a situation that could
_ result in a possible cave-in, indications
of failure of protective systems, haz-
ardous atmospheres, or other hazard-
ous conditions, exposed employees
shall be removed from the hazardous
area until the necessary precautions
have been . taken . to ensure their
safety.
• Cl) Fall protection.. (1) Where em-
ployees or equipment are required or
permitted to cross over, excavations,
walkways or bridges with standard
guardrails shall be provided.
I
0
I
0
II
0
0
a
I
0
a
0
a
I
222
a
IOccupational Safety and Health Admin., Labor
§ 1926.652
I
I
I
I
I
I
I
I
I
1J
I
I
I
I
I
(2) Adequate barrier physical protec-
tion shall be provided at all remotely
located excavations. All wells, pits,
shafts, etc., shall be barricaded or cov-
ered. Upon completion of exploration
and similar operations, temporary
wells, pits, shafts, etc., shall be back -
filled.
§ 1926.652 Requirements for protective
systems.
(a) Protection of employees in exca-
vations. (1) Each employee in an exca-
vation shall be protected from cave-ins
by an adequate protective system de-
signed in accordance with paragraph
(b) or (c) of this section except when:
(i) Excavations are made entirely in
stable rock; or
(ii) Excavations are less than 5 feet
(1.52m) in depth and examination of
the ground by a competent person
provides no indication of a potential
cave-in.
(2) Protective systems shall have the
capacity to resist without failure all
loads that are intended or could rea-
sonably be expected to be applied or
transmitted to the system.
(b) Design of sloping and benching
systems. The slopes and configurations
of sloping and benching systems shall
be selected and constructed by the em-
ployer or his designee and shall be in
accordance with the requirements of
paragraph (b)(1); or, in the alterna-
tive, paragraph (b)(2); or, in the alter-
native, paragraph (b)(3), or, in the al-
ternative, paragraph (b)(4), as follows:
(1) Option (1) Allowable configura-
tions and slopes. (i) Excavations shall
be sloped at an angle not steeper than
one and one-half horizontal to one
vertical (34 degrees measured from the
horizontal), unless the employer uses
one of the other options listed below.
(ii) Slopes specified in paragraph
(b)(1)(i) of this section, shall be exca-
vated to form configurations that are
in accordance with the slopes shown
for Type C soil in Appendix B to this
subpart.
(2) Option (2) —Determination of
slopes and configurations using Ap-
pendices A and B. Maximum allowable
slopes, and allowable configurations
for sloping and, benching systems,
shall be determined in accordance
with the conditions and requirements
set forth in appendices A and B to this
subpart.
(3) Option (3) —Designs using other
tabulated data. (i) Designs of sloping
or benching systems shall be selected
from and be in accordance with tabu-
lated data, such as tables and charts.
(ii) The tabulated data shall be in
written form and shall include all of
the following:
(A) Identification of the parameters
that affect the selection of a sloping
or benching system drawn from such
data;
(B) Identification of the limits of use
of the data, to include the magnitude
and configuration of slopes deter-
mined to be safe;
(C) Explanatory information as may
be necessary to aid the user in making
a correct - selection of a protective
system from the data.
(iii) At least one copy of the tabulat-
ed data which identifies the registered
professional engineer who approved
the data, shall be maintained at the
jobsite during construction of the pro-
tective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4) —Design by a regis-
tered professional engineer. (i) Sloping
and benching systems not utilizing
Option (1) or Option (2) or Option (3)
under paragraph (b) of this section
shall be approved by a registered pro-
fessional engineer.
(ii) Designs shall be in written form
and shall include at least the follow-
ing:
(A) The magnitude of the slopes
that were determined to be safe for
the particular project;
(B) The configurations that were de-
termined to be safe for the particular
project; and
(C) The identity of the registered
professional engineer approving the
design.
(iii) At least one copy of the design
shall be maintained at the jobsite
while the slope is being constructed.
After that time the design need not be
at the jobsite, but a copy shall be
made available to the Secretary upon
request.
(c) Design of support systems, shield
systems, and other protective systems.
I
223
§`926:652 Z9 CFR-Ch. XVH-I=2-92dition)
Designs -of .support systems shield sys-
tems, and other protective systems
shall be. selected .add constructed by
the -employerbr his designee and shall
be an .,accordance with -the . require-
ments .of/piragraph (c)(i); or, in the
alternative, paragraph Cc)(2); or..in"the
alternative. -paragraph (c-)(3); or, in the
alternative -paragraph 1c)(4) as fol-
lows:
(1) Option Q) Designs using'appen-
dices A, C and D. Designs for timber
shoring in trenches shall be deter-
mined in accordance with the . condi-
tions and requirements set forth in ap-
pendices A and C to this subpart. De-
signs for aluminum hydraulic shoring
shall be in accordance with paragraph
(c)(2) of this section, but if manufac-
turer's tabulated data cannot be . uti-
lized, designs shall be in accordance
with appendix D.
(2) Option (2) —Designs Using Manu-
facturer's Tabulated Data. (i) Design
of support systems, shield systems, or
other protective systems that are
drawn from manufacturer's tabulated
data shall be' in accordance with all
specifications, recommendations, and
limitations issued or made by the man-
ufacturer.
(ii) Deviation from the specifica-
tions, recommendations, and limita-
tions issued or made by the manufac-
turer shall only be allowed after the
manufacturer issues specific written
approval.
(iii) Manufacturer's specifications,
recommendations, and limitations, and
manufacturer's approval to deviate
from the specifications, recomrnenda-
tions, and limitations shall be in writ-
ten form at the jobsite during con-
struction of the protective system.
After that time this data may be
stored off the jobsite, but a copy shall
be made available. to the Secretary
upon request.
(3) Option (3) —Designs using other
tabulated data. (i) Designs of support
systems, shield systems, or other pro-
tective systems shall be selected from
and be in accordance with tabulated
data, such as tables and charts.
(ii) The tabulated data shall be in
written form and include all of the fol-
lowing:
(A) Identification :of;the -parameters
that affect the selection of a protec-
tive system drawn from such data;
(B) Identification of the -limits of
.of the data;
• (C) Explanatory information as may
be 'necessaryto .aid.the user yin-
making
`a -correct selection of a •_protective
system from the data.
• (iii) At least one copy of:The tabuiat-
ed data, which identifies the regis-
tered professional engineer who ap-
proved the data, shall be maintained
at the jobsite during construction of -
the protective system. After that time
the data may be stored off the jobsite,
but a copy of the data shall be made
available to the Secretary upon re-
quest.
(4) Option (4) —Design by a regis-
tered professional engineer. (i) Sup-
port systems, shield systems, and
other protective systems not utilizing
Option 1, Option 2 or Option 3, above,
shall be approved by a registered pro-
fessional engineer.
(ii) Designs shall be in written form
and shall include the following:
(A) A plan indicating the sizes,
types, and configurations of the mate-
rials to be used in the protective
system; and
(B) The identity of the registered
professional engineer approving the
design.
(iii) At least one copy of the design
shall be maintained at the jobsite
during construction of the protective
system. After that time, the, design
may be stored off the jobsite, but a
copy of the design shall be made avail-
able to the Secretary upon request.
(d) Materials and equipment. (1) Ma-
terials and equipment used for protec-
tive systems shall be free from damage
or defects that might impair their
proper function.
(2) Manufactured materials and
equipment used for protective systems
shall be used and maintained in a
manner that is consistent with the rec-
ommendations of the manufacturer,
and in a manner that will prevent em-
ployee exposure to hazards.
(3) When material or equipment
that is used for protective systems is
damaged, a competent person shall ex-
amine the material or equipment and
evaluate its suitability for continued
a
I
a
0
a
a
I
a
a
I
1
11
n
Li
U
a
224
0
' Occupational Safety and Health Admin., Labor
Subpt. P. App. A
U
I
I
I
'J
I
1
L
I
I
'I
J
fl
I
I
Ti
use. If the competent person cannot
assure the material or equipment is
able to support the intended loads or
is otherwise suitable for safe' use, then
such material or equipment shall be
removed from service, and shall be
evaluated and approved by a regis-
tered professional engineer before
being returned to service.
(e) Installation and removal of sup-
port —(1) General. (i) Members of sup-
port systems shall be securely connect-
ed together to prevent sliding, falling,
kickouts, or other predictable failure.
(ii) Support systems shall be in-
stalled and removed in a manner that
protects employees from cave-ins,
structural collapses, or from being
struck by members of the support
system.
(iii) Individual members of support
systems shall not be subjected to loads
exceeding those which those members
were designed to withstand.
(iv) Before temporary removal of in-
dividual members begins, additional
precautions shall be taken to ensure
the safety of employees, such as in-
stalling other structural members to
carry the loads imposed on the sup-
port system.
(v) Removal shall begin at, and
progress from, the bottom of the exca-
vation. Members shall be released
slowly so as to note any indication of
possible failure of the remaining mem-
bers of the structure or possible cave-
in of the sides of the excavation.
(vi) Backfilling shall progress to-
gether with the removal of support
systems from excavations. -
(2) Additional requirements for sup-
port systems for trench excavations. (i)
Excavation of material to a level no
greater than 2 feet (.61 m) below the
bottom of the members of a support
system shall be permitted, but only if
the system is designed to resist the
forces calculated for the full depth of
the trench, and there are no indica-
tions while the trench is open of a pos-
sible loss of soil from behind or below
the bottom of the support system.
(ii) Installation of a support system
shall be closely coordinated with the
excavation of trenches.
(f) Sloping and benching systems.
Employees shall not be permitted to
work on the faces of sloped or benched
excavations at levels above other em-
ployees except when employees at the
lower levels are adequately protected
from the hazard of falling, rolling, or
sliding material or equipment.
(g) Shield systems —(1) General- (i)
Shield systems shall not be subjected
to loads exceeding those which the
system was designed to withstand.
(ii) Shields shall be installed in a
manner to restrict lateral or other
hazardous movement of the shield in
the event of the application of sudden
lateral loads.
(iii) Employees shall be protected
from the hazard of cave-ins when en-
tering or exiting the areas protected
by shields.
(iv) Employees shall not be allowed
in shields when shields are being in-
stalled, removed, or moved vertically.
(2) Additional requirement for shield
systems used in trench excavations.
Excavations of earth material to a
level not greater than 2 feet (.61 m)
below the bottom of a shield shall be
permitted, but only if the shield is de-
signed to resist the forces calculated
for the full depth of the trench, and
there are no indications while the
trench is open of a possible loss of soil
from behind or below the bottom of
the shield.
APPENDIX A TO SUBPART P -SOIL
CLASSIFICATION
(a) Scope and application —(1) Scope. This
appendix describes a method of classifying
soil and rock deposits based on site and envi-
ronmental conditions, and on the structure
and composition of the earth deposits. The
appendix contains definitions, sets forth re-
quirements, and describes acceptable visual
and manual tests for use in classifying soils.
(2) Application. This appendix applies
when a sloping or benching system is de-
signed in accordance with the requirements
set forth in § 1926.652(b)(2) as a method of
protection for employees from cave-ins.
This appendix also applies when timber
shoring for excavations is designed as a
method of protection from cave-ins in ac-
cordance with appendix C to subpart P of
part 1926, and when aluminum hydraulic
shoring is designed in accordance with ap-
pendix D. This Appendix also applies if
other protective systems are designed and
selected for use from data prepared in ac-
cordance with the requirements set forth in
§ 1926.652(c), and the use of the data is
L.
225
Subpt. P, App. A 29 CFLCh. XVII (7-1-92 Edition) a
predicated on the use of the soil classifica-
tion system set forth In this appendix.
(b) Definitions. The definitions and exam -
pies given below are based on, in whole or in
part, the following: American Society for
Testing Materials (ASTM) Standards D653-
85 and D2488; The Unified Soils Classifica-
tion System, The U.S. Department of Agri-
culture ,(USDA) Textural Classification
Scheme; and The National Bureau of Stand-
ards Report BSS -121.
Cemented soil means a soil in which the
particles are held together by a chemical
agent, such as calcium carbonate, such that
a hand -size sample cannot be crushed into
powder or individual soil particles by finger
pressure.
Cohesive soil means clay (fine grained
soil), or soil with a high clay content, which
has cohesive strength. Cohesive soil does
not crumble, can be excavated with vertical
sideslopes, and is plastic when moist. Cohe-
sive soil is hard .to break up when dry, and
exhibits significant cohesion when sub-
merged. Cohesive soils include clayey silt,
sandy clay, silty, clay, clay and organic clay.
Dry soil means soil that does not exhibit
visible signs of moisture content.
Fissured means a soil material that has a
tendency to break along definite planes of
fracture with little resistance, or a material
that exhibits open cracks, such as tension
cracks, in an exposed surface.
Granular soil 'means gravel, sand, or silt,
(coarse grained soil) with little or no clay
content. Granular soil has no cohesive
strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be
molded when moist and crumbles easily
when dry.
Layered system means two or more .dis-
tinctly different soil or rock types arranged
in layers. Micaceous seams or weakened
planes in rock or shale are considered lay-
ered.
Moist soil means a condition in which a
soil looks and feels damp. Moist cohesive
soil can easily be shaped into a ball and
rolled into small diameter threads before
crumbling. Moist granular soil that contains
some cohesive material will exhibit signs of
cohesion between particles.
Plastic means.a property of a soil which
allows the soil to be deformed or molded
without cracking, or appreciable volume
change.
Saturated soil means a soil in which the
voids are filled with water. Saturation does
not require flow: Saturation, or near satura-
tion, is necessary. for the proper use of in-
struments such as a pocket penetrometer or
sheer vane.
Soil classification system means, for the
purpose of this subpart, a method of catego-
rizing soil and rock deposits in a hierarchy
of Stable Rock, Type A, Type B, and Type
C, in decreasing order of stability. The cate-
gories are determined based on an analysis
of the properties and performance charac-
teristics of the deposits and the environ-
mental conditions of exposure.
Stable rock means natural solid mineral.
matter that can be excavated with vertical
sides and remain intact while exposed. .,
Submerged soil means soil which is under-
water or is free seeping.
Type A means cohesive soils with an un-
confined compressive strength 01 1.5 ton per
square foot (tsf) (144 kPa) or greater. Exam-
ples of cohesive soils are: clay, silty clay,
sandy clay, clay loam and, in some cases,
silty clay loam and sandy clay loam. Ce-
mented soils such. as caliche and hardpan
are also considered Type A. However, no soil
is Type A if:
(i) The soil is fissured; or
(ii) The soil is subject to vibration from
heavy traffic, pile driving, or similar effects;
or
(iii) The soil has been previously dis-
turbed; or -
(iv) The soil is part of a sloped, layered
system where the layers dip into the excava-.
tion on a slope of four horizontal to one ver-
tical (4H:1V) or greater, or
(v) The material is subject to other factors
that would require it to be classified as a
less stable material.
Type B means:
(i) Cohesive soil with an unconfined com-
pressive strength greater than 0.5 tsf (48
kPa) but less than 1.5 tsf (144 kPa); or
(ii) Granular cohesionless soils including:
angular gravel (similar to crushed rock), silt,
silt loam, sandy loam and, in some cases,
silty clay loam and sandy clay loam.
(iii) Previously disturbed soils except
those which would otherwise be classed as
Type C soil
(iv) Soil that meets the unconfined coma
pressive strength or cementation require-
ments for Type A, but is fissured or subject
to vibration; or
(v) Dry rock that is not stable; or
(vi) Material that is part of a sloped, lay-
ered system where the layers dip into the
excavation on a slope less steep than four
horizontal to one.vertical (4H:IV), but only
if the material would otherwise be classified
as Type B.
Type C means:.
(I) Cohesive soil with an unconfined com-
pressive strength of 0.5 tsf (48 kPa) or less;
or -.
(ii) Granular soils including gravel, sand,
and loamy sand; or
(iii) Submerged soil or soil from which
water is freely seeping; or
(iv) Submerged rock that is not stable, or
(v) Material in a sloped, layered system
where the layers dip into the excavation or
a slope of four horizontal -to one vertical
(4H:IV) or steeper.
[l
D
U
I
LU
a
7
I
0
I
U
I
I
I
226 a
IOccupational Safety and Health Admin., Labor
Subpt. P, App. A
I
I
I
L
I
I
I
L
Cli
I
IJ
I-]
I
I
Unconfined compressive strength means
the load per unit area at which a soil will
fail in compression. It can be determined by
laboratory testing, or estimated in -the field
using a pocket penetrometer, by thumb pen-
etration tests, and other methods.
Wet soil means soil that contains signifi-
cantly more moisture than moist soil, but in
such a range of values that cohesive materi-
al will slump or begin to flow when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those
cohesive properties when wet.
(c) Requirements—Cl) Classification of
soil and rock deposits. Each soil and rock
deposit shall be classified by a competent
person as Stable Rock, Type A. Type B, or
Type C in accordance with the definitions
set forth in paragraph (b) of this appendix.
(2) Basis of classification. The classifica-
tion of the deposits shall be made based on
the results of at least one visual and at least
one manual analysis. Such analyses shall be
conducted by a competent person using
tests described in paragraph (d) below, or in
other recognized methods of soil classifica-
tion and testing such as those adopted by
the America Society for Testing Materials,
or the U.S. Department of Agriculture tex-
tural classification system -
(3) Visual and manual analyses. The
visual and manual analyses, such as those
noted as being acceptable in paragraph (d)
of this appendix, shall be designed and con-
ducted to provide sufficient quantitative
and qualitative information as may be nec-
essary to identify properly the properties,
factors, and conditions affecting the classifi-
cation of the deposits.
(4) Layered systems. In a layered system,
the system shall be classified in accordance
with its weakest layer. However, each layer
may be classified individually where a more
stable layer lies under a less stable layer.
(5) Reclassification. If, after classifying a
deposit, the properties, factors, or condi-
tions affecting its classification -change in
any way, the changes shall be evaluated by
a competent person. The deposit shall be re-
classified as necessary to reflect the
changed circumstances.
(d) Acceptable visual and manual tests. —
(1) Visual tests. Visual analysis is conducted
to determine qualitative information regard-
ing the excavation site in general, the soil
adjacent to the excavation, the soil forming
the sides of the open excavation, and the
soil taken as samples from excavated mate-
rial.
(i) Observe samples of soil that are exca-
vated and soil in the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
material is cohesive material Soil composed
primarily of coarse -grained sand or gravel is
granular material.
(ii) Observe soil as it is excavated. Soil
that remains in clumps when excavated is
cohesive. Soil that breaks up easily and does
not stay, in clumps is granular.
(Iii) Observe the side of the opened exca-
vation and the surface area adjacent to the
excavation. Crack -like openings such as ten-
sion cracks could indicate fissured material.
If chunks of soil spall off a vertical side, the
soil could be fissured. Small spalls are evi-
dence of moving ground and are indications
of potentially hazardous situations.
(iv) Observe the area adjacent to the exca-
vation and the excavation itself for evidence
of existing utility and other underground
structures, and to identify previously dis-
turbed soil.
(v) Observe the opened side of the excava-
tion to identify layered systems. Examine
layered systems to identify if the layers
slope toward the excavation. Estimate the
degree of slope of the layers.
(vi) Observe the area adjacent to the exca-
vation and the sides of the opened excava-
tion for evidence of surface water, water
seeping from the sides of the excavation, or
the location of the level of the water table.
(vii) Observe the area adjacent to the ex-
cavation and the area within the excavation
for sources of vibration that may affect the
stability of the excavation face.
(2) Manual tests. Manual analysis of soil
samples is conducted to determine quantita-
tive as well as qualitative properties of soil
and to provide more information in order to
classify soil properly.
(i) Plasticity. Mold a moist or wet sample
of soil into a ball and attempt to roll it into
threads as thin as Va-inch in diameter. Cohe-
sive material can be successfully rolled into
threads without crumbling. For example, if
at least a two inch (50 mm) length of i -inch
thread can be held on one end without tear-
ing, the soil is cohesive.
(ii) Dry strength. If the soil is dry and
crumbles on its own or with moderate pres-
sure into individual grains or fine powder, it
is granular (any combination of gravel,
sand, or silt). If the soil is dry and falls into
clumps which break up into smaller clumps,
but the smaller clumps can only be broken
up. with difficulty, it may be clay in any
combination with gravel, sand or silt. If the
dry soil breaks into clumps which do not
break up into small clumps and which can
only be broken with difficulty, and there is
no visual indication the soil is fissured, the
soil may be considered unfissured.
(iii) Thumb penetration. The thumb pene-
tration test can be used to estimate the un-
confined compressive strength of cohesive
soils. (This test is based on the thumb pene-
tration test described in American Society
for Testing and Materials (ASTM) Standard
designation D2488 —"Standard Recommend-
ed Practice for Description of Soils (Visual -
I
227
Subpt. P, App." B
29 CFR Ch. XV11 (7-1-92 Edition)`
Manual Procedure).") Type A soils with an
unconfined compressive strength of 1.5 tsf
can be readily indented by the thumb; how-
ever, they can be penetrated by the thumb
only with very great effort. Type C soils
with an unconfined compressive strength of
0.5 tsf can be easily penetrated several
inches by the thumb, and can be molded by
light finger pressure. This test should be
conducted on an undisturbed soil sample,
such as a large clump of spoil, as soon as
practicable after excavation to keep to a ml -
minim the effects of exposure to drying in-
fluences: If the. excavation -is later exposed
to wetting influences (rain, flooding), the
classification of the soil must be changed ac-
cordingly.
(iv) Other strength tests. Estimates of un-
confined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated shear -
vane.
(v) Drying test The basic purpose of the
drying test is to differentiate between cohe-
sive material with fissures, unfissured cohe-
sive material, and granular material. The
procedure ,for the drying test involves
drying a sample of soil that is approximate-
ly one inch thick (2.54 cm) and six inches
(15.24. cm) in diameter until it is thoroughly
dry:
(A) If the sample develops cracks as it
dries, significant fissures are indicated.
(B) Samples that dry without cracking are
to be broken by hand. If considerable force
is necessary to break a sample, the soil has
significant cohesive material content. The
soil can be classified as a unfissured cohe-
sive material and the unconfined compres-
sive strength should be determined.
(C) If a sample breaks easily by hand, it is
either a fissured cohesive material or a
granular material. To distinguish between
the two, pulverize the dried clumps of the
sample by hand or by stepping on them. If
the clumps do not pulverize easily, the ma-
terial is cohesive with fissures. If they pul-
verize easily into very small fragments, the
material is granular.
APPENDIX B TO SUBPART P -SLOPING
AND BENCHING
(a) Scope and application. This appendix
contains specifications for sloping and
benching when used as methods of protect-
ing employees working in excavations from
cave-ins. The requirements of this appendix
apply when the design of sloping and bench.
ing protective systems is to be performed in
accordance with the requirements set forth
in ¢ 1926.652(b)(2).
(b) Definitions. -
Actual slope means the slope to which an
excavation face is excavated.
Distress means that the soil is in a condi-
tion where a cave-in is imminent or is likely
to occur. Distress is evidenced by such -phe-
nomena as the development of fissures in
the face of or adjacent to an open excava-
tion; the subsidence of the edge of an exca-
vation; the slumping of material from the
face or the bulging or heaving of material
from the bottom of an excavation; the spall-
ing of. material from the face of an excava.
tion; and ravelling, i.e., small amounts of
material such as pebbles or little clumps of
material suddenly separating from the face
of an excavation and trickling or rolling
down into the excavation.
Maximum allowable slope means the
steepest incline of an excavation face that is
acceptable for the most favorable site condi-
tions as protection against cave-ins, and is
expressed as the ratio of horizontal distance
to vertical rise (H:V).
Short term. exposure means a period of
time less than or equal to 24:hours that an
excavation is open.
(c) Requirements —(1) Soil classification.
Soil and rock deposits shall be classified in
accordance with appendix A to subpart P of
part 1926.
(2) Maximum allowable slope. The maxi-
mum allowable slope for a soil or rock de-
posit shall be determined from Table B-1 of
this appendix.
(3) Actual slope. (i) The actual slope shall
not be steeper than the maximum allowable
slope.
(ii) The actual slope shall be less steep
than the maximum allowable slope, when
there are signs of distress.. If that situation
occurs, the slope shall be cut back to an
actual slope which is at least 54. horizontal
to one vertical (54H:1V) less steep than the
maximum allowable slope.
(iii) When surcharge loads from stored
material or equipment, operating equip-
ment, or traffic are present, a competent
person shall determine the degree to which
the actual slope must be reduced below the
maximum allowable slope, and shall assure
that such reduction is achieved. Surcharge
loads from adjacent structures shall be eval-
uated in accordance with § 1926.651(i).
(4) Configurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure B-1.
228
I
I
I
Occupational Safety and Health Admin., Labor
TABLE B-1
MAXIMUM ALLOWABLE SLOPES
I.
Subpt. P, App. B
SOIL
OR ROCK TYPE
FAA'+IMUM
ALLOWABLE SLOPES(H:V){11
FOR
EXCAVATIONS LESS THAN 20 FEET
STABLE ROCK
TYPE A [2]
TYPE B
TYPE C
VERTICAL (9f)
3/4:1 (53°
1:1 (459
1h: 1 (34°)
NOTES:
1. Numbers shbwn in parentheses next to -maximum allowable slopes are angles expressed in
degrees from the horizontal. Angles have been rounded off.
2. A short-term maximum allowable slope of 1/2H:IV (63°) is allowed in
excavations in Type A soil that are 12 feet (3.67 m) or less in depth.
Short-term maximum allowable slopes for excavations greater than 12
feet (3.67 m) in depth shall be 3/4H:1V (53').
3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered
professional engineer.
Figure B-1
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
B-1.1 Excavations made in Type A soil.
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable
slope of %:1.
229
Subpt. P, App. B
.20' Max.
29 CFR Ch. XVII (7-1-92 Edition)
SIMPLE SLOPE -GENERAL
Exception: Simple slope excavations which are open 24 hours or less (short term) and
which are 12 feet or less in depth shall have a maximum allowable slope of 54:1.
t
12' Max.
1/2
SIMPLE SLOPE -,SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 3/4 to 1 and maximum bench dimensions as follows:
230
Occupational Safety and Health Admin., Labor Subpt. P, App: B
SIMPLE BENCH
20' Max. ' 1
Max. _ 3/4
4' Max. //
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower
portions shall have aTmaximum vertical -side of 344 feet. C.
I \ /
NH
A 1
8' Max. 3/4
3A' Max.
UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DEPTH
All excavations more than 8 feet but not more than 12 feet in depth which unsupported
vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum
vertical side of 3½ feet.
231
Subpt. P, App. B 29 CFR Ch. XVII (7-142 Edition)
UNSUPPORTED VERTICALLY SIDED LOWER'PORTION-MAXIMUM 12 FEET IN DEPTH
All excavations 20 feet or less in depth which have vertically sided lower portions that are
supported or shielded shall have a maximum allowable slope of %:1. The support or shield
system must extend at least 18 inches above the top of the vertical side.
20' Max.
— 3/4
18" Min.
Total height of vertical side
SUPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION
4. All other simple slope, compound slope, and vertically sided lower portion excavations
shall be in accordance with the other options permitted under § 1926.652(b).
e
B-1.2 Excavations Made in Type B Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
-slope of 1:1.
V
I
SIMPLE SLOPE
2. All benched; excavations 20. feet or less in depth shall have a maximum allowable slope
of 1:1 and maximum bench dimensions as follows:
232
aI
Occupational Safety and Health Admin., Labor
Subpt. P, App. B
This bench allowed in cohesive soil only.
I
20' Max
Max. S
SINGLE BENCH
A.
This bench allowed in cohesive soil only
i
i
i
20' Max. A
i
4
1
Max. 1
4' Max. i
MULTIPLE BENCH
3. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1:1.
Support. or shield system
Is�-1
20' Max. �1 l
8" Min.
Total height of vertical side
233
Subpt. P, App. B 29 CFR Ch. XVI1 (7-1-92 Edition)
VERTICALLY SIDED LOWER PORTION
4. All other sloped excavations shall be in accordance with the other options permitted in
¢ 1926.652(b).
B-1.3 Excavations Made in Type C Soil.
1. All simple: slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 154:1.
20' Max. - .^
� � 1
� 1§
SIMPLE SLOPE
2. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 154:1.
Support or shield system
20' Max.,
1'
18" Min.
Total height of vertical side
234
Occupational Safety and Health Admin., Labor Subpt. P, App. B
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be in accordance with the other options permitted in
§ 1926.652(b).
B-1.4 Excavations Made in Layered Soils
1. All excavations 20 feet or less in depth made in layered soils shall have a maximum
allowable slope for each layer as set forth below.
B OVER A
C OVER A
/ 1
p.
B /Ii
1
C OVER d
235
Subpt. P, App. C
29 CFR Ch. XVII (7-1-92 Edition)
A OVER B
A OVER C
B Al
1
C A ,
B 1
•
B OVER C
2. All other sloped excavations shall be in accordance with the other options permitted in
§ 1926.652(b).
as sloping, benching, shielding, and freezing
APPENDIX C TO SUBPART P -TIMBER systems must be designed in accordance
SHORING FOR TRENCHES . with the requirements set forth in
§ 1926.652(b) and § 1926.652(c).
(a) Scope. This appendix contains infor- (b) Soil Classification. In order to use the
mation that can be used timber shoring is data presented in this appendix; the soil
provided as a method of protection from type or types in which the excavation is
cave-ins in trenches that do not exceed 20 made must first be determined using the
feet (6.1 m) in depth. This appendix must be soil classification method set forth in appen-
used when design of timber shoring protec- dix A of subpart P of this part.
tive systems is'to be performed in accord- (c) Presentation of Information. Informa-
ance with § 1926.652(c)(1). Other timber tion is presented in several forms as follows:
shoring configurations; other systems of (1) Information is presented in tabular
support such as hydraulic and pneumatic form in Tables C-1.1, C-1.2, and C-1.3, and
systems; and other protective systems such Tables C-2.1, C-2.2 and C-2.3 following
236
of
' Occupa$onalSafety-and°Health Admin., Labor
Subpt.t, App. C
I
I
I
I
I
I
I
I
I
I'
I
C
LI
I
1J
paragraph (g)'of the appendix. Each table
presents'the minimum sizes of timber lnem-
'bers to use in a shoring system, :and each
table.contains data.only for the particular
soil.type In which the .excavation or portion
of the excavation is made. The data are ar-
ranged to allow the user -the flexibility do
.select from among several acceptable con-
figurations 'of members 'based on varying
the horizontal spacing of the crossbraces.
Stable rock is exempt from shoring'require-
ments and therefore, no data arepresented
for this condition.
(2) Information concerning the basis of
the tabular data and the limitations of the
data is presented in paragraph (d) of this
appendix, and on the tables themselves.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations regarding
Tables C-1.1 through C-1.3 and Tables C-
2.1 through C-2.3 are presented in para-
graph (g) of this Appendix.
(d) Basis and limitations of the data. —(1)
Dimensions of timber members. (i) The sizes
of the timber members listed in Tables C-
1.1 through C-1.3 are taken from the Na-
tional Bureau of Standards (NBS) report,
Recommended Technical Provisions for
Construction Practice in Shoring and Slop-
ing of Trenches and Excavations." In addi-
tion, where NBS did not recommend specific
sizes of members, member sizes are based on
an analysis of the sizes required for use by
existing codes and on empirical practice.
(ii) The required dimensions of the mem-
bers listed in Tables C-1.1 through C-1.3
refer to actual dimensions and not nominal
dimensions of the timber. Employers want-
ing to use nominal size shoring are directed
to Tables C-2.1 through C-2.3, or have this
choice under 11926.652(c)(3),- and are re-
ferred to The Corps of Engineers, The
Bureau of Reclamation or data from other
acceptable sources.
(2) Limitation of application. (i) It is not
intended that the timber shoring specifica-
tion apply to every situation that may be
experienced in the field. These data were
developed to apply to the situations that are
most commonly experienced in current
trenching practice. Shoring systems for use
in situations that are not covered by the
data in this appendix must be designed as
specified in 11926.652(c).
(ii) When any of the following conditions
are present, the members specified in the
tables are not considered adequate. Either
an alternate timber shoring system must be
designed or another type of protective
system designed in accordance with
1 1926.652.
(A) When loads imposed by -structures or
by stored -material adjacent to the trench
weigh in excess of the load imposed by a
two -foot - soil •surcharge. The .term "adja-
cent" as used here ins the area within a
.horizontal distance from the edge of the
-trench equal to the depth of the trench.
• (B). When vertical loads imposed_on cross
braces exceed a 240 -pound gravity load dis-
tributed on a one -foot, section of the center
of the crossbrace.
(C) When surcharge loads are .present
from equipment weighing in excess of 20,000 -
pounds.
(D) When only the lower portion of a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables. The members of the
shoring system that are to be selected using
this information are the cross braces, the
uprights, and the wales, where wales are re-
quired. Minimum sizes of members are spec-
ified for use in different types of soil. There
are six tables of information, two for each
soil type. The soil type must first be deter-
mined in accordance with the soil classifica-
tion system described in appendix A to sub-
part P of part 1926. Using the appropriate
table, the selection of the size and spacing
of the members is then made. The selection
is based on the depth and width of the
trench where the members are to be in-
stalled and, in most instances, the selection
is also based on the horizontal spacing of
the crossbraces. Instances where a choice of
horizontal spacing of crossbracing is avail-
able, the horizontal spacing of the cross -
braces must be chosen by the user before
the size of any member can be determined.
When the soil type, the width and depth of
the trench, and the horizontal spacing of
the crossbraces are known, the size and ver-
tical spacing of the crossbraces, the size and
vertical spacing of the wales, and the size
and horizontal spacing of the uprights can
be read from the appropriate table.
(f) Examples to Illustrate the Use of Tables
C-1.1 through C-1.3.
(1) Example 1.
A trench dug in Type A soil is 13 feet deep
and five feet wide.
From Table C-1.1,for acceptable arrange-
ments of timber can be used.
Arrangement #1
Space 4x4 crossbraces at six feet horizon-
tally and four feet vertically.
Wales are not required.
L
237
Subpt. P, App. C
Space 3x8 uprights at six feet horizontal-
ly. This arrangement is commonly called
"skip shoring."
Arrangement #2
Space 4x6 crossbraces at eight feet hori-
zontally and four feet vertically.
Space 8x8 wales at four feet vertically.
Space 2x6 uprights at four feet horizon-
tally.
Arrangement #3
Space 6x6 crossbraces at 10 feet horizon-
tally and four feet vertically.
Space 8x 10 wales at four feet vertically.
Space 2x6 uprights at five feet horizontal-
ly.
Arrangement#4
1
Space 6x6 crossbraces at 12 feet horizon-
tally and four feet vertically.
Space 10 x 10 wales at four feet vertically.
Spaces 3x8 uprights at six feet horizon-
tally. -
(2) Example 2.
A trench dug in Type B soil in 13 feet
deep and five feet wide. From Table C-1.2
three acceptable arrangements of members
are listed.
Arrangement #1
Space 6x6 crossbraces at six feet horizon-
tally and five feet vertically.
Space 8x8 wales at five feet vertically.
Space 2x6 uprights at two feet horizontal-
ly.
Arrangement #2
Space 6x8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 10 x 10 wales at five feet vertically.
Space 2 x 6 uprights at two feet horizontal-
ly.
Arrangement #3
Space 8x8 crossbraces at 10 feet horizon-
tally and five feet vertically.
Space lOx 12 wales at five feet vertically.
Space 2x6 uprights at two feet vertically.
(3) Example 3.
A trench dug in Type C soil is 13 feet deep
and five feet wide.
From Table C-1.3 two acceptable arrange-
ments of members can be used.
Arrangement #1
Space 8x8 crossbraces at six feet horizon-
tally and five feet vertically.
Space 10x12 wales at five feet vertically.
Position 2x6 uprights as closely together
as possible.
If water must be retained use special
tongue and groove uprights to form tight
sheeting.
29 CFR Ch. XVI1 (7-1-92 Edition)
Arrangement #2
Space 8x10 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 12x12 wales at five feet vertically.
Position 2x6 uprights in a close sheeting
configuration unless water pressure must be
resisted. Tight sheeting must be used where
water must be retained.
(4) Example 4.
A trench dug in Type C soil is 20 feet deep
and 11 feet wide. The size and spacing of
members for the section of trench that is
over 15 feet in depth is determined using
Table C-1.3. Only one arrangement of mem-
bers is provided.
Space 8x 10 crossbraces at six feet hori-
zontally and five feet vertically.
Space 12 x 12 wales at five feet vertically:'
Use 3x6 tight sheeting.
Use of Tables C-2.1 through C-2.3 would
follow the same procedures.
(g) Notes for all Tables. -
1. Member sizes at spacings other than in-
dicated are to be determined as specified in
§ 1926.652(c), "Design of Protective Sys-
tems."
2. When conditions are saturated or sub-
merged use Tight Sheeting. Tight Sheeting
refers to the•use of specially -edged timber
planks (e.g., tongue and groove) at least
three inches thick, steel sheet piling, or
similar construction that when driven or
placed in position provide a tight wall to
resist the lateral pressure of_ water and to
prevent the loss of backfill material. Close
Sheeting refers to the placement of planks
side -by -side allowing as little space as possi-
ble between them.
3. All spacing indicated is measured center
to center.
4. Wales to be installed with greater di-
mension horizontal.
5. If the• vertical distance from the center
of the lowest crossbrace to the bottom of
the trench exceeds two and one-half feet,
uprights shall be firmly embedded or a
mudsill shall be used. Where uprights are
embedded, the vertical distance from• the
center of the lowest crossbrace to the
bottom of the trench shall not exceed 36
inches. When mudsills are used; the vertical
distance shall not exceed 42 inches. Mudsills
are wales that are installed at the toe of the
trench side.
6. Trench jacks may be -used in lieu of or
in combination with timber crossbraces.
7. Placement cf crossbraces. When the ver-
tical spacing of crossbraces is four feet,
place the top crossbrace no more than two
feet below the top of the trench. When the
vertical spacing of crossbraces is five feet,
place the top crossbrace no more than 2.5
feet below the top of the trench.
!I
I
I
fly
I
0
j
11
7
0
I
0
U
0
0
0
0
238
i
I, 1.'-
Occupational Safety and Health Admin., Labor
Subpt. P, App. C
1,
Z
m
-.
X
N
6
VI
J
Q
b
In
1-
x
Z
N
N
O
N
r
m
O F
In
S W
X
CS
W
e..
N
W Il
J
0.0
-
Q
O
In
J
Cu
N
Q
£
#
F
O
#
C
X
X
X
C.
Z
7
L
W
V
£
Co
0=
W
m
U
U
•
V
r
_Zt
>
OW
1
1
1
q y
a N
W a LL
1
1
p
1
Q
p
Q
Q
Q
L O
] d v
1
1
1
y y
4-;
oUJ
ui
N y
W N
N
0.0
m
_
Or
Or
^N
£
Nz
4-'.
+'9
m
y-
m
m
m
r4.
C
rr
0000
'COO
x
X
x
x
X
I- N
Nv
a y
0m
Z
m
O
In
m
0
O
O T
.-, o.
s
z
z
r
r
c
.o
- = N
L
U
1 N-
C
•Z .
y q
1'.1
y r
CE
Z +
C U W
C
W r
W Q W
C
C
C-
C
C
C
C
C
G I -C
£ S
.O._
5-..-'
m
N
y O
Q 1 X
N G
1-
y
In
O
O
O
rn L
CJ N
N
IO
b
ID
to
Inm
m
m
2
C
N
X
X
3<
X
X
X
X
X
X
X
X
X
T N
r n
d
In
IO
C
%C
In
Ip
IC
In
In
to
m
=
C-.
S O.q
N C
O
H
y
F
a d
W
N
In
IO
In
In
tn
Ip
q>
S
W
6_
X
x
X
X
X
X
X
X
X
X
W
In
'0
In
ID
ID
In
In
Inm
L
Z Q
W
W
W
2
0
Y- 0.
U
H
t0
IC
In
W
In
t0
ID
b
t0
m
3
3 d
y
Z
a
X
X
3<
X
X
x
X
X
X
X
X
1-
W
0.
?
C
.O
C
In
InIO
In
m
COC O
La
W
d
n
m J
F
r N
£ r
_
CL.
H H
O
I•
CICIO.
C
to
U'
In
In
In
m
> N
-fl
Io
x
x
3<
x
x
x
x
x
x
x
3<
x
S
S
C
C
C
C
IC
b
b
b
0
m
0_a)
•
W E
O
3
O
L C
1--
C
IO
C
In
10
1Ob
'0m
O
C
X
X
>c
X
X
X
X
X
x
X
3<
X
Y J
-
G
C
C
C
C
b
b
b
b
0
m
r
C4-
=
01_I
W
U..-,
1--
.D•.-
w
O
O
O
O
O
O
O
O
O
0
.z-.
H
H
1-
H
H
-
O
H
O
H
Z
'CC
.-
0: U W
10
m
C
N
10
m
O
N
I CLU
N-.
q
£ £
Q.
1
0.
.--�
1_
L_
1_
1_ rr
6_
O.m
G_
C
W
$6U-
_G
N
# #
N
=—
H
U-
l) -
W O
N
O
O
O
O
in
N
O
O
y N
W
W L
—
F
N
O
O
I- L
•
I----
239
Subpt. P, App. C .29 CFR Ch. XVII (7-1-92 Edition)
C
m
In
4
F
m
Ca
U
U,
H
o
m
'a
o
N
.
Z
U
-
S
N
1
F
v
-I
m
N
G.
V
Z
L1
F
d
ev
-1
F
y
Z
N
U
•
U,
F1
F .
Z
m
O.
s
0
HC
•
ZF
.1
vi
X
U
41
N
-fV
N
-
N
4 k
•--
b
V
-
aN
N
F.
N
O
.O
�
�
#
¢x
U
£
fx
1`x'1
V
•Z
FO F
v1
v1
u1
h
h
h
N
v1
v1
1q< 4w]
O
O
-o
N_
O
3
NZ
m
_
x
m
O
m y
m
O
O
m
O
N
PC
Ui
.
Z F
F 41
1' U Ca
N
V1
V1
N
fl
v1
V1
N
UI
< L
> d v
-
17
O
F
C
m
m
m
m
O
'x
O
N
x
x
x
x
x
x
x
a
„, b
.o
.o
m
m
m
0
F
.G
m
m
m
m
O
1F
%
Z�
•o
.xc
m
axD
axo
m
N
F.c—
<
O
F
'o
0
'D
.D
m
C
0
m
z
a
•
c
m
r.
.o
.%
'0
.o
'0
C
'0-0
m
C
�
:/1
F
U,
.O
.<
.O
m
m
m
O
C
O
D
x
x
U
L
.T
b
'0b
'0�
a0
m
o
-o
.G
.G
.G
.O
m
m
m
0
•'C
'.0
'O
'0•
m
m
ti
NZ E
0
O
0
O
O
0
.0
O
O
'.�
Fm
F
F
F
F
F
F
F
F
..C
0
m
.G
m
m
.O
m
O
N
Va_i
O
C.
G.
N
v
I.,
>
>
M
d
O
O
nCa
m
>
N
>
>
>
m Z
>
>
O
m z
m0
m O w.1w
vt 0 O
- O 0 fl
N O O
O
F -+
r 0 ...
... E.. N
O N
o:
240
s a i
Occupational Safety and Health Admin., Labor Subpt. P. App. C
'
V N
d U
m L
O
'C
HO
O IO
'CflXr
HCH
V
H W 4.
3
a
6
d E W M 0
m X
ma 3
F x O
W L 'C V N N N N In 0
z U W xCt
m W
h HP4H W 0
X KV
W 6 D] N vl Jl N v1 Jl LJ
W L >L k u
Oi W m v f0 'r1
N dim
mW W O N N N N - N H 'J
F m m O N O N N G m
en Cf • L
E N
V Z ♦ C V 'ECE
' m
W H W 6 L vt v1 N N N Y L
N L U
m
_
m a
C
F I X F a O a a O C M
cc, 1! r - r - - 4 U
Z m y- X X X X X X
'.4 m m O m O O m U
o L C
C Is] F O O O it -
A. W N m m r r
Z
W y X X X X X X L>
Ca'- m m m m m m L M
Z V W H
V W 1 V
W <00 O O O m
F A. L' Z H m m o.X r '+0' L W
m WX X X X X X CO
m x
e m m m m m v
H m
w O 0 O F o O O >4)
F Ca V 'G
H O m m m 0 m uE
C
H Y 9
H OO O O v
_
v X X X X X X Y J
v7 m m m m m r CU
Cu
W
N H 0 CJ
LsI— O F0 O O ••0 Z X C
C V W C m O O- m W II D m O ti m
P.. L 0 0 L L m 0 0 0 LL a m O 00 W
m Ot O m Z > > m Z N Z O m m Z m Z Ca C
0. O Ut F+l r ^` �' N 410
.n a O a a �^ ''ii 'F OCSJ'
O O C W F r F . N
r v O
241
Subpt. P, App. C
29 CFR Ch. XVII (7-1-92 Edition)
N
1
FF
O
m
Ii
W
U u
M
M
U
0.'
w
or'.
S..
v
-N
H
F
w
z
a
N
N
N-
U
•H
Z
H
I
X
•
Z
N
p
Co
m
_
G
U
Z
Q
C
W
'
F
G
s
F
E
.a
I
F
N
I
V
N•
o
v
G
N
O
O
=
a
d
o
v
.
v
N
r -
N
X
U=
k
n
H
W
.T
v
0.
G
C
0<
O
N
N
N
N
N'
d
b
N
t
x
x
x.
x
it
U
n
n
n
Zr't
V
S
Ia
E- -4
Y.
Y
sU
O¢
0.c
OP
W 6
Z N
Z N
V
.r
Z m
v
o
.2
a
.1
-
> 0.
0.
0.
C
-
W
C
V
9
•
NIZ
Y
I
Y
O
N
00
0 OP
C
N
OS
m
m
0
N
Z GI
ZO
X
X
ZW
X
X
x
%
CD
C
'0
m
C
V
x
m
X
m
X
m
• a
0
F
X014 114 W
W 6 W
v
V
v
J
.1
.:
.T
.T
.t
.T
.T
> G G
N
F
N
N
V
'0
c
N
N
N
x
X
x
x x
x x
x
x
Es
N
W
F
>O
>C
.o
.o
.O
.O
..D
'0
31
�G
x
>4
x
> x
x
x '
x
x
x
>4 x
x
x
x
w
v
v
.c
'0
.o
.o
.o
.o
'0
a
e
a
N
�
_
O
dP
V
F
v
Q
N
.D
O
.D
.o
'D
v
.D
.o
V
v
v
v
v
v
>4
D
4Z1
G
b
'C
�
ya
N
N
K
O
F
v.
C
N
v
.o
N
N
U
.p
x
X
x x
X'
X
X
x
XX.
x x
x x
X
v^
X
Q
.T
V
.T
O
v
'.p
.
'.O
v7
'.D
'p
'.O
G
3°
C
v
O
k
X
C
X
X
x-
k
X
X
X
X
x-
X
•
v
v-
v
v
v
v
'.c
.c
.c
.c
.o
.c
-.
O
F
O'
O
F
F
w w F
F.
F
F '
F
F
F
F
F
Z
U W
O a W
b
N
N
'.O
N
O
N
�O
[O
O
N
!J
-
...1
.1
.4
0
0.
G
G
P.
G
G
VW]
_
_
_
0
- x
F. U F
in O O
O O N
in
CI O s 4.
F -
_.: F -
- F NO
> N
F v
O
S
F
E
.242
I
Occupational Safety and Health Admin., Labor
Subpt. P, App. C
m
YI
100
z
I-.
S
W
U
U
o
m
W
u
W
W
N
H
W
F
N
6
N
N
I
�
N
U
I -1
Z
a.
W
r+
6
I
X
F
I
U
v
C
0
m
9
z
m
a
W
m
.]
�
H
�+
O
F
m
U
Z
l0
r
U
x
v
J
F
X
2
Q
N
h
OF E
S W
M
rm
W
xx
x
WI..
rlv
v
O
a
O
O
N
m
r
r
r
- a
x
X
x
x
•6
rl
v
v
v
x
M
V
n
v
v
v
$6
en
e
e
U
m
(Y
a OC
in
Vl
In
Vl
in
Vi
in
in
Vl
W 6
ott.
>d'-.
Co
W
W
N 5
O
O
N
a
N
N
O
1-1 M
m
m
r
m
•^
r
r
r
x
x
x
x
x
x
x
x
>4
U
'0
m
m
m
O
O
m
O
z
r
r
r
6
Z
L
m
S] O
V1
vl
vl
l/1
in
vl
V1
v1
u•1
O
> d
y
O
FN
n
y r
O
•0
'0
l0
'0
m
'0
m
'0
m
0
m
m%
m
m
m
m
m
m
HO
N
..I
W
W
F
N
1p
'0
'a
m
m
m
m
m
m
m
tr
Y—
X
•O
X
'0
X
'0
X
'0
X
m
X
m
%
'0
X
m
X
m
s
O
Fal
Z
W
d
'0
•O
'0
'0
m
m
m
m
m
x
X
x
x
x
%
x
%
x
F
v
•O
'0
'.0
'.0
m
la
'0
m
L
O
O
F
'O
>O
>0
'0
•0
m
m
m
m
m
S
x
x
x
x
x
x
x
x
X
FO
.r
v
v
'0
•0
b
.O
a
m
3
O
�
.1
a
v
�O
0
•O
�0
�D
m
• U
N
O
F
O
F
O
F
-
O
F
O
F
O
F
-
O
F
O
F
O
F
-
F
Z
.�. (•+
m U W
�a
m
O
0
V
m
O
a
l0
m
O
d
OQW
yL
r
yL
r
WU
W
Nv
yZ
Mz
NZ
a1
d r Z W
W O
W O W W
vl O O
O O in
vl O O
> N
O m l..
F r
— F r
— F N
O
243
29 CFR Ch. XVII (7-1-92 Edition)
Subpt. P, App. C
4
Sc
y
W
H
Co
W
m
L
U
-Ij
N i
Gi
Y
w
pp
v
Y
N
W
H
m
0 -
en
N
N
I-
Z
+
U
•
.
I
x
0
H
U
m
•
z
•
-
II
o
y
U
Z
U
a
,
rr
H
H
x
H
m I
o
-
z
-4
U
N
G
z
Z
0
1-I
HOH
x
cm
IUD
a
a
L
O
O
s
�•+
N
0
'0x
N
.D
n
•n
n
•
r
E
U
IC-
U
xOIu
It,
O
N
O
N
N
N
m
-
r
r.•
r
m
O
O
O
N
O
r
r
"
U
• Z F
C U L.1
= < W
U,
N
v1
. Jl
U,
It,
> 1
•N
O
U,
m
m
m
m
m
O
r
m
m
m
m
m
m
N
O
-
N
m
m
m
m
•G
m'
m
m
m
m
H
N
d
0C
m
X
x
x
X
.o
m
'c
m
m
N
0_0
5
0
O
a
x
.o
.o
.o
.o
m
m
o
c
3
O
v
e
m
m
0x
-
- x
x
x
x
•
N
N
'0
'0m
m
O
OH
•H
OH•
OH
r
F
r
-H
r
r
-
Z
•D
m
Or
m
W
W
'C
W
W
U
41
O G W
x G v
d
y
W Y
W Y
Wu
W Y
N Y
4l
6
d
W: O
0.
G
O
N
J
J
J
N Z
O
-VIZ
NZ
J
mz
N
y C
N
H OH
LL: O el k,
N O O
co N
U, O O'
W O
❑ Xi-
H r
— H r
r H N
>N
O
I
244
I
Occupational. Safety .and :Hearth Admin., Labor
:Subpt.°P,:App. D
I
I
I
I
11
I
I
[l
I
I
I
I
I
H
APPENnIx'D TO SUBPART P -ALUMINUM
• .HYDRAULIC SHORING FOR TRENCH£5
ta) Scope This appendix contains• -Infor-
mation that -can be used when aluminum
-hydraulic shoring is provided as a method
of . protection against cave-ins in ;trenches
-that,do not exceed 20 feet (6.1m) In adepth.-
This appendix must be used when design of
the aluminum hydraulic protective system
cannot be performed in accordance with
11926.652(c)(2). -
(b) Soil Classification. In order to use
data presented in this appendix, the soil
type or types in which the excavation is
made must first be determined using the
soil classification method set forth in.appen-
dix A of subpart P of part 1926.
(c) -Presentation of Information. Informa-
tion is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables D-1.1, D-1.2, D-1.3 and E-
1.4. Each table presents the maximum verti-
cal and horizontal spacings that may be
used with various aluminum member sizes
and various hydraulic cylinder sizes. Each
table contains data only for the particular
soil type in which the excavation or portion
of the excavation is made. Tables D-1.1 and
D-1.2 are for vertical shores in Types A and
B soil. Tables D-1.3 and D1.4 are for hori-
zontal waler systems in Types B and C soil.
(2) Information concerning the basis of
the tabular data and the limitations of the
data is presented in paragraph (d) of this
appendix.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations (footnotes) re-
garding Table D-1.1 through D-1.4 are pre-
sented in paragraph (g) of this appendix.
(6) Figures, illustrating typical- installa-
tions of hydraulic shoring, are included just
prior to the Tables. The illustrations page is
entitled "Aluminum Hydraulic Shoring:
Typical Installations."
(d) Basis and limitations of the data.
(1) Vertical shore rails and horizontal
wales are those that meet the Section Mod-
ulus requirements in the D-1 Tables. Alumi-
num material is 6061-T6 or material of
equivalent strength and properties.
(2) Hydraulic cylinders specifications. (i)
2 -inch cylinders shall be a minimum 2 -inch
inside diameter with a minimum safe work-
ing capacity of no less than 18,000 pounds
axial compressive load at maximum exten-
sion. Maximum extension is to include full
range of cylinder extensions as recommend-
ed by product manufaturer.
(U) 3 -inch cylinders shall be a minimum 3 -
inch inside diameter with a safe working ca-
•parity of not less than 30,000 tpounds axial
_compressive load at -'extensions as recom-
mended by product manufacturer.
(3) Limitation of application.
(1) It is not intended that the aluminum
hydraulic specificationapply to every situa-
tiQn that may be experienced in the field.
These data were. developed -to. apply:.to the
situations that are most commonly experi-
.enced in current trenchingpractice. Shoring
systems for use in situations that are not
covered by the data in this appendix must
be otherwise designed as specified in
§ 1926.652(c).
(ii). When any of the following conditions
are -present, the members specified .in the.
Tables are not considered adequate. In this
case, an alternative aluminum hydraulic
shoring system or other type of protective
system must be designed in accordance with
4 1926.652.
(A) When vertical loads imposed on cross
braces exceed a 100 Pound gravity load dis-
tributed on a one foot section of the center
of the hydraulic cylinder.
(B) When surcharge loads are present
from equipment weighing in excess of
20,000 pounds.
(C) When only the lower portion or a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical:
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables D-1.1, 13-1.2, D-1.3 and
D-1.4. The members of the shoring system
that are to be selected using this informa-
tion are the hydraulic cylinders, and either
the vertical shores or the horizontal wales.
When a waler system is used the vertical
timber sheeting to be used is also selected
from these tables. The Tables D-1.1 and D-
1.2 for vertical shores are used in Type A
and B soils that do not require sheeting.
Type B soils that may require sheeting, and
Type C soils that always require sheeting
are found in the horizontal wale Tables D-
1.3 and D-1.4. The soil type must first be de-
termined in accordance with the soil classifi-
cation system described in appendix A to
subpart P of part 1926. Using the appropri-
ate table, the selection of the size and spac-
ing of the members is made. The selection is
based on the depth and width of the trench
where the members are to be installed. In
these tables the vertical spacing is held con-
stant at four feet on center. The tables
show the maximum horizontal spacing of
cylinders allowed for each size of wale In
the waler system tables, and in the vertical
shore tables, the hydraulic cylinder horizon-
tal spacing is the same as the vertical shore
spacing.
245
Subpt. P, App. D 29 CFR Ch. XVII (7-1-92 Edition) 0
(f) Example. to Illustrate the Use of the
Tables:
(1) Example '1:
A trench dug in Type A soil is 6 feet deep
and 3 feet wide. From Table D-1.1: Find ver-
tical shores and 2 inch diameter cylinders
spaced 8 feet on center (o.c.) horizontally
and 4 feet on center (o.c.) vertically. (See
Figures 1 & 3 for typical installations.)
(2) Example 2:
A trench is dug in Type B soil that does
not require sheeting, 13 feet deep and 5 feet
wide. From Table D-1.2: Find vertical shores
and 2 inch diameter cylinders spaced 6.5
feet o.c. horizontally and 4 feet o.c. vertical-
ly. (See Figures 1 & 3 for typical installa-
tions.)
(3) A trench is dug in Type B soil that
does not require sheeting, but does experi-
ence some minor raveling of the trench face.
The trench is 16 feet deep and 9 feet wide.
From Table D-1.2: Find vertical shores and
2 inch diameter cylinder (with special overs-
leeves as designated by footnote #2) spaced
5.5 feet o.c. horizontally and'4 feet o.c. verti-
cally, plywood (per footnote (g)(7) to the D-
1 Table) should be used behind the shores.
(See Figures 2 & 3 for typical installations.)
(4) Example 4: A trench is dug in previous=
ly disturbed Type B soil, with characteris-
tics of a Type C soil, and will require sheet-
ing. The trench is 18 feet deep and 12 feet
wide. 8 foot horizontal spacing between cyl-
inders is desired for working space. From
Table D-1.3: Find horizontal wale with a
section modulus of 14.0 spaced at 4 feet o.c.
vertically and' 3 inch diameter cylinder
spaced at 9 feet maximum o.c. horizontally.
3 x 12 timber sheeting is required at close
spacing vertically. (See Figure 4 for typical
installation.)
(5) Example 5: A trench is dug in Type C
soil, 9 feet deep and 4 feet wide. Horizontal
cylinder spacing in excess of 6 feet is desired
for working space. From Table D-1.4: Find
horizontal wale with a section modulus of
7.0 and 2 inch diameter cylinders spaced at
6.5 feet o.c. horizontally. Or, find horizontal
wale with a 14.0 section modulus and 3 inch
diameter cylinder spaced at 10 feet o.c. hori-
zontally. Both .wales are spaced 4 feet o.c.
vertically. 3 x 12 timber sheeting is required
at close spacing vertically. (See Figure 4 for
.typical installation.)
(g) Footnotes, and general notes, for
Tables D-1.1, D-1.2, D-1.3, and D-1.4.
(1) For applications other than those
listed in the tables, refer to § 1926.652(c)(2)
for use of manufacturer's tabulated data.
For trench depths in excess of 20 feet, refer
to § 1926.652(c)(2) and § 1926.652(c)(3).
(2) 2 inch diameter cylinders, at this
width, shall have structural steel tube
(3.5x3.5x0.1875) oversleeves, or structural
oversleeves of manufacturer's specification,
extending the full, collapsed length.
• (3) Hydraulic cylinders capacities. (i) 2
inch cylinders shall be a minimum 2 -inch
inside diameter with a safe working.capacity
of not less than 18,000 pounds axial com-
pressive load at maximum extension. Maxi-
mum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(ii) 3 -inch cylinders shall be a minimum 3.
inch inside diameter with a safe work capac-
ity of not less than 30,000 pounds axial com-
pressive load at maximum extension. Maxi-
mum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(4) All spacing indicated is measured
center to center.
(5) Vertical shoring rails shall have a min-
imum section modulus of 0.40 inch.
(6) When vertical shores are used, there
must be a minimum of three shores spaced
equally, horizontally, in a group.
(7) Plywood shall be 1.125 in. thick
softwood or 0.75 inch. thick, 14 ply, arctic
white birch (Finland form). Please note that
plywood is not intended as a structural
member, but only for prevention of local
raveling (sloughing of the trench face) be-
tween shores.
(8) See appendix C for timber specifica-
tions.
(9) Wales are calculated for simple span
conditions.
(10) See appendix D. item (d), for basis
and limitations of the data.
0
flT
0
JJ
0
[1
0
LU
l�
U
HI
[Ti
C
C
246 a
Occupational Safety and Health Admin., Labor Subpt. P, App. D
ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
FIGURE NO. 1 FIGURE NO. 2
VFATCM. SLYIFy
MYMALLK YRMM VERTCLL LLWMY
1\TOT YIACJC) MYOR1{AC 4NJRM
(wrtN RTwOOO)
NOR!
HORIZONTAL SPACINGSPACING
NTA
G
VERTICAL RAIL
HYDRAULIC
CYLINDER
19" MAX.
VERTICAL
SPACING
A' MAX. a l•I II
2' MAX.
FIGURE NO. 3
VERTCAL LLUMMUY
MYORAUIC t$OAtC
IJTACFEOI
'y e
oa
VERTICAL
SPACING
A' MAX.
2 MAX.
ERTICAL RAIL
TDRAULIC CYLINDER 1E"
VERTICAL -"
SPACING921max..
A' MAX
FIGURE NO. 4
ALUMALUM4.4 MTORALLC ,MOUND
wµRR ALJ
RER IYS
HORIZONTAL SPACING
'ERTICAL RAIL 2' MAX.
HYDRAULIC i/ CYLINDER
VERTICAL
SPACING
tv
4
PLYWOOD
UPRIGHT
SHEETING
HYDRAULIC
CYLINDER
311-112 O-92-9
247
Subpt. P, App. D
29 CPR Ch. XVII (7-1-92 Edition)
z
�UCG�
O.
-•
<
F�ao
z>"
zW
W FO
M
Q
>
O
A
U
W
N
Wa
�O
zF
F-
> E
<O
•
N
z
O
O
q
C
00
O
U
W
F
z
z
N
Q
Ca
U
U
N
' Uz
U
c
}
-U
_
W
v
LL
W
;
�
O
z
' j F
"
zZ.F
><_<
-
00•
¢
a
a
-
T
U
F
O
o
O
a:
O
oN
N
y
V
Q
i1
I\
O
E
E
V
-.
ocnfK
.D
K_
K
g
O
V
G
G
-VU
d
G
�
Q
¢
u
u
o
N
cn
u
u
R
o
0
a zz
IOccupational Safety and Health Admin., Labor Subpt. P, App. D
CNV
1 a a
w� z�
M ¢
O Ca
•1
U
1 n ar
z oo� U
F N ¢ O _
1
E
u
1 z a x
x
z x
�v
S U W c
1 z c
NU0Lw z a N¢ 4
- . C
CJ < V c
1 C .� .7 c
,w.lQ<^ U u
i
FOW= q UZ FS.1
z> — Pr F U W
<c�x7 a s
' a z
z
C — N
V / —
SOU w " „' ` E E
O�
- •% K
c •o
1 m c c
u u
h d d
u a n
t ¢ ¢
wz w W o woFv, wv I -o
O > a^ >—c.— >^ c.r w u s
a O O O
F O u
1 856
1
1
' 249
Subpt. P, App. D
29 CFR Ch: XVII (7-1-92 Edition)
Ci (r N
'Ox s I I
U a
aVz N I -
x
N
lr�
o z��c] z z z z z z z z z
r
F : Q !n n en M n en en en r.
a _
j UC
N
S Z C
z a� o o c c v c
Q<
0 O. eV 'C. eG O vi O. U
V W h 3
z
u
z W N _ L
zz�ZNZL" Z Z.L; z z zf'� z z -
C.'
Q2 } UJ N N (^. N Q (+`� en N l" r: [�`, �ry
o UQ 'vo z z z z•
F m U -
J
C
tz7 o c .. c
c°zo` x
Q = z _ z _ _z _ z_ z _
f., c S ._1 N N r. N N r. en
•
- __ I -
c
L y I • -
r N ?
Y U C C c C r: a C W %=.
< = < x• •� x. C r. .G a = u
Z v
Z - r
C -.
V v
L V
W •r
W _ y c4
c c a
uz
c
c c c c
c c E
n c
_ O Ca
s Q Q
{ LL z u nci J^O C O
C , W r, F C ? C. L J > 'r — >
NLu
•p - O O O-= > V= N J
• C U U
O O U
L Z Z
250
' Occupational Safety and Health Admin., Labor Subpt. P, App. D
yz
U y
1 0z O
_ Q N N
UT X X X
L L
9z z z z z z z z z
- - - - - -
Q M M M M M M M M
' a Un
_ U
- O Vl O O V1 O N O � U O
wj K C V h aC t+i r. 'G u
v1 W > 2 a - v1 i
w
❑ N K 6 n
Z x O � Z 4Lj Z Z z Z Z u] Z z O •;
C i` I" J NANO M N FQ M M NQ M M x R
z a uc z z z z V o
' C y
U
v) to :.% v— (- oo U 6
V V C N Z O Vf O O vt l C O
c
'_
<x,,,� Z
— —
[ Q , N N N M N M K1 n p
z3o pp UG c
' - a v ?
O 0� o Vi c o w O ,n c O c
Z u
7 -
' O J Vi O C H O C h C G c^ Q
p Z ri
m O - - _ N o
u m m
< U c .
3 u? u u --
F-LU v c G G u
c n E
n c
o
O cc O O N h g
_
I r.
❑ w O G O O > > c—
F O c C
U
' g Z Z
1
' 251
Subpt. P, App.E 29 CFR Ch. XVII (7-1-92 Edition)
• APPENDIX E TO SUBPART P -ALTERNATIVES TO TIMBER SHORING
• H:i
•'J>'
=y1p !
2il IY Ja1 '
YI W
Un 'y# "
fig" MAX Li VERTICAL RAIL
HYDRAULIC CYLINDER
VERT
SPAC
4'
2' MAX.
Figure 1. Aluminum Hydraulic Shoring
O O O O
Figure 2. Pneumatic/hydraulic Shoring
252
Occupational Safety and Health Admin., Labor
Subpt. P, App. E
Figure 3. Trench Jacks (Screw Jacks)
Figure 4. Trench Shields
253
Subpt.
P, App. F
29
CFR Ch. XVI1 (7-1-92 Edition)
APPENDIX
F TO SUBPART P -SELECTION OF
PROTECTIVE SYSTEMS
The following figures are a graphic summary of the requirements contained In subpart P
for excavations 20 feet or less in depth. Protective systems for use in excavations more than
20 feet in depth must be designed by a registered professional engineer in accordance with
4 1926.652(b) and (c).
Is the excavation more
than 5 feet in depth?
}
.Is there;potential NO YES
for cave-in?
• NO Excavation may be
made with
• vertical sides.
Sloping
selected
Co to Figure 2
a
.Excavation must be
sloped, shored, or
shielded.
Is the excavation
entirely in stable rock?
Shorin or shielding
selected.
Go to Figure 3
FIGURE 1 -PRELIMINARY DECISIONS
c
2
254
Occupational Safety and Health Admin., Labor
Subpt. P, App. F
Excavation must comply with
one of the following three
options:
Option 1:
, 1926.652 (b)(2) which
requires Appendices A
and B to be followed
Option 2:
51926.652 (b)(3) which
requires other tabulated
data (see definition) to
be followed.
Option 3:
.51926.652 (b)(4) which.
requires the excavation
to be designed by a
registered professional
engineer. -
Sloping selected as the
method of protection
Will soil classification
be made in accordance
with 31926.652 (b)?
Excavations must comply
withf1926.652 (b)(1) which
requires a slope of 1�H:1V
(34'n
FIGURE 2. - SLOPING OPTIONS
255
Subpt. P, App. F
{
29 CFR Ch. XVII (7-1-92 Edition)
Shoring or shielding selected
as the method of protection.
Soil classification is required
when shoring or shielding is
used. The excavation must comply
with one of the. following'four
options:'
Option 1
51926.652 (c)(1) which requires
Appendices A and C to be followed
(e.g. timber shoring).
Option 2
§1926.652 (c)(2) which requires
manufacturers data to be followed
(e.g.- hydraulic shoring,trench
jacks, air shores, shields).
Option 3
51926.652 (c)(3) which requires
tabulated data (see definition)
to be followed (e.g. any system
as per the tabulated data).
4
Option 4
51926.652 (c)(4) which requires
the excavation to be designed
by a registered professional,
engineer (e.g. any designed
system).
FIGURE 3 - SHORING AND SHIELDING OPTIONS
256
ge5
STAFF REVIEW FORM
AGENDA REQUEST _____ CONTRACT REVIEW (Change -order)
GRANT REVIEW
MICROFILMED £ vti,rezn, �t
For the Fayetteville City Council meeting of N.A. For Mayor's signature
Jim Beavers Engineering Public Works
Name Division Department
ACTION REQUIRED:
Approval of change order one to the construction contract with Fayette Tree
and Trench to reconcile the final unit quantities, add bid items 42-46 to
reflect field changes and to provide a time extension.
COST TO CITY:
-S12.409.20
cost of this Request
5400-5600-5808.00
Account Number
97021-0010
Project Number
tor
$135,489.50
Category/Project Budget
$115.489.59
Funds Used To Date
$20.000.00
Remaining Balance
Water/sewer
Category/Project Name
Capital mains
Program Name
Sales Tax
Fund
x Budgeted Item Budget Adjustment Attached
CONTRACT/GRANT/LEASE REVIEW:
Administrative Services Direc
GRANTING AGENCY:
Date AD Coordinator Date
�z3-s fls ew
Date In e nal Auditor Date
a4gg
Purchasing Officer Date
STAFF RECOMMENDATION: Approval
Date
Cross Reference
_e,ca New Item: NO
Department Director Date
`• cfru Prev Ord/Res # 6 - 98
Admini tra ive Services Director a e
Orig Contract Date: Jan 6'98
May r Date
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDEN
To: Fred Hanna, Mayor
Thru: Kevin Crosson, PW Director *V
Charles Venable, Asst. PW D' ctor
Don Bunn, City Engineer t
From: Jim Beavers, Engineering
Date: 18 September 98
Re: Water and Sanitary Sewer Improvements, Sherman Avenue and Fifth Streets, Bid no. 97-35.
Proposed change order no. one (and final) to add new unit items, to reconcile the final unit quantities, to
add time to the contact time for completion.
The contract for construction of water and sanitary sewer improvements for Sherman Avenue and Fifth Street,
City Bid no. 97-35, was entered into contract on January 6, 1998. The estimated contract price was $115,489.50
based upon the 41 items in the unit bid schedule with a specified contract time of 60 calendar days.
Due to unforseen, and unknown subsurface conditions some of the units were changed in the field to
accommodate utility and field conditions. Due to changes in the construction, the weather and the contractor's
commitments the time for completion ran in excess of the contract time of 60 days.
Specifics of Change Specifics Order no. One:
1. Unit quantities and new unit items:
A. Variation in final unit quantities.
Refer to the attached copy of the final pay estimate.
B. New/additional items 42-46:
Item 42 - New sanitary sewer tap for future Habitat House at $255.00.
Item 43
- Concrete
encasement
to replace the
special construction detail item 12.
Delete item 12 <$2,400.00>
and add
item 43 at
$1,500.00.
Item 44 - 6 x 6
Tapping Sleeve
and valve
- $1045.00.
Item 6 contained two 8 x 6 tapping sleeves and valves at
$1,070.00 each.
One 8x6 and one 6x6 were used.
Delete
$1,070.00 and add $1,045.00.
Item 45 - Bore under existing aggregate drive in lieu of aggregate drive replacement. Delete item 35, aggregate
drive repair at <$1,870.00> and replace with new item 45 - bore at $1,870.00.
Item 46 - extra deep water line. The water line at Huntsville was deeper than planned and he special thrust
detail, bid item 21 was not required. However, extra trenching and work was required to the deeper than
designed water line depth. Delete item 21, special thrust blocking at <$1,750.00> and add item 46, extra deep
water line at #1,033.00.
Summary of additions: $5,703.00.
Summary of deletions:<$7,090.00>.
Net effect of bid items 42-46 decrease in contract price of $1,387.00.
Summary of variations in unit quantities:<$11,022.20>.
Estimated contract price prior to change order no. One = $115,489.50.
Final contract price including change order no. One = $103,080.30.
2. Time:
The contract time for completion is 60 days.
The notice to proceed was effective on March 2, 1998.
The work for the Habitat for Humanity water and sewer mains north of Fifth Street were competed
approximately April 15, 1998.
The total project was substantially completed on July 15 (all services tied over) Clean-up continued until
August 26, 1998.
Neither water or sanitary sewer service was disrupted, no party, including the City suffered any damages due to
the time of completion.
Recommendation - extend the contract time from 60 days to 143 days (March 2 to July 15) and do not assess
any penalties or damages.
After the Mayor has signed the three enclosed copies of change -order no. one, please return two to Engineering.
Thank you.
Change order number one.
Change order number one (and final) to add new unit items, to reconcile the final unit quantities,
to add time to the contact time for completion.
Water and Sanitary Sewer Improvements, Sherman Avenue and Fifth Streets, Bid no. 97-35.
Contract approved by Resolution no. 6-98 on January 6, 1998.
Project no. 97021-0010, P.O. no. 980654.
Summary:
The contract for construction of water and sanitary sewer improvements for Sherman Avenue
and Fifth Street, City Bid no. 97-35, was entered into contract on January 6, 1998. The estimated
contract price was $115,489.50 based upon the 41 items in the unit bid schedule with a specified
contract time of 60 calendar days.
Due to unforseen, and unknown subsurface conditions some of the units were changed in the
field to accommodate utility and field conditions. Due to changes in the construction, the
weather and the contractor's commitments the time for completion ran in excess of the contract
time of 60 days.
Specifics of Change Specifics Order no. One:
1. Unit quantities and new unit items:
A. Variation in final unit quantities.
Refer to the attached copy of the final pay estimate.
B. New/additional items 42-46:
Item 42 - New sanitary sewer tap for future Habitat House at $255.00.
Item 43 - Concrete encasement to replace the special construction detail item 12. Delete item 12
<$2,400.00> and add item 43 at $1,500.00.
Item 44 - 6 x 6 Tapping Sleeve and valve - $1045.00. Item 6 contained two 8 x 6 tapping sleeves
and valves at $1,070.00 each. One 8x6 and one 6x6 were used. Delete $1,070.00 and add
$1,045.00.
Item 45 - Bore under existing aggregate drive in lieu of aggregate drive replacement. Delete item
35, aggregate drive repair at <$1,870.00> and replace with new item 45 - bore at $1,870.00.
Item 46 - extra deep water line. The water line at Huntsville was deeper than planned and he
special thrust detail, bid item 21 was not required. However, extra trenching and work was
required to the deeper than designed water line depth. Delete item 21, special thrust blocking at
<$1,750.00> and add item 46, extra deep water line at #1,033.00.
Summary of additions: $5,703.00.
Summary of deletions:<$7,090.00>
Net effect of bid items 42-46 decrease in contract price of $1,387.00.
Summary of variations in unit quantities:<$11,022.20>
Estimated contract price prior to change order no. One = $115,489.50.
Final contract price including change order no. One = $103,080.30.
2. Time:
The contract time for completion is 60 days.
The notice to proceed was effective on March 2, 1998.
The work for the Habitat for Humanity water and sewer mains north of Fifth Street were
competed approximately April 15, 1998.
The total project was substantially completed on July 15 (all services tied over) Clean-up
continued until August 26, 1998.
Neither water or sanitary sewer service was disrupted, no party, including the City suffered any
damages due to the time of completion.
Recommendation - extend the contract time from 60 days to 143 days (March 2 to July 15) and
do not assess any penalties or damages.
Approval:
Change order number one, to add items 42-46, to adjust the final unit quantities and to extend
the contract time as detailed above is accepted and approved.
/7- 9Y
Date
Fred anna, Mayor bate
City of Fayetteville
2\
4%
EC /) \00
\ .
// \\ § r
on
/ 0
/ \fen
~
N §_
` } \f - _
- \/ \ w) °
k
\ $
_
\ / f o 0 - $
f u @2
@ m
\ O 00
r
Ln
\ -
C \ \ 3
\ }
\ _
>
)04) 0 ;
,
\Un
C / \
\ - \j km
- _ = u .E
\ / \ / a /j �\
5 )« / { 3 -
,» 4_4
/d /01 /\ /\
/ O.
\ 060
4 = .
§ g } ] #
% \ \ -
G / 2 ° § G 3 2
a \o % 7
/ E k \ // k Q\ k - a
s
00
en 0 0
rn 00tn
\0 o — N o
— — N N
N 00
— en — —
0
rn
1
7
00
N
O
0
—�
N
C.'00
v
0
en
--—
0
C.'
0
—
o
0
0
0
0
0
0
0
('1
Q)
t0
Ct
a
_
It,
00
OV
R
00
n
0
�
�
N
—
N
—
N
N
Rt
N
U)
O O
V1 O n O O O
N C
.^.
en C — M N 0 N N y
L
mo c C v
a
y co _ 'O
Vr Ji r ..C) \? d N y
O
C) H > —u o c a� c no 3
C o
k d w ca y. H O
N� a 00 .E0 L .C L O x L vi p O C Q 'a CtC > •�� ^ cho
i ^P» G co m x
p
U U v, eo'O F3- a
5 H O -cc, H.cpGw0 Cl)Oa
4)
Ct
IA
. Ca
O
0 .0
O O y y N N Nen Cl N cd
U in 7 N M — ' -. — —
0 —
M
-
O
O
C%
N
N
V
v1
en
ip
N
C4
v
en
N
o
o
N
O
O
N
N
—
vl
N
—
^
a V1 ^ [- ^ .r N .-.
C-
0
O O O O O O O O
M
4)
O O o
N O In N to O O'. O
V• O'. — \O v1 v) o.' v1
N — N N 7 In M '.o
O O 'C,
O In In 'C, O o.' O
N N M V In ^ c 'D
C o y
C E N •
0
Vi .t 4-a
Q) N h X
4) _ 4)
c °) 44) E 4) o " ' - A
3i 5
c g one VCfl
O t v Ct o N y Ra
p
d v c o ° n ° 4) 3 °-) a Q
V O.
_> rnC7wQ cn0 a0'(' C)
1O 10 CC
4)
Y
4)
Ct
W
Co
o a
Ca Ct Ca
a) 4) 4) 0) 0) m C)
N M R 'n 'O 00
I
-
I.
N
�
1
�
O
O
N
O
'O O
O 7
- O -
O - ('1
O 'O O
'.0 O O N --O - O - N
.-. In
N O O M -- O O N
0
O
In H
M O
O O O N O O O O - O
4) I
to
Ct
❑r
O
O V - O In
In N O - O N � O
M -
'O O 7 N 7 00 N
O O I O
In vi
N
'.O O — ^ N O
7 N
R
-c
V V
L
3 Z c
N =-0... t
N ,-, ./) Q nl oj .� ; y
E .+ to :n N C C V V V V
U D c_ Q `� ' °' o
4) t c o
It
c o . 3 OC)
ac �� d s • o ti x .� yp c
C� c H aci E II v o ctU
Se H w s
o a p C N y 0 0 •'�D 0OO0 0^ m UO V O
•5 V rn L:. 1) G+7 �-.H W QUO JSo . ,Q Cl) NL4
C)
4)
d
c R G
T E E v 4 al ,C Id
O Cl .- v - -• N N
N N N N N N 'N N N N
o o N
v - O d' o
a61
vii ri N O M ^ 'V•
II
00 I J \
V 00 M yv O
N
OM N ^ N — O ^ O ^ ^
00
C 00 M 0 O
N en N ^ N 0 O ^ ^
C-
C
o
0
o In
0 0 0 0 0 0 0 0 In h o
In
00
R
0
In 0 0 0 0 0
O M 00 In OIn N O O
Vl In N •-^ 'D ^ — M N ^
N 0 0
• In 0 0 o O
en O\ In In In In N In In In Ifl
— N V Q to In Cl M, — ^
oi..
4-RCR C,,
L 3 ao D. R N T C
r R > 3 � 00
a
D R VCi
0 w i L R V x R y 0
Ca
V V C C U R V V U R O O F y O
w R L L 00. U O Ct
C
'� y '9 O vi .+ L .� L Q .C .� •L C C
c °' c 0 - E c C)
E c� E •o
It
L
y T•R C O R Ct 7 L1 7 •> 7 a _ ct OR b O O
p L O .C S O V O O V 3 V
v�aA UHw L wa wA wCC H;oG Urn-,
4 I
4-
4-
V
R
IL.
C-
0
T T 6Ifl
L1
d ti 0 N ^ O E E
Ca ol
U Q N In N — M N O tV0 y r-i ti
O N cn V \O h 00 T a
M M M M M en C1 r1 J r1 en ei
A
P.
o o InIn 0
t� rMi
N In o 00 o
-
o
o - o 0
C-
a
O
o
O O O O
U
00
o
In
Vl
V
In
O
—
N
.-.
ON 0 In h O R On M
n In O 00 O
Ct
U ^
Ca, y N
U CJ
y C)
' C N �y N 00
` > C)
CC)) N d y C) C U+
- 2 F 'a, uXi 'C A 3 N
.f°+ N O W �.. 'O a 3t
a.
U y U :� y 0 t�3 Ca
0.
- vt 00
C)
4-,
4-.
0)
r'
Q C1. E E O. C. 0.
_ E E E E E E E E
* v) * f)1 * N * N * fit
N M V I
s o 0 7
00
O a� N \9 N
0
c
0 a C C
O s y S N
C .
O nw C .
O (p c U
.y E S 11 1 7
O E CtEO
r n
V vl y L ` 5, T
'O U 'O C - I \.
O O C U
O --c 04 o 3 x v `°
N ° C ° O C
C
T
t U W
w to L. U. „! O T
°
y O C
C N 2 o .G
0. s - o s 4 o 5" :(1
d Ip
•« v y ld ty 11 �1
In
0OO0 O r L • + �.
p b0 O
tC
V U L
C " °.has 1 �^
€ L
In I
o" nv
C ti
'n "S7 R L
W O N Z 3 -
O O 3 x R ee `
- O C J+ U eUR c2
Vcc
I) 0.i �' L E `t O U `.
d. V O w
E tlq O V O L C V •C O C
�. Y y co c�i p y O y ;7
W O P» im• « w y t ,L. C
'b > U > C
3 O o E o o
o C O p U O E V a l C « U
- V V y ° tYC tCd �" L T C U
V V U« 'O
C N y tE . r Ilr
4+ .
t' U N o - O C T+ OD E.r
F 00 H U d E ° o ca J U W