HomeMy WebLinkAbout115-99 RESOLUTIONCity of Fayetteville, Arkansas
Budget Adjustment Form
•
EXHIBIT B
Budget Year
1999
Department:
Division:
Program:
Public Works
Engineering
Sales Tax Capital
Date Requested
September 7, 1999
Adjustment #
Project or Item Requested:
$136,825 is requested in the Sycamore /
Leverett Intersection and Drainage
Improvements Capital Project.
Project or Item Deleted:
$136,825 from the Sixth Street
Extension Capital Project.
Justification of this Increase:
The additional funding is needed for the
approval of a contract to Sweester
Construction in the amount of $522,695.30
and project contingency in the amount of
$88,270.00.
Justification of this decrease:
This project is currently on hold
and will be rebudgeted in the 2000
Annual Budget.
Increase Expense (Decrease Revenue)
Account Name Amount Account Number Project Number
Street Improvements
136,825 4470 9470
5809 00 97030 20
Decrease Expense (Increase Revenue)
Account Name Amount Account Number Project Number
Street Improvements
136,825 4470 9470
5809 00 96044 20
Approval Signatures
Admin..SeA ices ire or
Mayor
Budget Office Use Only
Type: A B C
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blue Copy: Budget & Research / Yellow Copy: Requester
E
C:\DATA\FORH.ABA-AD.ABADJF348. WK4
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Jim Beavers, City Engineer
From: Heather Woodruff, City Clerk
Date: September 16, 1999
Attached is a copy of the resolution awarding Bid 99-68 to Sweetser Construction for
intersection improvements along Sycamore/Leverett. I am also returning one original contract to
you. The original contract documents that I have do not contain a signed contract or bond
documents. Please forward these as soon as possible. I am retaining one original contract and
forwarding a copy to the Internal Auditor
cc. Steve Davis, Budget and Research
Yolanda Fields, Internal Auditor
AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City
FROM:
Sid Norbash ,
Name
STAFF REVIEW FORM
Council meeting
.Oidei 3
MICCROF LMED
of Mayor's Approval Only
Engineering
Division
Public Works
Department
ACTION REQUIRED: Approval of
with Jerry D. Sweetser, Inc.
amount of $2,646.00.
Change Order
For. Sycamore
#3 to the Construction Contract
Street Widening Project, in the
COST TO CITY:
$2,646
Cost of this Request
4470-9470-5809-00
Account Number
97030-0020
Project Number
$642,552
Category/Project Budget
$574,226
Funds Used To Date
$12,999
Remaining Balance
Street Impvts.
Category/Project Name
Streets
Program Name
Sales Tax Construction
Fund
BUDGET REVIEW:
//�L:
Budget Coordinator
X Budgeted Item
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
/hal ,G icy 7 l mz c/ /a --7-CD
upptin Ma ager Date ADA Coordinator
GRANTING AGENCY:
City, Attorn'
1 . �/�/ eQ
Purchasing Officer
Date
Date
Date`
/0/7/"
Date
STAFF RECOMMENDATION: Approval of the Change Order #1
ervices Director
/2/04/00
Date
Date
a
Date
Cross Reference
New Item: Yes No Y
Prev Ord/Res #:_ ((6-9 1
Orig Contract Date:
Orig Contract # 730
•
Staff Review Form
Description/ --Sycamore Const. Contract C 0 #_ Meeting Date N/A
Project Name
Comments: Reference Comments:
Budget Director
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Charles Venable, Public Works Director
Jim Beavers, City Engineer (6
From: Sid Norbash, Staff Engineer 4,, .-"
Date: November 29, 2000
Re: Sycamore Street Widening
Change Order #3 to the Construction Contract
Certain field changes and additional work were necessitated during the construction of the above
referenced project. The attached change order describes these changes.
We request your approval of the enclosed change order, which will close out this project.
SN/sn
RESOLUTION NO 115-99
•
MICROFILMED
A RESOLUTION AWARDING BID NO 99-68 TO SWEETSER
CONSTRUCTION IN THE AMOUNT OF $522,695.30 FOR .A
CONSTRUCTION CONTRACT FOR SYCAMORE/LEVERETT
INTERSECTION AND DRAINAGE IMPROVEMENTS;
APPROVING A PROJECT CONTINGENCY AMOUNT OF
$88,270; AND APPROVAL OF A BUDGET ADJUSTMENT IN
THE AMOUNT OF $136,825.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS*
Section 1. That the City Council hereby awards Bid No. 99-68 to Sweetser Construction
in the amount of $522,695.30 for a construction contract for Sycamore/Leverett intersection and
drainage improvements; approves a project contingency amount of $88,270; and authorizing the
Mayor and City Clerk to execute said agreement. A copy of the agreement is attached hereto
marked Exhibit "A" and made a part hereof.
Section The City Council hereby approves a budget adjustment in the amount of
$136,825 increasing Street Improvements, Acct. No. 4470 9470 5809 00, Project No. 97030 20 by
decreasing Street Improvements, Acct. No. 4470 9470 5809 00, Project No. 96044 20. A copy of
the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof.
PASSED AND APPROVED this Z day of September 1999.
ATTEST:
Byl � , �� i 4 i
.. r 1 : Heather Woodruff, City Clerk
ice.,
•
4
APPROVED.
By.
Fred Hanna, Mayor
CHANGE ORDER
No. 3
DATE OF ISSUANCE EFFECTIVE DATE: Latest date executed below
OWNER City of Fayetteville, Arkansas
CONTRACTOR Sweetser Construction Company
Contract Sycamore and Leverett Intersection Improvements
Project:
OWNER's Contract No. ENGINEER's Project No. 97-6070
ENGINEER: Garver Engineers
CONTRACTOR is directed to make the following changes in the Contract Documents:
Description: Place approximately six inches of grout cover over the ballast stone at curb inlets and riprap at culvert
headwalls as directed by Engineer ($200.00/CY x 3 CY = $600.00). Install a concrete collar around water valve box at
Station 12+70 Left ($200.00 LS). Install privacy slats in chain link fence, left side, from approximately Station 10+60
to wood fence at approximately Station 12+60 ($1846.00 LS).
Reason for Change Order: Owner requested changes.
Attachments: None
CHANGE IN CONTRACT PRICE
Original Contract Price:
$522,695.30
Net Increase (Decrease) from previous Change:
Orders 1 to 2
$20,742.00
Original Contract Times:
Substantial Completion 120
Contract Price prior to this Change:
$543,437.30
Ready for final payment 150
Net increase (decrease) this Change
$2,646.00
Net change from previous Change Orders:
1 to
Contract Price with all approved Change Orders:
$546,083.30
Substantial Completion 29
days
days
REC
By
APPROVE
By:
OWNE (Authorized Signature
E GINEER (Authorized Signature)
Date: II — Z S ` 0Q Date:
ACCEPTED
By:
CONTRACTOR (Authorized Signature)
Date: /7-0Ze3' QC/
EJCDC 1910-8-B (1996 Edition)
Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Associated General Contractors of America
and the Construction Specifications Institute.
CHANGE IN CONTRACT TIMES
Original Contract Times:
Substantial Completion 120
days
days
Ready for final payment 150
Net change from previous Change Orders:
1 to
2
Substantial Completion 29
days
days
Ready for final payment 29
Contract Times prior to this Change Order:
Substantial Completion 149
days
days
Ready for final payment 179
Net increase (decrease) this Change Order:
Substantial Completion 0
days
days
Ready for final payment 0
Contract Times with all approved Change Orders:
Substantial Completion 149
days
days
Ready for final payment 179 /
1 P
By:
OWNE (Authorized Signature
E GINEER (Authorized Signature)
Date: II — Z S ` 0Q Date:
ACCEPTED
By:
CONTRACTOR (Authorized Signature)
Date: /7-0Ze3' QC/
EJCDC 1910-8-B (1996 Edition)
Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Associated General Contractors of America
and the Construction Specifications Institute.
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Sid Norbash, Engineering
From: Heather Woodruff, City Clerk
Date: January 23, 2001
Attached is a copy of the completed staff review form and signed Change Order #3 for the
construction contract with Jerry D. Sweetser for the Sycamore Street Widening project. The
original will be microfilmed and filed with the City Clerk.
cc: Nancy Smith, Internal Audit
•
1
1
1
1
1
11
1
1
1
1
t
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
//SsCSI
4,. i
PREPARED FOR
PROJECT
PREPARED BY:
GARVER
ENGINEERS
Garver, Inc. Engineers
3810 Front Street, Suite 10
Fayetteville, Arkansas 72703
501-527-9100
FAX 501-527-9101
1
1
1
r1
1
1
1
1
1
1.
1
1
1
1
1
1
1
_1
CITY OF FAYETTEVILLE
FAYETTEVILLE, AR
SYCAMORE AND LEVERETT
INTERSECTION IMPROVEMENTS
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SYCAMORE AND LEVERETT INTERSECTION IMPROVEMENTS
ADDENDUM NO.1
August 17 1999
To: All Bidders
This addendum becomes a part of the "Specifications and Contract Documents". It shall be
stapled (or otherwise securely fastened) behind the front cover page of the original documents.
Proposals may not be accepted unless this addendum is so included.
All provisions of the original "Specifications and Contract Documents" shall remain in full force
and effect, except as modified by this Addendum No. 1.
MODIFICATION TO THE CONTRACT DOCUMENTS
1. The Construction Contract, if approved by the City Council, will be awarded within
60 days of the bid opening. Due to utility relocation delays, the City plans to issue a
Notice to Proceed 120 to 180 days after award of the contract. The Contractor will
not be allowed to work until the Notice to Proceed is issued.
2. The City reserves the right to cancel the contract prior to issuing the Notice to
Proceed at no cost or penalty to the City.
MODIFICATION TO THE TECHNICAL SPECIFICATIONS
1. In Section 17 of the Technical Specifications, Page 3 was omitted. Please insert the
attached Page 3 in Section 17.
Page 1 of 1
(Addendum No. 1)
Payment will be made under:
17.05a Permanent Asphalt Pavement Repair - per square yard
17.05b Permanent Concrete Pavement Repair - per square yard.
17.05c Temporary Pavement Repair - per square yard
17-3
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SYCAMORE AND LEVERETT INTERSECTION IMPROVEMENTS
ADDENDUM NO.1
August 17 1999
Enclosed is Addendum No. 1 for the above referenced project. Please sign below, certifying that
you have received the addendum, and transmit this page only back to us by facsimile (501-527-
9101). Please call 501-527-9100 if you have any questions.
I hereby acknowledge receipt of Addendum No. 1 to "Sycamore and Leverett Intersection
Improvements" in Fayetteville, Arkansas.
Signed
Title
Company
Date
Note: Bids may be rejected from Bidders who do not acknowledge receipt of this
addendum as specified above.
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SYCAMORE AND LEVERETT INTERSECTION IMPROVEMENTS
ADDENDUM NO.2
August 23 1999
To: All Bidders
This addendum becomes a part of the "Specifications and Contract Documents". It shall be
stapled (or otherwise securely fastened) behind the front cover page of the original documents.
Proposals may not be accepted unless this addendum is so included.
All provisions of the original "Specifications and Contract Documents" shall remain in full force
and effect, except as modified by this Addendum No. 2.
MODIFICATION TO THE PLANS
1. On sheet 10 the note for installation of Guardrail is hereby revised to read:
"INSTALL 50 FT OF TYPE A GUARDRAIL WITH A TYPE I TERMINAL
SECTION 1 FT OFF ROADWAY EDGE. SEE AHTD DETAIL SHEET GRT -1
AND PLAN SHEET 21 FOR ADDITIONAL INFORMATION."
2. On sheet 21 of the Plans, references to ""TYPE C GUARDRAIL" are hereby
changed to "TYPE A GUARDRAIL."
MODIFICATION TO THE TECHNICAL SPECIFICATIONS
1. In Section 28 of the Technical Specifications, references to "TYPE P" are hereby
changed to "TYPE A."
MODIFICATION TO THE CONTRACT DOCUMENTS
2. In Section 00300 Bid Form, Bid item "28.05 GUARDRAIL — TYPE I" is hereby
changed to "28.05 GUARDRAIL — TYPE A"
Page 1 of 1
(Addendum No. 2)
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SYCAMORE AND LEVERETT INTERSECTION IMPROVEMENTS
ADDENDUM NO.2
August 23 1999
Enclosed is Addendum No. 2 for the above referenced project. Please sign below, certifying that
you have received the addendum, and transmit this page only back to us by facsimile (501-527-
9101). Please call 501-527-9100 if you have any questions.
I hereby acknowledge receipt of Addendum No. 2 to "Sycamore and Leverett Intersection
Improvements" in Fayetteville, Arkansas.
Signed
Title
Company
Date
Note: Bids may be rejected from Bidders who do not acknowledge receipt of this
addendum as specified above.
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SYCAMORE AND LEVERETT INTERSECTION IMPROVEMENTS
ADDENDUM NO.3
August 24 1999
To: All Bidders
This addendum becomes a part of the "Specifications and Contract Documents". It shall be
stapled (or otherwise securely fastened) behind the front cover page of the original documents.
Proposals may not be accepted unless this addendum is so included.
All provisions of the original "Specifications and Contract Documents" shall remain in full force
and effect, except as modified by this Addendum No. 3.
MODIFICATION TO THE PLANS
1. Any water line relocation will be for 8 -inch or smaller. If sizes larger than 8 -inch
are encountered, the work will be covered by change order.
Page 1 of 1
(Addendum No. 3)
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
SYCAMORE AND LEVERETT INTERSECTION IMPROVEMENTS
ADDENDUM NO.3
August 24 1999
Enclosed is Addendum No. 3 for the above referenced project. Please sign below, certifying that
you have received the addendum, and transmit this page onlv back to us by facsimile (501-527-
9101). Please call 501-527-9100 if you have any questions
I hereby acknowledge receipt of Addendum No. 3 to "Sycamore and Leverett Intersection
Improvements" in Fayetteville, Arkansas.
Signed
Title
Company
Date
Note: Bids may be rejected from Bidders who do not acknowledge receipt of this
addendum as specified above.
•
Section 00005
TABLE OF CONTENTS
Sycamore and Leverett
Intersection Improvements
Section No. Title
Pages
00005 Table of Contents 00005-1 to 00005-3
00020 Advertisement for Bids 00020-1
BIDDING REQUIREMENTS
00100 Instructions to Bidders
00300 Bid Form
00350 Bid Bond
Notice of Selection
00100-1 to 00100-10
00300-1 to 00300-5
00350-1 to 00350-2
00350-3
CONTRACT FORMS AND CONDITIONS
00500 Agreement Form Between Owner & Contractor
Construction Performance Bond - Exhibit A
Construction Payment Bond - Exhibit B
Certificates of Insurance - Exhibit C
Notice to Proceed
00700 General Conditions
00800 Supplementary Conditions
00500-1 to 00500-7
00500-8
00500-9
00500-10
00500-11
1 to 42
00800-1 to 00800-15
SPECIFICATIONS
Division 1 - General Requirements
01010 Summary of Work 01010-1
01025 Measurement and Payment 01025-1
01027 Applications for Payment 01027-1
01035 Modification Procedure 01035-1
01040 Coordination and Meetings 01040-1
01051 Construction Surveys 01051-1
01060 Regulatory Requirements 01060-1
01090 Reference Standards and Abbreviations 01090-1
01300 Submittals 01300-1
01310 Progress Schedules 01310-1
01410 Testing Laboratory Services 01410-1
01500 Construction Facilities & Temporary Controls 01500-1
01620 Storage and Protection 01620-1
01630 Product Options and Substitutions 01630-1
01700 Contract Closeout 01700-1
00005 (1)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00005.doc
to 01010-2
to 01025-3
to 01027-2
to 01035-4
to 01040-4
to 01051-2
to 01060-3
to 01090-3
to 01300-4
to 01310-2
to 01410-3
to 01500-5
to 01620-2
to 01630-2
to 01700-5
City of Fayetteville
Division 2 - Technical Specifications
SP -1 Specifications, Ark. State Highway Commission SP -1-1
SP -2 Removal of Traffic Signal Equipment SP -2-1
SP -3 Removing Asphalt Pavement SP -3-1
SP -4 Relocation of Sanitary Sewer Services SP -4-1
SP -5 Relocation of Water Services SP -5-1
SP -6 Topsoil SP -6-1
SP -7 Precast Reinforced Concrete Box Culverts SP -7-1
SP -8 Temporary Aggregate Sidewalk and Safety Fencing SP -8-I
SP -9 PVC Conduit SP -9-1
SP -10 Subbase Course SP -10-1
SP -11 Thermoplastic Pavement Marking SP -11-1
SP -12 Flowable Fill SP -12-1
SP -13 City of Fayetteville — Landowners Side Letters SP -13-1
Section 1 - Site Preparation 1-1
Section 2 - Earthwork 2-1
Section 3 - Aggregate Base Course 3-1
Section 4 - Prime Coat and Tack Coat 4-1
Section 5 - Asphalt Surface and Binder Course 5-1
Section 6 - (Not Used)
Section 7 - Driveways, Driveway Extensions and Aprons 7-1
Section 8 - Concrete Curb and Gutter 8-1
Section 9 - Concrete Sidewalks 9-1
Section 10 - Inlets and Junction Boxes 10-1
Section 11 - Concrete and Reinforcing Steel 11-1
Section 12 - Unclassified Excavation for Structures 12-1
Section 13 - Pipe Culverts 13-1
Section 14 - Solid Sodding 14-1
Section 15 - (Not Used)
Section 16 - Maintenance of Traffic 16-1
Section 17 - Pavement Repairs 17-1
Section 18 - Disability Access Ramps 18-1
Section 19 - Cleanup 19-1
Section 20 - Pipe Embedment 20-1
Section 21 - (Not Used)
Section 22 - Mailbox Relocation 22-1
Section 23 - (Not Used)
Section 24 - Temporary Erosion Control 24-1
Section 25 - New Fence 25-1
Section 26 - Trench and Excavation Safety Systems 26-1
Section 27 - Cold Milling Asphalt Pavement 27-1
Section 28 - Guard Rail 28-1
Section 29 - (Not Used)
Section 30 - (Not Used)
Section 31 - Roadway Construction Control 31-1
Section 32 - (Not Used)
Section 33 - Valve and Meter Boxes Adjusted to Grade 33-1
Section 34 - Remove and Replace Fences 34-1
Section 35 - (Not Used)
00005 (2)
1:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00005.doc
City of Fayetteville
Section 36 -
Section 37 -
Section 38 -
Section 39 -
(Not Used)
(Not Used)
Riprap
(Not Used)
End of Section 00005
00005 (3)
1AProjects\1997\976070 (Sycamore»Specs\Resubmittal-3-99\Front End\00005.doc
38-1
City of Fayetteville
I
I
H
I
H
H
Section 00020
ADVERTISEMENT FOR BIDS - BID NO. 99-68
Date:
Notice is given hereby that, pursuant to an order of the City Council of the City of Fayetteville, Arkansas,
sealed bids will be received at Room 306, City Hall, 113 West Mountain Street, Fayetteville, Arkansas,
until 11:30 a.m. (local time) on August 24, 1999 for furnishing all tools, materials, and labor and
performing the necessary work for the Sycamore and Leverett Intersection Improvements Project in
Fayetteville, Arkansas. At this time and place, all bids received will be publicly opened and read aloud.
The work generally consists of:
Asphalt pavement reconstruction and widening, construction of sidewalks, driveways,
curbs, access ramps, cast -in -place and precast reinforced concrete box culvert, storm
drainage pipe and structures, and all items indicated in the Drawings and Specifications.
Drawings and Specifications are on file and may be examined at the office of the Engineering
Department, City of Fayetteville and at the Office of Garver Engineers.
Bidding Documents can be purchased from Garver Engineers at:
' Garver Engineers
3810 Front Street, Suite 10
Fayetteville, AR 72703
LI
L
1,
H
H
I
I]
I
(Phone: 501-527-9100)
(Fax: 501-527-9101)
The cost of the Bid Documents is $75.00. This amount should be made payable to Garver Engineers and
is non-refundable. The bidders shall make such inspection and studies of the site of the work as to
familiarize themselves with all conditions to be encountered.
Bid security, as defined in the Instructions To Bidders, in the amount of 5 percent of the Bid must
accompany the Bid.
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond as security
for the faithful performance and the payment of all bills and obligations arising from the performance
of the Work.
No Bids may be withdrawn within a period of 60 days after the date fixed for opening Bids.
Bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965, as amended.
The City Council reserves the right to reject any or all bids, to waive irregularities in the Bids and bidding
deemed to be in the best interests of the City Council, and to reject nonconforming, nonresponsive, or
conditional Bids.
Peggy Vice, Purchasing Officer
00020 (1)
J:\Projects\!997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00020.doc City of Fayetteville
I
ISection 00100
' INSTRUCTIONS TO BIDDERS
I DEFINED TERMS
1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the
meanings assigned to them in the General Conditions. Certain additional terms used in these
Instructions to Bidders have the meanings indicated below which are applicable to both the
singular and plural thereof.
1.2 Bidder - one who submits a Bid directly to Owner as distinct from a sub -bidder, who submits a
bid to a Bidder.
1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the
bidding procedures are to be administered.
1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom Owner (on the basis
of Owner's evaluation as hereinafter provided) makes an award.
2 COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in
the Advertisement for Bids may be obtained from the Issuing Office.
2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither Owner. nor
Engineer assume any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
2.3 Owner and Engineer in making copies of Bidding Documents available on the above terms do
so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for
any other use.
3 EXAMINATION OF SITE AND CONTRACT DOCUMENTS
3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville
Engineering Department, and shall constitute all of the information which the Owner shall
furnish. No other information given or sounding made by the Owner or any official thereof, prior
to the execution of said contract, shall ever become a part of, or change the contract, drawings,
specifications and estimates, or be binding on Owner.
' 00100 (1)
J:\Frojects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Fmnt End\00100.doc City of Fayetteville
I
C
LI
[TI
I
I
I
I
I
I
Li
I
Li
H
I
'J
I
I
Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract,
and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local
conditions; inform themselves by their independent research and sounding of the difficulties to
be encountered, and all attending circumstances affecting the cost of doing the work, and the time
specified for its completion; and obtain all information required to make an intelligent bid.
3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which
are necessary for full and complete information upon which the bid may be made and for which
a contract is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the
Contractor, contains a statement that all bids are made with the full knowledge of the difficulties
and conditions that may be encountered, the kind, quality and quantity of the plans, work to be
done, excavation, and materials required and with full knowledge of the drawings, profiles,
specifications, and estimates and all provisions of the contract and Bonds.
3.3 Bidders shall promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which
Bidder has discovered in or between the Contract Documents and such other related documents.
3.4 Information and data shown or indicated in the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site is based upon information and data furnished
to Owner and Engineer by owners of such Underground Facilities or others, and Owner and
Engineer do not assume responsibility for the accuracy or completeness thereof unless it is
expressly provided otherwise in the Supplementary Conditions.
3.5 On request, Owner will provide each Bidder access to the site to conduct such examinations,
investigations, explorations, tests, and studies as each Bidder deems necessary for submission of
a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon
completion of such explorations, investigations, tests, and studies.
3.6 Reference is made to the General Requirements for the identification of the general nature of work
that is to be performed at the site by Owner or others (such as utilities and other prime
contractors) that relates to the work for which a Bid is to be submitted. On request, and as
available, Owner will provide to each Bidder, for examination, access to or copies of Contract
Documents (other than portions thereof related to price) for such work.
3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder
has complied with every requirement of this Article 3, that without exception the Bid is premised
upon performing and furnishing the Work required by the Contract Documents and applying the
specific means, methods, techniques, sequences, or procedures of construction (if any) that may
be shown or indicated or expressly required by the Contract Documents, that Bidder has given
Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has
discovered in the Contract Documents and that the written resolutions thereof by Engineer are
acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and
convey understanding of all terms and conditions for performing and furnishing the Work.
00100 (2)
J:\Projects\ 1 997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00 I 00.doc
City of Fayetteville
n
' 4 AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS
' 4.1 The lands upon which the Work is to be performed, rights -of -way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are identified
in the Contract Documents. All additional lands and access thereto required for temporary
construction facilities, construction equipment, or storage of materials and equipment to be
incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent
structures or permanent changes in existing facilities are to be obtained and paid for by Owner
unless otherwise provided in the Contract Documents.
5 INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA
' 5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to the
true meaning of any part of the proposed Contract Documents or finds discrepancies in or
omissions from any part of the proposed Contract Documents, he should submit a written request.
' for interpretation thereof to the Engineer not later than seven days before the date set for bid
opening. The person submitting the request shall be responsible for its prompt delivery.
5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum
to all holders of Bidding Documents. Only questions answered by formal written Addenda will
be binding. Oral and other interpretations or clarifications will be without legal effect. Owner
' will not be responsible for any other explanations or interpretations of the proposed Contract
Documents.
5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner
or Engineer.
6 APPROXIMATE ESTIMATE OF QUANTITIES
6.1 Engineer's estimate of quantities, on file at the City Engineer's office, is approximate only and
shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders
as actual quantities that may be required for the completion of the proposed work. However, such
quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each
bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose
' of awarding the contract, and will be used as basis for fixing the amount of the required Bonds.
I
I
C
I
UNIT PRICES
7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum
prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment,
and apparatus of every description to construct, erect, and finish completely all of the work as
called for in the Specifications or indicated on the Drawings.
00100 (3)
1:\Projects\I 997\976070 (Sycamom)\Specs\Resubmittal-3.99\Front End\00 I OO.doc
City of Fayetteville
n
' 7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the
work to be done. Bids which appear unbalanced and are deemed not to be in the best interest of
Owner may be rejected at the discretion of Owner.
7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the
Work required, and has reviewed the Drawings and Specifications to verify the full scope of the
Work.
8 BID FORM
8.1 Bids are due as indicated in the Advertisement For Bids.
8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. Bid Form
shall not be removed from the bound Project Manual, nor shall bids be submitted on a photocopy
of the Bid Form. The unit price or lump sum bid for each item must be stated in figures in the
' appropriate blank spaces provided on the Bid Form. The figures must be clear and distinctly
legible so that no question can arise as to their intent and meaning. Discrepancies between the
multiplication of units of Work and unit prices will be resolved in favor of the unit prices.
Discrepancies between the indicated sum of any column of figures and the correct sum thereof
will be resolved in favor of the correct sum.
' 8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not
called for, erasures, alterations, or irregularities of any kind or which do not comply with these
Instructions to Bidders may be rejected as informal or non -responsive at the option of Owner.
However, Owner reserves the right to waive technicalities as to changes, alterations, or revisions
and to make the award in the best interest of Owner.
8.4 Address bids to Owner, and deliver to the address given in the Advertisement For Bids on or
before the day and hour set for opening the bids. Enclose the completed Bid Form and Project
' Manual in a sealed envelope bearing the title of the project, the name of the Bidder, Bidder's
Arkansas Contractor's License number, and the date and hour of the bid opening. If this sealed
envelope is delivered by a public carrier, it must be contained in another envelope addressed to
' Owner and the attention of the project name. It is the sole responsibility of Bidder to see that the
Bid is received on time.
I
I
I
I
8.5 No Bidder shall divulge the information in the Bid to any person whomsoever, except those
having a partnership or other financial interest with him in the Bid, until after the bids have been
opened.
00100 (4)
J:\Projccts\1997\976070(Sycamom)\Spccs\Rcsubmittal-3-99\Front End\00I00.doc
I
City of Fayetteville
LJ
H
L
I
I
I
I
SIGNATURE ON BIDS
9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the
individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the
names of each member must be given, and the Bid signed by a member of the partnership, or a
person duly authorized. If the Bid is made by a company or corporation, the company or
corporate name must be given and the Bid signed by an officer or agent duly authorized. The
corporate seal must be affixed and attested by the secretary or an assistant secretary. The
corporate address and state of incorporation must be shown below the signature.
9.2 All names must be typed or printed in black ink below the signature.
9.3 The address and telephone number for communications regarding the Bid must be shown.
9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and
filed with Owner.
' 9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda.
t10 BID SECURITY
I
I
I
H
H
L
10.1 Bid security, in the form of a bid bond, certified check, or similar financial instrument, in the
amount stated in the Advertisement For Bids, must accompany each bid. Bid bonds for the
difference in price between low bidder and second low bidder will not be acceptable. The
Successful Bidder's security will be retained until Owner receives a signed Agreement and
required Bonds and Certificates of Insurance. If the Successful Bidder fails to execute and deliver
the Agreement and furnish the required contract security within fifteen days after the Notice of
Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be
forfeited.
10.2 The Owner reserves the right to retain the security of the three low bidders until the Successful
Bidder enters into the Contract or until 60 days after bid opening, whichever is sooner. Cash
equivalent security of the second and third low bidder may be exchanged for an equivalent bid
bond after bid tabulations are complete or 30 days after bid opening, whichever is sooner. If any
Bidder refuses to enter into an Agreement, Owner may retain Bidder's bid security as liquidated
damages but not as a penalty.
11 PERFORMANCE BOND AND PAYMENT BOND
11.1 Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a
payment Bond, equal to one hundred percent of the contract price.
00100 (5)
1:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00100.doc City of Fayetteville
I
' 11.2 Contractor is to pay all expense in connection with the obtaining of said Bonds. The Bonds shall
be conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness
' for labor and materials furnished or performed in the construction of such alterations and
additions as prescribed in this contract.
11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies
Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued
in an amount greater than the underwriting limitations for the surety company as set out therein.
11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works
' contracts shall be executed by a resident local agent who is licensed by the Insurance
Commissioner to represent the surety company executing said Bonds and filing with such Bonds
his Power of Attorney as his authority. The mere countersigning of the Bonds will not be
sufficient.
11.5 The date of the Bonds, and of the Power of Attorney, must not be prior to the date of the contract.
At least six originals of the Bonds shall be furnished, each with Power of Attorney attached.
11.6 Bonds are to be approved by Owner. If any Bonds contracted for become unsatisfactory or
' unacceptable to Owner after the acceptance and approval thereof, Contractor, upon being notified
to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein
specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at
' the discretion of Contractor.
12 CONTRACT TIME
12.1 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 is outlined in the Bid Form.
' 13 LIQUIDATED DAMAGES
13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form.
14 SUBCONTRACTORS SUPPLIERS AND OTHERS
14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written
' approval of Owner nor shall Contractor allow such subcontractor to commence work until
approval of workman's compensation insurance and public liability insurance as may be required.
Approval of each subcontract by Owner will in no manner release Contractor from any
obligations as set out in the Drawings, Specifications, contract, and Bonds.
H
00100 (6)
1:\Projects\1997\976070(Sycamore)\Specs\Resubmittal-3-99\Front End\00100.doc City of Fayetteville
I
I15 SUBSTITUTE AND "OR EQUAL" ITEMS
I
I
H
H
H
I
15.1 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. However, a substitute or "or -equal" item of material or equipment may be furnished
or used by Contractor if acceptable to Engineer. Application for such acceptance will not be
considered by Engineer until after the Effective Date of the Agreement. The procedure for
submission of any such application by Contractor and consideration by Engineer is set forth in
the General Conditions and may be supplemented in the General Requirements.
16 COMPLIANCE WITH STATE LICENSING LAW
16.1 Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of
1965, the "Arkansas State Licensing Law for Contractors". Bidders who submit Bids in excess
of $20,000 must submit evidence of their having a contractor's license before their Bids will be
considered, and shall note their license number on the outside of the envelope containing the Bid
Form and on the Bid Form.
' 17 QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS
17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit
' within five days after bid opening, upon Owner's or Engineers's request, detailed written evidence
such as financial data, present commitments, and other such data as may be called for. Each Bid
must contain evidence of Bidder's qualification to do business in the State of Arkansas.
' 18 DISQUALIFICATIONS OF BIDDERS
18.1 Any one or more of the following may be considered as sufficient for the disqualification of
' bidders and the rejection of Bids.
18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation
under the same or different names.
H
I
I
18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition
as bidders for any future work.
18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for
other items, or changes written in, or amendments by letter, or failure to submit a unit price for
each item of work for which a bid price is required by the Bid Form, or failure to include all
required contract documents.
00100 (7)
J:\Pmjects\1997\976070 (Sycamore)\Spccs\Resubmittal-J-99\Front End\00100.doc
I
City of Fayetteville
iLI
' 18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment
statements submitted. Lack of responsibility as shown by past work judged from the standpoint
of workmanship and progress.
18.6 A bid by an unlicensed contractor bidding under a licensed contractor's name.
' 18.7 Uncompleted work which, in the judgement of Owner, might hinder or prevent the prompt
completion of additional work if awarded.
18.8 Being in arrears on existing contracts, in litigation with Owner, or having defaulted on a previous
contract.
19 OPENING OF BIDS
19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room
Ito be designated by Owner the day of the bid opening. An abstract of the amounts of the base
Bids and major alternates (if any) will be made available to Bidders after the opening of Bids.
20 CONSIDERATION OF BIDS
20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with
the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder.
20.2 In evaluating Bids, Owner will consider the qualifications of Bidders, whether or not the Bids
comply with the prescribed requirements, and such alternates, unit prices, and other data as may
' be requested in the Bid Form or prior to the Notice of Award.
20.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other
' persons and organizations proposed for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations must be submitted as provided
in the Supplementary Conditions. Owner also may consider the operating costs, maintenance
' requirements, performance data, and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to the
Notice of Selection.
1
21 RIGHT TO REJECT BIDS
21.1 Owner reserves the right to reject any and all Bids, to waive technicalities, and to advertise for
new bids. All Bids are subject to this reservation. Owner reserves to itself the right to decide
'which shall be deemed the lowest responsive and responsible Bid. Due consideration will be
given to the reputation, financial ability, experience and equipment of the Bidder.
00100 (8)
1:\Projects\I997\976070 (Sycamme)\Spem\Resubmittal-3-99\Front End\00100.doc City of Fayetteville
I
21.2 Owner also reserves the right to waive informalities not involving price, time or changes in the
Work and to negotiate contract terms with the Successful Bidder.
1
22 AWARDING OF CONTRACT
' 22.1 Owner reserves the right to withhold the awarding of a contract a reasonable period of time from
the date of opening bids, not to exceed 60 days except with the consent of the Successful Bidder.
The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim
against Owner upon the contract until the contract is reduced to writing and signed by the
' contracting parties. The letting of a contract shall not be complete until the contract is executed
and the necessary Bonds approved.
23 RETAINAGE
I
23.1 Provisions concerning retainage and Contractor's rights to deposit securities in lieu of retainage
are set forth in the Agreement.
24 SIGNING OF AGREEMENT
' 24.1 When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the
number of unsigned counterparts of the Agreement as indicated in the Supplementary Conditions,
with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor
' shall sign and deliver the required number of counterparts of the Agreement and attached
documents to Owner with the required Bonds & Certificate of Insurance. Within ten (10) days
thereafter Owner shall deliver one fully signed counterpart to Contractor.
' 25 MATERIALS GUARANTY
25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the
' origin, composition, or manufacture of any or all materials proposed to be used in the
construction of the Work, together with samples, which may be subjected to tests provided for
in the Specifications to determine their quality and fitness for the Work.
26 FAMILIARITY WITH LAWS
' 26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations
which in any manner affect those engaged or employed in the Work, or the materials or
equipment used, or that in any way affect the Work and shall in all respects comply with said
laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of
Contractor will in any way serve to modify the provisions of the contract. No representations
' shall be binding unless embodied in the Contract.
00100 (9)
7:\Projects\1997\976070(Sycamore)\Specs\Resubmittal•3.99\Front End\00100.doc City of Fayetteville
I
I
I
I
I
I
I
I
I
H
H
H
I
I
H
27
ADDITIONAL LAWS AND REGULATIONS
Bidders' attention is called to the following laws and regulations which may have an impact on
the Work and on the preparation of the Bid.
27.1 Americans With Disabilities Act
27.2 Storm water discharge regulations, enacted under the Clean Water Act and administered by the
Arkansas Department of Environmental Quality (ADEQ) under a general permits program.
Contractor may be required to obtain coverage under general permit ARR001000 prior to
commencing work at the site.
27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law on March 1, 1993.
End of Instructions to Bidders
00100(10)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00100.doc City of Fayetteville
H
Section 00300
BID FORM
Contract
t Sycamore and Leverett Intersection Improvements
Fayetteville, Arkansas
JERRY b. SWEETSER INC
Bid of � (hereinafter called 'Bidder"), a corporation, organized
and existing under the laws of the State of ARKONICAsr a partnership, or an individual
doing business as
To: City of Fayetteville, (hereinafter called the "Owner"):
The Bidder, in compliance with the Owner's Advertisement For Bids on August 8, 1999 and August 15,
1999, and having examined the drawings and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions surrounding the construction of the proposed
' project including normal inclement weather conditions and the availability of materials, and labor, hereby
proposes to furnish all labor, materials, and equipment to construct the project in accordance with the
Contract Documents, within the time set forth therein, and at the prices stated below. These prices are
Ito cover all expenses incurred in performing the work required under the Contract Documents. The costs
of miscellaneous material items not listed below that are required for a complete job shall be included
in the prices below and shall not be a cause for an extra.
' Bidder hereby agrees to commence work under this contract on or before a date to be agreed upon by the
Contractor and the Owner and to substantially complete the project within 120 consecutive calendar days
thereafter as stipulated in the General Conditions and to fully complete the project within 150 consecutive
calendar days after that agreed date.
Bidder acknowledges receipt of the following addendum
' Addendum No. Subject G /
I
' 00300 (1)
1:\Projects\1997\976070 (Sycamore)\Spccs\Rcsubmittal-3-99\Front End\00300. City of Fayetteville
SYCAMORE AND LEVERETT
INTERSECTION IMPROVEMENTS
Item
UNIT PRICE
SCHEDULE
Estimated
No.
Description
Unit
Ouantity
SP -4-5.1
Relocation of Sanitary Sewer Service
EA.
2
SP -5-5. Ia
Relocation of Water Mains
L.F.
20
SP-5-5.lb
Relocation of Water Services
EA.
2
SP -7-4.1
6'x3' PreCast Box Culvert
L.F.
470
SP-8-5.la
Temporary Aggregate Sidewalk
L.F.
300
SP-8-5.lb
Temporary Safety Fence
L.F.
500
SP -9-5.1
PVC Conduit
L.F.
100
SP -10-5.1
Subbase Course
C.Y.
488
SP -11-4.1a
Thermoplastic Pavement Marking -
L.F.
490
4" Yellow
SP -11-4.1b
Thermoplastic Pavement Marking-
L.F.
250
4" White
SP -1 l-4.Ic
Thermoplastic Pavement Marking -
L.F.
55
18" White - Stop Bar
SP-11-4.Id
Thermoplastic Pavement Marking -
L.F.
560
9" White - Crosswalk
SP -I 1-4.1e
Thermoplastic Pavement Marking - Words
EA.
2
SP -11-4.1f
Thermoplastic Pavement Marking - Arrows
EA.
6
1.04
Site Preparation
L.S.
1
2.09a
Unclassified Excavation
L.S.
1
2.09b
Undercut Excavation
C.Y.
100
3.06
Aggregate Base Course (Class 7)
TON
625
00300 (2)
5.04a ACHM Binder Course, Type 2 TON 170 $ 4 / $ (p 77
5.04b ACHM Surface Course, Type 2 TON 215 $ 42. $ 70. D_
7.05 Concrete Driveway S.Y. 180 $ 32 $ cc%6d.�_
8.09 Concrete Curb and Gutter L.F. 700 $ �' $ 5600-
9.06 Concrete Sidewalk S.Y. 400 $ 3Z . $ 860-
y2_L�
10.08a Curb Inlet EA. 4 $ i %'t .
10.08c Junction Box EA. 1 $ Q $ / 7C'
10.08d Yard Drain EA. 1 $ �� $ 2QQ �-
11.18a Reinforced Concrete C.Y. 350 $ 3 75• $ /3 l�S�
ii
13.08a 18" Reinforced Concrete Pipe, Class III L.F. 126 $ 0- $ .
13.08b 18" Reinforced Concrete Pipe, Class IV L.F. 46 $ 72 . $
13.08b 24" Reinforced Concrete Pipe, Class IV L.F. 30 $ $ /7/j�^
So
14.07a Solid Sodding S.Y. 1,500 $ 3 .$ SpZ S' •��
Jc_
16.08 Maintenance of Traffic L.S. 1 XXX $
17.05a Permanent Asphalt Pavement Repair S.Y. 120 $ L5 -3_:t:. $ 0O 6 OO
17.05b Permanent Concrete Pavement Repair S.Y. 20 $ , $ 1 p2 CO .
17.05c Temporary Pavement Repair S.Y. 100 s_�Q 0 $ o20O0.
20.06 Pipe Embedment TON 20 $ 5 $
24.03 Temporary Erosion Control L.S. I XXX $ LQQ .
25.05a Chain Link Fence L.F. 350 $ $ 5,
26.05 Trench and Excavation Safety System L.S. 1 XXX $ pQ
Sl�
27.04 Cold Milling Asphalt Pavement S.Y. 60 $ '13 , $ c2 2K2
28.05 Guard Rail - Type 1 L.F. 50 $ $ ,SO,
31.03 Roadway Construction Control L.S. 1 XXX $ Q≤22
ii
l �^
33.03 Valve or Meter Box Adjusted to Grade EA. 2 $ Qt'. $ �.
00300 (3) ('
34.06
Remove
and Replace Fence
38.05
Riprap
TOTAL AMOUNT BID
L.F.
C.Y.
350
12
$366 �uJ'
Sa2� 6 95. 3-=-
ulG5
00300 (4)
I
I
I
I
The Bidder shall state the Unit Price and the Total Price Bid (written in ink or typed) for each pay item,
and the total amount bid. In case of conflict between figures, the Unit Prices, unless obviously incorrect,
shall govern.
Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and
to waive any formalities in the bidding.
Bidder agrees that
this Bid
shall be good and will not
be withdrawn for a period of 60 calendar days after the
'
scheduled closing
time for
receiving bids.
I
I
I
Respectfully submitted,
JERRY D. SWEETSER, INC
Finn NI/e/WIruAMG. SWEETSER
By
' Address ,e„y D Sweetser Inc
590W Poplar
'
Fayetteville, AR 72703
City State
1 oj14' 7d AGO
Arkansas St to Contractor's License Number
1
' End of Section 00300 - Bid Form
H
J
L]
LI
' 00300 (5)
tJ:\Projccts\1997\976070 (Sycamore)\Specs\Resubmictal-1-99\Front End\00300. City of Fayetteville
I
I
1
1
1
I
9 Plfl:r\ :u A?e ,, •r, Y r1 _ib: ..,}, \\.^.f!' v r/a Lt. • rn\v
\ttELITY4ep
UNITED STATES FIDEL ARANTY COMPANY
(A St any)
BID BOND
BONDNUMBER........................................................................................
itl:
KNOW ALL MEN BY THESE PRESENTS:
Jerry D. Sweetser, Inc.
THAT
:..
.................................................................................................................... of ..........Fayetteville
:
"-
as Principal and UNITED STATES FIDELITY AND
•.
.................................................................................................................................................0..6......., ,
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto..........................................................................................
-?
City of Fayetteville, Arkansas
.................................................................................................................................................................................................................................................
Five Percent (5%) of Bid
asObligee, in the full and just sum af..............................................................................................................................................................................
...
....... Dollars,
-:
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, successors and assigns, jointly and severally, firmly by these presents.
•
WHEREAS, the said Principal is herewith submitting its proposal for furnishing all labor and materials
for Sycamore and Leverett Intersection Improvements, Fayetteville, Arkansas.
4.
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.
:_.
Au 24 X999
Signed, sealed and delivered .......... .....us..t...........>......... ..........
(Date) Jerry D. Sweetser, In
,�
...... .... (BEAU
':.
.............................................(BEAU
'-
Secretar President
UNITED STATES FIDELITY AND GUARANTY COMPANY
... ....................�.........
�a
............. ....................... ..............
Robert M. Davis Attorney -in -fact
'fru
":n .,;:.: _m '.'. ... \. .:._.:�. a �?,r :',:'\\ `e?�; 'r: .. '.:: ..1: -:.G\ .ic"iii\\�.'!r,'tq\,r.'n,.,t\\ riu :iU i.'i.:B:C\.:Tii:il\. ,./i,,:i\� :i!t `\ :'::e•
Contract 11 (Revised) (1-74)
I
1874343
United States Fidelity and Guaranty Company i1fr V S F c
Power of Attorney
No. 106636
Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and Ssdng under the laws of the State of
Maryland and having its principal office at the City of Baltimore, in the State of Maryland. does herebyconstitute and appoint A. P. Eason, Jr . and
Robert M. Davis
v,.c1 the City of Fayetteville . State of Arkansas its true and lawful Attomey(s).in-Fact each in their separate capacity it more than
one is named above, to sign its name as surety to. and to execute, seal and acknowledge any and all bonds. undertakings, contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteeing the performance of camans; and executing or guaranteeing
bonds and undertakings required or permitted in any actions or proceedings allowed by law.
' In witness whereof, the said United States Fidelity ancaused this
Guaranty Company. has causus instrument to be sealed with its corporate seal, duly attested by
the signatures of its Vice President and Assistant Secretary, this 22nd day of January . A.D. 19 93 .
United States Fidelity and Guaranty Company,
ta�ma'ae (Signed) JBy ................ ...r. �.!.�. ` ............ ...........
Vice President
I. (Signed) By ... �.....C_„J4`J
State of Maryland)
istant Secretary
SS: �:l_>
'
Baltimore City 1
On this 22nd day of January , A.D. 19 t 93, before me, .persona ly came Gary l0. -Wilson, Vice President of United States -and
Guars Company, Fidelity
that they, and Thomas E. n and Assistant regetaly of said Company. with a of wtom I am per so ally acquainted who being by me severally duly sworn,
' said, they, the said Gary A Wilson and Thomas E. Huibiegtse were respectively the t President an ).Assistant Secretary of the said United States Fidelity and
Guaranty Company, the corporation described in and which executed the-finegoitg Power of Attomey,.ylat trey each knew the seal of said corporation: that the seal affixed
to said Power of Attorney was such corporate seat; that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by
like order as Vice President and Assistant Secretary. respectively; ofthe Company.
My Commission expires the 1st dayof !:August AD._16 2002.
)Signed) By..-..:1.L/,!L�}i�...l(_;.....t .......(.,J.(.y..L±Lcf /.l,C.
flwmc' . L }Ipp F
rPublic
\1 M
• This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the United States Fidelity and
Guaranty Company on September 24.1992:
Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to
said business may be signed. executed. and acknowledged by persons or entities appointed as AttomeyfsFin-Fact pursuant m a Power of Attorney issued in accordance with
these resolutions. Said Powerls) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman,
or the President or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the
' seal of the Company may be affixed by facsimile to any Power of Attorney or to any cerdficete relating therein appointing Ammney(s).in-Fah for purposes only of executing
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any Rich Power of Attorney or
certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attac ed.
' Resolved. That Attomeyls)-in-Fact shall have the power and authority, and, in any case, subject to the tams and limitations of the Power of Attorney issued to
than, to execrm and deliver on behalf of the Company and to attach the seal of the Company m any and all bonds and undertakings, and other writings obligatory in the
nature thereof, and any such instrument executed by such Atmmeyls)-in Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and
attested to by the Secretary of the Company.
I. Thomas E. Huibregtse, an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are true eserpts
from the Resolutions of the said Company as adopted by its Board of Directors on September 24.1992 and that tese Resolutions are in full force and effect
I. the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorney is in full
force and effect and has not been revoked.
In Testimony Whereof, I have hereunto set my hand and the seal of the United States Fidelity and Guaranty Company,
• on thus day of 19
.......................
' nm.aaim ✓ Asistant Secretary
;, tans
FS 3112!96)
NOTICE OF SELECTION
' TO:
PROJECT DESCRIPTION: Sycamore and Leverett Intersection Improvements
The OWNER has considered the BID submitted by you for the above described WORK in
response to its Advertisement for Bids dated August 8 and August 15, 1999 and Instructions to
Bidders.
IYou are hereby notified that your BID has been accepted in the amount of:
You are required by the Instructions to Bidders to execute the Contract and furnish six (6)
' original CONTRACTOR'S Performance BOND, Payment BOND, and Certificates Of Insurance
within ten (10) calendar days from the date of this Notice to you.
' If you fail to execute said Contract and to furnish said BONDS within ten (10) days from the
date of this Notice, said OWNER will be entitled to consider all your rights arising of your BID
BOND. The OWNER will be entitled to such other rights as may be granted by law.
' You are required to return an acknowledged copy of this NOTICE OF SELECTION to the
OWNER.
' Dated this day of ,1999.
LI
I -TERRY. D. SWEETSERL INC
I
J
I
H
FAYETTEVILLE CITY ENGINEERING
By
OF NOTICE
•
/
as, ISAL3t:
- •. . ..
'1
•
Title PRESIDENT
00350 (3)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00350.doc City of Fayetteville
I
C
I
I
I
1J
H
Section 00500
AGREEMENT
BETWEEN OWNER AND CONTRACTOR
THIS AGREEMENT is dated as of the 7tx day of ` t. in the year 1999 by and between the City
of Fayetteville, Arkansas (hereinafter called OWNER) 'and Jerry D. Sweetser, Inc. (hereinafter called
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows:
Sycamore and Leverett Intersection Improvements
' Asphalt pavement reconstruction and widening, construction of sidewalks, driveways,
curbs, access ramps, cast -in -place and precast reinforced concrete box culvert, storm
drainage pipe and structures, and all items indicated in the Drawings and Specifications.
' Article 2. ENGINEER.
The Project has been designed by
Garver Engineers
3810 Front Street, Suite 10
Fayetteville, AR 72703
who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and
responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in
' connection with completion of the Work in accordance with the Contract documents.
Article 3. CONTRACT TIME.
3.1. The Work shall be substantially completed within 120 calendar days after the date when the
Contract Time begins as provided in paragraph 2.03 of the General Conditions, and completed and
' ready for final payment in accordance with paragraphs 14.07.B & C of the General Conditions
within 150 calendar days after the date when the Contract Time begins.
' 00500(1)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00500.doc City of Fayetteville
H
I
I
.1
I
I
H
1i
F
I
I
I
I
I
If delays in utility relocations by others impede the Contractor's progress for major Contract items
and/or items critical to the prosecution of the work within the Contract Time, the Contract Time
will be temporarily suspended or adjusted by the City as appropriate. During such periods, the
Contractor will be allowed to work on minor Contract items, as approved by the City, without
spending Contract Time.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of
the Agreement and that OWNER will suffer financial loss if the Work is not completed within the
times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with
Article 12 of the General Conditions. They also recognize the delays, expense and difficulties
involved in proving the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Owner and CONTRACTOR agree that as
liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Five
hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for
Substantial Completion until the Work is substantially complete. After Substantial Completion,
if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time
specified in paragraph 3.1 for completion and readiness for final payment or any proper extension
thereof granted by OWNER, CONTRACTOR shall pay OWNER Five hundred dollars($500.00)
for each day that expires after the time specified in paragraph 3.1 for completion and readiness for
final payment.
Article 4. CONTRACT PRICE.
The OWNER agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for
all work done under this agreement, the amount based on the prices bid in the Proposal which is hereto
attached, for the actual amount accomplished under each pay item, said payments to be made in lawful
money of the United States at the time and in the manner set forth in the Specifications.
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as provided in
paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph
11.03.B of the General Conditions.
Article 5. PAYMENT PROCEDURES
' CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General
Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed
by ENGINEER as provided in the General Conditions.
' 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price
on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, on
' or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2
below and SC -14.02 of Section 00800.
00500(2)
J:\Projccts\1997\976070 (Sycamore)\Specs\Resubmittal•3-99\Front End\00500.doc City of Fayetteville
I
5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal
to the percentage indicated below, but, in case, less the aggregate of payments previously
made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions.
90 percent of Work completed (with the balance of 10 percent being retainage). If
Work has been 50 percent completed as determined by the ENGINEER, and if the
character and progress of the Work have been satisfactory to OWNER and
ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as
long as the character and progress of the Work remain satisfactory to them, there
will be no additional retainage on account of work completed, in which case the
remaining progress payments prior to Substantial Completion will be in an amount
equal to 100 percent of the Work completed.
1 100 percent of materials and equipment not incorporated in the Work but delivered,
suitably stored, and accompanied by documentation satisfactory to OWNER as
• provided in paragraphs 14.02.B.5 & 14.02.D of the General Conditions. That is, if
any such items are setup for that type payment in the Specifications.
' 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to
CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being
retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold,
in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with
' paragraphs 14.07.B & C of the General Conditions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.B & C.
' Article 6. CONTRACTOR'S REPRESENTATIONS.
' In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
' 6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in Article 7) and the other related data identified in the Bidding Documents
including "technical data."
6.2. CONTRACTOR has visited the site and become familiar with and is satisfied as to the
general, local, and site conditions that may affect cost, progress, performance, or furnishing of the
Work.
6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
' 00500 (3)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3.99\Front End\00500.doe City of Fayetteville
I
6.4. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site which have been identified in
the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions.
CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and drawings upon which
' CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General Conditions.
CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and
' may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that
OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of
information and data shown or indicated in the Contract Documents with respect to Underground
Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or
assumes responsibility for having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and
' Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress,
performance, or furnishing of the Work or which relate to any aspect of the means, methods,
techniques, sequences, and procedures of construction to the employed by CONTRACTOR and
' safety precautions and programs incident thereto. CONTRACTOR does not consider that any
additional examinations, investigations, explorations, tests, studies, or data are necessary for the
performance and furnishing of the Work at the Contract Price, within the Contract Times, and in
' accordance with the other terms and conditions of the Contract Documents.
6.5. CONTRACTOR is aware of the general nature of work to be performed by OWNER and
'others at the site that relates to the Work as indicated in the Contract Documents.
' 6.6. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents.
6.7. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that CONTRACTOR has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR and the Contract Documents
are generally sufficient to indicate and convey understanding of all terms and conditions for
performance and furnishing of the Work.
I
' 00500(4)
1:\Projects\1997\976070(Sycamom)\Specs\Resubmittat-3-99\Front End\00500.doc City of Fayetteville
I
I Article 7. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work consist of the following:
7.1. This Agreement (pages 1 to 7, inclusive).
7.2. Performance and Payment Bonds, (Exhibits A and B respectively).
7.3. Certificates of Insurance, (Exhibit C).
7.4. Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D).
7.5. General Conditions (pages 1 to 42, inclusive).
7.6. Supplementary Conditions (pages Ito 15, inclusive).
' 7.7. Specifications consisting of Divisions 1 through 2 as listed in Table of Contents
herein.
7.8. Addenda numbers I to 3 , inclusive.
' 7.9. Drawings (not attached hereto) consisting of a cover sheet and sheets numbered I
through 25, inclusive with each sheet bearing the following general title:
Sycamore and Leverett Intersection Improvements
' 7.10. The following which may be delivered or issued after the Effective Date of the Agreement
and are not attached hereto:
' 7.10.1. Notice to Proceed
7.10.2. All Written Amendments and other documents amending, modifying or
' supplementing the Contract Documents pursuant to paragraph 3.04 of the General
Conditions.
' The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly
noted otherwise above).
' There are no Contract Documents other than those listed above in this Article 7. The Contract Documents
may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions.
' 00500(5)
1:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal•3.99\Front End\00500.doc City of Fayetteville
I
I Article 8. MISCELLANEOUS.
' 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have
the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will
be binding on another party hereto without the written consent of the party sought to be bound; and,
specifically but without limitation, moneys that may become due and moneys that are due may not
be assigned without such consent (except to the extent that the effect of this restriction may be limited
by law), and unless specifically stated to the contrary in any written consent to an assignment no
assignment will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
' 8.3. OWNER and CONTRACTOR each binds itself, it partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements and obligations contained in the Contract Documents.
' 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any
Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid
and binding upon stricken provision or part thereof with a valid and enforceable provision that comes
as close as possible expressing the intention of the stricken provision.
I
I
I
' 00500 (6)
1:\Projects\I997\976070(Sycamom)\Specs\Resubmittal-3-99\Front End\00500.doc City of Fayetteville
I
I
I_I
I
I
I
n
I
I
I
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in six (6)
counterparts. One counterpart each has been delivered to OWNER and ENGINEER, and two counterparts
have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed,
initialed, or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf.
This Agreement will be effective on &2t -.x,1999 (which is the Effective Date of the Agreement).
OWNER: City of Fayetteville
By:
Mayor
[CORPORATE SEAL]
Attest �U
Address for giving notices
(If OWNER is a public body, attach
' evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
I
I
CONTRACTOR: JERRY D. SWEETSER, INC By:
PRESIDENT
Title
[CORPORATE SEAL]
Attest
Address for giving notices
Jerry D Sweetser Inc
590W poplar
Fayetteville, AR 72703
(6601) 443-3026 OFFICE
(501) 442-0119 FAX
License No. OO 7(
Agent for service of process:
WILLIAM G. SWEETSER
(If CONTRACTOR is a corporation, attach
evidence of authority to sign)
00500(7)
J:\Projccts\1997\976070 (Sycamore)\Specs\Resubmittal-J-99\Front End\00500.doc
City of Fayetteville
I
I
I
I
I
I
Li
1
U
1
u
u
1]
17
I
1
�otLITr,4O
UNITED STATES FIDELI UARANTY COMPANY
(A Stock Company)
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
we............Jerry D. SweetserT.. Inc. .................................................................
........................................................................................................................
as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a
coroporation organized and existing under the laws of the State of Maryland and authorized to do business
in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto ................
City of Fayetteville, Arkansas
as Obligee, hereinafter called Owner, in the amount of... Five, Hundred. Twenty -Two. Thousand,,,,,,
Six„Hundred„Ninety. Five. Dollars, and„0„ 1Q0
Dollars ($..,522,,695,.,30, ), for the payment whereof Principal and Surety bind themselves, their heirs,
personal representatives, successors and assigns, jointly and severally, firmly by these presents.
Principal has by written agreement dated ........................................... entered into a contract
with Owner for furnishing all labor and materials for Sycamore and Leverett
Intersection Improvements, Fayetteville, Arkansas.
which contract is by reference made a part hereof, and is
hereinafter referred to as the Contract.
THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the Contract
on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may
suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all
persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such
persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this
obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain
in full force and effect.
No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action
or proceeding shall be brought on this bond except by the Owner, unless it is brought in accordance with
A.C.A. Section 22-9-403 (b) and A.C.A. Section 18-44-503 (b) (Supp. 1987) as amended. No suit, action or
proceeding shall be brought by the Owner after two years from the date on which final payment under the
Contract falls due.
Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or
the giving by the Owner of any extension of time for the performance of the Contract, or any other forberance
on the part of either the Owner or the Principal to the other shall not in any way release the Principal and
the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns
from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance
being hereby waived.
In no event shall the aggregate liability of the Surety exceed the sum set out herein.
Executed on this ......................day of....................................., 19 ......
:.
J r weetser, Inc.,
.......... .. .. ...........................................
Principal
By. ................:
s ent
UNITEDSTA S FIDELITY AND GU " TY COMPANY
Surety
By .........
Ro ert M. Davis Attorney -in -fact
:;...
.. .; ,. ... ..,,._ .,;.. .; :_. ,:..� ;,.:. it&i i:;
Contract 158 (Arkansas) (11-89)
United States Fidelity and Guaranty Company
Power of Attorney
Know all men by these presents: Thai United States Fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of
Maryland and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint A. P. Eason, Jr . and
of the Ciryof Fayetteville . State of Arkansas its true and lawful Attomeyls)-in-Fact each in their separate capacity if more than
one is named above, to sign its name as surety to. and to execute, seal and acknowledge any and all bonds, undertakings. contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons guaranteeing the performance of contracts; and executing or guaranteeing
bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Wimess Whereof, the mid United States Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, duly attested by
the signatures of its Vice President and Assistant Secretary, this 22nd day of January .A.D. 19 93 .
United States Fidelity and Guaranty Company,
By........ -��. . .�... A .............. .......
Vice President
/
By .......i4 .l�Qs ...:
0~_ sistant Secretary
oo
On this 22nd AD19" before
day of January . 93, me. personally came Gary I Wilson, Vice President of United States Fidelity and
Guaranty Company, and Thomas E. Huibregtm, Assistant eeceeMiyof said Company with�bot of whom lam perfly acquainted who being by me severalty duly sworn,
mid, that they, the mid Gary A. Wilson and Thomas E. Huibregtm were respecuvtyrKMce President abAsssistant Secretary of the mid United States Fidelity and
Guaranty Company, the corporation described in anau'ch executed the forego Power of AttorneJhat 9ey each knew the seal of mid corporation; that the seal affixed
to mid Power of Attorney was such corporate 4iit was so affx4y,order of the Board dfairectors of said corporation, and that they signed their names thereto try
like order as Vice President and Assistant Secretary, respectively,of&.Company. 4%Y
My Commission expires tlhe 1st day of pAuguSt Aptg 2002.
cr .1
��.. (Signed)' (J2 By...,,:}2t,.(L..... `....
• ^'r"x ' ryPublic
This Power of Attorney is granted under and'by authority of the following Resolutions adopted by the Board of Directors of the United Sates Fidelity and
Guaranty Company on September 24.1992:
Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds. undertakings, contracts and other instruments relating to
said business may be signed, eseated, and acknowledged by persons or entities appointed as Attomeyls)-in-Fact pursuant to a Power of Attorney issued in accordance with
these resolutions. Said Poweds) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman.
or the President or an Executive Vim President or a Senior Vice President or a Vim President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attraney(sHn-Fact for purposes only of executing
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or
certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking towhich it is validly attached.
Resolved. That Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued to
them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and otter writings obligatory in the
nature thereof, and any such instrument executed by such Attorney(s)-in Fact shall be as binding upon the Company as if signed by an Executive Offices and sealed and
attested to by the Secretary of the Company.
I. Thomas E. Huibregtse, an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are true excerpts
from the Resolutions of the mid Company as adopted by its Board of Directors on September 24.1992 and that these Resolutions are in full force and effect
I, the undersigned Assistant Secretary of the United Safes Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorney is in full
force and effect and has not been revoked.
In Testimony Whereof. I have hereunto set my hand and the seal of the United States Fidelity and Guaranty Company.
on this day of .19
4lb .......t+,_2..G:..'.?:i4u...1. `1l.
/mm...\ Assistant Secretary....
ACORD, CERTIFICATE OF LIABILITY INSURANCEcSR sP DATE(MMIDDNY)
SWEET -1 09/27/99
ODUCER - • . THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ason Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
340 Green Acres Rd, Suite #10 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ihonallo.
.0. Box 4217 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ayetteville AR 72703 COMPANIES AFFORDING COVERAGE
obert Michael Davis COMPANY
A Bituminous Insurance Co.
501-521-2233 Fex No.
NSURED
COMPANY
B
COMPANY
Jerry Sweetser, Inc.
C
COMPANY
D
590 W. Poplar
Fayetteville AR 72703
COVERAGES..... •. __...•
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMJDD/W)
POLICY EXPIRATION
DATE (MMIDDtYV)
LIMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
$ 2 , OOO , 000
A
COMMERCIAL GENERALLIABILITY
CLP2312300
10/30/98
10/30/99
X
PRODUCTS-COMPIOPAGG
s2,000,000
CLAIMS MADE I OCCUR
PERSONAL& ADV INJURY
$ 1,000,000
EACH OCCURRENCE
$ 1,000,000
OWNERS& CONTRACTORS PROT
FIRE DAMAGE (Any one fire)
S 100,000
MEDEXP(Any oneperson)
S 5,000
A
AUTOMOBILE
LIABILITY
ANY AUTO
CAP2549456
10/30/98
10/30/99
COMBINED SINGLE LIMB
$ 1,000,000
X
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESSWBILITY
EACH OCCURRENCE
$ 2000000
A
X UMBRELLA FORM
CLP2312300
10/30/98
10/30/99
AGGREGATE
$ 2000000
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
WC STATU-
TORY LIMBS
I
I
0TH -
ER
EL EACH ACCIDENT
$ 100000
A
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
WC3046809
10/30/98
10/30/99
EL DISEASE -POLICY LIMIT
$ 500000
OFFICERS ARE: EXCL
EL DISEASE -EA EMPLOYEE
$ 100000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPEGAL ITEMS
SYCAMORE & LEVERETT INTERSECTION IMPROVEMENTS, FAYETTEVILLE, AR
CERTIFICATE: HOLDER -- . . . .
CANCELLATION
CITY001
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City Of Fayetetteville
113 W. Mountain
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Fayetteville AR 72701
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIV .
AUTHORIZED REPRESENTATIVE
Robert Michael Davis
ACORO 25•S(1I95)T • - - -
I • • I -.:. '' _ TACO CORPORATION. 1988
acoRv_ . CERTIFICATE' OF LIABILITY INSURANCE'CSR SP , DATE(MWDDIVY)
. .. SWEET -1 09/27/99
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Eason Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
2340 Green Acres Rd, suite #10 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 4217 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fayetteville AR 72703 COMPANIES AFFORDING COVERAGE
Robert Michael Davis COMPANY
IP�No. 501-521-2233 Fax No. A Bituminous Insurance Co.
INSURED COMPANY
B
COMPANY
Jerry Sweetser, Inc. C
590 W. Poplar COMPANY
Fayetteville AR 72703 D
COVERAGES, ....
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LPAITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POUCY NUMBER POLICY EFFECTIVE POUCY EXPIRATION LIMITS
LTR DATE (MMIDDJYY) DATE (MMIDD/YY)
GENERALUABILTTY GENERAL AGGREGATE $2,000,000
A X COMMERCIAL GENERAL LIABILITY CLP2312300 10/30/98 10/30/99 PRODUCTS-COMPIOPAGG s2,000,000
CLAIMS MADE XIOCCUR PERSONAL 8 ADV INJURY $1,000,000
OWNER'S & CONTRACTORS PROT EACH OCCURRENCE $ 1 , 000 , 000
FIRE DAMAGE(Any one fire) $ 100,000
MED EXP (Any one Person) $ 5,000
AUTOMOBILE LIABILITY A X ANY AUTO CAP2549456 10/30/98 10/30/99 COMBINED SINGLE LIMIT $1,000,000
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS (Pet person)
HIRED AUTOS
BODILY INJURY $
NON -OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
GARAGE UABJLITY AUTO ONLY - EA ACCIDENT
- ANY AUOTHER THAN AUTO ONLLY TO S
EACH ACCIDENT $
AGGREGATE $
j EXCESSLIABILTTY EACH OCCURRENCE $2000000
A X UMBRELLA FORM CLP2312300 10/30/98 10/30/99 AGGREGATE $2000000
OTHER THAN UMBRELLA FORM S
WORKERS COMPENSATION AND WCEA 0TH-
TORY LIMTS ER
EMPLOYQt5 LIABILITY EL EACH ACCIDENT $ 100000
A THEPROPRIETOw INCL WC3046809 10/30/98 10/30/99 EL DISEASE -POLICY LIMIT $ 500000
PARTNERSIEXECUIIVE
OFFICERS ARE EXCL EL DISEASE - EA EMPLOYEE $ 100000
OTHER
DESCRIPTION OF OPERATIONSJLOCATONSNEHICLES/SPECIAL ITEMS
SYCAMORE AND LEVERETT INTERSECTION IMPROVEMENTS, FAYETTEVILLE, AR
CERTIFICATE..HOLDER - .CANCELLATION
GARVERE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
38RNER ENGINEERS 3810 FRONT STREET, sum 10 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
TE
FAYETTEVILLE AR 72703 OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENT S.
AUTHORVED REPRESENTATIVE
Robert Michael flatACORD 25-S'(7I95)` - - - - - - -' '- A D:CORPORATION 1968
NOTICE TO PROCEED
TO: DATE:
PROJECT: Sycamore and Leverett Intersection Improvements
You are hereby notified to commence WORK in accordance with the Contract dated
on or before , and you are to substantially complete the WORK within
thirty consecutive calendar days thereafter and have the Work complete and ready for final payment within
sixty consecutive calendar days thereafter. The date for Substantial completion is therefore
, 199_. The date for final completion is therefore 199_
CITY OF FAYETTEVILLE, ARKANSAS
Owner
By
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged by
this the day of
By _
Title
199_
00500(11)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00500.doc City of Fayetteville
1
1�
1
1
1
H'
I
I
I
I
I
I
This document haz impertant legal consequences; consultation with an attorney is encouraged with respect to its use or
modification. This document should be adapted to the particular circumstances of the contemplated Project and the
Controlling Law.
STANDARD
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
Issued and Published Jointly By
0
National Society of
Professional Engineers
AMERICAN CONSULTING Professional Engineers in Private Practice AMERICAN SOCIETY OF
ENGINEERS COUNCIL CIVIL ENGINEERS
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
a practice division of the
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CIVIL ENGINEERS
This document has been approved and endorsed by
The Associated General w c - Contractors of America
Construction Specifications Institute
These General Conditions have been prepared for use with the Owner -Contractor Agreements (No. 1910-8-A-1 or 1910-
8-A-2) (1996 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other.
Comments concerning their usage are contained in the EJCDC User's Guide (No. 1910-50). For guidance in the
preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-17)
(1996 Edition).
EJCDC No. 1910-8 (1996 Edition)
L
[J
C.
1
Copyright 01996
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
"weal
I
TABLE OF CONTENTS
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ..................................... 00700 -6
1.01 Defined Terms ................................................... 00700-6
1.02 Terminology..................................................... 00700 -9
ARTICLE 2 - PRELIMINARY MATTERS 00700 - 9
..........................
2.01 Delivery of Bonds .................................................0070 -9
..........
2.02 Copies of Documents...............................................0()70() - 9
2.03 Commencement of Contract Times; Notice to Proceed .......................... 00700-9
' 2.04 Starting the Work ................................................. 00700 -
2.05 Before Starring Construction .......................................... 00700 - 9
2.06 Preconstruction Conference..........................................00700 - 10
2.07 Initial Acceptance of Schedules........................................00700 - 10
I
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE .................... 00700 - 10
3.01 Intent........................................................00700 - 10
3.02 Reference Standards..............................................00700 - 10
' 3.03 Reporting and Resolving Discrepancies ................................... 00700 - 11
3.04 Amending and Supplementing Contract Documents ........................... 00700-11
3.05 Reuse of Documents...............................................007D( - 11
ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITION
'S;
REFERENCE POINTS .............................................. 00700 : 11
4.01 Availability of Lands ............................................ 0 . 00700 - 11
4.02 Subsurface and Physical Conditions ..................................... 00700 - 12
4.03 Differing Subsurface or Physical Conditions................................00700 - 12
4.04 Underground Facilities ............................................. 00700 - 13
4.05 Reference Points ................................................. 00700 - 13
' 4.06 Hazardous Environmental Condition at Site................................00700 - 14
ARTICLE 5 - BONDS AND INSURANCE ........................................... 00700 - 15
5.01 Performance, Payment, and Other Bonds ................................. 00700 - 15
5.02 Licensed Sureties and Insurers ........................................ 00700 - 15
I
5.03 Certificates of Insurance ............................................ 00700 - 15
5.04 CONTRACTOR's Liability Insurance....................................00700 - 15
5.05 OWNER's Liability Insurance ......................................... 00700 - 16
' 5.06 Property Insurance ............................................... 00700 - 16
5.07 Waiver of Rights ................................................. 00700 - 17
5.08 Receipt and Application of Insurance Proceeds .............................. 00700 - 18
' 5.09 Acceptance of Bonds and Insurance; Option to Replace .......... . . 00700 - 18
5.10 Partial Utilization, Acknowledgment of Property Insurer ......... . . . . . . . . . . . . . 00700-18
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ................................... 00700-18
6.01 Supervision and Superintendence ....................................... 00700 - 18
' 6.02 Labor; Working Hours ............................................. 00700 - 19
6.03 Services, Materials, and Equipment ..................................... 00700 - 19
6.04 Progress Schedule................................................007()() - 19
' 6.05 Substitutes and "Or Equals" .......................................... 00700 - 19
6.06 Concerning Subcontractors, Suppliers, and Others ............................ 00700-20
6.07 Patent Fees and Royalties ........................................... 00700 - 21
6.08 Permits ............................ ........................... 00700-21
'
6.09 Laws and Regulations .............................................. 00700 - 22
6.10 Taxes ................................... ............00700-22
6.11 Use of Site and Other Areas .......................................... 00700 - 22
' 6.12 Record Documents ........... .. ........ ...................... 00700 - 22
6.13 Safety and Protection . 00700 - 23
6.14 Safety Representative..............................................0070 - 23
6.15 Hazard Communication Programs ....................................... 00700 -23
00700-3
1
I
6.16 Emergencies.................................................... 00700 -23 '
6.17. Shop Drawings and Samples .......................................... 00700 - 23
6.18 Continuing the Work ............................................... 00700 - 24 E . •6.19 CONTRACTOR's General Warrantyand Guarantee ••.• 00700-25 '
6.20 Indemnification.................................................. 00700 - 25
ARTICLE 7 - OTHER WORK ................................................... 00700 - 26
7.01 Related Work at Site ............................................... 00700 -26
7.02 . coordination................................ 00700 - 26
ARTICLE 8 - OWNER'S RESPONSIBILITIES ........................................ 00700 - 26
8.01 Communications to Contractor........................................00700 - 26
8.02 Replacement of ENGINEER .......................................... 00700 - 26
8.03 Furnish Data........................................04)704) - 26
8.04 Pay Promptly When Due.................................00700 - 26
8.05 Lands and Easements; Reports and Tests ................................. 00700-26
8.06 Insurance ................ ..................... ................00700-27
8.07 Change Orders .................................................. 00700 - 27
8.08 Inspections, Tests, and Approvals......................................00700 - 27
8.09 Limitations on OWNER'S Responsibilities ................................. 00700-27
8.10 Undisclosed Hazardous Environmental Condition ............................ 00700-27
8.11 Evidence of Financial Arrangements ..................................... 00700 -27
ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION ........................... 00700 - 27
9.01 OWNER'S Representative ........................................... 00700-27
9.02 Visits to Site .................................................... 00700 - 27
9.03 Project Representative.............................................00700 - 27
9.04 Clarifications and Interpretations..............................00700 - 28
9.05 Authorized Variations in Work........................................00700 - 28
9.06 Rejecting Defective Work ............................................ 00700 - 28 �.
9.07 Shop Drawings, Change Orders and Payments .............................. 00700 - 28 r'
y
9.08 Determinations for Unit Price Work.....................................00700 - 28
9.09 Decisions on Requirements of Contract Documents and Acceptability of Work .......... 00700 - 28
9.10 Limitations on ENGINEER's Authority and Responsibilities ..................... 00700-28
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ................................... 00700 - 29
10.01 Authorized Changes in the Work ....................................... 00700 - 29
10.02 Unauthorized Changes in the Work.....................................00700 - 29
10.03 Execution of Change Orders ............ ................... 00700 - 29
...........
10.04 Notification to Surety .............................................. 00700 - 29
10.05 Claims and Disputes' ............................................... 00700 - 30
ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK .............. 00700-30 ,
11.01 Cost of the Work ................................................. 00700 - 30
11.02 Cash Allowances ................................................. 0071)0-32
11.03 Unit Price Work ................................................. 00700 - 32
ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES .............0070� - 33
12.01 Change of Contract Price...........................................00700 - 33
12.02 Change of Contract Times ........................................... 00700 - 33
12.03 Delays Beyond CONTRACTOR's Control ................................. 00700 - 33
12.04 Delays Within CONTRACTOR's Control .................................. 00700 - 34
12.05 Delays Beyond OWNER's and CONTRACTOR's Control ........................ 00700 - 34
12.06 Delay Damages .................................................. 00700 - 34 '
ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK...............................................00700-34
13.01 Notice of Defects ................................................ 00700 -34 '
13.02 Access to Work ................................................. 00700 - 34
13.03 Tests and Inspections .............................................. 04J7()()-34
13.04 Uncovering Work ................................................. 00700 -35
13.05 OWNER May Stop the Work .......................................... 00700 - 35
13.06 Correction or Removal of Defective Work ................................. 00700 - 35
00700-4 '
13.07 Correction Period ................................................00700-35
13.08 Acceptance of Defective Work ......................................... 00700 - 36
13.09 OWNER May Correct Defective Work .................................... 00700 - 36
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................ 00700-36
14.01 Schedule of Values ................................................ 00700 -36
I
14.02 Progress Payments ................................................ 00700 - 37
14.03 CONTR4CTOR's Warranty of Title ..................................... 00700 - 38
14.04 Substantial Completion ............................................. 00700 - 38
14.05 Partial Utilization ......................... 00700 - 39
.......................
14.06 Final Inspection ................................................. 00700 -39
14.07 Final Payment .................................................. 00700 -39
14.08 Final Completion Delayed ........................................... 00700 - 40
14.09 Waiver of Claims ................................................. 00700 -40
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION ............................ 00700 - 40
15.01 OWNER May Suspend Work .......................................... 00700 - 40
' 15.02 OWNER May Terminate for Cause ...................................... 00700 - 40
15.03 OWNER May Terminate For Convenience ................................. 00700 - 41
15.04 CONTRACTOR May Stop Work or Terminate ............................... 00700 - 41
' ARTICLE 16 - DISPUTE RESOLUTION ............................................ 00700 - 41
16.01 Methods and Procedures............................................00700 - 41
ARTICLE 17- MISCELLANEOUS ........ ..................... ...................007 (J0 -42
17.01 Giving Notice ............................................ 00700 - 42
' 17.02 Computation of Times .............................................. 00700 - 42
17.03 Cumulative Remedies .............................................. 00700 -42
17.04 Survival of Obligations ............................................. 00700 - 42
17.05 Controlling Law ................................................. 00700 - 42
1
I
C
I
I
I
I
I
I
00700-5
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in the Contract Documents and
printed with initial or all capital letters, the terms listed
below will have the meanings indicated which are applicable
to both the singular and plural thereof.
1. Addenda --Written or graphic instruments issued
prior to the opening of Bids which clarify, correct, or
change the Bidding Requirements or the Contract
Documents.
2. Agreement --The written instrument which is
evidence of the agreement between OWNER and
CONTRACTOR covering the Work.
3. Application for Payment --The form acceptable to
ENGINEER which is to be used by CONTRACTOR
during the course of the Work in requesting progress or
final payments and which is to be accompanied by such
supporting documentation as is required by the Contract
Documents.
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.
5. Bid —The offer or proposal of a bidder submitted
on the prescribed form setting forth the prices for the
Work to be performed.
6. Bidding Documents --The Bidding Requirements
and the proposed Contract Documents (including all
Addenda issued prior to receipt of Bids).
7. Bidding Requirements --The Advertisement or
Invitation to Bid, Instructions to Bidders, Bid security
form, if any, and the Bid form with any supplements.
8. Bonds --Performance and payment bonds and
other instruments of security.
9. Change Order --A document recommended by
ENGINEER 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.
10. Claim --A demand or assertion by OWNER or
CONTRACTOR seeking an adjustment of Contract Price
or Contract Times, or both, or other relief with respect to
the terms of the Contract. A demand for money or
services by a third party is not a Claim.
11. Contract --The entire and integrated written
agreement between the OWNER and CONTRACTOR
concerning the Work. The Contract supersedes prior
negotiations, representations, or agreements, whether
written or oral.
12. Contract Documents --The Contract Documents
establish the rights and obligations of the parties and
include 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
Drawings as the same are more specifically identified in
the Agreement, together with all Written Amendments,
Change Orders, Work Change Directives, Field Orders,
and ENGINEER's written interpretations and
clarifications issued on or after the Effective Date of the
Agreement. Approved Shop Drawings and the reports
and drawings of subsurface and physical conditions are
not Contract Documents. Only printed or hard copies of
the items listed in this paragraph are Contract Documents.
Files in electronic media format of text, data, graphics,
and the like that may be furnished by OWNER to
CONTRACTOR are not Contract Documents.
13. 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 11.03
in the case of Unit Price Work).
14. Contract Times --The number of days or the dates
stated in the Agreement to: (i) achieve Substantial
Completion; and (ii) complete the Work so that it is ready
for final payment as evidenced by ENGINEER's written
recommendation of final payment.
15. CONTRACTOR --The individual or entity with
whom OWNER has entered into the Agreement.
1
1
•1
1
1
1
1
00700-6 '
I
I
I
I
H
1l
C
I
r
I
F
I
H
I
16. Cost of the Work --See paragraph 11.01.A for
definition.
17. Drawings —That part of the Contract Documents
prepared or approved by ENGINEER which graphically
shows the scope, extent, and character of the Work to be
performed by CONTRACTOR. Shop Drawings and
other CONTRACTOR submittals are not Drawings as so
defined.
18. 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.
19. ENGINEER --The individual or entity named as
such in the Agreement.
20. ENGINEER's Consultant —An individual or entity
having a contract with ENGINEER to furnish services as
ENGINEER's independent professional associate or
consultant with respect to the Project and who is
identified as such in the Supplementary Conditions.
21. Field Order --A written order issued by ENGI-
NEER which requires minor changes in the Work but
which does not involve a change in the Contract Price or
the Contract Times.
22. General Requirements —Sections of Division 1 of
the Specifications. The General Requirements pertain to
all sections of the Specifications.
23. Hazardous Environmental Condition —The
presence at the Site of Asbestos, PCBs, Petroleum,
Hazardous Waste, or Radioactive Material in such
quantities or circumstances that may present a substantial
danger to persons or property exposed thereto in
connection with the Work.
24. 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.
25. 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.
26. Liens --Charges, security interests, or
encumbrances upon Project funds, real property, or
personal property.
27. Milestone --A principal event specified in the
Contract Documents relating to an intermediate comple-
tion date or time prior to Substantial Completion of all the
Work.
28. Notice of Award --The written notice by OWNER
to the apparent successful bidder stating that upon timely
compliance by the apparent successful bidder with the
conditions precedent listed therein, OWNER will sign and
deliver the Agreement.
29. Notice to Proceed --A written notice given by
OWNER to CONTRACTOR fixing the date on which the
Contract Times will commence to run and on which
CONTRACTOR shall start to perform the Work under
the Contract Documents.
30. OW.'VER--The individual, entity, public body, or
authority with whom CONTRACTOR has entered into
the Agreement and for whom the Work is to be
performed.
31. 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.
32. PCBs --Polychlorinated biphenyls.
33. 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 Waste and crude oils.
34. Project --The total construction of which the
Work to be performed under the Contract Documents
may be the whole, or a part as may be indicated
elsewhere in the Contract Documents.
35. Project Manual --The bound documentary
information prepared for bidding and constructing the
Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is
contained in the table(s) of contents.
36. 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.
37. Resident Project Representative --The authorized
representative of ENGINEER who may be assigned to the
Site or any part thereof.
I
38. 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.
39. Shop Drawings --All drawings, diagrams, illustra-
tions, schedules, and other data or information which are
specifically prepared or assembled by or for CON-
TRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
40. Site --Lands or areas indicated in the Contract
Documents as being furnished by OWNER upon which
the Work is to be performed, including rights -of -way and
easements for access thereto, and such other lands
furnished by OWNER which are designated for the use of
CONTRACTOR.
41. Specifications --That part of the Contract
Documents consisting of written technical descriptions of
materials, equipment, systems, standards, and
workmanship as applied to the Work and certain
administrative details applicable thereto.
42. Subcontractor --An individual or entity having a
direct contract with CONTRACTOR or with any other
Subcontractor for the performance of a part of the Work
at the Site.
43. Substantial Completion --The time at which the
Work (or a specified part thereof) has progressed to the
point where, in the opinion of ENGINEER, the Work (or
a specified part thereof) is sufficiently complete, in
accordance with the Contract Documents, so that the
Work (or a specified part thereof) can be utilized for the
purposes for which it is intended. The terms
"substantially complete" and "substantially completed" as
applied to all or part of the Work refer to Substantial
Completion thereof.
44. Supplementary Conditions --That part of the
Contract Documents which amends or supplements these
General Conditions.
45. Supplier --A manufacturer, fabricator, supplier,
distributor, materialman, or vendor having a direct
contract with CONTRACTOR or with any Subcontractor
to furnish materials or equipment to be incorporated in
the Work by CONTRACTOR or any Subcontractor.
46. Underground Facilities --All underground
pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or
attachments, and any encasements containing such
facilities, including those that convey electricity, gases,
steam, liquid petroleum products, telephone or other
communications, cable television, water, wastewater,
storm water, other liquids or chemicals, or traffic or
other control systems.
47. Unit Price Work --Work to be paid for on the
basis of unit prices.
48. Work --The entire completed construction or the
various separately identifiable parts thereof required to be
provided under the Contract Documents. Work includes
and is the result of performing or providing all labor,
services, and documentation necessary to produce such
construction, and furnishing, installing, and incorporating
all materials and equipment into such construction, all as
required by the Contract Documents.
49. Work Change Directive --A written statement to
CONTRACTOR issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER ordering an addition, deletion, or revision
in the Work, or responding to differing or unforeseen
subsurface or physical conditions under which the Work
is to be performed or to emergencies. A Work Change
Directive will not change the Contract Price or the
Contract Times but is evidence that the parties expect that
the change ordered or documented by a Work Change
Directive 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.
50. Written Amendment --A written statement
modifying 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 Documents.
1.02 Terminology
A. Intent of Certain Terms or Adjectives
1. Whenever in the Contract Documents the terms
"as allowed," "as approved," or terms of like effect or
import are used, or the adjectives "reasonable,"
"suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an
action or determination of ENGINEER as to the Work, it
is intended that such action or determination 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
•1
I
00700-8 '
I
I
1
1
1
use of any such term or adjective shall not be effective to
assign to ENGINEER any duty or authority to supervise
or direct the performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.10 or any other provision of the
Contract Documents.
B. Day
1. The word "day" shall constitute a calendar day
of 24 hours measured from midnight to the next midnight.
C. Defective
1. The word "defective," when modifying the word
"Work," refers to Work that is unsatisfactory, faulty, or
deficient in that it does not conform to the Contract
Documents 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 ENGINEER's recommendation of final payment
(unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion in accor-
dance with paragraph 14.04 or 14.05).
D. Furnish, Install, Perform, Provide
1. The word "furnish," when used in connection
with services, materials, or equipment, shall mean to
supply and deliver said services, materials, or equipment
to the Site (or some other specified location) ready for use
or installation and in usable or operable condition.
2. The word "install," when used in connection
with services, materials, or equipment, shall mean to put
into use or place in final position said services, materials,
or equipment complete and ready for intended use.
3. The words "perform" or "provide," when used
in connection with services, materials, or equipment,
shall mean to furnish and install said services, materials,
or equipment complete and ready for intended use.
4. When "furnish," "install," "perform," or "pro-
vide" is not used in connection with services, materials,
or equipment in a context clearly requiring an obligation
of CONTRACTOR, "provide" is implied.
E. Unless stated otherwise in the Contract Documents,
words or phrases which have a well-known technical or
construction industry or trade meaning are used in the
Contract Documents in accordance with such recognized
meaning.
ARTICLE 2 - PRELIMINARY MATTERS
2.01 Delivery of Bonds
A. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also deliver
to OWNER such Bonds as CONTRACTOR may be required
to furnish.
2.02 Copies of Documents
A. OWNER shall furnish to CONTRACTOR up to ten
copies of the Contract Documents. Additional copies will be
furnished upon request at the cost of reproduction.
2.03 Commencement of Contract Times; Notice to Proceed
A. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement or, if
a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at any
time within 30 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.
2.04 Starting the Work
A. CONTRACTOR shall start to perform the Work on
the date when the Contract Times commence to run. No
Work shall be done at the Site prior to the date on which the
Contract Times commence to run.
2.05 Before Starting Construction
A. CONTR4CTOR's Review of Contract Documents:
Before undertaking each part of the Work, CONTRACTOR
shall carefully study and compare the Contract Documents
and check and verify pertinent figures therein and all
applicable field measurements. CONTRACTOR shall
promptly report in writing to ENGINEER any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or
clarification from ENGINEER before proceeding with any
Work affected thereby; however, CONTRACTOR shall not
be liable to OWNER or ENGINEER for failure to report any
conflict, error, ambiguity, or discrepancy in the Contract
Documents unless CONTRACTOR knew or reasonably
should have known thereof.
B. Preliminary
Schedules:
Within
ten days
after the
Effective Date of the
Agreement
(unless
otherwise
specified
in the General Requirements), CONTRACTOR shall submit
to ENGINEER for its timely review:
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. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required submittal
and the times for submitting, reviewing, and processing
such submittal; and
3. a preliminary schedule of values for all of the
Work which includes quantities and prices of items which
when added together equal the Contract Price and subdi-
vides the Work into component parts in sufficient detail
to serve as the basis for progress payments during
performance of the Work. Such prices will include an
appropriate amount of overhead and profit applicable to
each item of Work.
C. Evidence of Insurance: 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 Conditions, 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 Article 5.
2.06 Preconstruction Conference
A. Within 20 days after the Contract Times start to run,
but before any Work at the Site is started, a conference
attended by CONTRACTOR, ENGINEER, and others as
appropriate will be held to establish a working understanding
among the parties as to the Work and to discuss the schedules
referred to in paragraph 2.05.B, procedures for handling
Shop Drawings and other submittals, processing Applications
for Payment, and maintaining required records.
2.07 Initial Acceptance of Schedules
A. Unless otherwise provided in the Contract Docu-
ments, at least ten days before submission of the first
Application for Payment a conference attended by CON-
TRACTOR, ENGINEER, and others as appropriate will be
held to review for acceptability to ENGINEER as provided
below the schedules submitted in accordance with paragraph
2.05.B. CONTRACTOR 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 acceptable schedules are submitted
to ENGINEER.
1. The progress schedule will be acceptable to
ENGINEER if it provides an orderly progression of the
Work to completion within any specified Milestones and
the Contract Times. Such acceptance will not impose on
ENGINEER responsibility for the progress schedule, for
sequencing, scheduling, or progress of the Work nor
interfere with or relieve CONTRACTOR from
CONTRACTOR's full responsibility therefor.
2. CONTRACTOR's schedule of Shop Drawing and
Sample submittals will be acceptable to ENGINEER if it
provides a workable arrangement for reviewing and
processing the required submittals.
3. CONTRACTOR's schedule of values will be
acceptable to ENGINEER as to form and substance if it
provides a reasonable allocation of the Contract Price to
component parts of the Work.
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT
AMENDING, REUSE
3.01 Intent
A.
The Contract
Documents
are complementary; what
is called
for by one is
as binding as if called for by all.
B. It is the intent of the Contract Documents to describe
a functionally complete Project (or part thereof) to be
constructed in accordance with the Contract Documents.
Any labor, documentation, services, materials, or equipment
that may reasonably be inferred from the Contract Docu-
ments or from prevailing custom or trade usage as being
required to produce the intended result will be provided
whether or not specifically called for at no additional cost to
OWNER.
C. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
Article 9.
3.02 Reference Standards
A. Standards, Specifications,
Regulations
Codes, Laws, and '
1. Reference to standards, specifications, manuals,
or codes of any technical society, organization, or
association, or to Laws or Regulations, whether such
reference be specific or by implication, shall mean the
standard, specification, manual, code, or Laws or Regula-
tions in effect at the time of opening of Bids (or on the
Effective Date of the Agreement if there were no Bids),
00700-10
C
I
I
I
Ti
I1
H
H
I
H
I
I
H
H
I
I
Li
except as may be otherwise
specifically stated in the
3.04 Amending
and Supplementing Contract Documents
Contract Documents.
2. No provision of any such standard, specification,
manual or code, or any instruction of a Supplier shall be
effective to change the duties or responsibilities of
OWNER, CONTRACTOR, or ENGINEER, or any of
their subcontractors, consultants, agents, or employees
from those set forth in the Contract Documents, nor shall
any such provision or instruction 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 performance of the Work or any
duty or authority to undertake responsibility inconsistent
with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies
1. If, during the performance of the Work,
CONTRACTOR discovers any conflict, error, ambiguity,
or discrepancy within the Contract Documents or between
the Contract Documents and any provision of any Law or
Regulation applicable to the performance of the Work or
of any standard, specification, manual or code, or of any
instruction of any Supplier, CONTRACTOR shall report
it to ENGINEER in writing at once. CONTRACTOR
shall not proceed with the Work affected thereby (except
in an emergency as required by paragraph 6.16.A) until
an amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.04; provided, however, that CONTRACTOR
shall not be liable to OWNER or ENGINEER for failure
to report any such conflict, error, ambiguity, or dis-
crepancy unless CONTRACTOR knew or reasonably
should have known thereof.
B. Resolving Discrepancies
1. Except as may be otherwise specifically stated in
the Contract Documents, 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:
a. the provisions of any standard, specification,
manual, code, or instruction (whether or not specifi-
cally incorporated by reference in the Contract
Documents); or
b. the provisions of any Laws or Regulations
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).
A. The Contract Documents may be amended to provide
for additions, deletions, and revisions in the Work or to
modify the terms and conditions thereof in one or more of the
following ways: (i) a Written Amendment; (ii) a Change
Order; or (iii) a Work Change Directive.
B. The requirements of the Contract Documents may be
supplemented, and minor variations and deviations in the
Work may be authorized, by one or more of the following
ways: (i) a Field Order; (ii) ENGINEER's approval of a
Shop Drawing or Sample; or (iii) ENGINEER's written
interpretation or clarification.
3.05 Reuse of Documents
A. CONTRACTOR and any Subcontractor or Supplier
or other individual or entity 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, including
electronic media editions; and (ii) shall not reuse any of such
Drawings, Specifications, other documents, or copies thereof
on extensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaption by ENGINEER. This
prohibition will survive final payment, completion, and
acceptance of the Work, or termination or completion of the
Contract. Nothing herein shall preclude CONTRACTOR
from retaining copies of the Contract Documents for record
purposes.
ARTICLE 4 - AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
4.01 Availability of Lands
A. OWNER shall furnish the Site. OWNER shall notify
CONTRACTOR of any encumbrances or restrictions not of
general application but specifically related to use of the Site
with which CONTRACTOR must comply in performing the
Work. OWNER will obtain in a timely manner and pay for
easements for permanent structures or permanent changes in
existing facilities. If CONTRACTOR and OWNER are
unable to agree on entitlement to or on the amount or extent,
if any, of any adjustment in the Contract Price or Contract
Times, or both, as a result of any delay in OWNER's
furnishing the Site, CONTRACTOR may make a Claim
therefor as provided in paragraph 10.05.
00700- 11
I
B. Upon reasonable written request, OWNER shall
furnish CONTRACTOR with a current 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 or
construction lien against such lands in accordance with
applicable Laws and Regulations.
C. CONTRACTOR shall provide for all additional lands
and access thereto that may be required for temporary
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary
Conditions identify:
1. those reports of explorations and tests of
subsurface conditions at or contiguous to the Site that
ENGINEER has used in preparing the Contract Docu-
ments; and
2. those drawings of physical conditions in or
relating to existing surface or subsurface structures at or
contiguous to the Site (except Underground Facilities) that
ENGINEER has used in preparing the Contract
Documents.
B. Limited. Reliance by CONTRACTOR on Technical
Data Authorized: 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 Supplementary Conditions. Except for such reliance on
such "technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER, or any of
ENGINEER's Consultants with respect to:
1. the completeness of such reports and drawings
for CONTRACTOR's purposes, including, but not
limited to, any aspects of the means, methods,
techniques, sequences, and procedures of construction to
be employed by CONTRACTOR, and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions, and
information contained in such reports •or shown or
indicated in such drawings; or
3. any CONTRACTOR interpretation of or
conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If CONTRACTOR believes that any subsur-
face or physical condition at or contiguous to the Site that is
uncovered or revealed either:
1. is of such a nature as to establish that any
"technical data" on which CONTRACTOR is entitled to
rely as provided in paragraph 4.02 is materially
inaccurate; or
2. is of such a nature as to require a change in the
Contract Documents: or
3. differs materially from that shown or indicated in
the Contract Documents; or
4. is of an unusual nature, and differs materially
from conditions ordinarily encountered and generally
recognized 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 the subsurface or
physical conditions or performing any Work in connection
therewith (except in an emergency as required by paragraph
6.16.A), notify OWNER and ENGINEER in writing about
such condition. CONTRACTOR shall not further disturb
such condition or perform any Work in connection therewith
(except as aforesaid) until receipt of written order to do so.
B. ENGINEER's Review: After receipt of written notice
as required by paragraph 4.03.A, ENGINEER will promptly
review the pertinent condition, determine the necessity of
OWNER's obtaining additional exploration or tests with
respect thereto, and advise OWNER in writing (with a copy
to CONTRACTOR) of ENGINEER's findings and
conclusions.
00700-12
C. Possible Price and Times Adjustments
1. The Contract Price or the Contract Times, or
both, will be equitably adjusted to the extent that the
existence of such differing subsurface or physical
condition causes an increase or decrease in
CONTRACTOR's cost of, or time required for, perfor-
mance of the Work; subject, however, to the following:
a. such condition must meet any one or more of
the categories described in paragraph 4.03.A; and
b. 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 9.08
and 11.03.
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
1
I
I
I
I
I
L
I
I
L
L
L
L
I
I
I
n
L
2. CONTRACTOR shall not be entitled to any
adjustment in the Contract Price or Contract Times if:
a. 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
b. the existence of such condition could
reasonably 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 CON-
TRACTOR prior to CONTRACTOR's making such
final commitment; or
c. CONTRACTOR failed to give the written
notice within the time and as required by paragraph
4.03.A.
3. If OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if any,
of any adjustment in the Contract Price or Contract
Times, or both, a Claim may be made therefor as
provided in paragraph 10.05. However, OWNER,
ENGINEER, and ENGINEER's Consultants shall not be
liable to CONTRACTOR for any claims, costs, losses, or
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) sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
4.04 , Underground Facilities
A. Shown or Indicated: The information and data shown
or indicated in the Contract Documents with respect to
existing Underground Facilities at or contiguous to the Site
is based on information and data furnished to OWNER or
ENGINEER by the owners of such Underground Facilities,
including OWNER, or by others. Unless it is otherwise
expressly provided in the Supplementary Conditions:
1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any such
information or data; and
2. the cost of all of the following will be included in
the Contract Price, and CONTRACTOR shall have full
responsibility for:
a. reviewing and checking all such information
and data,
b. locating all Underground Facilities shown or
indicated in the Contract Documents,
c. coordination of the Work with the owners of
such Underground Facilities, including OWNER,
during construction, and
d. the safety and protection of all such Under-
ground Facilities and repairing any damage thereto
resulting from the Work.
B. Not Shown or Indicated
1. If an Underground Facility is uncovered or
revealed at or contiguous to the Site which was not shown
or indicated, or not shown or indicated with reasonable
accuracy in the Contract Documents, 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 required by paragraph 6.16.A), 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 or
location of the Underground Facility. During such time,
CONTRACTOR shall be responsible for the safety and
protection of such Underground Facility.
2. If ENGINEER concludes that a change in the
Contract Documents is required, a Work Change
Directive or a Change Order will be issued to reflect and
document such consequences. An equitable adjustment
shall be made in the Contract Price of Contract Times, or
both, to the extent that they are attributable to the
existence or location of any Underground Facility that
was not shown or indicated or not shown or indicated
with reasonable accuracy in the Contract Documents and
that CONTRACTOR 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 entitlement to or on the amount or extent, if
any, of any such adjustment in Contract Price or Contract
Times, OWNER or CONTRACTOR may make a Claim
therefor as provided in paragraph 10.05.
4.05 Reference Points
A. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable CON-
TRACTOR to proceed with the Work. CONTRACTOR
shall be responsible for laying out the Work, shall protect and
preserve the established reference points and property
00700-13
monuments, and shall make no changes or relocations
without the prior • written approval of OWNER.
CONTRACTOR shall report to ENGINEER whenever any
reference point or property monument is lost or destroyed or
requires relocation because of necessary changes in grades or
locations, and shall be responsible for the accurate
replacement or relocation of such reference points or
property monuments by professionally qualified personnel.
4.06 Hazardous Environmental Condition at Site
A. Reports. and Drawings: Reference is made to the
Supplementary Conditions for the identification of those
reports and drawings relating to a Hazardous Environmental
Condition identified at the Site, if any, that have been utilized
by . the ENGINEER in the preparation of the Contract
Documents.
B. Limited Reliance by CONTRACTOR on Technical
Data Authorized: 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 Supplementary Conditions. Except for such reliance on
such "technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
1. the completeness of such reports and drawings
for CONTRACTOR's purposes, including, but not
limited to, any aspects of the means, methods,
techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions and
information contained in such reports or shown or
indicated in such drawings; or
3. any CONTRACTOR interpretation of or
conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. CONTRACTOR shall not be responsible for any
Hazardous Environmental Condition 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. CONTRACTOR shall be
responsible for a Hazardous Environmental Condition created
with any materials brought to the Site by CONTRACTOR,
Subcontractors,' Suppliers, or anyone else for whom CON-
TRACTOR is responsible.
D. If CONTRACTOR encounters a Hazardous
Environmental Condition or if CONTRACTOR or anyone for
whom CONTRACTOR is responsible creates a Hazardous
Environmental Condition, CONTRACTOR shall immedi-
ately: (1) secure or otherwise isolate such condition; (ii) stop
all Work in connection with such condition and in any area
affected thereby (except in an emergency as required by
paragraph 6.16); and (iii) notify OWNER and ENGINEER
(and promptly thereafter confirm such notice in writing).
OWNER shall promptly consult with ENGINEER concerning
the necessity for OWNER to retain a qualified expert to
evaluate such condition or take corrective action, if any.
E. CONTRACTOR shall not be required to resume
Work in connection with such condition or in any affected
area until after OWNER has obtained any required permits
related thereto and delivered to CONTRACTOR 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 on the
amount or extent, if any, of any adjustment in Contract Price
or Contract Times, or both, as a result of such Work stop-
page or such special conditions under which Work is agreed
to be resumed by CONTRACTOR, either party may make a
Claim therefor as provided in paragraph 10.05.
F. If after receipt of such 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 the portion of the Work that is in the
area affected by such condition to be deleted from the Work.
If OWNER and CONTRACTOR cannot agree as to
entitlement to or on the amount or extent, if any, of an
adjustment 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 paragraph 10.05.
OWNER may have such deleted portion of the Work
performed by OWNER's own forces or others in accordance
with Article 7.
G. To the fullest extent permitted by Laws and
Regulations, OWNER shall. indemnify and hold harmless
CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants and the officers, directors,
partners, employees, agents, other consultants, and
subcontractors 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) arising out of or relating to a
Hazardous Environmental Condition, provided that such
Hazardous Environmental Condition: (i) was not shown or
indicated in the Drawings or Specifications or identified in
the Contract Documents to be included within the scope of
the Work, and (ii) was not created by CONTRACTOR or by
anyone for whom CONTRACTOR is responsible. Nothing
00700-14
I
I
H
I
I
I
L
I
I
C
H
I
Li
LI
L
in this paragraph 4.06.E shall obligate OWNER to indemnify
any individual or entity from and against the consequences of
that individual's or entity's own negligence.
H. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's Consultants,
and the officers, directors, partners, employees, agents, other
consultants, and subcontractors 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) arising out of or
relating to a Hazardous Environmental Condition created by
CONTRACTOR or by anyone for whom CONTRACTOR is
responsible. Nothing in this paragraph 4.06.F shall obligate
CONTRACTOR to indemnify any individual or entity from
and against the consequences of that individual's or entity's
own negligence.
I. The provisions of paragraphs 4.02, 4.03, and 4.04
are not intended to apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
ARTICLE 5 - BONDS AND INSURANCE
5.01 Performance, Payment, and Other Bonds
A. CONTRACTOR shall furnish performance and
payment 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 Documents. 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
Contract Documents.
B. All Bonds shall be in the form prescribed by the
Contract Documents 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 Financial Management Service, Surety
Bond Branch, U.S. Department of the Treasury. All Bonds
signed by an agent must be accompanied by a certified copy
of such agent's authority to act.
C. If the surety on any Bond furnished by CON-
TRACTOR is declared 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 5.01.B, CONTRACTOR shall within 20 days
thereafter substitute another Bond and surety, both of which
shall comply with the requirements of paragraphs 5.01.E and
5.02.
5.02 Licensed Sureties and Insurers
A. All Bonds and insurance required by the Contract
Documents to be purchased and maintained by OWNER or
CONTRACTOR shall be obtained from surety or insurance
companies that are duly licensed or authorized in the
jurisdiction 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 provided
in the Supplementary Conditions.
5.03 Certificates of Insurance
A. 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. 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 additional insured) which
OWNER is required to purchase and maintain.
5.04 CONTRACTOR's Liability Insurance
A. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and as will provide protection from claims
set forth below which may arise out of or result from
CONTRACTOR's performance of the Work and
CONTRACTOR's other obligations under the Contract
Documents, whether it is to be performed. by
CONTRACTOR, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to
perform any of the Work, or by anyone for whose acts any
of them may be liable:
1. claims under workers' compensation, disability
benefits, and other similar employee benefit acts;
2. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR's employees;
3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
00700-15
1
4. claims for damages insured by reasonably
available personal injury liability coverage which are sus-
tained: (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. 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
6. claims for damages because of bodily injury or
death of any person or property damage arising out of the
ownership, maintenance or use of any motor vehicle.
B. The
policies
of insurance
so required by this
paragraph 5.04
to be
purchased and
maintained shall:
1. with respect to insurance required by paragraphs
5.04.A.3 through 5.04.A.6 inclusive, include as
additional insureds (subject to any customary exclusion in
respect of professional liability) OWNER, ENGINEER,
ENGINEER's Consultants, and any other individuals or
entities identified in the Supplementary Conditions, all of
whom shall be listed as additional insureds, and include
coverage for the respective officers, directors, partners,
employees, agents, and other consultants and
subcontractors of each and any of all such additional
insureds, and the insurance afforded to these additional
insureds shall provide primary coverage for all claims
covered thereby;
2. include at least the specific coverages and be
written for not less than the limits of liability provided in
the Supplementary Conditions or required by Laws or
Regulations, whichever is greater;
3. include completed operations insurance;
4. include contractual liability insurance covering
CONTRACTOR's indemnity obligations under para-
graphs 6.07, 6.11, and 6.20;
5. contain a provision or endorsement that the
coverage afforded will not be canceled, 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 Supplementary Conditions to whom a
certificate of insurance has been issued (and the
certificates of insurance furnished by the CONTRACTOR
pursuant to paragraph 5.03 will so provide);
6. remain in effect at least until final payment and
at all times thereafter when CONTRACTOR may be
correcting, removing, or replacing defective Work in
accordance with paragraph 13.07; and
7. 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 Supple-
mentary Conditions, 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).
5.05 OWNER's Liability Insurance
A. In addition to the insurance required to be provided
by CONTRACTOR under paragraph 5.04, 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.
5.06 Property Insurance
A. Unless otherwise provided in the Supplementary
Conditions, OWNER shall purchase and maintain property
insurance 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:
1. include the interests of OWNER, CONTRAC-
TOR, Subcontractors, ENGINEER, ENGINEER's
Consultants, and any other individuals or entities identi-
fied in the Supplementary Conditions, and the officers,
directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them,
each of whom is deemed to have an insurable interest and
shall be listed as an additional insured;
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, false work, and materials and
equipment in transit, and shall insure against at least the
following perils or causes of loss: 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 or
causes of loss as may be specifically required by the
Supplementary Conditions;
3. include expenses incurred in the repair or
replacement of any insured property (including but not
limited to fees and charges of engineers and architects);
H
r
H
H
H
H
ri
H
00700-16
Li
I
I
11
CI
I
.1
I
I
I
C
I
II
I
I
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 Application for Payment recommended by
ENGINEER;
5. allow for partial utilization of the Work by
OWNER;
6. include testing and startup; and
7. be maintained in effect until final payment is
made unless otherwise agreed to in writing by OWNER,
CONTRACTOR, and ENGINEER with 30 days written
notice to each other additional insured to whom a certifi-
cate of insurance has been issued.
B. 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 individuals 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.
C. All the policies of insurance (and the certificates or
other evidence thereof) required to be purchased and
maintained in accordance with paragraph 5.06 will contain a
provision or endorsement that the coverage afforded will not
be canceled or materially changed or renewal refused until at
least 30 days prior written notice has been given to OWNER
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 5.07.
D. OWNER shall not be responsible for purchasing and
maintaining any property insurance specified in this
paragraph 5.06 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 identified deductible
amount will be borne by CONTRACTOR. Subcontractors,
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.
E. If CONTRACTOR requests in writing that other
special insurance be included in the property insurance
policies provided under paragraph 5.06, OWNER shall, if
possible, 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.
5.07 Waiver of Rights
A. OWNER and CONTRACTOR intend that all policies
purchased in accordance with paragraph 5.06 will protect
OWNER, CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants, and all other individuals or
entities identified in the Supplementary Conditions to be
listed as insureds or additional insureds (and the officers,
directors, partners, employees, agents, and other consultants
and subcontractors of each and any of them) in such policies
and will provide primary coverage for all losses and damages
caused by the perils or causes of loss 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 CONTRAC-
TOR waive all rights against each other and their respective
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them for
all losses and damages caused by, arising out of or resulting
from any of the perils or causes of loss 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 individuals or entities identified in the Supplemen-
tary Conditions to be listed as insureds or additional insureds
(and the officers, directors, partners, employees, agents, and
other consultants and subcontractors of each and any of them)
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.
B. OWNER waives all rights against CONTRACTOR,
Subcontractors, ENGINEER, ENGINEER's Consultants, and
the officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them for:
1. loss due to business interruption, loss of use, or
other consequential loss extending beyond direct physical
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
2. loss or damage to the completed Project or part
thereof caused by, arising out of, or resulting from fire or
other insured peril or cause of loss covered by any
property insurance maintained on the completed Project
or part thereof by OWNER during partial utilization
pursuant to paragraph 14.05, after Substantial Completion
CI
00700-17
pursuant to paragraph 14.04, or after final payment
pursuant to paragraph 14.07.
C. Any insurance policy maintained by OWNER cover-
ing any loss, damage or consequential loss referred to in
paragraph 5.07.8 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 CONTRACTOR, Subcontractors,
ENGINEER, or ENGINEER's Consultants and the officers,
directors, partners, employees, agents, and other consultants
and subcontractors of each and any of them.
5.08 Receipt and Application of Insurance Proceeds
A. Any insured loss under the policies of insurance
required by paragraph 5.06 will be adjusted with OWNER
and made payable to OWNER as fiduciary for the insureds,
as their interests may appear, subject to the requirements of
any applicable mortgage clause and of paragraph 5.o8.B.
OWNER shall deposit in a separate account any money so
received and shall distribute it in accordance with such agree-
ment as the parties in interest may reach. If no other special
agreement is reached, the damaged Work shall be repaired or
replaced, the moneys so received applied on account thereof,
and the Work and the cost thereof covered by an appropriate
Change Order or Written Amendment.
B. 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 15 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.
5.09 Acceptance of Bonds and Insurance; Option to
Replace
A. If either 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 10 days after receipt of the certificates (or other
evidence requested) required by paragraph 2.05.C. 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
required to provide such coverage, and a Change Order shall
be issued to adjust the Contract Price accordingly.
5.10 Partial Utilization, Acknowledgment of Property
Insurer
A. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
Completion of all the Work as provided in paragraph 14.05,
no such use or occupancy shall commence before the insurers
providing the property insurance pursuant to paragraph 5.06
have acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance shall consent by endorse-
ment on the policy or policies, but the property insurance
shall not be canceled or permitted to lapse on account of any
such partial use or occupancy.
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. 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
Contract 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 OWNER or
ENGINEER 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
accurately with the Contract Documents.
B. At all times during the progress of the Work,
CONTRACTOR shall assign a competent resident superin-
tendent thereto who shall not be replaced without written
notice to OWNER and ENGINEER except under
extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the Site and shall have
authority to act on behalf of CONTRACTOR. All
communications given to or received from the superintendent
shall be binding on CONTRACTOR.
I
H
I
I
I
I
L
L
1
I
L
L
LI
I
J
I
Li
6.02 Labor; Working Hours
A. CONTRACTOR shall provide competent, suitably
qualified personnel to survey, lay out, and construct the
Work as required by the Contract Documents. CON-
TRACTOR shall at all times maintain good discipline and
order at the Site.
B. 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 stated 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 performance of Work on
Saturday, Sunday, or any legal holiday without OWNER's
written consent (which will not be unreasonably withheld)
given after prior written notice to ENGINEER.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the General Re-
quirements, CONTRACTOR shall provide and assume full
responsibility for all services, materials, equipment, labor,
transportation, construction equipment and machinery, tools,
appliances, fuel, power, light, heat, telephone, water,
sanitary facilities, temporary facilities, and all other facilities
and incidentals necessary for the performance, testing,
start-up, and completion of the Work.
B. All materials and equipment incorporated into the
Work shall be as specified or, if not specified, shall be of
good quality and new, except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER. If required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the source, kind,
and quality of materials and equipment. All materials and
equipment shall be stored, applied, installed, connected,
erected, protected, used, cleaned, and conditioned in
accordance with instructions of the applicable Supplier,
except as otherwise may be provided in the Contract Docu-
ments.
6.04 Progress Schedule
A. CONTRACTOR shall adhere to the progress schedule
established in accordance with paragraph 2.07 as it may be
adjusted from time to time as provided below.
1. CONTRACTOR shall submit to ENGINEER for
acceptance (to the extent indicated in paragraph 2.07)
proposed adjustments in the progress schedule that will
not result in changing the Contract Times (or Milestones).
Such adjustments will conform generally to the progress
schedule then in effect and additionally will comply with
any provisions of the General Requirements applicable
YlcrCto.
2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones) shall
be submitted in accordance with the requirements of
Article 12. Such adjustments may only be made by a
Change Order or Written Amendment in accordance with
Article 12.
6.05 Substitutes and "Or -Equals"
A. 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, appearance, 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
equipment or material or equipment of other Suppliers may
be submitted to ENGINEER for review under the circum-
stances described below.
1. "Or -Equal" Items: If in ENGINEER's sole
discretion an item of material or equipment proposed by
CONTRACTOR is functionally equal to that named and
sufficiently 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 approval of proposed substitute
items. For the purposes of this paragraph 6.05.A.1, a
proposed item of material or equipment will be
considered functionally equal to an item so named if:
a. in the exercise of reasonable judgment
ENGINEER determines that: (i) it is at least equal in
quality, durability, appearance, strength, and design
characteristics; (ii) it will reliably perform at least
equally well the function imposed by the design
concept of the completed Project as a functioning
whole, and;
b. CONTRACTOR certifies that: (i) there is no
increase in cost to the OWNER; and (ii) it will
conform substantially, even with deviations, to the
detailed requirements of the item named in the
Contract Documents.
2.. Substitute Items
a. If in ENGINEER's sole discretion an item of
material or equipment proposed by CONTRACTOR
does not qualify as an "or -equal" item under
00700-19
1
paragraph 6.05.A. I, it will be considered a proposed
substitute item.
b. CONTRACTOR shall submit sufficient
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. Requests for
review of proposed substitute items of material or
equipment will not be accepted by ENGINEER from
anyone other than CONTRACTOR.
C. The procedure for review by ENGINEER
will be as set forth in paragraph 6.05.A.2.d, as
supplemented in the General Requirements and as
ENGINEER may decide is appropriate under the
circumstances.
d.. CONTRACTOR shall first make written
application to ENGINEER for review of a proposed
substitute item of material or equipment that
CONTRACTOR seeks to furnish or use. The
application shall certify that the proposed substitute
item 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 use of the
proposed substitute item will prejudice
CONTRACTOR's achievement of Substantial
Completion on time, whether or not use of the
proposed substitute item 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 item and whether or not
incorporation or use of the proposed substitute item
in connection with the Work is subject to payment of
any license fee or royalty. All variations of the pro-
posed substitute item from that specified will be
identified in the application, and available
engineering, sales, maintenance, repair, and
replacement services will be indicated. The
application will also contain an itemized estimate of
all costs or credits that will result directly or indi-
rectly from use of such substitute item, including
costs of redesign and claims of other contractors
affected by any resulting change, all of which will be
considered by ENGINEER in evaluating the proposed
substitute item. ENGINEER may require CON-
TRACTOR to furnish additional data about the pro-
posed substitute item.
B. 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 approved by ENGI-
NEER. CONTRACTOR shall submit sufficient information
to allow ENGINEER, in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to that
expressly called for by the Contract Documents. The proce-
dure for review by ENGINEER will be similar to that
provided in subparagraph 6.05.A.2.
C. Engineer's Evaluation: ENGINEER will be allowed
a reasonable time within which to evaluate each proposal or
submittal made pursuant to paragraphs 6.05.A and 6.05.B.
ENGINEER will be the sole judge of acceptability. No
"or -equal" or substitute will be ordered, installed or utilized
until ENGINEER's review is complete, which will be
evidenced by either a Change Order for a substitute or an
approved Shop Drawing for an "or equal." ENGINEER will
advise CONTRACTOR in writing of any negative
determination.
D. Special Guarantee: OWNER may require CON-
TRACTOR to furnish at CONTRACTOR's expense a special
performance guarantee or other surety with respect to any
substitute.
E. ENGINEER's Cost Reimbursement: ENGINEER will
record time required by ENGINEER and ENGINEER's
Consultants in evaluating substitute proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.8
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 approves a substitute item so proposed or
submitted by CONTRACTOR, CONTRACTOR shall
reimburse OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such proposed
substitute.
F. CONTRACTOR's Expense: CONTRACTOR shall
provide all data in support of any proposed substitute or
"or -equal" at CONTRACTOR's expense.
6.06 Concerning Subcontractors, Suppliers, and Others
A. CONTRACTOR shall not employ any Subcontractor,
Supplier, or other individual or entity (including those
acceptable to OWNER as indicated in paragraph 6.06.B),
whether initially or as a replacement, against whom OWNER
may have reasonable objection. CONTRACTOR shall not be
required to employ any Subcontractor, Supplier, or other
individual or entity to furnish or perform any of the Work
against whom CONTRACTOR has reasonable objection.
B. If the Supplementary Conditions require the identity
of certain Subcontractors, Suppliers, or other individuals or
00700-20
1
1
1
1
1
I
I
I
I
I
I
H
H
H
I
I
H
entities to be submitted to OWNER in advance for acceptance
by OWNER by a specified date prior to the Effective Date of
the Agreement, and if CONTRACTOR has submitted a list
thereof in accordance with the Supplementary Conditions,
OWNER'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 Subcontractor, Supplier, or other
individual or entity so identified may be revoked on the basis
of reasonable objection after due investigation. CON-
TRACTOR shall submit an acceptable replacement for the
rejected Subcontractor, Supplier, or other individual or
entity, and the Contract Price will be adjusted by the differ-
ence in the cost occasioned by such replacement, and an
appropriate Change Order will be issued or Written
Amendment signed. No acceptance by OWNER of any such
Subcontractor, Supplier, or other individual or entity,
whether initially or as a replacement, shall constitute a
waiver of any right of OWNER or ENGINEER to reject
defective Work.
C. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions of the
Subcontractors, Suppliers, and other individuals or entities
performing or furnishing any of the Work just as
CONTRACTOR 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 individual or entity any contractual relationship between
OWNER or ENGINEER and any such Subcontractor,
Supplier or other individual or entity, nor shall it create any
obligation on the part of OWNER or ENGINEER to pay or
to see to the payment of any moneys due any such Subcon-
tractor, Supplier, or other individual or entity except as may
otherwise be required by Laws and Regulations.
D. CONTRACTOR shall be solely responsible for
scheduling and coordinating the Work of Subcontractors,
Suppliers, and other individuals or entities performing or
furnishing any of the Work under a direct or indirect contract
with CONTRACTOR.
E. CONTRACTOR shall require all Subcontractors,
Suppliers, and such other individuals or entities performing
or furnishing any of the Work to communicate with ENGI-
NEER through CONTRACTOR.
F. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among Subcontractors
or Suppliers or delineating the Work to be performed by any
specific trade.
G. All Work performed for CONTRACTOR by a
Subcontractor 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 Documents 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
5.06, the agreement between the CONTRACTOR and the
Subcontractor or Supplier will contain provisions whereby
the Subcontractor or Supplier waives all rights against
OWNER, CONTRACTOR, ENGINEER, ENGINEER's
Consultants, and all other individuals or entities identified in
the Supplementary Conditions to be listed as insureds or
additional insureds (and the officers, directors, partners,
employees, agents, and other consultants and subcontractors
of each and any of them) for all losses and damages caused
by, arising out of, relating to, or resulting from any of the
perils or causes of loss 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, CONTRAC-.
TOR will obtain the same.
6.07 Patent Fees and Royalties
A. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of
any invention, design, process, product, or device which is
the subject of patent rights or copyrights held by others. If
a particular invention, design, process, product, or device is
specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights or
copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and the
officers, directors, partners, employees or 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) arising out of or relating to any
infringement of patent rights or copyrights incident to the use
in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process,
product, or device not specified in the Contract Documents.
6.08 Permits
A. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such permits
' 00700-21
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. CONTRACTOR shall pay all charges of utility
owners for connections to the Work, and OWNER shall pay
all charges of such utility owners for capital costs related
thereto, such as plant investment fees.
6.09 Laws and Regulations
A. CONTRACTOR shall give all notices and comply
with all Laws and Regulations applicable to the performance
of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or Regulations.
B. If CONTRACTOR 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 (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 cost's) arising out of or relating to such Work;
however, it shall not be CONTRACTOR's primary
responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but
this shall not relieve CONTRACTOR of CONTRACTOR's
obligations under paragraph 3.03.
C. Changes in Laws or Regulations not known at the
time of opening of Bids (or, on the Effective Date of the
Agreement if there were no Bids) having an effect on the cost
or time of performance of the Work may be the subject of an
adjustment in Contract Price or Contract Times. If OWNER
and CONTRACTOR are unable to agree on entitlement to or
on the amount or extent, if any, of any such adjustment, a
Claim may be made therefor as provided in paragraph 10.05.
6.10 Taxes
A. CONTRACTOR shall pay all sales, consumer, use,
and other similar taxes required to be paid by CONTRAC-
TOR in accordance with the Laws and Regulations of the
place of the Project which are applicable during the
performance of the Work.
6.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas
1. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas
permitted by Laws and Regulations, and shall not
unreasonably encumber the Site and other areas with
construction equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. 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
arbitration or other dispute resolution proceeding or at
law.
3. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER'S
Consultant, and the officers, directors, partners,
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) arising out of or relating to 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.
B. Removal of Debris During Performance of the Work:
During the progress of the Work CONTRACTOR shall keep
the Site and other areas free from accumulations of waste
materials, rubbish, and other debris. Removal and disposal
of such waste materials, rubbish, and other debris shall con-
form to applicable Laws and Regulations.
C. Cleaning: Prior to Substantial Completion of the
Work CONTRACTOR shall clean the Site and make it ready
for utilization by OWNER. At the completion of the Work
CONTRACTOR shall remove from the Site all tools,
appliances, construction equipment and machinery, and
surplus materials and shall restore to original condition all
property not designated for alteration by the Contract
Documents.
D. Loading Structures: CONTRACTOR shall not load
nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall
CONTRACTOR subject any part of the Work or adjacent
property to stresses or pressures that will endanger it.
6.12 Record Documents
A. CONTRACTOR shall maintain in a safe place at the
Site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
00700-22
C
.1
I
I
I
I
I
I
L
I
I
H
H
H
I
I
Ti
H
Change Directives, Field Orders, and written interpretations
and clarifications in good order and annotated to show
changes made during construction. These record documents
together with all approved Samples and a counterpart of all
approved Shop Drawings will be available to ENGINEER for
reference. Upon completion of the Work, these record
documents, Samples, and Shop Drawings will be delivered to
ENGINEER.for OWNER.
6.13 Safety and Protection
A. CONTRACTOR shall be solely responsible for
initiating, maintaining and supervising all safety precautions
and programs in connection with the Work. CONTRACTOR
shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage,
injury or loss to:
1. all persons on the Site or who may be affected
by the Work;
2. all the Work and materials and equipment to be
incorporated therein, whether in storage on or off the
Site; and
3. other property at the Site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities, and Underground Facilities
not designated for removal, relocation, or replacement in
the course of construction.
B. CONTRACTOR shall comply with all applicable
Laws and Regulations relating to the safety of persons or
property, or to the protection of persons or property from
damage, injury, or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property and
of Underground Facilities and other 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 6.13.A.2 or 6.13.A.3
caused, directly or indirectly, in whole or in part, by CON-
TRACTOR, any Subcontractor, Supplier, or any other
individual or entity directly or indirectly employed by any of
them to perform 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 Con-
sultant, or anyone employed by any of them, or anyone for
whose acts any of them may be liable, and not attributable,
directly or indirectly, in whole or in part, to the fault or
negligence of CONTRACTOR or any Subcontractor,
Supplier, or other individual or entity 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 paragraph 14.07.E that
the Work is acceptable (except as otherwise expressly
provided in connection with Substantial Completion).
6.14 Safety Representative
A. CONTRACTOR shall designate a qualified and
experienced safety representative at the Site whose duties and
responsibilities shall be the prevention of accidents and the
maintaining and supervising of safety precautions and
programs.
6.15 Hazard Communication Programs
A. 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
accordance with Laws or Regulations.
6.16 Emergencies
A. In emergencies affecting the safety or protection of
persons or the Work or property at the Site or adjacent
thereto, CONTRACTOR is obligated to act to prevent
threatened damage, injury, or loss. CONTRACTOR 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 or are required as a result thereof. 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.
6.17 Shop Drawings and Samples
A. CONTRACTOR shall submit Shop Drawings to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
submittals. 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 quantities, dimen-
sions, specified performance and design criteria, materials,
and similar data to show ENGINEER the services, materials,
and equipment CONTRACTOR proposes to provide and to
enable ENGINEER to review the information for the limited
purposes required by paragraph 6.17.E.
B. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
00700 - 23
submittals. 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 6.17.E. The
numbers of each Sample to be submitted will be as specified
in the Specifications.
C. Where a Shop Drawing or Sample is required by the
Contract Documents or the schedule of Shop Drawings and
Sample submittals acceptable to ENGINEER as required by
paragraph 2.07, any related Work performed prior to
ENGINEER's review and approval of the pertinent submittal
will be at the sole expense and responsibility of
CONTRACTOR.
D. Submittal Procedures
1. Before submitting each Shop Drawing or Sample,
CONTRACTOR shall have determined and verified:
a. all field measurements, quantities, dimen-
sions, specified performance criteria, installation
requirements, materials, catalog numbers, and
similar information with respect thereto;
b. all materials with respect to intended use,
fabrication, shipping, handling, storage, assembly,
and installation pertaining to the performance of the
Work;
c. all information relative to means, methods,
techniques, sequences, and procedures of construc-
tion and safety precautions and programs incident
thereto; and
d. 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 Docu-
ments.
2. Each submittal shall bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review and
approval of that submittal.
3. At the time of each submittal, CONTRACTOR
shall give ENGINEER specific written notice of such
variations, 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 com-
munication 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.
E. ENGINEER's Review
1. ENGINEER will timely review and approve
Shop Drawings and Samples in accordance with the
schedule of Shop Drawings and Sample submittals
acceptable to ENGINEER. 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.
2. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular
means, method, technique, sequence, or procedure of
construction is specifically and expressly 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.
3. ENGINEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the require-
ments of the Contract Documents unless CONTRACTOR
has in writing called ENGINEER's attention to each such
variation at the time of each submittal as required by
paragraph 6.17.D.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 6.17. D.I.
F. Resubmittal Procedures
1. CONTRACTOR shall make corrections required
by ENGINEER and shall return the required number of
corrected copies of Shop Drawings and submit as
required new Samples for review and approval. CON-
TRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by ENGI-
NEER on previous submittals.
6.18 Continuing the Work
A. 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
pending resolution of any disputes or disagreements, except
I
I
I
I
I
I
I
I
H
L.1
H
I
H
00700-24 ,
I
II
I
I
I
H
I
LI
1
1
1
1
1
1
as permitted by paragraph 15.04 or as OWNER and
CONTRACTOR may otherwise agree in writing.
6.19 CONTRACTOR's General Warranty and Guarantee
A. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER, and ENGINEER's Consultants that
all Work will be in accordance with the Contract Documents
and wilt not be defective. CONTRACTOR's warranty and
guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or
operation by persons other than CONTRACTOR, Sub-
contractors, Suppliers, or any other individual or entity
for whom CONTRACTOR is responsible; or
2. normal wear and tear under normal usage.
B. CONTRACTOR's obligation to perform and
complete 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 obligation to perform the Work in
accordance with the Contract Documents:
1. observations by ENGINEER;
2.
recommendation
by
ENGINEER or
payment by
OWNER
of any progress
or
final payment;
3. the issuance of a certificate of Substantial
Completion by ENGINEER or any payment related
thereto by OWNER;
4. use or occupancy of the Work or any part thereof
by OWNER;
5. any acceptance by OWNER or any failure to do
so;
6. any review and approval of a Shop Drawing or
Sample submittal or the issuance of a notice of acceptabil-
ity by ENGINEER;
7. any inspection, test, or approval by others; or
8. any correction of defective Work by OWNER.
I6.20 Indemnification
fl
I
A. 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, partners, employees, agents, and other
consultants and subcontractors 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) arising out of or
relating to the performance of the Work, provided that any
such claim, cost, loss, or damage:
1. 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
2. is caused in whole or in part by any negligent act
or omission of CONTRACTOR, any Subcontractor, any
Supplier, or any individual or entity directly or indirectly
employed by any of them to perform 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 an individual or entity indem-
nified hereunder or whether liability is imposed upon such
indemnified party by Laws and Regulations regardless of
the negligence of any such individual or entity.
B. In any and all claims against OWNER or ENGINEER
or any of their respective consultants, agents, officers,
directors, partners, or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, or any
individual or entity directly or indirectly employed by any of
them to perform any of the Work, or anyone for whose acts
any of them may be liable, the indemnification obligation
under paragraph 6.20.A 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 individual or
entity under workers' compensation acts, disability benefit
acts, or other employee benefit acts.
C. The indemnification obligations of CONTRACTOR
under paragraph 6.20.A shall not extend to the liability of
ENGINEER and ENGINEER's Consultants or to the
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them
arising out of:
1. the preparation or approval of, or the failure to
prepare or approve, maps, Drawings, opinions, reports,
surveys, Change Orders, designs, or Specifications; or
2. giving directions or instructions, or failing to
give them, if that is the primary cause of the injury or
damage.
00700-25
L
ARTICLE 7 - OTHER WORK
7.01 Related Work at Site
A. OWNER may perform other work related to the
Project at the Site by OWNER's employees, or let other
direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Con-
tract Documents, then:
1. written notice thereof will be given to CON
TRACTOR prior to starting any such other work; and
2. if OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if any,
of any adjustment in the Contract Price or Contract Times
that should be allowed as a result of such other work, a
Claim may be made therefor as provided in paragraph
10.05.
B. 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 other 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 coordinate the Work with theirs.
Unless otherwise provided in the Contract Documents, CON-
TRACTOR shall do all cutting, fitting, and patching of the
Work that may be required to properly connect or otherwise
make its several parts come together and properly integrate
with such other work. CONTRACTOR shall not endanger
any work of others by cutting, excavating, or otherwise
altering their work and will only cut or alter their work with
the written consent of ENGINEER and the others whose
work will be affected. The duties and responsibilities of
CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that
there are comparable provisions for the benefit of
CONTRACTOR in said direct contracts between OWNER
and such utility owners and other contractors.
C. If 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 to so report will constitute an
acceptance of such other work as fit and proper for
integration with CONTRACTOR's Work except for latent
defects and deficiencies in such other work.
7.02 Coordination
A. If OWNER intends to contract with others for the
performance of other work on the Project at the Site, the
following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority
and responsibility for coordination of the activities among
the various contractors will be identified;
2. the specific matters to be covered by such
authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities
will be provided.
B. Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and respon-
sibility for such coordination.
ARTICLE 8 - OWNER'S RESPONSIBILITIES
8.01 Communications to Contractor
A. Except as otherwise provided in these General Condi-
tions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.02 Replacement of ENGINEER
A. In case of termination of the employment of ENGI-
NEER, OWNER shall appoint an engineer to whom
CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former
ENGINEER.
8.03 Furnish Data
A. OWNER shall promptly furnish the data required of
OWNER under the Contract Documents.
8.04 Pay Promptly When Due
A. OWNER shall make payments to CONTRACTOR
promptly when they are due as provided in paragraphs
14.02.C and 14.07.C.
8.05 Lands and Easements; Reports and Tests
A. OWNER's duties in respect of providing lands and
easements and providing engineering surveys to establish
reference points are set forth in paragraphs 4.01 and 4.05.
Paragraph 4.02 refers to OWNER's identifying and making
available to CONTRACTOR copies of reports of explorations
[':.wo A l
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
and tests of subsurface conditions and drawings of physical
conditions in or relating to existing surface or subsurface
structures at or contiguous to the Site that have been utilized
by ENGINEER in preparing the Contract Documents.
' 8.06 Insurance
IA. OWNER's responsibilities, if any, in respect to pur-
chasing and maintaining liability and property insurance are
set forth in Article 5.
8.07 Change Orders
A. OWNER is obligated to execute Change Orders as
' indicated in paragraph 10.03.
8.08 Inspections, Tests, and Approvals
A. OWNER's responsibility in respect to certain inspec-
tions, tests, and approvals is set forth in paragraph 13.03.B.
8.09 Limitations on OWNER's Responsibilities
A. The OWNER shall not supervise, direct, or have
1 control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences,
or procedures of construction, or the safety precautions and
programs incident thereto, or for any failure of CON-
TRACTOR to comply with Laws and Regulations applicable
to the performance of the Work. OWNER will not be
• responsible for CONTRACTOR's failure to perform the
1 Work in accordance with the Contract Documents.
8.10 Undisclosed Hazardous Environmental Condition
A. OWNER's responsibility in respect to an undisclosed
Hazardous Environmental Condition is set forth in paragraph
4.06.
I8.11 Evidence of Financial Arrangements
IA. If and to the extent OWNER has agreed to furnish
CONTRACTOR reasonable evidence that financial
arrangements 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.
I
I
ARTICLE 9 - ENGINEER'S STATUS DURING
CONSTRUCTION
9.01 OWNER'S Representative
A. ENGINEER will be OWNER's representative during
the construction period. The duties and responsibilities and
the limitations of authority of ENGINEER as OWNER's
representative during construction are set forth in the
Contract Documents and will not be changed without written
consent of OWNER and ENGINEER.
9.02 Visits to Site
A. ENGINEER will make visits to the Site at intervals
appropriate to the various stages of construction as
ENGINEER 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
CONTRACTOR's executed Work. Based on information
obtained during such visits and observations, ENGINEER,
for the benefit of OWNER, will determine, in general, if the
Work is proceeding in accordance with the Contract
Documents. ENGINEER will not be required to make
exhaustive or continuous inspections on the Site 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 observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work.
B. ENGINEER's visits and observations are subject to
all the limitations on ENGINEER's authority and
responsibility set forth in paragraph 9.10, and particularly,
but without limitation, during or as a result of ENGINEER's
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control, or have
authority over or be responsible for CONTRACTOR'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 performance of the
Work.
9.03 Project Representative
A. If OWNER and ENGINEER agree, ENGINEER will
furnish a Resident Project Representative to assist
ENGINEER in providing more extensive 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 9.10 and in the
Supplementary Conditions. If OWNER designates another
00700-27
representative or agent to represent OWNER at the Site who
is not ENGINEER's Consultant, agent or employee, the
responsibilities and authority and limitations thereon of such
other individual or entity will be as provided in the Supple-
mentary Conditions.
9.04 Clarifications and Interpretations
A. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the require-
ments of the Contract Documents as ENGINEER may deter-
mine necessary, which shall be consistent with the intent of
and reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and, CONTRACTOR. If OWNER and CON-
TRACTOR are unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in the Contract
Price or Contract Times, or both, that should be allowed as
a result of a written clarification or interpretation, a Claim
may be made therefor as provided in paragraph 10.05.
9.05 Authorized Variations in Work
A. 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 and CONTRAC-
TOR are unable to agree on entitlement to or on the amount
or extent, if any, of any adjustment in the Contract Price or
Contract Times, or both, as a result of a Field Order, a
Claim may be made therefor as provided in paragraph 10.05.
9.06 Rejecting Defective Work
A. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective, or
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 inspection or testing of the Work as provided in
paragraph 13.04, whether or not the Work is fabricated,
installed, or completed.
9.07 Shop Drawings, Change Orders and Payments
A. In connection with ENGINEER's authority as to Shop
Drawings and Samples, see paragraph 6.17.
B.
In connection with
ENGINEER's
authority as to
Change
Orders, see Articles
10, 11, and 12.
C. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
9.08 Determinations for Unit Price Work
A. ENGINEER will determine the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with CON-
TRACTOR the ENGINEER'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 (except as modified by ENGINEER to
reflect changed factual conditions or more accurate data)
upon OWNER and CONTRACTOR, subject to the
provisions of paragraph 10.05.
9.09 Decisions on Requirements of Contract Documents
and Acceptability of Work
A. 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, the
quantities and classifications of Unit Price Work, the
interpretation of the requirements of the Contract Documents
pertaining to the performance of the Work, and Claims
seeking changes in the Contract Price or Contract Times will
be referred initially to ENGINEER in writing, in accordance
with the provisions of paragraph 10.05, with a request for a
formal decision.
B. When functioning as interpreter and judge under this
paragraph 9.09, 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 this paragraph 9.09 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 14.07) 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.
9.10 Limitations on ENGINEER's Authority and Respon-
sihiliries
A. Neither ENGINEER's authority or responsibility
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
1
1
1
1
1
H
00700-28 '
Li
I
I
H
H
I
I
I
I
II
I
I
I
I
or responsibility or the undertaking, exercise, or performance
of any authority or responsibility by ENGINEER shall create,
impose, or give rise to any duty in contract, tort, or
otherwise owed by ENGINEER to CONTRACTOR, any
Subcontractor, any Supplier, any other individual or entity,
or to any surety for or employee or agent of any of them.
B. ENGINEER will not supervise, direct, control, or
have authority over or be responsible for CONTRACTOR'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 performance of the
Work. ENGINEER will not be responsible for
CONTRACTOR's failure to perform the Work in accordance
with the Contract Documents.
C. ENGINEER will not be responsible for the acts or
omissions of CONTRACTOR or of any Subcontractor, any
Supplier, or of any other individual or entity performing any
of the Work.
D. ENGINEER's review of the final Application for
Payment and accompanying documentation and all mainte-
nance and operating instructions, schedules, guarantees,
Bonds, certificates of inspection, tests and approvals, and
other documentation required to be delivered by paragraph
14.07.A 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 Documents.
E. The limitations upon authority and responsibility set
forth in this paragraph 9.10 shall also apply to ENGINEER's
Consultants, Resident Project Representative, and assistants.
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS
10.01 Authorized Changes in the Work
A. 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
by a Written Amendment, a Change Order, or a Work
Change Directive. Upon receipt of any such document,
CONTRACTOR shall promptly proceed with the Work
involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise
specifically provided).
B. If OWNER and CONTRACTOR are unable to agree
on entitlement to, or on the amount or extent, if any, of an
adjustment in the Contract Price or Contract Times, or both,
that should be allowed as a result of a Work Change
Directive,
a
Claim
may be made therefor as provided in
paragraph
10.05.
10.02 Unauthorized Changes in the Work
A. 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, or
supplemented as provided in paragraph 3.04, except in the
case of an emergency as provided in paragraph 6.16 or in the
case of uncovering Work as provided in paragraph 13.04.B.
10.03 Execution of Change Orders
A. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER (or
Written Amendments) covering:
1. changes in the Work which are: (i) ordered by
OWNER pursuant to paragraph 10.01.A, (ii) required
because of acceptance of defective Work under para-
graph 13.08.A or OWNER's correction of defective
Work under paragraph 13.09, or (iii) agreed to by the
parties;
2. changes in the Contract Price or Contract Times
which are agreed to by the parties, including any
undisputed sum or amount of time for Work actually
performed in accordance with a Work Change Directive;
and
3. changes in the Contract Price or Contract Times
which embody the substance of any written decision
rendered by ENGINEER pursuant to paragraph 10.05;
provided that, in lieu of executing any such Change
Order, an appeal may be taken from any such decision
in accordance with the provisions of the Contract
Documents and applicable Laws and Regulations, but
during any such appeal, CONTRACTOR shall carry on
the Work and adhere to the progress schedule as
provided in paragraph 6. 18.A.
10.04 Notification to Surety
A. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
(including, 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 responsibility. The amount of each
applicable Bond will be adjusted to reflect the effect of any
such change.
00700 - 29
10.05 Claims and Disputes
A. Notice: Written notice stating the general nature of
each Claim, dispute, or other matter shall be delivered by the
claimant to ENGINEER and the other party to the Contract
promptly (but in no event later than 30 days) after the start of
the event giving rise thereto. Notice of the amount or extent
of the Claim, dispute, or other matter with supporting data
shall be delivered to the ENGINEER and the other party to
the Contract within 60 days after the start of such event
(unless ENGINEER allows additional time for claimant to
submit additional or more accurate data in support of such
Claim, dispute, or other matter). A Claim for an adjustment
in Contract Price shall be prepared in accordance with the
provisions of paragraph 12.01.8. A Claim for an adjustment
in Contract Time shall be prepared in accordance with the
provisions of paragraph 12.02.8. Each Claim shall be
accompanied by claimant's written statement that the adjust-
ment claimed is the entire adjustment to which the claimant
believes it is entitled as a result of said event. The opposing
party shall submit any response to ENGINEER and the
claimant within 30 days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
B. ENGINEER's Decision: ENGINEER will render
a formal decision in writing within 30 days after receipt of
the last submittal of the claimant or the last submittal of the
opposing parry, if any. ENGINEER's written decision on
such Claim, dispute, or other matter will be final and binding
upon OWNER and CONTRACTOR unless:
1. an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the dispute
resolution procedures set forth in Article 16; or
2. if no such dispute resolution procedures have
been set forth in Article 16, 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 30 days after the date of such
decision, and a formal proceeding is instituted by the
appealing party in a forum of competent jurisdiction
within 60 days after the date of such decision or within
60 days after Substantial Completion, whichever is later
(unless otherwise agreed in writing by OWNER and
CONTRACTOR), 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.
C. If ENGINEER does not render a formal decision in
writing within the time stated in paragraph 10.05.9, a
decision denying the Claim in its entirety shall be deemed to
have been issued 31 days after receipt of the last submittal of
the claimant or the last submittal of the opposing parry, if
any.
D. No Claim for an adjustment in Contract Price or
Contract Times (or Milestones) will be valid if not submitted
in accordance with this paragraph 10.05.
ARTICLE 11 - COST OF THE WORK; CASH
ALLOWANCES; UNIT PRICE WORK
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means
the sum of all costs necessarily incurred and paid by CON-
TRACTOR in the proper performance of the Work. When
the value of any Work covered by a Change Order or when
a Claim for an adjustment in Contract Price is determined on
the basis of Cost of the Work, the costs to be reimbursed to
CONTRACTOR will be only those additional or incremental
costs required because of the change in the Work or because
of the event giving rise to the Claim. 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 11.01.13.
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 limitation superintendents, foremen, and
other personnel employed 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, unem-
ployment, excise, and payroll taxes, workers'
compensation, health and retirement benefits, bonuses,
sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of regular
working hours, on Saturday, Sunday, or legal holidays,
shall be included in the above to the extent authorized by
OWNER.
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 CONTRACTOR 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
materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may
be obtained.
II
c
1
1
1
1
00700-30
I
IT
I
I
I
H
L
1
L
C
I
C'
I
iH
I
I
3. Payments made by CONTRACTOR to
Subconrac:ors for Work performed by Subcontractors.
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
acceptable. 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 this paragraph 11.01.
4. Costs of special consultants (including but not
limited to engineers, architects, testing laboratories,
surveyors, attorneys, and accountants) employed for
services specifically related to the Work.
5. Supplemental costs including the following:
a. The proportion of necessary transportation,
travel, and subsistence expenses of
CONTRACTOR's employees incurred in discharge
of duties connected with the Work.
b. Cost, including transportation and mainte-
nance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facili-
ties at the Site, and hand tools not owned by the
workers, which are consumed in the performance of
the Work, and cost, less market value, of such items
used but not consumed which remain the property of
CONTRACTOR.
c. Rentals of all construction equipment and
machinery, and the parts thereof whether rented
from CONTRACTOR or others in accordance with
rental agreements approved by OWNER with the
advice of ENGINEER, and the costs of
transportation, loading, unloading, assembly,
dismantling, and removal thereof. All such costs
shall be in accordance with the terms of said rental
agreements. The rental of any such equipment, ma-
chinery, or parts shall cease when the use thereof is
no longer necessary for the Work.
d. Sales, consumer, use, and other similar
taxes related to the Work, and for which CON-
TRACTOR is liable, imposed by Laws and Regu-
lations. '
e. 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.
f. 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 perfor-
mance of the Work (except losses and damages
within the deductible amounts of property insurance
established in accordance with paragraph 5.06.D),
provided such losses and damages have resulted
from causes other than the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or
for whose acts any of them may be liable. Such
losses shall include settlements made with the
written consent and 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.
g. The cost of utilities, fuel, and sanitary
facilities at the Site.
h. Minor expenses such as telegrams, long
distance telephone calls, telephone service at the
Site, expressage, and similar petty cash items in
connection with the Work.
i. When the Cost of the Work is used to
determine the value of a Change Order or of a
Claim, the cost of premiums for additional Bonds
and insurance required because of the changes in the
Work or caused by the event giving rise to the
Claim.
j. When all the Work is performed on the
basis of cost-plus, the costs of premiums for all
Bonds and insurance CONTRACTOR is required by
the Contract Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall
not include any of the following items:
00700-31
1. Payroll costs and other compensation of
CONTRACTOR's officers, executives, principals (of
partnerships and sole proprietorships), general manag-
ers, engineers, architects, estimators, attorneys, audi-
tors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel
employed by CONTRACTOR, whether at the Site or in
CONTRACTOR's principal or 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.o1.A.1 or specifically
covered by paragraph 11.0l.A.4, all of which are to be
considered administrative costs covered by the
CONTRACTOR's fee.
2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at the
Site.
3. Any part of CONTRACTOR's capital expenses,
including interest on CONTRACTOR's capital employed
for the Work and charges against CONTRACTOR for
delinquent payments.
4. Costs due to the negligence of CONTRACTOR,
any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them
may be liable, including but not limited to, the
correction of defective Work, disposal of materials or
equipment wrongly supplied, and making good any
damage to property.
5. Other overhead or general expense costs of any
kind and the costs of any item not specifically and
expressly included in paragraphs 11.01.A and 11.01.B.
C. CONTRACTOR's Fee: When all the Work is
performed on the basis of cost-plus, CONTRACTOR's fee
shall be determined as set forth in the Agreement. When the
value of any Work covered by a Change Order or when a
Claim for an adjustment in Contract Price is determined on
the basis of Cost of the Work, CONTRACTOR's fee shall be
determined as set forth in paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for
any purpose is to be determined pursuant to paragraphs
11.01.A and 11.01.B, CONTRACTOR will establish and
maintain records thereof in accordance with generally
accepted accounting practices and submit in a form
acceptable to ENGINEER an itemized cost breakdown
together with supporting data.
11.02 Cash Allowances
A. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the Contract
Documents and shall cause the Work so covered to be
performed for such sums as may be acceptable to OWNER
and ENGINEER. CONTRACTOR agrees that:
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
2. CONTRACTOR's costs for unloading and
handling on the Site, labor, installation costs, overhead,
profit, and other expenses contemplated for the allow -
antes 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.
B. Prior to final payment, an appropriate Change Order
will be issued as recommended by ENGINEER to reflect
actual amounts due CONTRACTOR on account of Work
covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or
part of the Work is to be Unit Price Work, initially the
Contract Price will be deemed to include for all Unit Price
Work an amount equal to the sum of the unit price for each
separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agree-
ment. The estimated quantities of items of Unit Price Work
are not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of
Unit Price Work performed by CONTRACTOR will be
made by ENGINEER subject to the provisions of paragraph
9.08.
B. Each unit price will be deemed to include an amount
considered by CONTRACTOR to be adequate to cover
CONTRACTOR's overhead and profit for each separately
identified item.
C. OWNER or CONTRACTOR may make a Claim for
an adjustment in the Contract Price in accordance with
paragraph 10.05 if:
1. the quantity of any item of Unit Price Work
performed by CONTRACTOR differs materially and
significantly from the estimated quantity of such item
indicated in the Agreement; and
I
I
I
I
I
I
I
2.
there is
no
corresponding
adjustment with
respect
any other
item
of Work; and
3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in Contract
Price as a result of having incurred additional expense or
OWNER believes 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.
I
I
I
00700 -32
L
ARTICLE 12 - CHANGE OF CONTRACT PRICE;
CHANGE OF CONTRACT TIMES
' 12.01 Change of Contract Price
LI
I
C
H
H
I
C
I
I
I
LI
A. The Contract Price may only be changed by a
Change Order or by a Written Amendment. Any Claim for
an adjustment in the Contract Price shall be based on written
notice submitted by the party making the Claim to the
ENGINEER and the other party to the Contract in accor-
dance with the provisions of paragraph 10.05.
B. 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:
1. where the Work involved is covered by unit
prices contained in the Contract Documents, by applica-
tion of such unit prices to the quantities of the items
involved (subject to the provisions of paragraph 11.03 );
or
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 12.01.C.2); or
3. where the Work involved is not covered by unit
prices contained in the Contract Documents and agree-
ment to a lump sum is not reached under paragraph
12.01.B.2, on the basis of the Cost of the Work
(determined as provided in paragraph 11.01) plus a
CONTRACTOR's fee for overhead and profit (deter-
mined as provided in paragraph 12.01.C).
C. CONTRACTOR's Fee: The CONTRACTOR's fee
for overhead and profit shall be determined as follows:
1. a mutually acceptable fixed fee; or
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:
a. for costs incurred under paragraphs
11.01.A.1 and 11.01.A.2, the CONTRACTOR's
fee shall be 15 percent;
b. for costs incurred under paragraph
11.0I.A.3, the CONTRACTOR's fee shall be five
percent;
c. 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 paragraph
12.01.C.2.a is that the Subcontractor who actually
performs the Work, at whatever tier, will be paid
a fee of 15 percent of the costs incurred by such
Subcontractor under paragraphs 11.01.A.1 and
11.01.A.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;
d. no fee shall be payable on the basis of costs
itemized under paragraphs 11.01.A.4, 11.0I.A.5,
and 11.01.8;
e. the amount of credit to be allowed by
CONTRACTOR 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
f. when both additions and credits are in-
volved in any one change, the. adjustment in
CONTRACTOR's fee shall be computed on the
basis of the net change in accordance with para-
graphs 12.01.C.2.a through 12.01.C.2.e, inclu-
sive.
12.02 Change of Contract Times
A. The Contract Times (or Milestones) may only be
changed by a Change Order or by a Written Amendment.
Any Claim for an adjustment in the Contract Times (or
Milestones) shall be based on written notice submitted by the
party making the claim to the ENGINEER and the other
party to the Contract in accordance with the provisions of
paragraph 10.05.
B. Any adjustment of the Contract Times (or
Milestones) covered by a Change Order or of any Claim for
an adjustment in the Contract Times (or Milestones) will be
determined in accordance with the provisions of this
Article 12.
12.03 Delays Beyond CONTRACTOR's Control
A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of
CONTRACTOR, 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
12.02.A. 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
00700-33
'
H
Article 7,
fires,
floods,
epidemics, abnormal weather
conditions,
or acts
of God.
12.04 Delays Within CONTRACTOR's Control
A. The Contract Times (or Milestones) will not be
extended due to delays within the control of
CONTRACTOR. Delays attributable to and within the
control of a Subcontractor or Supplier shall be deemed to be
delays within the control of CONTRACTOR.
12.05 Delays Beyond OWNER's and CONTRACTOR's
Control
A. 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.
12.06 Delay Damages
A. In no event shall OWNER or ENGINEER be liable
to CONTRACTOR, any Subcontractor, any Supplier, or 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:
1. delays caused by or within the control of CON
TRACTOR; or
2. delays beyond the control of both OWNER and
CONTRACTOR including but not limited to fires,
floods, epidemics, abnormal weather conditions, acts of
God, or acts or neglect by utility owners or other
contractors performing other work as contemplated by
Article 7.
B. Nothing in this paragraph 12.06 bars a change in
Contract Price pursuant to this Article 12 to compensate
CONTRACTOR due to delay, interference, or disruption
directly attributable to actions or inactions of OWNER or
anyone for whom OWNER is responsible.
ARTICLE 13 - TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
A. Prompt notice of all defective Work of which
OWNER or ENGINEER has actual knowledge will be given
to CONTRACTOR. All
defective
Work
may be rejected,
corrected, or accepted as
provided
in this
Article 13.
13.02 Access to Work
A. OWNER, ENGINEER, ENGINEER's Consultants,
other representatives and personnel of OWNER, independent
testing laboratories, and governmental agencies with
jurisdictional interests will have access to the Site and 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.
13.03 Tests and Inspections
A. CONTRACTOR shall give ENGINEER timely
notice 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.
B. 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:
r..
1. for inspections, tests, or approvals covered by
paragraphs 13.03.C and 13.03.D below;
2. that costs incurred in connection with tests or
inspections conducted pursuant to paragraph 13.04.8
shall be paid as provided in said paragraph 13.04.B; and
3. as otherwise specifically provided in the Con-
tract Documents.
C. 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
representative of such public body, CONTRACTOR shall
assume full responsibility for arranging and obtaining such
inspections, tests, or approvals, pay all costs in connection
therewith, and furnish ENGINEER the required certificates
of inspection or approval.
D. CONTRACTOR shall be responsible for arranging
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 acceptance of materials, mix
designs, or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in the
Work. Such inspections, tests, or approvals shall be
performed by organizations acceptable to OWNER and
ENGINEER.
I
C
IL
I
C
I
H
H
C
C
Li
Li
C
I
00700-34 '
L1
I
Ti
I
I
I
I
I
I
I
J
II
t
E. 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
requested by ENGINEER, be uncovered for observation.
F. Uncovering Work as provided in paragraph 13.03.E
shall be at CONTRACTOR's expense unless CON-
TRACTOR. has given ENGINEER timely notice of
CONTRACTOR's intention to cover the same and ENGI-
NEER has not acted with reasonable promptness in response
to such notice.
13.04 Uncovering Work
A. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by ENGINEER,
be uncovered for ENGINEER's observation and replaced at
CONTRACTOR's expense.
B. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or inspected
or tested by others, CONTRACTOR, at ENGINEER's
request, 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 (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) arising out of or relating to 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. If the parties are unable to
agree as to the amount thereof, OWNER may make a Claim
therefor as provided in paragraph 10.05. 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 attribut-
able to such uncovering, exposure, observation, inspection,
testing, replacement, and reconstruction. If the parties are
unable to agree as to the amount or extent thereof,
CONTRACTOR may make a Claim therefor as provided in
paragraph 10.05.
13.05 OWNER May Stop the Work
A. If the Work is defective, or CONTRACTOR fails to
supply sufficient skilled workers or suitable materials or
equipment, or fails to 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 shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of
CONTRACTOR, any Subcontractor, any Supplier, any other
individual or entity, or any surety for, or employee or agent
of any of them.
13.06 Correction or Removal of Defective Work
A. CONTRACTOR shall correct all defective Work,
whether or not fabricated, installed, or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
Project and replace it with Work that is not defective.
CONTRACTOR shall pay 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)
arising out of or relating to such correction or removal
(including but not limited to all costs of repair or replacement
of work of others).
13.07 Correction Period
A. If within one year after the date of Substantial
Completion or such longer period of time as may be
prescribed by Laws or Regulations or by the terms of any
applicable special guarantee required by the Contract
Documents or by any specific provision of the Contract
Documents, any Work is found to be defective, or if the
repair of any damages to the land or areas made available for
CONTRACTOR's use by OWNER or permitted by Laws and
Regulations as contemplated in paragraph 6.11.A is found to
be defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) repair such defective land or areas, or (ii)
correct such defective Work or, if the defective Work has
been rejected by OWNER, remove it from the Project and
replace it with Work that is not defective, and (iii) satisfac-
torily correct or repair or remove and replace any damage to
other Work, to the work of others or other land or areas
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
repaired or may have the rejected Work removed and
replaced, and 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)
arising out of or relating to such correction or repair or such
removal and replacement (including but not limited to all
costs of repair or replacement of work of others) will be paid
by CONTRACTOR.
B. In special circumstances where a particular item of
equipment is placed in continuous service before Substantial
Completion of all the Work, the correction period for that
00700-35
item may start to run from an earlier date if so provided in
the Specifications or by Written Amendment.
i
C. Where defective Work (and damage to other Work
resulting therefrom) has been corrected or removed and
replaced under this paragraph 13.07, the correction period
hereunder with respect to such Work will be extended for an
additional period of one year after such correction or removal
and replacement has been satisfactorily completed.
D. CONTRACTOR's obligations under this paragraph
13.07 are in addition to any other obligation or warranty.
The provisions of this paragraph 13.07 shall not be construed
as a substitute for or a waiver of the provisions of any
applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
A. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (and, prior to
ENGINEER's recommendation of final payment,
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay 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)
attributable to OWNER's evaluation of and determination to
accept such defective Work (such costs to be approved by
ENGINEER as to reasonableness) and the diminished value
of the Work to the extent not otherwise paid by
CONTRACTOR pursuant to this sentence. 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, reflecting the
diminished value of Work so accepted. If the parties are
unable to agree as to the amount thereof, OWNER may make
a Claim therefor as provided in paragraph 10.05. If the
acceptance occurs after such recommendation, an appropriate
amount will be paid by CONTRACTOR to OWNER.
13.09 OWNER May Correct Defective Work
A. 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 13.06.A, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails to
comply with any other provision of the Contract Documents,
OWNER may, after seven days written notice to
CONTRACTOR, correct and remedy any such deficiency.
B. In exercising the rights and remedies under this
paragraph, OWNER shall proceed 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, con-
stmction equipment and machinery at the Site, and incorpo-
rate 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 contractors, and ENGINEER and
ENGINEER's Consultants access to the Site to enable
OWNER to exercise the rights and remedies under this
paragraph.
C. 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) incurred or
sustained by OWNER in exercising the rights and remedies
under this paragraph 13.09 will be charged against CON-
TRACTOR, 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. If the parties are
unable to agree as to the amount of the adjustment, OWNER
may make a Claim therefor as provided in paragraph 10.05.
Such claims, costs, losses and damages will include but not
be limited to all costs of repair, or replacement of work of
others destroyed or damaged by correction, removal, or
replacement of CONTRACTOR's defective Work.
D. CONTRACTOR shall not be allowed an extension
of the Contract Times (or Milestones) because of any delay
in the performance of the Work attributable to the exercise by
OWNER of OWNER's rights and remedies under this
paragraph 13.09.
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND
COMPLETION
14.01 Schedule of Values
A. The schedule of values established as provided in
paragraph 2.07.A will serve as the basis for progress
payments and 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 completed.
1
1
1
1
00700-36
I.
I
H
I
I
I
C
I
C
L
H
H
I
I
Li
Li
14.02 Progress Payments
A. p Citations for Payments
1. At least 20 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 PaymentS 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 equipment 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 docu-
mentation 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 or other arrangements
to protect OWNER's interest therein, all of which must
be satisfactory to OWNER.
2. Beginning with the second Application for
Payment, each Application shall include an affidavit of
CONTRACTOR stating that all previous progress
payments received on account of the Work have been
applied on account to discharge CONTRACTOR's
legitimate obligations associated with prior Applications
for Payment.
3. The amount of retainage with respect to pro-
gress payments will be as stipulated in the Agreement.
B. Review of Applications
1. ENGINEER will, within 10 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 indicating in writing ENGINEER's
reasons for refusing to recommend payment. In the
latter case, CONTRACTOR may make the necessary
corrections and resubmit the Application.
2. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute
a representation by ENGINEER to OWNER, based on
ENGINEER's observations on the Site of the executed
Work as an experienced and qualified design profession-
al and on ENGINEER's review of the Application for
Payment and the accompanying data and schedules, that
to the best of ENGINEER's knowledge, information and
belief:
00700-37
a. the Work has progressed to the point
indicated;
b. the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the
results of any subsequent tests called for in the
Contract Documents, to a final determination of
quantities and classifications for Unit Price Work
under paragraph 9.08, and to any other
qualifications stated in the recommendation); and
c. 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.
3. By recommending any such payment ENGI-
NEER will not thereby be deemed to have represented
that: (i) inspections made to check the quality or the
quantity of the Work as it has been performed have been
exhaustive, extended to every aspect of the Work in
progress, or involved detailed inspections 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 CONTRACTOR to be paid
additionally by OWNER or entitle OWNER to withhold
payment to CONTRACTOR.
4. Neither ENGINEER's review of
CONTRACTOR's Work for the purposes of recom-
mending payments nor ENGINEER's recommendation
of any payment, including final payment, will impose
responsibility on ENGINEER to supervise, direct, or
control the Work or for the means, methods, techniques,
sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for CON-
TRACTOR's failure to comply with Laws and Regu-
lations applicable to CONTRACTOR's performance of
the Work. Additionally, said review or recommendation
will not impose responsibility on ENGINEER to make
any examination to ascertain how or foe what purposes
CONTRACTOR has used the moneys paid on account of
the Contract Price, or to determine that title to any of
the Work, materials, or equipment has passed to
OWNER free and clear of any Liens.
5. 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 representa-
tions to OWNER referred to in paragraph 14.02.B.2.
ENGINEER may also refuse to recommend any such
payment or, because of subsequently discovered
evidence or the results of subsequent inspections or tests,
H
revise or revoke any such payment recommendation
previously made, to such extent as may be necessary in
ENGINEER's opinion to protect OWNER from loss
because:
a. the Work is defective, or completed Work
has been damaged, requiring correction or replace-
ment;
b. the Contract Price has been reduced by
Written Amendment or Change Orders;
c. OWNER has been required to correct
defective Work or complete Work in accordance
with paragraph 13.09; or
d. ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in para-
graph 15.02.A.
C. Payment Becomes Due
1. Ten days after presentation of the Application
for Payment to OWNER with ENGINEER's recom-
mendation, the amount recommended will (subject to the
provisions of paragraph 14.02.D) become due, and when
due will be paid by OWNER to CONTRACTOR.
D. Reduction in Payment
1. OWNER may refuse to make payment of the
full amount recommended by ENGINEER because:
a. claims have been made against OWNER on
account of CONTRACTOR's performance or fur-
nishing of the Work;
b. 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;
c. there are other items entitling OWNER to
a set-off against the amount recommended; or
d. OWNER has actual knowledge of the occur-
rence of any of the events enumerated in paragraphs
14.02.B.5.a through 14.02.B.5.c or paragraph
15.02.A.
2. If OWNER refuses to make payment of the full
amount recommended by ENGINEER, OWNER must
give CONTRACTOR immediate written notice (with a
copy to ENGINEER) stating the reasons for such action
and promptly pay CONTRACTOR any amount
remaining after deduction of the amount so withheld.
OWNER shall promptly pay CONTRACTOR the
•
amount so withheld, or any adjustment thereto agreed to
by OWNER and CONTRACTOR, when CONTRAC-
TOR corrects to OWNER's satisfaction the reasons for
such action.
3. If it is subsequently determined that OWNER's
refusal of payment was not justified, the amount
wrongfully withheld shall be treated as an amount due as
determined by paragraph 14.02.C.1.
14.03 CONTRACTOR's Warranty of Title
A. 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.
14.04 Substantial Completion
A. 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
CONTRACTOR as incomplete) and request that ENGINEER
issue a certificate of Substantial Completion. Promptly
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
substantially 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 Completion which shall fix the date
of Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment. 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 14 days after
submission of the tentative certificate to OWNER notify
CONTRACTOR in writing, stating the reasons therefor. If,
after consideration of OWNER's objections, ENGINEER
considers the Work substantially complete, ENGINEER will
within said 14 days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the time
of delivery of the tentative certificate of Substantial Comple-
tion ENGINEER will deliver to OWNER and CONTRAC-
TOR a written recommendation as to division of responsibili-
00700 - 38
1l
1
1
1
1
1
I
I
Li
II
I
I
ties pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety,
and protection of the Work, maintenance, heat, utilities,
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.
B. OWNER shall have the right to exclude
CONTRACTOR from the Site after the date of Substantial
Completion, but OWNER shall allow CONTRACTOR
reasonable access to complete or correct items on the
tentative list.
14.05 Partial Utilization
IA. Use by OWNER at OWNER's option of any
substantially completed part of the Work which has
.specifically been identified in the Contract Documents, or
' which OWNER, ENGINEER, and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended purpose
without significant interference with CONTRACTOR's
performance of the remainder of the Work, may be
accomplished prior to Substantial Completion of all the Work
subject to the following conditions.
L
H
I
I
I
I
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
CONTRACTOR agrees that such part of the Work is
substantially complete, CONTRACTOR will certify to
OWNER and ENGINEER that such part of the Work is
substantially complete and request ENGINEER to issue
a certificate 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,
ENGINEER will notify OWNER and CONTRACTOR
in writing giving the reasons therefor. If ENGINEER
considers that part of the Work to be substantially
complete, the provisions of paragraph 14.04 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.
2. No occupancy or separate operation of part of
the Work may occur prior to compliance with the
requirements of paragraph 5.10 regarding property
insurance.
14.06 Final Inspection
A. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will promptly make a final inspection with
OWNER and CONTRACTOR and will notify CON-
TRACTOR in writing of all 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.
14.07 Final Payment
A. Application for Payment
1. After CONTRACTOR has, in the opinion of
ENGINEER, satisfactorily completed all corrections
identified during the final inspection and has delivered,
in accordance with the Contract Documents, all main-
tenance and operating instructions, schedules, guaran-
tees, Bonds, certificates or other evidence of insurance
certificates of inspection, marked -up record documents
(as provided in paragraph 6.12), and other documents,
CONTRACTOR may make application for final
payment following the procedure for progress payments.
2. 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 5.04.B.7; (ii) consent of the
surety, if any, to final payment; and (iii) complete and
legally effective releases or waivers (satisfactory to
OWNER) of all Lien rights arising out of or Liens filed
in connection with the Work.
3. In lieu of the releases or waivers of Liens
specified in paragraph 14.07.A.2 and as approved by
OWNER, CONTRACTOR 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 satisfactory to OWNER to indemnify
OWNER against any Lien.
H
B. Review of Application and Acceptance
1. If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER'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 for Payment 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 14.09. Otherwise, ENGINEER will return
the Application for Payment to CONTRACTOR,
indicating in writing the reasons for refusing to
recommend final payment, in which case CON-
TRACTOR shall make the necessary corrections, and
resubmit the Application for Payment.
C. Payment Becomes Due
1. Thirty days after the presentation to OWNER of
the Application for Payment and accompanying docu-
mentation, the amount recommended by ENGINEER
will become due and, when due, will be paid by OWN-
ER to CONTRACTOR.
14.08 Final Completion Delayed
A. If, through no fault of CONTRACTOR, final
completion 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 ENGINEER, and without terminating the
Agreement, make payment of the balance due for that portion
of the Work fully completed and accepted. If the remaining
balance to be held by OWNER for Work not fully completed
or corrected is less than the retainage stipulated in the
Agreement, and if Bonds have been furnished as required in
paragraph 5.01, the written consent of the surety to the
payment of the balance due for that portion of the Work fully
completed and accepted shall be submitted by CON-
TRACTOR to ENGINEER with the Application 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.
14.09 Waiver of Claims
A. The making and acceptance of final payment will
constitute:
1. a waiver of all Claims by OWNER against
CONTRACTOR, except Claims arising from unsettled
Liens, from defective Work appearing after final
inspection pursuant to paragraph 14.06, from failure to
comply with the Contract Documents or the terms of any
special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the
Contract Documents; and
2. a waiver of all Claims by CONTRACTOR
against OWNER other than those previously made in
writing which are still unsettled.
ARTICLE 15 - SUSPENSION OF WORK AND
TERMINATION
15.01 OWNER May Suspend Work
A. At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period of not
more than 90 consecutive days by notice in writing to CON-
TRACTOR and ENGINEER which will fix the date on which
Work will be resumed. CONTRACTOR shall resume the
Work on the date so fixed. CONTRACTOR shall be allowed
an adjustment in the Contract Price or an extension of the
Contract Times, or both, directly attributable to any such
suspension if CONTRACTOR makes a Claim therefor as
provided in paragraph 10.05.
15.02 OWNER May Terminate for Cause
A. The occurrence of any one or more of the following
events will justify termination for cause:
1. CONTRACTOR's persistent failure to perform
the Work in accordance with the Contract Documents
(including, 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 2.07 as adjusted from time to time
pursuant to paragraph 6.04);
2. CONTRACTOR's disregard of Laws or
Regulations of any public body having jurisdiction;
3. CONTRACTOR's disregard of the authority of
ENGINEER; or
4. CONTRACTOR's violation in any substantial
way of any provisions of the Contract Documents.
B. If one or more of the events identified in paragraph
15.02.A occur, OWNER may, after giving CONTRACTOR
(and the surety, if any) seven days written notice, terminate
I
1
1
1
1
1
1
1
00700-40
I.
I
G
H
H
I
I
I
I
I
I
I
I
I
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 materials and equipment stored at the Site or for
which OWNER has paid CONTRACTOR but which are
stored elsewhere, and finish the Work as OWNER 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 (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) sustained by OWNER
arising out of or relating to completing the Work, such excess
will be paid to CONTRACTOR. If such claims, costs,
losses, and damages exceed such unpaid balance,
CONTRACTOR shall pay the difference to OWNER. Such
claims, costs, losses, and damages incurred by OWNER will
be reviewed by ENGINEER as to their reasonableness and,
when so approved by ENGINEER, incorporated in a Change
Order. When exercising any rights or remedies under this
paragraph OWNER shall not be required to obtain the lowest
price for the Work performed.
C. Where CONTRACTOR's services have been so
terminated 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.
15.03 OWNER May Terminate For Convenience
A. 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 Contract. In such case, CONTRACTOR shall
be paid (without duplication of any items):
1. for completed and acceptable Work executed in
accordance with the Contract Documents prior to the
effective date of termination, including fair and
reasonable sums for overhead and profit on such Work;
2. for expenses sustained prior to the effective date
of termination in performing services and furnishing
labor, materials, or equipment as required by the
Contract Documents in connection with uncompleted
Work, plus fair and reasonable sums for overhead and
profit on such expenses;
3. for 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) incurred in settlement of terminated contracts
with Subcontractors, Suppliers, and others; and
4. for reasonable expenses directly attributable to
termination.
B. 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.
15.04 CONTRACTOR May Stop Work or Terminate
A. If, through no act or fault of CONTRACTOR, the
Work is suspended for more than 90 consecutive days by
OWNER or under an order of court or other public authority,
or ENGINEER fails to act on any Application for Payment
within 30 days after it is submitted, or OWNER fails for 30
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 Contract and recover from
OWNER payment on the same terms as provided in
paragraph 15.03. In lieu of terminating the Contract and
without prejudice to any other right or remedy, if ENGI-
NEER has failed to act on an Application for Payment within
30 days after it is submitted, or OWNER has failed for 30
days to pay CONTRACTOR any sum finally determined to
be due, CONTRACTOR may, seven days after written notice
to OWNER and ENGINEER, stop the Work until payment
is made of all such amounts due CONTRACTOR, including
interest thereon. The provisions of this paragraph 15.04 are
not intended to preclude CONTRACTOR from making a
Claim under paragraph 10.05 for an adjustment in Contract
Price or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping the Work
as permitted by this paragraph.
ARTICLE 16 - DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Dispute resolution methods and procedures, if any,
shall be as set forth in the Supplementary Conditions. If no
method and procedure has been set forth, and subject to the
provisions of paragraphs 9.09 and 10.05, OWNER and
CONTRACTOR may exercise such rights or remedies as
either may otherwise have under the Contract Documents or
by Laws or Regulations in respect of any dispute.
00700-41
ARTICLE 17 - MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents
requires the giving of written notice, it will be deemed to
have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the
corporation for whom it is intended, or if delivered at or sent
by registered or certified mail, postage prepaid, to the last
business address known to the giver of the notice.
17.02 Computation of Times
A. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude
the first and include the last day of such period. If the last
day of any such period falls on a Saturday or Sunday or on
a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computation.
17.03 Cumulative Remedies
A. The duties and obligations imposed by these General
Conditions and the rights and remedies available hereunder
to the parties hereto are in addition to, and are not to be
construed in any way as a limitation of, any rights and
remedies available to any or all of them which are otherwise
imposed or available by Laws or Regulations, by special
warranty or guarantee, or by other provisions of the Contract
Documents, and the provisions of this paragraph will be as
effective as if repeated specifically in the Contract
Documents in connection with each particular duty,
obligation, right, and remedy to which they apply.
17.04 Survival of Obligations
A. All representations, indemnifications, warranties,
and guarantees made in, required by, or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will survive
final payment, completion, and acceptance of the Work or
termination or completion of the Agreement.
17.05 Controlling Law
A. This
Contract is
to
be governed
by the law of the
state in which
the Project
is
located.
1
1
1
1
I
I
I
LIST OF SUBJECTS
Section 00800
SUPPLEMENTARY CONDITIONS
SC -1.01 Defined Terms
SC -2.02 Copies of Documents
SC -2.05.B Preliminary Schedules:
• SC -2.05.C Evidence of Insurance:
SC -4.02 Subsurface and Physical Conditions
SC -4.04 Underground Facilities
SC -5.01 Performance, Payment, and Other Bonds
' SC -5.02 Licensed Sureties and Insurers
SC -5.03 Certificates of Insurance
SC -5.04 CONTRACTOR'S Liability Insurance
'• SC -5.04.B.1 Identification of Additional Insureds
SC -5.04.B.5 Notice of Cancellation of Liability Insurance
SC -5.05 OWNER'S Liability Insurance
SC -5.06 Property Insurance
SC -5.08 Receipt and Application of Insurance Proceeds
SC -6.04 Progress Schedules
'• SC -6.08 Permits
SC -6.19 CONTRACTOR's General Warranty and Guarantee
SC -7.01 Related Work at the Site
SC -7.03 Separate Contractor Claim
SC -8.06 Insurance
SC -9.03 Project Representative
'SC -10.06 Authority for Changes in the Work
SC -11.03 Unit Price Work
' SC -12.03 Delays Beyond CONTRACTOR'S Control
SC -14.02 Progress Payments
SC -14.02.B Review of Applications
' SC -14.02.C Payment Becomes Due
SC -14.04 Substantial Completion
SC -14.05 Partial Utilization
' SC -16.01 Methods and Procedures
Exhibit GC -A Dispute Resolution Agreement
I
I
I
I
00800(1)
J:\ProjectsU997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayetteville
I
Li
I
I
I
These Supplementary Conditions amend or supplement the Standard General Conditions of the
Construction Contract (EJCDC No. 1910-8, 1996 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. Paragraph numbers in these Supplementary Conditions correspond to the paragraph
numbers in the General Conditions, except with the designation "SC".
SC -1.01 Defined Terms
The terms used in the Supplementary Conditions which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1996 Edition) have the meanings assigned to
them in the General Conditions. In addition to the provisions of paragraph 1.01, the following
supplemental definitions apply:
"1.01.30. "OWNER" shall mean the City Of Fayetteville, Arkansas, acting through its duly
authorized representatives. Address - City of Fayetteville, 113 West Mountain, Fayetteville, AR
72701."
Add the following definitions to paragraph 1.01 of the General Conditions:
' "1.01.51. "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.
1.01.52. "Advertisement" shall mean the legal publications pertaining to the work of this contract.
I
H
H
I
J
Li
C
1.01.53. "Plans" shall mean, collectively, all of the Drawings pertaining to the contract and made
a part thereof, and also such supplementary drawings as 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 General Requirements, or for the showing of details which are not shown thereon.
1.01.54.
"Grade" shall mean
and indicate
the
established elevations of the paving, flow lines of
sewers and
other appurtenances
as shown on
the
Drawings."
SC -2.02 Copies of Documents
Delete paragraph 2.02.A of the General Conditions in its entirety and insert the following in its place:
"A. ENGINEER shall furnish to CONTRACTOR six (6) bound copies of the Agreement and other
Contract Documents, the Bond or Bonds properly executed. CONTRACTOR shall execute the
Agreement and submit all copies to the OWNER for execution. The date of contract on the
Agreement, Bond forms, and power of attorney shall be left blank for filling in by OWNER. These
documents will be dated the day the OWNER executes the contract.
OWNER shall furnish to CONTRACTOR up to four (4) 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."
00800 (2)
1:\Projects\ 1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayetteville
I
I
I
H
I
I
I
I
SC -2.05.B. Preliminary Schedules:
Add the following to the end of paragraph 2.05.B.3 of the General Conditions:
Additional subdivision of unit price or lump sum items, as shown in the Bid Form, shall be made as
reasonably requested by ENGINEER or as required to verify progress payments for Unit Price Work
that will take place over several progress periods."
SC -2.05.C. Evidence of Insurance:
Delete all references to OWNER supplied and OWNER delivered insurance.
SC -4.02 Subsurface and Physical Conditions
Some subsurface investigation has been conducted within the project site area, and ENGINEER has
used some of the technical data related to subsurface and physical conditions in the preparation of
f
Drawings and Specifications.
SC -4.04 Underground Facilities
' Add a new paragraph 4.04.B.3 immediately following paragraph 4.04.B.2 of the General Conditions
which shall read as follows:
H
"3. Paragraphs 4.04.B.1 and 4.04.B.2 do not apply to Underground Facilities that are being relocated
by others as part of the Project. OWNER does not control the schedule of the owners of those
Underground Facilities, and cannot determine whether those Underground Facilities will be relocated
prior to, simultaneous to, or after the Work under these Contract Documents. CONTRACTOR shall
advise ENGINEER of Underground Facilities have been relocated, but may not make a claim for
changes in the Contract Price or Contract Times as a result of any such relocation. If the relocation
of Underground Facilities presents an obstacle to the Work continuing, CONTRACTOR shall inform
OWNER and ENGINEER of the obstacle, and ENGINEER will determine if a change in the Work
is required. If the change in the Work results in a change in the quantity of Unit Price Work,
CONTRACTOR will be paid for the actual Unit Price Work installed."
' SC -5.01 Performance, Payment and Other Bonds
Delete paragraph 5.01.C of the General Conditions in its entirety and insert the following new
paragraph in its place:
' "C. 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 after notice from the bond company that conditions are as described in this
' sentence and/or after notice from the OWNER to do so, substitute an acceptable Bond or Bonds in
' 00800(3)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc City of Fayetteville
I
I
I
I
I
I
H
H
H
H
H
H
El
I
C
r
H
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 CONTRACTOR. No further payment shall be deemed due
nor shall be made until the new surety or sureties shall have famished an acceptable Bond to the
OWNER."
Add the following new paragraphs immediately after paragraph 5.01.C of the General Conditions
which read as follows:
"D. Resident Agent: 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.
E. Additionallnformation: CONTRACTOR shall provide the Bonds as described in these sections
within ten (10) days after the receipt of a Notice of Selection.
For contracts in excess of $100,000 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, but less than $1,000,000 - "B+" rating or higher and contract
amount may not exceed 2.0 percent of the policyholder's surplus.
(2) contracts in excess of $1,000,000 - "A" rating or higher and contracts may not exceed 2.0 percent
of the policyholder's surplus.
The expense of all Bonds shall be borne by CONTRACTOR."
SC -5.02 Licensed Sureties and Insurers
Add the following new paragraphs immediately after paragraph 5.02.A of the General Conditions
which read as follows:
"B. 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.
C. 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."
00800(4)
J:\P'ojects\1997\976070 (Sycamore)\Spccs\Resubmittal-3-99\Fmnt End\00800.doc
City of Fayetteville
I
ISC -5.03 Certificates of Insurance
' Delete the second sentence of paragraph 5.03.A ("OWNER shall deliver to Contractor...") in its
entirety.
SC -5.04 CONTRACTOR's Liability Insurance
The limits for liability for the insurance required by paragraph 5.04 of the General Conditions shall
provide coverage for not less than the following amounts or greater where required by Laws and
Regulations:
Workers Compensation, etc. under paragraphs 5.04.A.1 and 5.04.A.2 of the General Conditions:
I) State: Statutory
2) Applicable Federal: Statutory
3) Employer's Liability: $100,000.00 each occurrence
Comprehensive General Liability Insurance, under paragraphs 5.04.A.3 through 5.04.A.5 of the
General Conditions:
$1,000,000.00 Combined Single Limit
I
I
I
I
I
J
I
I
L
L
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 under paragraph 5.04.A.6 of the General Conditions:
(1) Bodily Injury:
$1,000,000.00
$2,000,000.00
Property Damage:
$500,000.00
or
Each person
Each occurrence
Each occurrence
(2) a combined single limit of $2,000,000.00.
SC -5.04.B.1. Identification of Additional Insureds
Additional insureds with respect to insurance required by paragraph 5.04 of the General Conditions
shall include: the City of Fayetteville, Arkansas and Garver Engineers (OWNER and
ENGINEER).
00800 (5)
J:\Projects\ 1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayetteville
H
I
I
I
I
I
H
H
L
SC -5.04.B.5. Notice of Cancellation of Liability Insurance
Add the following language at the end of paragraph 5.04.B.5 of the General Conditions:
"any wording such as "will endeavor" or "but failure to mail such notice shall impose no obligation
or liability of any kind upon the [insurance] Company" shall be deleted from the policies and
insurance certificates."
SC -5.05 OWNER's Liability Insurance
Delete paragraph 5.05 of the General Conditions in its entirety and insert the following in its place:
"5.05 OWNER s' and ENGINEER's Contingent Protective Liability Insurance
A. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents
and employees from and against all losses and claims, demands, payments, suits, actions, recoveries,.
judgments of every nature and description brought or recovered against them by reason of omission
or act of CONTRACTOR, his agent(s), employees, Subcontractor, Supplier, 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. CONTRACTOR shall obtain in the name of 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 OWNER and ENGINEER from contingent liability under
this contract.
ISC -5.06 Property Insurance
I
I
I
C
Delete paragraph 5.06.A of the General Conditions in its entirety and insert the following in its place:
"A. 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 the 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 be provided in
the 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 5.06 will contain a provision
00800 (6)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
I
City of Fayetteville
H
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 5.07.B."
Delete paragraph 5.06.B of the General Conditions in its entirety and insert the following in its place:
"B. CONTRACTOR shall protect OWNER against all loss during the course of the contract. If, due
to the nature of the Project, insurance coverage other than that specified is needed by CONTRACTOR
to protect OWNER against all losses, CONTRACTOR shall be responsible for the determination of
and procurement of any additional insurance needed."
Delete paragraph 5.06.C of the General Conditions in its entirety and insert the following in its place:
' "C. Policies shall also specify that insurance provided by CONTRACTOR will be considered
primary and not contributory to any other insurance available to OWNER or 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 policies and certificates."
Delete paragraph 5.06.E of the General Conditions in its entirety.
SC -5.08 Receipt and Application of Insurance Proceeds
' Delete paragraph 5.08 of the General Conditions in its entirety.
' SC -6.04 Progress Schedules
Add a new paragraph 6.04.A.3 immediately following paragraph 6.04.A.2 of the General Conditions
' which shall read as follows:
"3. An updated schedule, in the format specified in the Specifications, shall be required with each
' submittal for progress payment by CONTRACTOR. Failure to provide an accurate schedule (and/or
updated schedule) shall be reason for OWNER to refuse progress payment to CONTRACTOR."
I
I
I
I
I
SC -6.08 Permits
Add a new paragraph 6.08.B immediately after paragraph 6.08.A of the General Conditions which
shall read as follows:
"B. CONTRACTOR shall obtain, and maintain on the job -site, an NPDES Storm Water Discharge
Permit, if needed, from the NPDES Branch of the Water Division of the Arkansas Department of
Environmental Quality (ADEQ). CONTRACTOR shall request the necessary forms and instructions
by writing to the following address:
00800(7)
J:\Projects\ 1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayetteville
I
IADEQ
8001 National Drive
' P.O. Box 8913
Little Rock, Arkansas 72219-8913
(501) 682-0744
' SC -6.19 CONTRACTOR's General Warranty and Guarantee
I
I
L
IJ
I
J
Li
L
Add a new paragraph 6.19.C immediately after paragraph 6.19.B of the General Conditions which
shall read as follows:
"C. For a period of two (2) years, or longer if specified by special guarantees or by law,
CONTRACTOR shall at the CONTRACTOR's expense make all repairs and replacements
necessitated by defects in the materials, workmanship or prosecution of the Work under this contract,
and pay for any damage to other works or property resulting from such defects. 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 two (2) 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 paragraph 14.07.B, Review of Application and Acceptance, or the date
of Substantial Completion as specified in paragraph 14.04. CONTRACTOR shall make all repairs
or replacements promptly upon receipt of written order for the repairs or replacements from OWNER.
If the CONTRACTOR fails to make the repairs or replacements promptly, OWNER may perform
the work and the CONTRACTOR and the CONTRACTOR's Surety shall be liable for all costs
thereof"
SC -7.01 Related Work at the Site
Delete paragraph 7.01.A of the General Conditions in its entirety and insert the following in its place:
"A. The Work is part of a Capital Improvements Program. As a result of the City's proposed
improvements, additional right-of-way and/or easements may or may not be obtained by the City.
Some utilities in the area may have to undertake various relocation and demolition in the Project area.
Known utilities being required to relocate are water and some sewer. The known scope of each of
these is indicated in the Summary of Work. However, OWNER and ENGINEER do not have all
information concerning the proposed relocations of other utilities, nor is the proposed schedule for
relocating these utilities known. Also, OWNER and ENGINEER cannot be certain that each and
every utility requiring relocation has been identified as to type and owner. It is likely that conditions
at the site could vary according to work done by other utility owners prior to the start of the Work
under these Contract Documents. CONTRACTOR shall have no right to make a claim for changes
in the Contract Price or Contract Time as a result of the work of other utility owners being done by
those owners as a result of this Project, other than the right for additional quantities of Unit Price
Work, if applicable."
Delete the first sentence of paragraph 7.01.B of the General Conditions and insert the following
sentence in its place:
00800(8)
J:\Projects\1997\976070 (Sycanwm)\Specs\Resubmittal-3-99\Fmnt End\00800.doc
City of Fayetteville
I
I
"B. CONTRACTOR shall afford each utility owner and 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."
Delete the last sentence of paragraph 7.01.B of the General Conditions in its entirety.
H
I
I
H
H
I
FIB
I
H
I
I
I
I
C
SC -7.03 Separate Contractor Claim
Add a new paragraph 7.03 immediately after paragraph 7.02 of the General Conditions which shall
read as follows:
"7.03 Separate Contractor Claim
A. Should CONTRACTOR cause damage to the Work or property of any separate contractor (or
separate party) at the site, or should any claim arising out of CONTRACTOR'S performance of the
Work at the site be made by any separate contractor (or separate party) against CONTRACTOR,
OWNER or ENGINEER, or any such person, CONTRACTOR shall promptly attempt to settle with
such other separate contractor (or separate party) by agreement or otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations,
indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses
and expenses (including, but not limited to, fees and charges of engineers, architects, attorneys and
other professionals and court and arbitration costs) arising directly, indirectly or consequentially out
of any action, legal or equitable, brought by any separate contractor (or separate party) against
OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance
of the Work. Should a separate contractor (or separate party) cause damage to the Work or property
of CONTRACTOR or should the performance of Work by any separate contractor (or separate party)
at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or
equitable, against OWNER or ENGINEER or permit any action against them to be maintained and
continued in CONTRACTOR'S name for benefit in any court or before any arbitrator which seeks to
impose liability on, or recover damages from OWNER or ENGINEER on account of such damage
or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or
neglect of a separate contractor (or separate party) and OWNER and CONTRACTOR are unable to
agree as to the extent of any adjustment in Contract Time attributable thereof, CONTRACTOR may
make a claim for an extension of time in accordance with Article 12 of the General Conditions. An
extension of the Contract Time shall be the CONTRACTOR'S exclusive remedy with respect to
OWNER and ENGINEER for any delay, disruption, interference or 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 -8.06 Insurance
Delete paragraph 8.06 of the General Conditions in its entirety.
00800(9)
J:\Projccts\I997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayettcville
I
SC -9.03 Project Representative
' Paragraph 9.03 of the General Conditions is herein modified to include the furnishing of a Resident
Project Representative by ENGINEER. The responsibilities and authority and limitations thereon of
the Resident Project Representative are as provided in paragraph 9.10 of the General Conditions.
' SC -10.06 Authority for Changes in the Work
Add a new paragraph 10.06 immediately following paragraph 10.05 of the General Conditions to
read:
"10.06 Authority for Changes in the Work
IA. CONTRACTOR shall note and abide by the following limits of authority of OWNER and
ENGINEER for changes in the Work which require a change in the Contract Price or 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."
I
SC-11.03 Unit Price Work
' Paragraph 11.03.C of the General Conditions is hereby deleted in its entirety and the following is
substituted in its place:
' "C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment
under the following conditions:
I
I
I
I
I. if the total cost of a particular item of Unit Price Work amounts to 25 percent or more of
the Contract Price and the variation of the quantity of that particular item of Unit Price Work
performed by CONTRACTOR differs by more than 25 percent from the estimated quantity of
such item indicated in the Agreement; and
2. if there is no corresponding adjustment with respect to any other item of Work; and
if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a
result thereof; or
4. if OWNER believes that the quantity variation entitles OWNER to an adjustment in the unit
price; then
00800(10)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Fmnt End\00800.doc
City of Fayetteville
I
I
I I
I
I
I
I
L
5. either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract
Price in accordance with Article 11 of the General Conditions if the parties are unable to agree
as to the effect of any such variations in the quantity of Unit Price Work performed."
SC -12.03 Delays Beyond CONTRACTOR's Control
Delete the words "abnormal weather conditions" from the second sentence of paragraph 12.03.A of
the General Conditions, and add the following sentences at the end of paragraph 12.03.A:
"Contractor will be allowed delays for weather conditions, based on the concurrence of Contractor
and Owner or Engineer, for two circumstances: 1) isolated inclement weather, wherein the project site
is determined to be unworkable for days of precipitation and days following for short times between
otherwise good weather; and 2) sustained inclement weather, wherein the project site is determined
to be unworkable for a sustained period of time, such as the winter months, with only an occasional
working day within the sustained unworkable conditions. If Contractor believes either condition
applies, a request shall be made to Engineer or Owner for a site meeting and a joint determination of
the site conditions and approval of the delay. Engineer will catalog these approved delays, and will
incorporate them into a Change Order for signature of Owner and Contractor."
' SC -14.02 Progress Payments
L
L
L
I
J
I
I
Paragraph 14.02.A of the General Conditions is hereby deleted in its entirety and the following
substituted in its place:
"A. Applications for Payments
1. Monthly estimates will be prepared to include all work accomplished for the period ending
the third Friday of each month, or
2. Progress payments will be prepared at regular intervals, as scheduled by joint consent of
CONTRACTOR and ENGINEER at the pre -construction conference.
3. ENGINEER, based upon data gathered during the construction process, will make an
estimate of the value of the Work done and materials furnished in place during the previous
estimate period. CONTRACTOR shall furnish to ENGINEER such detailed information
including invoices from material suppliers as ENGINEER may request to aid in the preparation
of the progress payment estimate. All payment requests are subject to retainage as indicated in
the Agreement. If OWNER or ENGINEER shall at any time fail to make CONTRACTOR a
monthly estimate at the time herein specified, such failure shall not be held to violate or void the
contract. Note that the failure of CONTRACTOR to provide an accurate and current schedule
update shall be reason to reject CONTRACTOR'S request for progress payment.
00800 (11)
J:\Projects\l 997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayetteville
I
I
I
H
H
H
H
4. If payment is requested on the basis of materials and equipment 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.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Agreement."
SC -14.02.B. Review of Applications
Insert the following new paragraphs 14.02.B.5.c and 14.02.B.5.d to paragraph 14.02.B.5 of the
General Conditions, as additional reasons for ENGINEER to reduce CONTRACTOR's request for
progress payment, and renumber paragraphs 14.02.B.5.c and 14.02.B.5.d as 14.02.B.5.e and
14.02.B.5.f:
"c. liability for liquidated damages has been incurred by CONTRACTOR;
d. CONTRACTOR has failed to maintain record documents as required by paragraph 6.12;"
SC -14.02.C. Payment Becomes Due
Delete paragraph 14.02.C.1 of the General Conditions and replace with the following:
' "1. After the required internal reviews and processing by OWNER, OWNER will diligently proceed
to make payment to 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 OWNER cannot
guarantee the 30 days maximum time."
' SC -14.04 Substantial Completion
I
IH
I
I
I
The following shall be added at the end of paragraph 14.04.A of the General Conditions:
"The Work will be considered substantially complete when the following work items are complete
and ready for continuous use by the OWNER:
Improvements allow for the proposed (final) vehicular and pedestrian traffic movements, as
represented in the Plans.
All drainage structures have been properly constructed, inspected and approved for use.
All pavement work has been completed, along with appurtenant items such as curb & gutter,
sidewalks, striping, and signage.
00800(12)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayetteville
II
I
GI
I
I
r
I
C
C
I
CI
I
I
C
CONTRACTOR has essentially completed the record documents required by paragraph 6.12,
and, in ENGINEER's judgment, these are accurate and complete and will be ready for delivery
to OWNER prior to Final Payment being made.
The following items need not be completed for the Work to be considered substantially complete:
Final cleanup of project area and final dressing of grassy/earthen areas behind curbs.
Determination of quality of growth resulting from sodding, seeding and mulching.
Other minor items identified for correction on the final punchlist."
SC -14.05 Partial Utilization
Insert the following new paragraphs 14.05.A.2 and 14.05.A.3 in the General Conditions, and
renumber existing paragraph 14.05.A.2 as 14.05.A.4:
"2. Any portions of the work may be considered substantially complete, prior to the entire
project being substantially complete, if the OWNER may take over continuous operation of that
part of the Work. Such part of the Work shall only be considered by ENGINEER for partial
utilization if no further connections must be made to it, and no further interruptions in service due
to other parts of the Work can reasonably be anticipated.
3. OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over
operation of any such part of the Work although it is not substantially complete. A copy of such
request will be sent to ENGINEER and within a reasonable time thereafter OWNER,
CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine
its status of completion and will prepare a list of the items remaining to be completed or corrected
thereon before final payment. If CONTRACTOR does not object in writing to OWNER and
ENGINEER that such part of the Work is not ready for separate operation by OWNER,
ENGINEER will finalize the list of items to be completed or corrected before final payment.
ENGINEER will furnish OWNER and CONTRACTOR together with a written recommendation
as to the division of responsibilities pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance,
warranties and guarantees for that part of the Work which will become binding upon OWNER
and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have
otherwise agreed in writing and so informed ENGINEER). During such operation and prior to
Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR
reasonable access to complete or correct items on said list and to complete other related Work."
SC -16.01 Methods and Procedures
Add a new paragraph 16.01.B immediately following paragraph 16.01.A of the General Conditions
which shall read as follows:
00800(13)
J:\Projects\ 1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc
City of Fayetteville
n
"B. The OWNER and CONTRACTOR agree that the methods and procedures for resolving disputes
between them that may arise under this Agreement shall be as set forth in Exhibit GC -A, "Dispute
Resolution Agreement,' attached hereto and made a part hereof.
EXHIBIT GC -A to General Conditions of the
' Agreement Between OWNER and CONTRACTOR
For use with EJCDC No. 1910-8 (1996 ed.)
' DISPUTE RESOL UTION A GREEMENT
I
OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions to the
Agreement between OWNER and CONTRACTOR is amended to include the following agreement of
the parties:
16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR
arising out of or relating to the Contract Documents or the breach thereof (except for claims which have
' been waived by the making or acceptance of final payment as provided by paragraph 14.09) will be
decided by arbitration in accordance with the Construction industry Arbitration Rules of the American
' Arbitration Association 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
Ito ENGINEER initially for decision in accordance with paragraph 9.09 will be made until the earlier of
(a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the
parties have presented their evidence to ENGINEER if a written decision has not been rendered by
' ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which ENGINEER has rendered a written decision in
respect thereof in accordance with paragraph 9.09; 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 decision 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 acceptable to the parties concerned. No demand for arbitration of any written
decision of ENGINEER rendered in accordance with paragraph 9.08 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 9.08.
16.3. Notice of the demand for arbitration will be filed in writing with the other party to the
Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for
information. The demand for arbitration will be made within the thirty -day or ten-day period specified
in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute
or other matter in question has arisen, and in no event shall any such demand be made after the date when
institution of legal or equitable proceedings based on such claim, dispute or other matter in question
' would be barred by the applicable statute of limitations.
00800(14)
1:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc City of Fayetteville
I
I
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, ENGINEER's Consultant and the officers, directors, agents, employees
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 involved in a question of law or fact which is
' common to those who are already parties to the arbitration and which will arise in such proceedings,
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.
I16.5. Notwithstanding paragraph 16.4 if a claim, dispute or other matter in question between
OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or
' CONTRACTOR may join such Subcontractor asa party to the arbitration between OWNER and
CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph
6.06.G a specific provision whereby the Subcontractor consents to being joined in an arbitration between
OWNER and CONTRACTOR involving the Work of such Subcontractor. 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 maybe entered upon it in any
court having jurisdiction thereof, and it will not be subject to modification or appeal.
16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims,
counterclaims, disputes 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 arbitration 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 shah 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.
End of Section 00800
00800(15)
JAProjects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\00800.doc City of Fayettevillc
I
Li
I
I
Section 01010
SUMMARY OF WORK
Part 1- GENERAL
1.1 SECTION INCLUDES
' A. Project Scope
B. Work by Others
' C. Work Sequence
ID. Contractor Use of Premises
C
H
1.2 CONTRACT SCOPE
A. Demolition of concrete curb and gutter and drainage structures, asphalt pavement and
sidewalk, trees and other various items; construction of asphalt pavement with associated
earthwork and base material; construction of concrete curb and gutter, concrete sidewalk, and
concrete access ramps; construction of reinforced box culvert with wingwalls, reinforced
concrete pipe, drainage ditches and other drainage structures; construction of pavement
markings, signage and all items indicated in the Drawings and Specifications.
wavr.ni;f:SLll11ta1 i9
A. Southwestern Bell will need to relocate underground telephone lines and above ground
telephone pedestals. Southwestern Bell's schedule for completing this work is unknown at
this time.
B. SWEPCO will need to relocate some power poles and overhead electric power cables within
the project site. SWEPCO's schedule for completing this work is unknown at this time.
IC. Arkansas Western Gas will need to relocate a 6" gas main and a 2" service line. Arkansas
Western Gas's relocation shall be completed prior the execution of this contract.
ID. TCA Cable will need to relocate underground television lines within the project site. TCA
Cable's schedule for completing this work is unknown at this time.
' E. The City of Fayetteville will need to relocate an existing traffic signal pole and traffic sensors
in the roadway surface. This work shall be coordinated with the Contractor. The contact
person for the City of Fayetteville is Mr. Perry Franklin.
The Contractor shall provide all traffic control to facilitate the work done by the City.
' 01010(1)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01010.doc City of Fayetteville
1.4 CONTRACTOR'S USE OF PREMISES I
A. Contractor will be limited to the areas obtained as rights -of -way or easements within the
project.
B. Contractor may obtain additional construction easements from property owners for
Contractor's convenience.
C. No work shall begin until all agency approvals, easements, and required permits are obtained.
Note that work on this project takes place within the City of Fayetteville. The Contractor shall
comply with all facets of the City's drainage ordinance. The Contractor shall comply with the
requirements of the Federal Clean Water Act and the Arkansas Water and Air Pollution
Control Act 472. In case of conflict between these regulations, orders, or decrees and other
provisions, the restrictive requirements shall apply.
The National Pollutant Discharge Elimination System (NPDES) requires a permit to discharge
storm water associated with industrial activity of construction sites into the waters of the
United States. The Arkansas Department of Environmental Quality (ADEQ) issues the
permits. The Contractor shall furnish the Engineer a copy of the Notice of Intent.
1.5 WORK SEQUENCE '
A. Identify and locate all underground and above ground utilities in the project area. Determine
the elevations of these lines at any conflict area. Use the local datum provided by the City to
establish elevations. Submit these elevations in order that the Engineer may adjust any
elevations, and/or gradients if necessary.
B. The Contractor shall provide his sequence of construction for the various items that involve
either existing and/or potential relocated utilities to the Engineer for his review. This schedule
shall have the least negative impact on the adjacent property owners and provide an orderly
sequence that will produce the least disruptive action for utilities and their customers.
Coordinate with other utilities and/or their contractors to provide orderly sharing of the site
and schedule of activities to best continue the progress of the Work.
C. Establish schedules and work areas for construction of improvements.
Part 2 - PRODUCTS
Not Used
Part 3 - EXECUTION
Not Used
End of Section 01010
01010(2) '
1:\Projects\1997\976070(Sycamore)\Specs\Resubmittal-3-99\Front End\01010.doc City of Fayetteville
I
I
I
' Part 1- GENERAL
Section 01025
lu1 Y11:7au'IDieu I\►117'7VIu'Ia1 Y
1.1 SECTION INCLUDES:
A. Delineation of measurement and payment criteria applicable to Unit Price Work, whether
the unit price items are part of a unit price contract or are part of a Stipulated Price
contract.
B. Defect assessment and non-payment for rejected work.
1.2 AUTHORITY
A. Measurement methods are delineated for each individual bid item, or for a group of
similar items, under this section.
B. Engineer will take all measurements and compute quantities accordingly.
C. Assist by providing necessary equipment, workers, and survey personnel as required.
1.3 UNIT QUANTITIES SPECIFIED
A. Quantities and measurements indicated in the Bid Form are for bidding and contract
purposes only. Quantities and measurements supplied or placed in the Work and verified
by Engineer shall determine payment except those items of work that will be paid based
on plan quantities.
B. If the actual Work requires more or fewer quantities than those quantities indicated, the
Contractor shall provide the required quantities at the unit prices contracted.
1.4 MEASUREMENT OF QUANTITIES
A. Measurement by Weight: Items measured by weight will use specified standard
handbook weights unless otherwise specified in this section for an individual item.
B. Measurement by Volume: Measured
by
cubic
dimension using mean length, width and
Iheight or thickness with survey chain
or
a steel
tape.
I C. Measurement by Area: Measured by square dimension using mean length and width or
radius, with survey chain or steel tape.
1 01025 (1)
J:\Projects\1997\976070 (Sycanom)\Specs\Resubmittal•3.99\Front End\01025.doc
City of Fayetteville
I
H
H
1.5
1.6
1.7
1.8
D. Linear Measurement: Measured by linear dimension, at the item centerline or mean
chord, with survey chain or steel tape.
E. Individual Item Measurement: Items to be paid for "each" unit furnished and installed
shall be counted by Engineer.
PAYMENT
A. Payment Includes: Full compensation for required labor, products, tools, equipment,
plant, transportation, services and incidentals; erection, application or installation of an
item of the Work; overhead and profit.
B. Final payment for Work governed by unit prices will be made on the basis of the actual
measurements and quantities accepted by Engineer multiplied by the unit price for Work
which is incorporated in or made necessary by the Work.
DEFECT ASSESSMENT
A. Replace the Work, or portions of the Work, not conforming to specified requirements.
B. If, in the opinion of Engineer, it is not practical to remove and replace the Work, Engineer
will direct that the defective Work will be repaired to the satisfaction of Engineer, and the
unit price will be adjusted to a new price at the discretion of Engineer.
L
C
I
C
L
H
I
C. The authority of Engineer to assess the defect and identify payment adjustment is final.
NON-PAYMENT FOR REJECTED PRODUCTS
A. Payment will not be made for any of the following:
1. Products wasted or disposed of in a manner that is not acceptable.
2. Products determined as unacceptable before or after placement.
3. Products not completely unloaded from the transporting vehicle.
4. Products placed beyond the lines, levels or boundaries of the required Work.
5. Products remaining on hand after completion of the Work.
6. Loading, hauling and disposing of rejected Products.
INCIDENTAL ITEMS
A. General - Items indicated as incidental to a particular payment item are considered an
integral part of that payment item, and will not be measured or considered in determining
payments.
B. Safety - Safety is considered as incidental to every payment item, except for excavation
safety, which is a separate bid item.
01025(2)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01025.doc
City of Fayetteville
I
CI
H
I
I
I
jJ
C. Testing - Testing of installed work required by the specifications to be completed by
Contractor is incidental to any item included in the unit or system being tested. Retesting
after corrective action to Work initially found to be defective is incidental to the item.
ID. Mobilization - mobilization, clean-up, project closeout, project record documents, and all
costs not directly mentioned in this section are considered as incidental to the Work.
' E. Excess Excavation - Excess excavation is generally incidental to the payment item, except
where Engineer has indicated that an excavation be expanded due to subsurface
conditions. Excess excavation undertaken by Contractor to stabilize the trench bottom
t or walls, where dewatering or shoring would be suitable to correct trench conditions, will
not be paid. Excess excavation includes backfilling with approved material as specified
or as indicated on the Drawings.
' 1.9 PAYMENT ITEMS - See Technical Specifications
Part 2- PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01025
I
I
I
I
01025 (3)
1:\Projccts\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01025.doc City of Fayetteville
I
I
H
I
I
I
Section 01027
APPLICATIONS FOR PAYMENT
Part 1- GENERAL
f6E1461' Ai
A. Comply with procedures described in this Section when applying for progress payment and
final payment.
' B. Related work:
I
Li
1. Documents affecting work of this Section include, but are not necessarily limited to,
the General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
2. The Contract Price and the schedule for payments are described in the General
Conditions.
' 3. Payments
upon
Substantial Completion
and Final Completion
of the Work are
described
in the
General Conditions and in Section 01700 of these
Specifications.
U
U
4. Engineer's approval of applications for progress payment and final payment may be
contingent upon Engineer's approval of status of Project Record Documents as
described in Section 01700 of these Specifications.
1.2 QUALITY ASSURANCE
' A. Contractor shall base requests for payment on the Unit Price Schedule.
1.3 FORMAT
A. Contractor shall submit a request for payment by filling in the agreed data, by typewriter or
' neat lettering in ink, on "Application for Payment" form provided by Engineer, plus
continuation sheet or sheets.
1.4 PREPARATION OF APPLICATIONS
A. Present required information in typewritten form.
' B. Contractor shall date and sign the Application for Payment in ink.
C. List each authorized Change Order as an extension on continuation sheet, listing Change Order
number and dollar amount as for an original item work.
' 01027 (1)
1:\Pmjects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Fmnt End\01027.doc City of Fayetteville
I
1.5 SUBMITTAL PROCEDURES '
A. Contractor shall submit the original of the Application for Payment, plus two identical copies
including continuation sheet(s) to Engineer.
B. Engineer shall review submittal and, either:
1. Return the Application for Payment to Contractor indicating in writing the reasons for
refusing to recommend payment. Contractor shall re -submit revised Application For
Payment.
2. Engineer will sign the Application for Payment and present to Owner for payment.
C. Owner shall review Application for Payment and either:
1. Give immediate notice of any portions of the recommended amounts withheld from
payment in accordance with the General Conditions paragraphs 14.02.D.1.a through
14.02.D.1.d.
2. Sign Application For Payment and make disbursement to Contractor.
D. Engineer will distribute signed copies of Application for Payment to Contractor, Owner and
Engineer's file. Additional copies of Application for Payment will be distributed by Engineer
to the appropriate funding agency or agencies, if required.
1.6 SUBSTANTIATING DATA
A. If payment request is for materials and for equipment, or when Engineer requires
substantiating information, Contractor shall also submit copies of invoices or documentation
as set forth in paragraph 14.02.A of the General Conditions.
B. Provide one copy of data with cover letter for each copy of submittal. Show application
number and date, and line item by number and description.
Part2 - PRODUCTS
Not used. '
Part 3- EXECUTION
Not used. '
1
End of Section 01027
01027(2)
1:\Projects\1997\976070 (Sycamore)\Spccs\Resubmittal-3-99\Front End\01027.doc City of Fayetteville
I
I
' Section 01035
MODIFICATION PROCEDURE
Part 1- GENERAL
1.1 SUMMARY
A. This section describes steps to make changes in the Work, Contract Price, Contract Times, or
any combination thereof, as are described in written Change Orders signed by Owner,
Contractor, and Engineer and issued after execution of the Agreement, and in other
' instruments of change as described herein in accordance with the provisions of this Section.
Section includes:
' 1. Documentation of change in Contract Price and Contract Time.
2. Change procedures.
3. Work Change Directive.
4. Stipulated Price Change Order.
5. Unit price change order.
' 6. Time and material change order.
7. Execution of Change Orders.
8. Correlation of Contractor submittals.
B. Related work:
Ii. Documents affecting work of this Section include, but are not necessarily limited to,
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
' 2. Changes in the Work are described further in the General Conditions.
3. Section 01027 - Applications for Payment.
4. Section 01700 - Project Record Documents.
1.2 QUALITY ASSURANCE
A. Take such measures needed to assure familiarity of Contractor's staff and employees with the
procedures outlined in this section for processing Change Order data.
B. Submit name of the individual authorized to receive change documents, and be responsible
for informing others in Contractor's employ or Subcontractors of changes to the Work.
I
' 01035(1)
J:\Projects\1997\976070 (Sycanatc)\Specs\Resubmittal-3-99\Front End\01035.doc City of Fayetteville
C
1.3 FORMAT
A. Change Order Form: EJCDC 1910-8-B.
B. Work Change Directive Form: EJCDC 1910-F.
C. Field Order Form: Engineer's letter.
1.4 DOCUMENTATION OF CHANGE IN CONTRACT PRICE AND CONTRACT TIME '
A. Maintain detailed records of work done on a time and material basis. Provide full information
required for evaluation of proposed changes, and to substantiate costs of changes in the Work.
B. Document each quotation for a change in cost or time with sufficient data to allow evaluation
of the quotation.
C. On request, provide additional data to support computations:
1. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from the Work, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material basis, with
additional information:
1. Origin and date of claim.
2. Dates and times work was performed, and by whom.
3. Time records and wage rates paid.
4. Invoices and receipts for products, equipment, and subcontracts, similarly documented.
1.5 FIELD ORDER
A. Engineer will authorize, in writing, minor changes in the Work not involving an adjustment
to Contract Price or Contract Time as authorized by Paragraph 9.05 of the General Conditions
by issuing a Field Order.
01035 (2)
1:\Projects\l997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01035.doc
H
I
I
H
J
H
H
L
I
1
City of Fayetteville
1
C
' 1.6 WORK CHANGE DIRECTIVE
IA. Engineer may issue a Work Change Directive, signed by Owner, instructing Contractor to
proceed with a change in the Work, for subsequent inclusion in a Change Order.
' B. The Work Change Directive will describe changes in the Work, and will designate method of
determining any change in Contract Price or Contract Time.
C. Promptly execute the change in Work.
' 1.7 STIPULATED PRICE CHANGE ORDER
A. Based on notice of change and Contractor's fixed price quotation and subsequent negotiations.
1.8 UNIT PRICE CHANGE ORDER
IA. For pre -determined unit prices and quantities, Change Order will be executed on a fixed unit
price basis.
I
B. For unit costs or quantities of units of work which are not pre -determined, execute Work under
a Work Change Directive, or based on negotiation and an executed Change Order.
1.9 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time limits
' indicated in the General Conditions.
B. Engineer will determine the change allowable in Contract Price and Contract Time as provided
'in the Contract Documents.
C. Maintain detailed records of work done on time and material basis.
D. Provide full information required for evaluation of proposed changes, and to substantiate costs
' for changes in the Work.
1.10 EXECUTION OF CHANGE ORDERS
A. Engineer will provide Change Order forms for signatures of parties as provided in the General
Conditions in the number of copies indicated in the Supplementary Conditions.
I
' 01035 (3)
1:\Projects\1997\976070 (Sycamore)Specs\Resubmittal-3-99\Fmnt End\01035.doc City of Fayetteville
1
1.11 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Application for Payment forms to record each authorized Change Order as
a separate line item and adjust the Contract Price.
B. Promptly
revise progress schedules to
reflect
any change
in
Contract Time, revise sub -
schedules
to adjust time for other items
of work
affected by
the
change, and resubmit.
C. Promptly enter changes in Project Record Documents.
Part 2 - PRODUCTS
Not Used.
Part 3- EXECUTION
Not Used.
End of Section 01035
01035(4)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01035.doc City of Fayetteville
1
1
1
1
1
I
I
Section 01040
J
Part I - GENERAL
COORDINATION AND MEETINGS
1.1 SUMMARY
1 A. This Section expands upon requirements regarding coordination, conferences and
meetings, described to permit direct reference from individual product specification
Sections.
1. Coordination
' 2. Preconstruction conference
3. Progress meetings
1.2 RELATED SECTIONS
' A. Documents affecting work of this Section include, but are not necessarily limited to
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
'Specifications.
' 1.3 COORDINATION
A. Coordinate construction activities with other contractors working in the same vicinity on
' other projects. It is anticipated that other utilities may be relocated during the same time,
in the same area as this project.
B. The Contractor, on the basis of the schedule and progress meetings shall notify the
appropriate property owners of earthwork, trenching, pipe laying, cleanup, or other
activities scheduled to occur on, or adjacent to, their property during the coming week.
' The individual property owner, or tenant thereof, shall be notified at least 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 Department, 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 48 hours notice shall be required. Service
interruptions, when allowed by the Engineer, shall be scheduled between 8:00 a.m. and
' 5:00 p.m. and shall be limited to a maximum time of 4 hours for each individual meter
unless specifically approved otherwise.
' 01040 (1)
1:\Pmjects\1997\976070 (Sycamore)Specs\Resubmittal-3.99\Front End\01040.doc City of Fayetteville
All work that the Contractor will do that is related to traffic control devices or other
related items shall be coordinated with the Traffic Department superintendent, Mr. Perry
Franklin (575-8228).
C. Coordinate scheduling, submittals, and Work of the various Sections of specifications to
assure efficient and orderly sequence of installation of interdependent construction
elements with provisions for accommodating items installed later.
D. Verify that utility requirement characteristics of operating equipment are compatible with
existing utilities. Coordinate work of various Sections having interdependent
responsibilities for installing, connecting to, and placing in service such equipment.
E. Coordinate completion and clean up of Work of separate Sections in preparation for
Substantial Completion.
F. After Owner occupancy of premises, coordinate access to site for correction of defective
Work and Work not in accordance with Contract Documents, to minimize disruption of
Owner's activities.
I
I
I
L_l
1.4 PRECONSTRUCTION CONFERENCE '
A. Engineer will schedule a conference within 20 days after the Contract Time begins, but
before any Work at the site begins.
I
B. Attendance Required: Authorized representatives of Owner, Engineer, and Contractor.
C. Agenda:
1. Distribution of executed Owner -Contractor Agreement. 1
2. Submission of executed bonds and insurance certificates. '
3. Distribution of Contract Documents.
4. Submission of list of Subcontractors, list of products, and proposed schedule.
C
5. Designation of personnel representing the parties in Contract, and the Engineer. '
6. Procedures and processing of field decisions, shop drawings, submittals,
substitutions, applications for payments, Change Orders and Contract closeout
procedures.
01040 (2)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01040.doc City of Fayetteville
H
C
7. Construction schedule, including sequence of critical work.
8. Channels and procedures for communication.
9. Rules and regulations governing performance of the Work.
10. Procedures for safety and first aid, security, quality control, and related matters.
1.5 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work beginning at weekly
intervals or as determined by Engineer.
B. Make arrangements for meetings, prepare agenda with copies for participants, preside at
meetings, record minutes, and distribute copies within two days to Engineer, Owner,
participants, and those affected by decisions made.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner,
Engineer, and others as appropriate to agenda topics for each meeting.
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Review of off -site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
01040(3)
1:\Projccts\1997\976070(Sycamort)\Spccs\Resubmittal-3-99\Front End\01040.doc City of Fayetteville
11. Maintenance of quality and work standards.
12. Effect of proposed changes on progress schedule and coordination.
13. Other business relating to Work.
Part 2 -PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01040
01040 (4)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal•3-99\Front End\01040.doc City of Fayetteville
Section 01051
CONSTRUCTION SURVEYS
Part 1- GENERAL
1.1 SUMMARY
A. This Section defines staking services that Engineer will furnish, and sets forth
responsibilities of Contractor regarding the use and maintenance of same.
B. Related Work: Documents affecting work of this Section include, but are not limited to,
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
C. Definitions
1. "Control Points" are the original reference points set or found by the Engineer for
the construction work.
2. "Construction Staking" is an additional staking required as the project progresses
which is the responsibility of the Contractor.
1.2 REQUIREMENTS
A. Engineer shall provide the following:
1. Set temporary benchmarks.
2. Set horizontal control points and provide coordinates in Plans to allow for
Contractor's layout.
3. Reset points found to be in error.
B. Contractor shall provide the following staking:
1. All construction staking except as provided by Engineer above.
2. Reset stakes, marks, or pins lost due to Contractor's operations.
1.3 CONTROL STAKING
A. Notification
1. Notify Engineer, in writing, at least five days in advance of the date iflwhen
survey services are desired.
2. Engineer shall provide control points.
01051 (1)
1:\Projects\1997\976070 (Sycammc)\Specs\Resubmittal•3.99\Fmnt End\0105 I .doc City of Fayetteville
B. Checking Stakes
1. Examine points before commencing operations.
2. Notify Engineer, if validity of any control point is questionable.
3. Engineer will check points in question.
4. Any control points found to be in error will be reset by the Engineer.
5. If points are valid, Contractor shall pay for cost of checking points.
C. Preservation of Stakes
1. Contractor shall inform his employees, subcontractors and vendors of importance
of control points and the necessity of their preservation.
2. Contractor shall pay for resetting any control stakes, marks, or pins lost due to
Contractor's operations.
1.4 CONSTRUCTION STAKING
A. Provide all construction staking as needed to complete the Work.
Part 2 - PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01051
01051(2)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01051.doc City of Fayetteville
1
1
1
1
1
1
1
1
1
1
1
I
I
H
I
I
Section 01060
REGULATORY REQUIREMENTS
Part 1 - GENERAL
1.1 SECTION INCLUDES:
A. Listing of certain applicable local, state, and federal regularity requirements applicable to the
project.
' B. Discussion of specific implementation of certain regulatory requirements.
L
L
1.2 NOT INCLUDED:
A. Comprehensive listing of applicable local, state, and federal regulatory requirements applicable
to the project.
B. Reference to or listing of applicable safety standards.
' 1.3 RELATED SECTIONS
IA. Documents affecting work of this Section include, but are not necessarily limited to, General
Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications.
' B. Section 01090 - Reference Standard: applicable consensus standards.
C. Specific Sections of this Specification include additional requirements of local, state, and
' federal regulatory requirements.
1 1.4 AMERICANS WITH DISABILITIES ACT
A. Comply with portions applicable to construction and construction sites.
' 1.5 FAYETTEVILLE WATER AND SEWER STANDARDS
IA. Water standards are available from the City of Fayetteville Engineering Department. Sewer
standards in an unapproved draft form should be obtained by Contractor and referred to when
applicable.
1.6 ARKANSAS HIGHWAY AND TRANSPORTATION DEPARTMENT
A. Construction standards as listed in individual Specification Sections.
01060(1)
1:\Ptojects\1997\976070 (Sycamore)Specs\Rcsubmival.3-99\Ftont End\01060.doc City of Fayetteville
1
I
1.7 ARKANSAS DEPARTMENT OF HEALTH
A. Project has been submitted to ADOH for approval with applicable design standards.
B. Do not deviate from ADOH approved Drawings and Specifications without approval of
Engineer. '
C. Deviations requested by Contractor which require re -submittal to ADOH - Contractor will
reimburse Owner for cost of re -submittal and obtaining approval. '
1.8 NPDES STORM WATER DISCHARGE PERMIT
A. NPDES Permit - Apply to the State of Arkansas for storm water discharges during construction
at this site to be covered by General NPDES Permit No. ARR10A000. This application
includes filing a Notice of Intent (NOI) and preparing a Storm Water Pollution Prevention
Plan.
B. Permit Activities: Manage the discharge of storm water from the project areas in accordance
with the NPDES permit and the following provisions.
1. Minimum requirements for stone water construction permit compliance.
Contractor will develop and place in field office file a storm water pollution prevention
plan (Plan) for this construction site. The objective of this Plan is to identify all
potential pollution sources on -site, and, devise management and physical measures
which reduce pollution and prevent such pollution from leaving the permit site.
Plan shall include methods and timing for prevention of storm water pollution by the
construction process, equipment and materials. This includes a description of both
structural and non-structural control measures.
Plan shall include flow diversion, erosion control, sediment containment, and re -
vegetation
consistent with the specified work and the storm water permit.
Plan shall specify the Contractor's supervisory personnel who shall conduct the
required inspections of the site and control facilities and who shall file the written
reports for each such inspection.
Plan shall require such inspection of the control facilities after each rain of 0.5 inches
per day as specified in the permit. Such inspections are of particular importance in
evaluating control structures and non-structural methods or procedures. Failure or
ineffectiveness of control measures or procedures must be documented with corrective
actions specified. ,
01060(2)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-J-99\Front End\01060.doc City of Fayetteville
I
L
L
I
I
H
L
L
L
L
L
L
L
L
I
H
2. Conduct sampling and analysis of storm water run-off in accordance with the NPDES
permit and the following provisions. Analysis shall be performed by a laboratory
approved by Owner.
3. Complete compliance reports required by the permit in a timely manner and provide
Owner with copies of all data on storm water management activities and monitoring.
C. Permit Compliance: Conduct storm water management practices in accordance with the
permit. Contractor shall be responsible for any enforcement action taken or imposed by
federal or state agencies, including the cost of fines, construction delays, and remedial actions,
resulting from Contractor's failure to comply with the permit provisions.
Monitor the suitability of the designated management practices to achieve the storm water
quality provisions of the permit, and notify Engineer of the any changes made to management
practices.
If changes are ordered by Engineer, an adjustment in Contract Price shall be considered in
accordance with the General Conditions. However, Contractor's failure to monitor or report
deficiencies to Owner will result in Contractor being liable for fines and construction delays
resulting from any federal or state agency enforcement action.
Part 2- PRODUCTS
Not Used
Part 3 - EXECUTION
Not Used
End of Section 01060
01060 (3)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal3-99\Fmnt End\O I060.doc
City of Fayetteville
L
Section 01090
REFERENCE STANDARDS AND ABBREVIATIONS
Part I - GENERAL
1.1 SECTION INCLUDES
A. A listing of organizations providing reference standards referenced in the
Specifications.
B. Information on the use of reference standards.
C. A listing of abbreviations used throughout the Contract Documents.
1.2 RELATED SECTIONS
A. General Conditions, Supplementary Conditions
1.3 SCHEDULE OF REFERENCES
A. AASHTO American Association of State Highway and Transportation Officials
444 North Capitol Street, NW
Washington, DC 20001
B. ACT American Concrete Institute
Box 19150
Redford Stations
Detroit, MI 48219
C.
AGC
D.
AI
E.
ANSI
F. ASPA
Associated General Contractors of America
1957 E Street, NW
Washington, DC 20006
Asphalt Institute
Asphalt Institute Building
College Park, MD 20740
American National Standards Institute
1430 Broadway
New York, NY 10018
American Sod Producers Association
4415 West Harrison Street
Hillside, IL 60612
01090(1)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal•3-99\Front End\01090.doc City of Fayetteville
H
G. ASTM American Society for Testing and Materials
1916 Race Street
Philadelphia, PA 19103
H. AWWA American Water Works Association
6666 West Quincy Avenue
Denver, CO 80235
EJCDC Engineers' Joint Contract Documents Committee
American Consulting Engineers Council
1015 15th Street, NW
Washington, DC 20005
J. FS Federal Specifications
General Services Administration, Specifications and Consumer
Information Distribution Section (WFSIS)
Washington Navy Yard, Building 197
Washington, DC 20407
K. MIL Military Specification
Naval Publications and Forms Center
5801 Tabor Avenue
Philadelphia, PA 19120
L. PCA Portland Cement Association
5420 Old Orchard Road
Skokie, IL 60077
M. UL Underwriters' Laboratories, Inc.
333 Pfringston Road
Northbrook, IL 60062
1.4 ABBREVIATIONS
Whenever the following abbreviations and acronyms are used, they shall have the
corresponding meaning as follows.
AGA - American Gas Association
AHTD - Arkansas Highway and Transportation Department
ASHTD - Arkansas Highway and Transportation Department
AISC - American Institute of Steel Construction
APA - American Plywood Association
01090(2)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01090.doc
I
I
[]
L
n
I
I
H
I
I
H
C
1
City of Fayetteville
Li
ASA - American Standards Association
AWG - American Wire Gage
AWPA - American Wood Products Association
AWS - American Welding Society
GSA - General Services Administration, U.S. Government
NHBA - National Builders Hardware Association
NEC - National Electric Code
NEMA - National Electric Manufactures Association
NFPA - National Fire Protection Association
NPT - National Pipe thread
SEC - Standard Building Code (also SSBC)
SPA - Southern Products Association
A - Ampere
cfrn - cubic feet per minute
CGMP - corrugated galvanized metal pipe
I. DIP - ductile iron pipe
gpm - gallons per minute
Hp - horsepower
' MOD - million gallons per day
N.C. - normally closed
N.O. - normally open
ppm - parts per million
psi - pounds per square inch
PVC - polyvinyl chloride (pipe)
R - motor starter relay
RCP - reinforced concrete pipe
rpm - revolutions per minute
'T.D. - time delay
TDH - total dynamic head
V - volt
I
I
I
I
C
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
End of Section 01090
01090 (3)
l:\Projects\1997\976070(Sycamore)\Specs\Resubmittal-3-99\Front End\01090.doc
City of Fayetteville
J
I
ILI
H
H
H
I
I
I
I
I
I
Section 01300
611:Ir1 IYII;\M
Part 1- GENERAL
1.1 SUMMARY
A. This Section expands upon requirements regarding administrative and procedural
requirements for submittals of progress schedules, shop drawings, product data, samples,
manufacturer's instructions, and manufacturer's certificates.
B. Related Work:
1. Section 01400 - Quality Control: Manufacturers' field services and reports.
2. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates,
and closeout submittals.
1.2 SUBMITTAL PROCEDURES
A. Transmit each submittal with form accepted by Engineer.
B. Sequentially number the transmittal forms. Re -submittals to have original number with
an alphabetic suffix.
C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail
number(s), and specification Section number, as appropriate.
D. Apply Contractor's stamp, signed or initialed certifying that review, verification of
Products required, field dimensions, adjacent construction Work, and coordination of
information, is in accordance with the requirements of the Work and Contract Documents.
E. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate
submission of related items.
F. Identify variations from Contract Documents and Product or system limitations which
may be detrimental to successful performance of the completed Work.
IG. Provide space for Contractor and Engineer review stamps.
I
L
I
H. Revise and resubmit submittals as required, identify all changes made since previous
submittal.
01300 (1)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01300.doc
City of Fayetteville
I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly '
report any inability to comply with provisions.
1.3 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate within 15 days after date of Owner -
Contractor
Agreement for Engineer review.
B. Update in accordance with Section 01310 and resubmit with each pay request.
C. Submit a horizontal bar chart with separate line for each major section of Work or
operation, identifying first work day of each week.
D. Show complete sequence of construction by activity, identifying Work of separate stages
and other logically grouped activities.
E. Indicate estimated percentage of completion for each item of Work at each submission.
F. Indicate submittal dates required for shop drawings, product data, and samples.
1.4 SHOP DRAWINGS
A. Submit the number of opaque reproductions which Contractor requires, plus two copies
which will be retained by Engineer.
B. Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects
of the item and its method of connection to the Work.
C. Unless otherwise specified, make submittals in groups containing all associated items to
assure that information is available for checking each item when it is received.
1. Partial submittals may be rejected as not complying with the provisions of the
Contract.
2. The Contractor may be held liable for delays so occasioned.
D. Make submittals far enough in advance of scheduled dates for installation to provide time '
required for reviews, for securing necessary approvals, for possible revisions and re -
submittals, and for placing orders and securing delivery.
E. In scheduling, allow at least ten working days for review by the Engineer following the
Engineer's receipt of the submittal.
01300 (2) ,
J:Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01300.doc City of Fayetteville
I
H
I
I
I
F. Submittal log:
1. Maintain an accurate submittal log for the duration of the Work, showing current
status of all submittals at all times.
2. Make the submittal log available to the Engineer for the Engineer's review upon
request.
G. After review distribute in accordance with Article on Procedures above and for Record
Documents described in Section 01700 - Contract Closeout.
1.5 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus two copies which will
be retained by the Engineer.
' B. Mark each copy to identify applicable products, models, options, and other data.
Supplement manufacturers' standard data to provide information unique to this Project.
I
C. After review, distribute in accordance with Article on Procedures above and provide
copies for Record Documents described in Section 01700 - Contract Closeout.
' 1.6 SAMPLES
A. Submit
samples to illustrate
functional and aesthetic characteristics
of the Product, with
integral
parts and attachment
devices. Coordinate sample submittals
for interfacing work.
' B. Submit samples of coatings or finishes for Engineer's selection.
H
I
I
I
I
C. Include identification on each sample, with full product information.
D. Submit the number or samples specified in individual specification Sections; one of which
will be retained by Engineer.
E. Reviewed samples which may be used in the Work are indicated in individual
specification Sections.
1.7 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specifications Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing,
in quantities specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
01300 (3)
J:\Projccts\ 1997\976070 (Sycamotc)\Specs\Resubmittal-3-99\Front End\01300.doc
City of Fayettevillc
L
1.8. MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate to
Engineer for review, in quantities specified for Product Data.
B. Indicate that material or product conforms to or exceeds specified requirements. Submit
supporting reference data affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Engineer.
Part 2- PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01300
01300 (4)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01300.doc City of Fayetteville
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Section 01310
PROGRESS SCHEDULES
Part 1- GENERAL
1.1 SUMMARY
A. This Section includes procedural requirements for preparation, submittal, and updating
of Contractor's construction progress schedules.
B. Related Work:
1. Documents affecting work of this Section include, but are not limited to, General
Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specification.
2.
Section
01027 -
Applications for Payment.
3.
Section
01300 -
Submittals: Shop drawings, product data, and samples
1.2 FORMAT
A. Prepare Schedules as a horizontal bar chart with separate bar for each major portion of
Work or operation, identifying first work day of each week.
B. Sequence of Listings: The chronological order of the start of each item of Work.
C. Scale and Spacing: To provide space for notations and revisions.
D. Sheet Size: Minimum multiples of 8 1/2 x 11 inches (216 x 279 mm)
1.3 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning and
completion of each element of construction.
B. Identify each item by specification Section number.
C. Identify work of separate stages and other logically grouped activities.
D. Provide sub -schedules to define critical portions of the entire Schedule.
013 10 (1)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01310.doe City of Fayetteville
I
E. Show accumulated percentage of completion of each item, and total percentage of Work
completed, as of the first day of each month.
F. Provide separate schedule of submittal dates for shop drawings, product data, and
samples, and dates reviewed submittals will be required from Engineer.
I
I
1.4 REVISIONS TO SCHEDULES ,
A. Indicate progress of each activity to date of submittal, and projected completion date of
each activity.
B. Identify activities modified since previous submittal, major changes in scope, and other
identifiable changes.
C. Provide narrative report to define problem areas, anticipated delays, and impact on
Schedule. Report corrective action taken, or proposed, and its effect.
1.5 SUBMITTALS
A. Submit initial Schedules within fifteen (15) days after date of Notice of Award. After
review, resubmit required revised data within ten (10) days.
B. Submit the number of opaque reproductions which Contractor requires, plus two copies
which will be retained by Engineer.
I
CIS
I
I
1.6 DISTRIBUTION '
A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and
other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
Part 2 -PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01310
01310 (2)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01310.doc City of Fayetteville
I
I
I
L
I
I
I
I
I
Section 01410
' TESTING LABORATORY SERVICES
Part 1- GENERAL
1.1 SUMMARY
A. This Section describes testing and inspecting to be provided by Contractor, plus
cooperation required from Contractor with Owner's selected testing agency and others
responsible for testing and inspecting the Work.
1 B. Related work:
' 1. Documents affecting work of this Section include, but are not necessarily limited
to, General Conditions, Supplementary Conditions, and Sections in Division 1, of
these Specifications.
2. Requirements for testing may be described in various Sections of these
Specifications.
3. Where no testing requirements are described, but Owner decides that testing is
required, Owner may require such testing to be performed under current pertinent
standards for testing. Payment for such testing will be made as described in this
' Section.
C. Work not included:
Selection of testing laboratory: Owner and Contractor will each select a pre -qualified
independent testing laboratory for the testing services required by each. Neither Owner
' nor Contractor shall utilize a testing laboratory against which the other has a reasonable
objection.
' 1.2 QUALITY ASSURANCE
A. The testing laboratory will be qualified to the Owner's approval in accordance with ASTM
E 329.
' B. Testing, when required, will be in accordance with all pertinent codes and regulations, and
with selected standards of the American Society for Testing and Materials and the
American Association of State Highway and Transportation Officials.
J
' 01410 (1)
J:\Projects\1997-976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01410.doc City of Fayetteville
I
I
1.3 DELIVERY, STORAGE, AND HANDLING '
A. Comply with pertinent provisions of Section 01620. '
B. Promptly process and distribute required copies of test reports and related instructions to
assure necessary re -testing and replacement of materials with the least possible delay in
progress of the Work.
Part 2 - PRODUCTS
2.1 PROOF OF MATERIALS TESTING
A. Materials to be incorporated into the work shall be tested, using suitable laboratory and
source quality control tests, as indicated in individual specification Sections, to prove
their compliance with the Specifications.
B. Proof of materials testing shall be paid for by Contractor.
2.2 PROOF OF CONSTRUCTION TESTING
A. Completed construction shall be tested, using suitable in -situ and laboratory tests, as
indicated in individual specification sections or as recommended by Engineer or required
by Owner, to prove compliance of completed work with Specifications.
B. Proof of construction testing will be paid for by Contractor.
2.3 CODE COMPLIANCE TESTING
A. Inspections and tests required by codes or ordinances, or by a plan approval authority, and
which are made by a legally constituted authority, shall be the responsibility of and shall
be paid for by Contractor, unless otherwise provided in the Contract Documents.
2.3 CONTRACTOR'S CONVENIENCE TESTING ,
A. Inspecting and testing performed exclusively for Contractor's convenience shall be sole
responsibility of Contractor. '
1
Part 3. EXECUTION
01410 (2)
J:\Projects\1997-976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01410.doc City of Fayetteville
I
3.1 COOPERATION WITH TESTING LABORATORY
H
I
I
I
I
L
C
I
I
L
I
I
I
'J
A. Representatives of the testing laboratory shall have access to the Work at all times and at
all locations where the Work is in progress. Provide facilities for such access to enable
the laboratory to perform its functions properly.
3.2 TAKING SPECIMENS
A. Specimens and samples for testing, unless otherwise provided in the Contract Documents,
shall be taken by testing personnel. Sampling equipment and personnel will be provided
by the testing laboratory. Deliveries of specimens and samples to the testing laboratory.
3.3 SCHEDULES FOR TESTING
A. Establishing schedule:
By advance discussion with testing laboratory selected by Owner, determine the
time required for laboratory to perform tests and to issue findings.
Provide all required time within the construction schedule.
B. Revising schedule: When
changes of
construction schedule are
necessary during
construction, coordinate all
such changes
with the testing laboratory
as required.
C. Adherence to schedule: When the testing laboratory is ready to test according to the
established schedule, but is prevented from testing or taking specimens due to
incompleteness of the Work, all extra charges for testing attributable to the delay may be
back -charged to Contractor and shall not be borne by Owner.
End of Section 01410
' 01410 (3)
J:\Frojects\1997-976070(Sycammc)\Specs\Resubmittal-3-99\Fmnt End\01410.doc
City of Fayetteville
I
I
I
I
Section 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
Part 1- GENERAL
1.1 SUMMARY
' A. This Section describes construction facilities and temporary controls required for the Work.
B. Related work:
I
I
H
1. Documents affecting work of this Section include, but are not necessarily limited to,
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
2. Except that equipment finnished by subcontractors shall comply with requirements of
pertinent safety regulations, such equipment normally furnished by the individual
trades in execution of their own portions of the Work are not part of this Section.
3. Permanent installation and hookup of the various utility lines are described in other
Sections.
1 1.2 REQUIREMENTS
IA. Provide construction facilities and temporary controls needed for the Work including, but not
necessarily limited to:
1. Temporary Utilities: Electricity, heat, ventilation, telephone, water and sanitary
facilities.
2. Temporary Controls: Barriers, enclosures, fencing, protection of the Work, and water
'
control.
3. Construction Facilities: Access roads and temporary buildings.
' 4. Project sign, if required.
1.3 DELIVERY, STORAGE, AND HANDLING
1 A. Maintain temporary facilities and controls in proper and safe condition throughout progress
of the Work.
1
I
' 01500(1)
J:\Projccts\l997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\0I500.doc City of Fayetteville
I
H
Part 2- PRODUCTS
2.1 MAINTENANCE OF TRAFFIC
A. Keep existing roads open to all traffic. Detour routes are not required for this project. Keep
the portion of the project being used by public traffic, either through or local traffic, in such
condition to permit safe, continuous flow two-way traffic at all times.
Where the nature of the work restricts or prohibits two-way flow, one-way operation may be
maintained by use of flaggers.
B. Conduct work as to assure the least possible obstruction to traffic. Provide for safety and
convenience of the general public, residents affected by construction, and protection of persons
and property.
C. Maintain existing roads from the date work is begun until the project has been completed and
accepted..
D. Provide traffic control devices and operations required to delineate temporary hazards which
result from construction. Traffic control devices shall comply with applicable portions of the
MUTCD and Section 604 of AHTD. Traffic control devices which are ineffective due to size,
age, wear and tear, or improper delineation shall be removed from the site and replaced with
suitable devices.
2.2 UTILITIES
I
L
L
L
C
L
L
I
H
A. Water '
1. Provide necessary temporary piping and water supply and, upon completion of the
Work, remove such temporary facilities.
2. Provide and pay for water used in construction, including water used to flush and test
pipelines and appurtenances.
I
L
B. Electricity '
1. Provide necessary temporary wiring and, upon completion of the Work, remove such
temporary facility.
2. Provide area distribution boxes so located that the individual trades may furnish and
use 100 ft. maximum length extension cords to obtain power and lighting at points
where needed for work, inspection, and safety.
3. Provide and pay for electricity used in construction.
01500 (2)
1:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01500.doc
J
1
City of Fayetteville
1
I
' C. Heating: Provide and pay for heat devices and heat necessary to maintain specified conditions
for construction operations needed in the Work.
D. Telephone
I1. Make necessary arrangements and pay costs for installation and operation of telephone
service to the Contractor's office at the job site.
2. Make the telephone available to the Engineer for use in connection with the Work.
IE. Temporary Ventilation
1. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to
prevent accumulation of dust, fumes, vapors, or gases.
2. Provide equipment as required to maintain proper ventilation construction operations.
F. Temporary Sanitary Facilities
' 1. Provide temporary sanitary facilities in the quantity required for use by all personnel.
2. Maintain in sanitary condition at all times.
2.3 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use
of site, and to protect existing facilities and adjacent properties from damage from construction
operations and demolition.
' B. Provide protection for plant life designated to remain. Replace damaged plant life.
' C. Protect non -owned vehicular traffic, stored materials, site and structures from damage.
' 2.4 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain
pumping equipment.
B. Protect site from puddling or running water. Provide water barriers as required to protect site
from soil erosion.
2.5 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual
specification Sections.
' 01500(3)
J:\Pmjects\1997\976070 (Sycamore)\Specs\Resubmival•3.99\Front End\01500.doc City of Fayctteviile
H
B. Provide temporary and removable protection for installed Products. Control activity in
immediate work area to minimize damage.
C. Provide temporary covering at the ends of installed piping at the end of each work day to
prevent entry of dirt, debris and rodents.
D. Prohibit traffic on dressed and seeded areas.
2.6 SECURITY
A. Provide security and facilities to protect Work, existing facilities, and Owner's operations
from unauthorized entry, vandalism, or theft.
2.7 ACCESS ROADS
A. Construct and maintain temporary roads accessing public thoroughfares to serve construction
area. '
B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded
traffic flow.
C. Provide and maintain access to fire hydrants, free of obstructions.
2.8 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and
orderly condition.
B. Remove waste materials, debris, and rubbish from site periodically and dispose off -site.
2.9 FIELD OFFICES AND SHEDS
A. Contractor's facilities: (applicable when included as a bid item)
1. Provide a temporary field office building and sheds adequate in size and
accommodation for Contractor's offices, supply, and storage.
2. Within the Contractor's facilities, provide enclosed space adequate for holding project
meetings. Furnish with table, chairs, and utilities.
B. Locate offices and sheds a minimum distance of 30 feet from existing and new structures.
H
01500(4) '
1:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01500.doc City of Fayetteville
I
L
2.10 ENCLOSURES
I
I
L
C
I
I
I
I
Li
LI
H
A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies,
warning signs, steps, platforms bridges, and other temporary constructing necessary for proper
completion of the Work in compliance with pertinent safety and other regulations.
B. Provide temporary weather -tight closure of exterior openings to accommodate acceptable
working conditions and protection for Products, to allow for temporary heating and
maintenance of required ambient temperatures identified in individual specification Sections,
and to prevent entry of unauthorized persons. Provide access doors with self -closing hardware
and locks.
wn-t liiz'ia.Z'lOlal►[S1hY
A. Provide and maintain for the duration of construction a temporary fence of design and type
needed to prevent entry by the public onto the open excavation areas of the Work.
B. Fencing shall be international orange in color, 4' high, have maximum 6 inch square opening
and be supported by 6 foot posts located 10 feet to 12 feet on center and imbedded 18 inches
into the ground.
C. Provide and maintain temporary cattle fencing to restrict movement of cattle into work areas
both during regular work hours and during nighttime and weekends.
Part 3 - EXECUTION
3.1 MAINTENANCE AND REMOVAL
A. Maintain temporary facilities and controls as long as needed for safe and proper completion
of the Work.
B. Remove such temporary facilities and controls as rapidly as progress of the Work will permit,
or as directed by the Engineer.
' C. Clean and repair damage caused by installation or use of temporary work.
H
I
I
D. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.
End of Section 01500
01500 (5)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01500.doc
City of Fayetteville
I
I
H
H
I
H
H
I
Section 01620
Part 1- GENERAL
1.1 SUMMARY
A. Protect products scheduled for use in the Work by means including, but not necessarily limited
to, those described in this Section.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily limited to,
General Conditions, Supplementary Conditions, and Sections in Division i of these
Specifications.
2. Additional procedures also may be prescribed in other Sections of these Specifications.
1.2 QUALITY ASSURANCE
A. Include within the Contractor's quality assurance program such procedures as are required to
assure full protection of work and materials.
1 1.3 MANUFACTURERS' RECOMMENDATIONS
A. Except as otherwise approved by the Engineer, determine and comply with manufacturers'
recommendations of product handling, storage, and protection.
1.4 PACKAGING
A. Deliver products to the job site in their manufacturer's original container, with labels intact and
legible.
1. Maintain packaged materials with seals unbroken and labels intact until time of use.
2. Promptly remove damaged material and unsuitable items from the job site, and
promptly replace with material meeting the specified requirements, at no additional
cost to the Owner.
B. Engineer may reject as non -complying such material and products that do not bear
identification satisfactory to Engineer as to manufacturer, grade, quality, and other pertinent
information.
J
01620 (1)
J:\Projects\1997\976070 (Sycamore)\Specs\kesubmittal-3-99\Front End\01620.doc City of Fayetteville
1
J
1.5 STORAGE
A. Store materials, supplies and equipment in an orderly fashion at the site of the work as will not
unduly interfere with the progress of his work or of other contractors.
1.6 PROTECTION
A. Provide the necessary care in unloading procedures to prevent damage to materials and
equipment delivered to the job site.
B. Provide necessary security fencing and measures to prevent damage through vandalism or
theft.
C. At all times safely guard Owner's property from injury or loss in connection with this Contract.
At all times safely guard and protect the Work, and that of adjacent property, from damage.
Furnish, maintain, and use such equipment as may be necessary to protect adjacent property
from damage caused by construction equipment, dust, mud, dirt, and refuse from operations.
Failure to prevent such damage shall be cause for stopping the Work until dust, mud, dirt, and
refuse are controlled. Be fully responsible for safety precautions and protection until
acceptance of the Work.
D. Exercise due care to avoid damage to existing improvements or facilities, fences, building,
structures, adjacent properties, and trees and shrubs that are not to be removed.
E. In the event of temporary suspension of work, or during inclement weather, or whenever
Engineer shall direct, direct Subcontractors to carefully protect the Work and materials against
damages or injury from the weather.
1.7 REPAIRS AND REPLACEMENTS
H
L
L
L
L
J
I
J
I
J
A. In
event of damage, promptly make replacements
and repairs to the approval
of Engineer and
at
no additional cost to Owner.
B. Additional time required to secure replacements and to make repairs will not be considered
by Engineer to justify an extension in the Contract Times.
End of Section 01620
01620 (2)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01620.doc
I
I
L
Li
I
City of Fayetteville
1
C1
H
I
H
Section 01630
PRODUCT OPTIONS AND SUBSTITUTIONS
Part 1- GENERAL
1.1 SUMMARY
A. This Section describes product options available to the Contractor, plus procedures for
securing approval of proposed substitutions.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily limited to,
'
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
2. Make submittals in accordance with pertinent provisions of Section 01300.
I
1.2 PRODUCT OPTIONS
A. The Contract is based on standards of quality established in the Contract Documents.
' 1. In agreeing to the terms and conditions of the Contract, Contractor has accepted a
responsibility to verify that the specified products will be available and to place orders
' for all required materials in such a timely manner as is needed to meet agreed upon
construction schedule.
2. Neither Owner nor Engineer has agreed to the substitution of materials or methods
' called for in the Contract Documents, except as they may specifically otherwise state
in writing.
B. Materials and/or methods specified by name:
' 1. Where materials and/or methods are specified by naming one single manufacturer
and/or model number, without stating that equal products will be considered, only the
material and/or method named is approved for incorporation into the Work.
2. Should Contractor demonstrate to the satisfaction of Engineer that a specified material
or method was ordered in a timely manner and will not be available in time for
incorporation into this Work, Contractor shall submit to Engineer such data on
' proposed substitute materials and/or methods as are needed to help Engineer determine
suitability of the proposed substitution.
II
' 01630 (1)
l:\Pmjects\1997\976070 (Sycamore)\Specs\Resubmittal-3.99\Fmnt End\01630.doc City of Fayetteville
I
C. Where materials and/or methods are specified by name and/or model number, followed by the
words "or equal":
The material and/or method specified by name establishes the required standard of
quality;
Materials and/or methods proposed by Contractor to be used in lieu of materials and/or
methods;
Information on proposed substitutions shall be submitted to Engineer in triplicate in
accordance with Paragraph 6.05.A of the General Conditions.
D. The following products do not require fiuther approval except for interface within the Work:
1. Products specified by reference to standard specifications such as ASTM, AWWA, and
similar standards;
2. Products specified by manufacturer's name and catalog model number.
E. Where the phrase "or equal," or "or equal as approved by Engineer," occurs in the
Specifications, do not assume that the materials, equipment, or methods will be approved as
equal unless the item has been specifically so approved for the Work by Engineer.
C1
I
C
L
I
F. The decision of Owner shall be final. I
1.3 REIMBURSEMENT OF ENGINEER'S COSTS
A.. In the event substitutions are proposed to Engineer after the Contract has been awarded,
Engineer will record all time used by Engineer and Engineer's consultants in evaluating each
such proposed substitution.
B. Whether or not Engineer approves a proposed substitution, Contractor promptly upon receipt
from Owner of Engineer's billing shall reimburse Owner for the charges of Engineer and
Engineer's Consultants for evaluating each such proposed substitute item.
1.4 DELAYS
A. Delays in construction arising by virtue of the non -availability of a specified material and/or
method will not be considered by Engineer as justifying an extension of the agreed Contract
Time.
End of Section 01630
01630 (2)
J:\Projects\1997\976070 (Sycamore)\Spccs\Resubmittal-3-99\Front End\01630.doc
City of Fayetteville
I
I
I
H
H
I
I
I
I
L]
Section 01700
CONTRACT CLOSEOUT
Part 1- GENERAL
1.1 SECTION INCLUDES
A. Description of an orderly and efficient transfer of the completed Work to Owner.
B. Expands upon requirements regarding project closeout procedures, final cleaning, adjusting,
project record documents, operation and maintenance data, and warranties described to permit
direct reference from individual product specification Sections.
C. Related work: Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
1.2 QUALITY ASSURANCE
A. Prior to requesting inspection by Engineer, use adequate means to assure that the Work is
completed in accordance with the specified requirements and is ready for the requested
inspection.
1.3 PROCEDURES
A. Substantial Completion:
I1. Prepare and submit the list required by the first sentence of Paragraph 14.04 of the
General Conditions.
2. Within a reasonable time after receipt of the list, Engineer will inspect to determine
status of completion.
3. Should Engineer determine that the Work is not substantially complete:
1 a. Engineer promptly will so notify Contractor, in writing, giving reasons
therefore.
b. Remedy the deficiencies and notify Engineer when ready for reinspection.
C. Engineer will reinspect the Work.
4. When Engineer concurs that the Work is substantially complete:
a. Engineer will prepare a "Certificate of Substantial Completion", accompanied
' by Contractor's list of items to be completed or corrected, as verified by
Engineer.
b. Engineer will submit the Certificate to Owner and Contractor for their written
acceptance of the responsibilities assigned to them in the Certificate.
01700 (1)
l:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal•3.99\Front End\01700.doc City of Fayetteville
I
B. Final Completion: '
1. Prepare and submit the notice required by the first sentence of Paragraph 14.06 of the
General Conditions.
2. Verify that the Work is complete including, but not necessarily limited to, the items
mentioned in Paragraph 14.07.A of the General Conditions.
3. Certify that:
a. Contract Documents have been reviewed;
b. Work has been inspected for compliance with the Contract Documents;
c. Work has been completed in accordance with the Contract Documents;
d. Equipment and systems have been tested as required, and are operational; and
e. Work is completed and ready for final inspection. '
4. Engineer will make an inspection to verify status of completion.
5. Should Engineer determine that the Work is incomplete or defective:
a. Engineer promptly will so notify Contractor and Owner, in writing, listing the
incomplete or defective work.
b. Remedy the deficiencies promptly, and notify Engineer when ready for
reinspection.
6. When Engineer determines that the Work is acceptable under the Contract Documents,
he will request Contractor to make closeout submittals.
C. Closeout submittals include, but are not necessarily limited to:
1. Project Record Documents. ,
2. Operation and maintenance data for items so listed in pertinent other Sections of these
Specifications, and for other items when so directed by Engineer.
3. Warranties and Bonds
4. Specifications with recorded changes made by addenda.
5. Spare parts and materials extra stock
6. Evidence of compliance with requirements of government agencies having jurisdiction
including, but not necessarily limited to:
a. Certificates of Inspection;
b. Certificates of Occupancy;
7. Certificates of Insurance for products and completed operations;
8. Evidence of payment and release of liens;
9. List of subcontractors, service organizations, and principal vendors, including names,
addresses, and telephone numbers where they can be reached for emergency service
at all times including nights, weekends, and holidays.
D. Final adjustment of accounts: Submit a final statement of accounting to Engineer, showing
all adjustments to the Contract Price. A final Change Order reconciling quantities installed
to contract amounts will be issued.
J
01700(2) '
J:\Projects\I997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01700.doc City of Fayetteville
I
' 1.4 FINAL CLEANING
IA. Execute final cleaning prior to final inspection.
B. Remove waste and surplus materials, rubbish, and construction facilities from the site.
C. Restore areas disturbed by the Work, as specified in Section 02261.
1.5 ADJUSTING
A. Adjust operating equipment to ensure smooth and unhindered operation.
I1.6 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; protect from deterioration and
from loss and damage until completion of the Work; record actual revisions to the Work. Do
not use the record documents set for any purpose except entry of new data and. for review by
Engineer.
I1. Contract Drawings.
2. Specifications.
3. Addenda.
' 4. Change Orders and other Modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress. Failure to promptly make notations
' on Record Documents will be considered in evaluating requests for progress payments.
1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
2. Date all entries.
3. Call attention to the entry by a "cloud" drawn around the area or areas affected.
' 4. In the event of overlapping changes, use different colors for the overlapping changes.
D. Specifications: Legibly mark and record at each product section description of actual products
' installed, including the following.
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and Modifications.
I
' 01700 (3)
1:\Projccts\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01700.doc City of Fayetteville
1
I
E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction
including:
1. Measured horizontal and vertical locations of underground utilities and appurtenances,
referenced to permanent surface improvements.
2. Field changes of dimension and detail.
3. Details not on original Contract Drawings.
F. Submittal, Review, and Approval
1. Submit the completed set of Project Record Documents to Engineer for review.
2. Participate in review meetings as required.
3. Make required changes and promptly deliver the final Project Record Documents to
Engineer.
G. Contractor has no responsibility for recording changes in the Work subsequent to Final
Completion, except for changes resulting from work performed under Warranty.
1.7 OPERATION AND MAINTENANCE DATA
I
L
CI'
L
I
A. Submit three sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three ring
capacity expansion binders with durable plastic covers.
B.. Prepare binder covers with printed title "OPERATION AND MAINTENANCE
INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are
required.
C. Internally subdivide the binder contents with permanent page dividers, logically organized as
described below, with tab titling clearly printed under reinforced laminated plastic tabs.
D. Contents: Prepare a Table of Contents for each volume, with each product or system
description identified, type on 30 pound white paper.
E. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor,
Subcontractors, and major equipment suppliers.
F. Part 2: Operation and maintenance instructions, arranged by system and subdivided by
specification section. For each category, identify names, addresses, and telephone numbers
of Subcontractors and suppliers. Identify the following:
1. Significant design criteria.
2. List of equipment.
3. Parts list for each component.
4. Operating instructions.
5. Maintenance instructions for equipment and systems.
6. Maintenance instructions for cleaning methods, materials, and special precautions
identifying detrimental agents.
01700(4)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01700.doc
I
L
L
J
I
I
L
City of Fayetteville
1
LI
G. Part 3: Project documents and certificates, including the following:
1. Shop Drawings and product data.
' 2. Certificates.
3. Photocopies of warranties.
' H. Submit one copy of completed volumes in final form fifteen (15) days prior to final inspection.
This copy will be returned after final inspection, with Engineer's comments. Revise content
of documents as required prior to final submittal.
' I. Submit final volumes revised, within ten (10) days after final inspection.
' 1.8 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, Suppliers, and manufacturers.
C. Provide Table of Contents and assemble in three ring binder with durable plastic cover.
ID. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten (10) days after acceptance, listing date of acceptance as start of warranty period.
1.9 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
' B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment.
' 1.10INSTRUCTION
IA. Instruct Owner's personnel in proper operation and maintenance of systems, equipment, and
similar items which were provided as part of the Work.
' Part 2- PRODUCTS
Not Used
I
H
I
Part 3 - EXECUTION
Not Used
End of Section 01700
01700 (5)
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-3-99\Front End\01700.doc City of Fayetteville
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
TITLE PAGE
'• SP -1 Specifications, Ark. State Highway Commission SP -1-1
SP -2 Removal of Traffic Signal Equipment SP -2-1
SP -3 Removing Asphalt Pavement SP -3-1
' SP -4 Relocation of Sanitary Sewer Services SP -4-1
SP -5 Relocation of Water Services SP -5-1
SP -6 Topsoil SP -6-1
' SP -7 Precast Reinforced Concrete Box Culverts SP -7-1
SP -8 Temporary Aggregate Sidewalk and Safety Fencing SP -8-1
SP -9 PVC Conduit SP -9-1
SP -10 Subbase Course SP -10-1
SP -11 Thermoplastic Pavement Marking SP -11-1
SP -12 Flowable Fill SP -12-1
SP -13 City of Fayetteville — Landowners Side Letters SP -13-1
Section 1 - Site Preparation 1-1
Section 2 - Earthwork 2-1
Section 3 - Aggregate Base Course 3-1
' Section 4 - Prime Coat and Tack Coat 4-1
Section 5 - Asphalt Surface and Binder Course 5-1
Section 6 - (Not Used)
Section 7 - Driveways, Driveway Extensions and Aprons 7-1
Section 8 - Concrete Curb and Gutter 8-1
Section 9 - Concrete Sidewalks 9-1
' Section 10 - Inlets and Junction Boxes 10-1
Section 11 - Concrete and Reinforcing Steel 11-1
Section 12 - Unclassified Excavation for Structures 12-1
'• Section 13 - Pipe Culverts 13-1
Section 14 - Solid Sodding 14-1
Section 15 - (Not Used)
Section 16 - Maintenance of Traffic 16-1
Section 17 - Pavement Repairs 17-1
Section 18 - Disability Access Ramps 18-1
Section 19 - Cleanup 19-1
Section 20 - Pipe Embedment 20-1
Section
21 -
(Not Used)
'
Section
22 -
Mailbox Relocation
22-1
Section
23 -
(Not Used)
Section
24 -
Temporary Erosion Control
24-1
'
Section
25 -
New Fence
25-1
Section
26 -
Trench and Excavation Safety Systems
26-1
TABLE OF CONTENTS (cont'd)
TITLE
PAGE
Section
27 -
Cold Milling Asphalt Pavement
27-1
Section
28 -
Guard Rail
28-1
Section
29 -
(Not Used)
Section
30 -
(Not Used)
Section
31 -
Roadway Construction Control
31-1
Section
32 -
(Not Used)
Section
33 -
Valve and Meter Boxes Adjusted to Grade
33-1
Section
34 -
Remove and Replace Fences
34-1
Section
35 -
(Not Used)
Section
36 -
(Not Used)
Section
37 -
(Not Used)
Section
38 -
Riprap
38-1
Section 39 - (Not Used)
ii
I
I
1
1
1
1
1
1
1
I
' SP -1 - SPECIFICATIONS, ARKANSAS STATE HIGHWAY COMMISSION
SP -1-1.1 General The standard specifications of the Arkansas State Highway and
' Transportation are bound in a book titled Standard Specifications for Highway
Construction. These specifications are referred to herein as "Standard Specifications." The
latest edition shall apply.
A copy of these "Standard Specifications" may be obtained from the Arkansas
State Highway and Transportation Department, Little Rock, Arkansas, at their customary
' charge.
SP -1-2.1 Incorporation and Modification Certain parts of the Standard Specifications
'are appropriate for inclusion in these Technical Specifications. Such parts are incorporated
herein by reference to the proper section or article number. The individual specification
' numbers noted herein may be different from those in the latest edition of the "Standard
Specifications." The most current specification number shall apply. Each such referenced
part shall be considered to be a part of these Contract Documents as though copied herein in
' full.
Certain referenced parts of the Standard Specifications are modified in the
Specifications that follow. In case of conflict between the Standard Specifications and the
Specifications that follow, the Specifications that follow shall govern.
' Individual material test numbers change from time to time. Use the latest
applicable test.
Reference in the Standard Specifications to the "Department" are herein
changed to the "Owner".
Li
u
L
H
I
I
I
SP -1-1
I
' SP -2 - REMOVAL OF TRAFFIC SIGNAL EQUIPMENT
' SP -2-1.1 Description Under this item, the Contractor shall remove the traffic signal pole
foundations and equipment foundation(s). The Owner shall remove traffic signal heads,
traffic signal poles, span wire assemblies, traffic controllers, and other existing signal
equipment at locations shown on the Plans.
SP -2-2.1 Materials The Contractor shall provide all equipment and tools necessary to
' remove the traffic signal pole foundations and equipment foundation(s) at the location shown
on the Plans.
L
u
I
Li
LI
H
SP -2-3.1 Construction Requirements
(a) The Contractor shall coordinate signal operations with the City of
Fayetteville throughout construction until the completion of the contract. Control of the
intersection shall be by flagmen or stop signs at any time that the signals are not in operation
and shall be accomplished in accordance with the Maintenance of Traffic Plan.
(b) The Contractor shall remove the traffic signal pole foundation and all
appurtenances such as reinforcing steel, conduit, anchor bolts and cable to a minimum depth
of 12 inches below grade. The concrete foundations shall be broken up and the material
disposed of by the Contractor. The Contractor shall backfill all voids created from removal
of the concrete foundation in accordance with the applicable portions of SECTION 2 —
EARTHWORK.
(c) The controller cabinet, poles/arm, signal heads, and brackets , shall
remain the property of the City of Fayetteville.
SP -2-4.1 Method of Measurement Removal of traffic signal pole foundations and
equipment will not be measured for payment.
' SP -2-5.1
Basis of Payment
Removal
of traffic signal
foundation acceptably completed
shall be
subsidiary to the
contract lump sum price bid for "SITE
PREPARATION."
r
Li
I
H
SP -2-1
H
' SP -3 - REMOVING ASPHALT PAVEMENT
SP -3-1.1 Description This item shall consist of the full -depth removal of portions of the
existing asphalt pavement, in accordance with these Specifications and in conformity to the
dimensions and details shown on the Plans. All pavement material removed shall be disposed
of off -site, or as directed by the Engineer. This item does not include areas covered by
' SECTION 17 - PAVEMENT REPAIRS
SP -3-2.1 Construction Methods - General No pavement removal shall be started until the
work has been laid out by the Contractor. All removed pavement material shall be disposed of
off -site. All hauling will be considered a necessary and incidental part of the work; its cost
shall be considered by the Contractor and included in the contract price for the pay of items of
work involved. No payment will be made separately or directly for hauling on any part of the
work.
' SP -3-2.2 Asphalt Pavement Removal
(a) This item shall consist of the removal of existing asphalt pavement
(regardless of depth or underlying material encountered) to existing subgrade material, at the
locations shown on the Plans. The method of removal shall be approved by the Engineer
' before any removal operations begin. The Contractor shall take care not to damage adjacent
pavement which is to remain in place; any adjacent sound pavement damaged by the Contractor
shall be removed and replaced at the Contractor's expense.
Sawcutting (1.5 -inch depth) will be required at the edge of the removal areas, unless cold
milling is required beyond the edge of the full -depth removal.
' (b) Subgrade Preparation The subgrade below the removed pavement shall be
compacted in accordance with SECTION 2 — EARTHWORK. Subgrade preparation will not
' be measured for separate payment.
(c) Undercut Excavation If, in the opinion of the Engineer, the subgrade
material underlying this depth is unsuitable or of insufficient strength to support the finished
pavement structure, the subgrade shall be excavated to a depth as determined by the Engineer.
' The undercut shall be accomplished in accordance with SECTION 2 - EARTHWORK.
SP -3-3.1 Method of Measurement Asphalt pavement removal will not be measured for
payment.
SP -3-4.1 Basis of Payment Asphalt Pavement Removal shall be subsidiary to the contract
' lump sum price bid for "SITE PREPARATION." Subgrade Preparation and Undercut
Excavation shall be subsidiary to the contract lump sum price bid for SECTION 2 - 2.09a
"Unclassified Excavation."
I
SP -3-1
J
' SP -4 - RELOCATION OF SANITARY SEWER SERVICES
I
SP-4-1.1 Description This section covers the relocation of sanitary sewer services
required because of interference with construction of the improvements.
SP -4-2.1 Materials All
materials and
construction
methods shall meet with the City
of Fayetteville Specification
Requirements
for Sanitary
Sewers.
SP -4-3.1 Execution Grades shall be as determined by the Engineer or as shown on
the Plans. Size of sewer service line shall be of the same size as the existing sewer
service.
Trench excavation and backfill, including bedding material, and cleanup, will
not be measured separately, but will be considered subsidiary to this bid item.
The Contractor shall be diligent in the constriction of sanitary sewer lines in
order that property owners be inconvenienced for as short a period as possible. The
Contractor shall notify the property owner prior to commencing any work that would
knowingly cause any inconvenience.
It shall be the Contractor's responsibility to avoid any contamination of new
work because of sewage being discharged during the work and shall avoid any creation of
any nuisance.
SP -4-4.1 Method of Measurement Sanitary sewer service line relocations will be
measured as a complete item for each location regardless of individual length and/or
number of fittings required to complete the relocation. All material, laying of pipe,
trench excavation, backfill, cleanup, etc., will not be measured separately, but will be
considered subsidiary to this item.
SP -4-5.1 Basis of Payment Sanitary sewer service lines, acceptably completed, as
provided above, including fittings, will be paid for at the contract unit price bid per each,
which price shall be full compensation for furnishing all materials, and for all equipment,
tools, labor, and incidentals necessary to complete the work.
Payment will be made under:
Item SP -4-5.1 Relocate Sanitary Sewer Service - per each
I
I
I
J
SP -4-I
Li
SP -5 - RELOCATION OF WATER SERVICES
SP -5-1.1 Description This section covers the relocation of water services and water
mains required because of interference with construction of the improvements.
SP -5-2.1 Materials All materials and construction methods shall meet with the City
of Fayetteville Specification Requirements for Water Services and the details on the
Plans.
H
H
L
r
I
r
I
I
I
H
L
SP -5-3.1 Execution Size of water service lines shall be of the same size as the
existing water service.
The Contractor shall relocate any water main that conflicts with construction
of the improvements. Relocation shall be constructed beyond the limits of the work area to
a location suitable to the City. All material necessary to effect this relocation effort shall be
subsidiary to this bid item.
The Contractor shall relocate the meter sets and meter boxes out beyond the
limits of the work area at a location suitable to the City. All material necessary to effect this
relocation effort shall be subsidiary to this bid item. Meter boxes shall be installed level and
1" above finish grade.
Trench excavation and backfill, including bedding material, pavement repair
and cleanup, will not be measured separately, but will be considered subsidiary to this bid
item.
The Contractor shall be diligent in the relocation of water services in order that
property owners be inconvenienced for as short a period as possible. The Contractor shall
notify the City, prior to any main relocation and property owner prior to commencing any
work that would knowingly cause any inconvenience.
SP -5-4.1 Method of Measurement Water main relocation will be measured by the
linear foot. All material, laying of pipe, trench excavation, backfill, pavement repair and
cleanup, etc., will not be measured separately, but will be considered subsidiary to this
item.
Water meter and service line relocations will be measured as a complete
item at each location regardless of individual length and/or number of fittings required to
complete the relocation. All material, laying of pipe, trench excavation, backfill,
pavement repair and cleanup, etc., will not be measured separately, but will be considered
subsidiary to this item.
SP -5-5.1 Basis of Payment Water main relocation, acceptable complete, as provided
above, including all items necessary for construction will be paid for at the contract unit
price bid per linear foot.
SP -5-1
I
Water meter and service lines, acceptably completed, as provided above, including '
fittings, will be paid for at the contract unit price bid per each, which price shall be full
compensation for furnishing all materials, and for all equipment, tools, labor, and
incidentals necessary to complete the work.
Payment will be made under:
Item
SP -5-5.1
a
Relocate Water Main - per linear foot
Item
SP-5-5.lb
Relocate Water Service - per each
SP -5-2
I
L
1,
I
L.
H
H'
I
I
11
L_l
H
H
SP -6 - TOPSOIL
SP -6-1.1 Description This item shall consist of preparing the ground surface for topsoil
application, removing topsoil from designated stockpiles or areas to be stripped on the site or
from approved sources off the site, and placing and spreading the topsoil on prepared areas in
accordance with this specification at the locations shown on the Plans or as directed by the
Engineer.
SP -6-2.1 Materials — Topsoil Topsoil shall be the surface layer of soil with no admixture of
refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and
stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush
and other vegetation which will not be incorporated with the soil during handling operations
shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not
to be removed but shall be thoroughly broken up and intermixed with the soil during handling
' operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH
range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing
of the association of official agricultural chemists in effect on the date of invitation of bids. The
' organic content shall be not less than 3% nor more than 20% as determined by the
wet -combustion method (chromic acid reduction). There shall be not less than 20% nor more
than 80% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test
' in accordance with ASTM C 117.
Natural topsoil may be amended by the Contractor with approved materials and
' methods to meet the above specifications.
SP -6-2.2 Inspection And Tests Within 10 days following acceptance of the bid, the
' Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil
shall be inspected to determine if the selected soil meets the requirements specified and to
determine the depth to which stripping will be permitted. At this time, the Contractor may be
' required to take representative soil samples from several locations within the area under
consideration and to the proposed stripping depths, for testing purposes as specified in SP -6-2.1.
SP -6-3.1 Construction Methods - General Areas to be topsoiled shall be shown on the
Plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of
topsoil and the stripping depths shall be shown on the Plans and/or described in these
' Specifications.
Suitable equipment necessary for proper preparation and treatment of the ground
' surface, stripping of topsoil, and for the handling and placing of all required materials shall be on
hand, in good condition, and approved by the Engineer before the various operations are started.
' SP -6-3.2 Preparing The Ground Surface Immediately prior to dumping and spreading the
topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other
means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding
' of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be
cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material
which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth
SP -6-1
I
of the desired planting. Limited areas, as shown on the Plans, which are too compact to respond
to these operations shall receive special scarification.
Grades on the area to be topsoiled, which have been established by others as shown
on the Plans, shall be maintained in a true and even condition. Where grades have not been
established, the areas shall be smooth -graded and the surface left at the prescribed grades in an
even and properly compacted condition to prevent, insofar as practical, the formation of low
places or pockets where water will stand.
SP -6-3.3 Obtaining Topsoil Prior to the stripping of topsoil from designated areas, any
vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may
interfere with subsequent operations, shall be removed using methods approved by the Engineer.
Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other
means shall be removed.
When suitable topsoil is available on the site, the Contractor shall remove this
material from the designated areas and to the depth as directed by the Engineer. The topsoil shall
be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the
Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without
additional compensation. Any topsoil that has been stockpiled on the site by others, and is
required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all
stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be
graded if required and put into a condition acceptable for seeding.
When suitable topsoil is secured off the project site, the Contractor shall locate and '
obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the
Engineer sufficiently in advance of operations in order that necessary measurements and tests
can be made. The Contractor shall remove the topsoil from approved areas and to the depth as
directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread
as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and
placed without additional compensation.
SP -6-3.4 Placing Topsoil The topsoil shall be evenly spread on the prepared areas to a
uniform depth of 2 inches (50 mm) after compaction, unless otherwise shown on the plans or
stated in the special provisions. Spreading shall not be done when the ground or topsoil is
frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be
carried on so that turfing operations can proceed with a minimum of soil preparation or tilling.
After spreading, any large, stiff clods and hard lumps shall be broken with a
pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in
diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the
Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling
with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface
shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling
upon pavements as a result of hauling or handling of topsoil shall be promptly removed. '
F
SP -6-2
H
I
SP -6-4.1 Measurement And Payment Topsoiling will not be measured for separate payment,
but is subsidiary to SECTION 2 - 2.09a "Unclassified Excavation."
I
J
I
I
I
H
H
I
H
I
I
I
SP -6-3
C
I
I
I
I
I
I
SP -7 PRECAST REINFORCED CONCRETE BOX CULVERTS
SP -7-1.1 Description This item covers the construction of precast reinforced
concrete box culverts at the locations shown in the Plans.
SP -7-2.1 Standard Specifications Materials, manufacturing, and construction
requirements shall be in accordance with SECTION 607 — PRECAST REINFORCED
CONCRETE BOX CULVERTS of the Standard Specifications, except as modified or
augmented herein. The manufacture and furnishing of precast reinforced concrete box
culverts shall be in accordance with AASHTO M 273. The culverts shall be capable of
supporting HS -20 live loading in addition to a dead load of 6 inches of ACHM Surface
Course.
SP -7-3.1 Construction Requirements Box culvert construction and typical section
shall generally conform to the details as attached to this specification. Significant deviations
from these details shall be approved in writing by the Engineer. .
' The Contractor shall provide manhole access in the forty five degree bend outside the
roadway surface and shall furnish and install a Neenah R -6460-C manhole lid or an
approved equal.
All joints shall be filled with non -shrinking grout.
' The Contractor shall collar all joints according to the details on Plans if the gasket (sealer)
specifications cannot be met or as directed by the Engineer.
H
H
I
I
H
u
Cutting, grouting and connection of existing pipe culverts shall not be measured for separate
payment, but shall be considered subsidiary work pertaining to "Precast Reinforced
Concrete Box Culverts."
SP -7-3.1 Method of Measurement Precast reinforced concrete box culverts will be
measured by the linear foot installed, completed and accepted.
SP -7-4.1 Basis of Payment Work completed and accepted and measured as provided
above will be paid for at the unit price bid per linear foot for "Precast Reinforced Concrete
Box Culvert", which price shall be full compensation for all materials furnished, for all work
performed, and for all labor, tools, equipment and incidentals necessary to complete the
work.
Payment will be made under:
SP -7-4.1 Precast Reinforced Concrete Box Culvert - per linear foot
I
SP -7-1
SCURLOCK INDUSTRIES
3725 SOUTH McCOLLUM AVE.
FAYETTEVILLE, ARKANSAS 72701
501-521-0504 501-443-5533
Drawing 1 of 2
STANDARD DETAIL
PRECAST REINFORCED CONCRETE BOX CULVERT
SYCAMORE STREET
6' X 3' BOX CULVERT (ASTM C-850)
FAYETTEVILLE, ARKANSAS
TYPICAL LIFTING HOLES
CONICAL, 4 REQUIRED.
FIG. 1
1 1
`JOINT DETAIL
FIG. 2
CHAMFER`
THICKNESS (SEE TABLE) -
.33 AREA SO. IN. PER FT. -
.17 AREA 50. IN. PER FT.
NOTES
1. REINFORCEMENT IN PRECAST BOX SECTIONS
BASED ON BOXCAR DESIGN.
2. MINIMUM CONCRETE STRENGTH SHALL BE
4.000 PSI AT 28 DAYS.
3. JOINTS SHALL BE SEALED WITH BUTYL RUBBER
SEALANTS. AS PER AHTD SECTION 606.
4. BOX MEETS OR EXCEEDS HS 20 LOADING.
5. NO STIRRUPS REQUIRED.
.19 AREA SO. IN. PER FT.
.42 AREA SO. IN. PER FT.
015TRIRUTION
1119 r
r.19 AREA 50. IN. PER FT.
a.
L.28 AREA W. IN. PER FTJ
.17 AREA SO. IN. PER FT.J
FIG. 3
-.33 AREA SO. IN. PER FT.
-.17 AREA SO. IN. PER FT.
FILE: RC86x3-1.DWG 7/13/99
SCURLOCK INDUSTRIES
3725 SOUTH McCOLLUM AVE.
FAYETTEVILLE, ARKANSAS 72701
501-521-0504 . 501-443-5533
Drawing 2 of 2
STANDARD DETAIL
PRECAST REINFORCED CONCRETE BOX CULVERT
SYCAMORE STREET
6' X 3' BOX CULVERT (ASTM C-850)
FAYETTEVILLE, ARKANSAS
TOP SLAB -OUTSIDE
REINFORCEMENT, As7
2 IN. TOP DISTRIBUTION SEE flG 2
COVER REINFORCEMENT, As TYPICAL DETAIL
it
1.5 IN.
COVER
. . .
. . .
. . . . . . .
. . . . . . . .
TAs2
1.5 IN.
COVER
Ass RISE
1.5 COVERER
/BOT. DISTRIBUTION
REINFORCEMENT, As5
—1.5 IN.
COVER I 1.5 IN.
COVER
SYMMETRICAL
SPAN
1.5 IN.I As)
COVER
f'
12MIN. 1.5 IN. J
COVER
LAP
4 CORNFRS
FIG. 2 HAUNCH DESIGN
LTb
ze
OT. SLAG -OUTSIDE
REINFORCEMENT, As8
BOX SECTION
INTERNAL DIMENSIONS
A B C
WIDTH (SPAN) HEIGHT (RISE) LENGTH
6' 3' I VARIABLE
1.5 IN.
COVER
—As'
— Ts
I— Variable
I— Vorioble
3" Select Moteriol Bedding Required
FIG. 3 JOINT DETAIL (VARI.)
1. CONCRETE SHALL BE 4.000 PSI AT 28 DAYS. JOINTS SHALL BE
SEALED WITH MORTAR, MASTIC, OR FLEXIBLE BUTYL RUBBER SEALANTS.
2. MEETS ASTM C850 FOR LESS THAN 21 OF COVER.
ALL SPECIFICATION MEET AASHTO REQUIREMENTS FOR STANDARD
BRIDGE DESIGN.
3.
REINFORCEMENT TO MEET
OR EXCEED ASTM
A185.
4.
END SECTION AVAILABLE
ON REQUEST, 6' JOINT LENGTHS
(TYPICAL)
5.
DISTRIBUTION MATS (As5
X As6) INCLUDED
WHEN DESIGN
REQUIRES
FILE: RCB6X3-2.0WG 7/13/99
THICKNESS (All 4" Minimum)
D E F
WALL (Ts) TOP (Tt) BOTTOM (Tb
8„ 7.. 7„
I
ISP -8 - TEMPORARY AGGREGATE SIDEWALK AND SAFETY FENCE
SP -8-1.1 Description The Contractor shall supply and construct a temporary aggregate
sidewalk and temporary safety fence where called for on the Plans or as directed. Temporary
safety fence will also be used for tree protection.
1 SP -8-2.1 Materials Materials for temporary sidewalk shall be 2" x 4" wooden planks
secured to the ground and Class 7 Aggregate Base Course in accordance with SECTION 3 -
' AGGREGATE BASE COURSE.
The temporary safety fence shall be typical orange mesh construction fence or approved
' alternate.
SP -8-3.1 Construction Requirements The Contractor shall construct the temporary
aggregate sidewalk at the locations and in accordance with the details shown on the Plans.
The temporary walk shall be finished smooth to allow for pedestrian traffic. After the
temporary walk is no longer required, the contractor shall remove the walk and restore the
surface.
The temporary safety fence shall be installed at the locations shown on the Plans and as
directed by the Engineer and shall be maintained during construction as required.
' SP -8-4.1 Method of Measurement Temporary aggregate sidewalk and temporary
safety fence will be measured by the linear foot.
SP -8-5.1 Basis of Payment
(a) Temporary sidewalk, acceptably completed as provided above, will be paid
for at the contract unit price bid per linear foot for "TEMPORARY AGGREGATE
SIDEWALK", which price shall be full compensation for furnishing and installing the
aggregate and the wooden forms; for removal of the temporary walk; for surface restoration;
and for all materials, equipment, and labor required to complete the work.
(b) Temporary safety fence, acceptably completed as provided above, will be paid
for at the contract unit price bid per linear foot for "TEMPORARY SAFETY FENCE",
which price shall be full compensation for furnishing, maintaining, and installing the fence;
' for removal of the fence; and for all materials, equipment, and labor required to complete the
work.
I
I
L
Payment will be made under:
Item SP -8-5. 1 a —Temporary Aggregate Sidewalk — per linear feet
Item SP-8-5.lb—Temporary Safety Fence — per linear feet
I
SP -8-1
I
I
SP -9 - PVC CONDUIT
SP-9-1.1
Description The Contractor shall
supply and
install PVC conduit for traffic
Icontrol
devices where called for on the Plans or as directed by
the Engineer.
' SP -9-2.1 Materials The conduit shall be a schedule 40 PVC unless approved otherwise
by the City.
SP -9-3.1 Construction Requirements The Contractor shall install the PVC conduit where
designated on the Plans or as directed by the Engineer and shall have a minimum cover of 30
inches. PVC conduit shall be installed and connected at the joints in accordance with the
manufacturer's recommendations.
SP -9-4.1 Method of Measurement Work performed under this section, acceptably
completed as provided above, will be measured for by the linear foot.
SP -9-5.1 Bases of Payment PVC conduit will be paid for at the contract unit price bid
per linear foot. This price shall be full compensation for trenching, installing conduit,
backfill, and surface restoration; and for all materials, equipment, and labor required to
complete the work.
Payment will be made under:
' Item SP -9-5.1— PVC Conduit — per linear foot
I
I
I
J
J
U
I
SP -9-1
Li
n
I
I
L
SP -10 SUBBASE COURSE
SP -10-1.1 Description This item shall consist of a subbase course composed of
granular materials constructed on a prepared subgrade or underlying course in accordance
with these specifications, and in conformity with the dimensions and typical cross section
shown on the Plans.
SP -10-2.1 Materials Materials used for subbase course shall have a minimum CBR
of 8 and shall be classified as a GM or GC soil type. Other materials exceeding these
requirements may be used subject to the approval of the Engineer.
I
SP-10-3.1 Construction Methods — General The subbase course shall be placed
where designated on the Plans or as directed by the Engineer. The material shall be
shaped and thoroughly compacted within the tolerances specified.
I
H
I
I
H
I
I
I
I
H
I
Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to
support without movement the construction equipment, shall be mechanically stabilized
to the depth necessary to provide such stability as directed by the Engineer. The
mechanical stabilization shall principally include the addition of a fine-grained medium
to bind the particles of the subbase material sufficiently to furnish a bearing strength, so
that the course will not deform under the traffic of the construction equipment. The
addition of the binding medium to the subbase material shall not increase the soil
constants of that material above the limits specified.
SP -10-3.2 Operation in Pits All work involved in clearing and stripping pits and
handling unsuitable material encountered shall be performed by the Contractor at his/her
own expense. The subbase material shall be obtained from pits or sources that have been
approved. The material in the pits shall be excavated and handled in such manner that a
uniform and satisfactory product can be secured.
SP -10-3.3 Preparing Underlying Course Before any subbase material is placed, the
underlying course shall be prepared and conditioned as specified. The course shall be
checked and accepted by the Engineer before placing and spreading operations are
started.
To protect the subgrade and to ensure proper drainage, the spreading of the subbase shall
begin along the centerline of the pavement on a crowned section or on the high side of
pavements with a one-way slope.
SP -10-3.4 General Methods for Placing The subbase course shall be constructed in
layers. Any layer shall be not less than 3 inches nor more than 8 inches of compacted
thickness. The material, as spread, shall be of uniform gradation with no pockets of fine
or course materials. The subbase, unless otherwise permitted by the Engineer, shall not
be spread more than 2,000 square yards in advance of the rolling. Any necessary
sprinkling shall be kept within this limit. No material shall be placed in snow or on a
soft, muddy, or frozen course.
SP -10-1
I
When more than one layer is required, the construction procedure described herein shall
apply similarly to each layer.
During the placing and spreading,
sufficient
caution shall be exercised to
prevent the
incorporation of subgrade, shoulder,
or foreign
material in the subbase course
mixture.
SP -10-3.5 Finishing and Compacting After spreading or mixing, the subbase material
shall be thoroughly compacted by rolling and sprinkling, when necessary. Sufficient
rollers shall be furnished to adequately handle the rate of placing and spreading of the
subbase course.
The field density of the compacted material shall be at least 95 percent of the maximum
density of laboratory specimens prepared from samples of the subbase material delivered
to the jobsite. The laboratory specimens shall be compacted and tested in accordance
with AASHTO T-99. The moisture content of the material at the start of compaction
shall not be below nor more than 2 percentage points above the optimum moisture
content.
The course shall not be rolled when the underlying course is soft or yielding or when the
rolling causes undulation in the subbase. When the rolling develops irregularities that
exceed %z inch when tested with a 16 -foot straightedge, the irregular surface shall be
loosened and then refilled with the same kind of material as that used in constructing the
course and again rolled as required above.
Along places inaccessible to rollers, the subbase material shall be tamped thoroughly
with mechanical or hand tampers.
Sprinkling during rolling, if necessary, shall be in the amount and by equipment approved
by the Engineer. Water shall not be added in such a manner or quantity that free water
will reach the underlying layer and cause it to become soft.
SP -10-3.6 Surface Test After the course is completely compacted, the surface shall be
tested for smoothness and accuracy of grade and crown; any portion found to lack the
required smoothness or to fail in accuracy of grade or crown shall be scarified, reshaped,
recompacted, and otherwise manipulated as the Engineer may direct until the required
smoothness and accuracy are reobtained. The finished surface shall not vary more than V2
inch when tested with a 16 -foot straightedge applied parallel with, and at right angles to,
the centerline.
SP -10-3.7 Protection Work on subbase course shall not be conducted during freezing
temperature nor when the subgrade is wet. When the subbase material contains frozen
material or when the underlying course is frozen, the construction shall be stopped.
I
J
I
I
I
H
I
I
I
I
I
H
H
L
L
SP -1O-3.8 Maintenance
Following the final
shaping
of the material, the subbase shall
be maintained throughout
its entire length by
the use
of standard motor graders and
Li
SP -10-2
I
I
rollers until, in the judgment of the Engineer, the subbase meets all requirements and is
acceptable for the construction of the next course.
SP -10-4.1 Method of Measurement Measurement of subbase course shall be based on
plan quantity which is estimated as the number of cubic yards of subbase course material
' placed, compacted, and accepted in the completed course. Measurements of subbase
course will be changed to reflect changes in grade or section direction by the Engineer.
Measurement shall not include material placed without authorization beyond normal lines
tas called for in the Plans.
SP -10-5.1 Basis of Payment Payment shall be made at the contract unit price per
' cubic yard for subbase course. This price shall be full compensation for furnishing all
materials; for all preparation, hauling, placing and compacting of these materials; and for
all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
' Item SP -10-5.1 Subbase Course --per cubic yard
I
I
H
H
H
I
I
I
I
L
SP -10-3
'
I
' SP -11 THERMOPLASTIC PAVEMENT MARKING
SP -11-11.1 Description This item shall consist of furnishing and placing
Thermoplastic Pavement Markings (TPM) in accordance with this specification and in
conformity with the types, dimensions, and lines shown on the Plans or as directed by the
Engineer.
In general, the work shall meet the requirements of the Manual on
Uniform Traffic Control Devices for Streets and Highways.
SP -11-2.1 Standard Specifications This item shall be accomplished in accordance
with SECTION 719 - THERMOPLASTIC PAVEMENT MARKING of the Standard
Specifications, except as modified or augmented herein.
I
SP-11-3.1 Method of Measurement TPM will be measured by the linear foot of the
color, width, and type specified. TPM (Words), (Arrows), and (Railroad Emblems) will
be measured by the unit of the type specified.
C
C
I
U
I
I
II
I
SP -11-4.1 Basis of Payment Work completed and accepted under this item and
measured as provided above will be paid for at the Contract Unit Price bid per linear foot
for Thermoplastic Pavement Marking of the color, width, and type specified, or per each
for Thermoplastic Pavement Marking (Words), (Arrows), or (Railroad Emblems), of the
type specified, which price shall be full compensation for furnishing and installing the
markings, and for all equipment, tools, labor, and incidentals necessary to complete the
work.
Payment will be made under:
SP -11-4.1a Thermoplastic Pavement Marking - 4" Yellow - per linear
foot
SP-11-4.lb
Thermoplastic
Pavement
Marking
- 4" White - per linear foot
SP -11-4.1c
Thermoplastic
Pavement
Marking
- 18" White - Stop Bar -
per linear foot
SP -11-4.1d
Thermoplastic
Pavement
Marking
- 9" White - Crosswalk -
per linear foot
SP -11-4.1e
Thermoplastic
Pavement
Marking
(Words) - per each
SP -11-4.1
f
Thermoplastic
Pavement
Marking
(Arrows) - per each
SP -11-1
I
SP -12 FLOWABLE FILL
I
SP-12-12.1 Description This item shall consist of the furnishing, mixing, and
placing of a flowable fill mixture in pipe culvert trenches and around drainage structures
located in paved areas.
' SP -12-12.2 Standard Specifications The fill shall consist of Portland Cement, fly
ash, sand, and water as described in SECTION 206 - FLOWABLE SELECT
' MATERIAL of the Standard Specifications except as modified herein. No aggregate
having larger particle size than the prescribed sand shall be used in the mix.
' SP -12-12.3 Mix Design: A mix design shall be prepared and submitted to the
Engineer for approval all components and certified test results of flow and unit weight.
Test trenches of at lease one cubic yard each shall be made to verify the consistency,
' segregation, flowabilitv. compressive strength, setting time, and difficulty of removal of
the proposed mix design. The test pours shall be witnessed by the Engineer, allowed to
cure for an acceptable time to determine the qualities listed, and adjusted by the
Contractor as required to achieve the results intended by the Engineer.
(a) Prior to placing of asphalt surfaces upon the upper surfaces of the flowable
' fill, the trench shall be proof rolled with a loaded dump truck or other acceptable piece of
heavy construction equipment to determine the stability of the trench. Trenches shall be
retested at intervals acceptable to the Engineer until the desired trench stability is
' achieved. Any substantial settling of the trench due to the test loads shall be corrected by
the Contractor by removal or replacement of the flowable fill prior to further overlay or
continued use of the mix design or construction methods.
(b) The Contractor shall place the flowable fill in lifts, provide pipe restraints,
or use other methods required to prevent displacement of pipe culverts or structures
I. horizontally and vertically. Pipe which is displaced shall be removed and adjusted to the
correct alignment.
' (c) The Contractor shall provide bulkheads, wood or metal forms, earth
backfill, or any combination thereof to contain the flowable fill mixture and prevent its
escape out of the trench or excavated area for the structure.
' (d) If the flowable fill fails to achieve the desired load bearing capability by
the completion of that work day, the Engineer shall direct the Contractor to place steel
plates over the trench, if necessary, for maintenance of through traffic or for access to
residences or businesses.
SP -12-12.4 Method of Measurement and Basis of Payment Flowable Fill will not be
measured for separate payment but will be subsidiary to the construction of the item
involved.
' SP -12-1
J:\Projects\1997\976070 (Sycamore)\Specs\Resubmittal-03-99\Tech Specs\SP-12.doc
H
SP -13 CITY OF FAYETTEVILLE - LANDOWNER SIDE LETTERS
'Sp -13-11.1 Description This item shall consist of the proper execution of the terms
and requirements as stated in City of Fayetteville's Side Letters to the adjacent property
owners.
' SP -13-2.1 Materials Materials used for Landowners Side Letters shall vary as per
agreement with each adjoining landowner.
' SP -13-3.1 Construction Methods and Method of Payment The proper execution of
the terms and requirements as stated in City of Fayetteville's Side Letters shall conform
to the approval of the Engineer. This approval shall be in written form.
(a) Secure temporary fencing along the northern edge of the temporary
' construction easement on the Gerald and Catherine Boyd residence before
construction starts. This item is subsidiary to contract unit price per linear
foot for "REMOVE AND REPLACE FENCE."
' (b) Contractor shall contact the tenants of the house at 833 W. Sycamore prior to
construction as the tenants will need to park within the apartment complex
parking lot while the drainage system is being installed under their entrance.
' This item is subsidiary to contract unit price per linear foot for
"TEMPORARY AGGREGATE SIDEWALK."
(c) The Contractor shall stake the new south right of way line for visual
'
clarification. This item is subsidiary to contract unit price per lump sum for
"SITE PREPARATION."
(d) The contractor shall contact the owner of Mayes Automotive and clearly
designate that the two parking spaces in the northeast corner of the existing
parking lot shall remain vacant during construction. The existing curb and
pavement is not to be damaged during construction. This item is subsidiary to
contract unit price per each for "INLET AND JUNCTION BOXES."
I
I
I
H
II
SP -13-1
1:\Projects\1997\976070 (Sycamom)\Specs\Resubmittal-03.99\Tech Specs\SP-13.doc
1
FAYETTEVILLE
J
THE CITY OF FAYETTEVILLE, ARKANSAS
July 20, 1999
Charles G. Palmer Inter Vivos Trust,
Linda J. Palmer Inter Vivos Trust,
Ralph Freeman Inter Vivos Trust,
and Arlie Freeman Inter Vivos Trust
c/o Charles Palmer
4120 Roberts Avenue
Fort Smith, AR 72903
RE: Sycamore Street
Job No. 97030
Tract No. 5
61€feF Letter
sloe.
Dear Mr. Palmer:
Improvements
As per a phone conversation between Ralph Freeman, property owner, and Jill Goddard,
City of Fayetteville Land Agent, on Monday, July 19, 1999, the following is a list of concerns
expressed relating to the construction of the proposed drainage project as it crosses your
property:
The existing culvert under the easternmost driveway and the open ditch to
the east will be replaced with underground drainage pipe (see enclosed
sketch). The ditch to the west of the easternmost driveway will remain open.
The contractor will contact the tenants of the house at 833 W. Sycamore
prior to construction as the tenants will need to park within the apartment
complex parking lot while the drainage system is being installed under their
entrance.
The engineering/surveying firm has been asked to stake the new south right
of way line for visual clarification.
If you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill
Goddard at 444-3407, or in their absence, Paul Libertini, Project Engineer, at 575-8352.
Sincerely yours,
Jim Beavers
City Engineer
I
I
1,
L
I
I
I
I
I
I
I
I
I
H
JB/jsg
113 WEST MOUNTAIN 72701 501 521.7700
FAX 501 575.8257
[1
I FA.YETTEVILLE
C
THE CITY OF FAYEITEVILLE. ARKANSAS
July 12, 1999
1
Gerald L. & Catherine C. Boyd
' 2008 Cleveland
Fayetteville, AR 72701
IRE: Sycamore Street Improvements
Job No. 97030
Tract No. 10
I
Side Letter
Dear Mr. and Mrs. Boyd:
' As per a discussion with Holly Jones, representative for the City of Fayetteville, on Thursday,
July 8, 1999, the following is a list of concerns expressed relating to the construction of the proposed
drainage project as it crosses your property:
to Secure temporary fencing will be in place along the northern edge of the
temporary construction easement before construction starts. Contractor will
contact renter, Robert Strauch, at 442-6320 to arrange for placement of the
' temporary fence. At the completion of the project, the fence will be reset, in as
good or better condition, in its original place along your southern property line.
Please note that the majority of the shrubbery acting as privacy screening is
within the right of way and will be removed during construction. Contractor is to
contact you at 521-5971 to identify the two trees close to fence, which you have
asked to be removed, and arrange for their removal.
New shrubbery may be planted on the north side of the fence for new privacy
' screening (at your expense); however, nothing is to be planted within the
temporary construction easement area until after the project is completed.
' The water meter situation at 829 Kelly cannot be changed as part of this project.
.You may contact Water and Sewer Maintenance at 575-8386 to arrange for them
to assess the situation, offer suggestions, and schedule the work to be done, if
you so wish.
If you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill
' Goddard at 444-3407, or in their absence, Paul Libertini, Project Engineer, at 575-8352.
Sincerely yours,•
Donald R. Bunn
' Assistant Public Works Director
DRB/jsg
' 113WESTMOUNTAIN 72701 501521-7700
FAX 501 575-8257
FAYETTEVILLE
I
THE CITY OF FAYETTEVILLE. ARKANSAS
July 12, 1999
Richard M. & Evelyn D. Mayes
1641 N. Leverett
Fayetteville, AR 72703
RE: Sycamore Street Improvements
Job No. 97030
Tract No. 7
Side Letter
Dear Mr. and Mrs. Mayes:
As per a discussion between Rick Mayes, Jr.; Kip Guthrie, Garver Engineering; Paul
Libertini, City of Fayetteville Staff Engineer; and Jill Goddard, City of Fayetteville Land Agent, on
Friday, July 9, 1999, the following is a list of concerns expressed relating to the construction of
the proposed drainage project as it crosses your property:
The southern edge of the proposed drainage inlet box will be adjacent to the
northern edge of the existing pavement of the parking lot. The existing curb
and pavement of your parking lot is not to be damaged during construction.
I
J
Li
J
I
I
J
J
J
u The two parking spaces in the northeast corner of your parking lot will have
to remain vacated during the construction of the drainage system.
If you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill
Goddard at 444-3407, or in their absence, Paul Libertini, Project Engineer, at 575-8352.
Sincerely yours,
Donald R. Bunn
Assistant Public Works Director
DRB/jsg
I
L
Li
J
I
Li
113 WEST MOUNTAIN 72701 501 521-7700
FAX 501 575-8257
L
ISECTION 1- SITE PREPARATION
' 1.01 Description
(a) Site preparation shall cover, but not be limited to the following areas:
' (1) Area to be occupied by the improvements,
(2) Necessary abutting work areas,
' (3) Any site for disposal of unsatisfactory excavated material,
(4) Haul roads or streets,
(5) Areas within the project that are used by the Contractor for storage areas,
' and
(6) Traffic Routing / signing areas affected by maintenance of traffic
(b) In the areas described in Subparagraph (a) (1), the Contractor shall remove and
dispose of all trees, stumps, roots, shrubs, and other vegetation; all debris of whatever nature; all
asphalt and concrete pavement, including underlying courses; all curb and gutter; parking pads,
driveways or portions of driveways, regardless of material; all walls; all side drains or cross drains;
all drainage structures and headwalls; all steps or walks; all concrete or masonry foundations
' (including foundations of poles or signs to be removed) or slabs; and all fences or other structures
and obstructions on the site of the project which interfere with the construction of improvements
and all of which are not designated or permitted to remain. The Contractor shall make his own
estimate of the work required for the removal of structures which conflict with the proposed
construction. All structures required to be removed may not be designated as such in the Plans.
' The Contractor shall not unnecessarily interfere with the use of any adjacent
sidewalks, streets, or roads.
' Materials removed will become the property of the Contractor and shall be
removed from the job site, unless specifically designated otherwise.
I. All surface items such as curb and gutter, driveways, parking areas, walks, steps,
asphalt and concrete pavement, and walls shall be separated or broken away from the adjacent
part of any structure designated to remain in place by a vertical saw cut along the line designated
'by the Engineer. The edge of the structure left in place shall be approximately vertical with no
abrupt changes in alignment. Any damage to or removal of the structure designated to remain in
' place shall be repaired or replaced at no cost to the Owner.
Holes, ditches, or other abrupt changes in elevation caused by the removal
operations
that could
obstruct
drainage or be
considered hazardous or unsightly shall be
'
backfilled,
compacted,
and left in
a workmanlike
condition.
I Existing culverts or parts thereof that interfere with the new construction shall be
removed.
I
1-1
I
Where existing pipe culverts are to be extended or otherwise incorporated into the
new work, only such part of the existing structure shall be removed as to provide a proper
connection to the new work. The connecting edges or joints shall be cut, chipped, and trimmed
to the required lines and grades without weakening or damaging the part of the structure to be
retained.
For a pipe culvert extension, the headwall and the attached end joint of concrete
pipe or the flared end section on all types of pipe shall be removed to accommodate the
extension. This work will not be paid for directly but will be considered included in the items
involved in the culvert extension.
Trenches or voids resulting from the removal or demolition of existing culverts or
other structures shall be filled with approved material placed and compacted in layers in
accordance with the applicable portions of SECTION 2 — EARTHWORK and SECTION 12 -
UNCLASSIFIED EXCAVATION FOR STRUCTURES.
Li
I
I
L
II
I
Masonry and
reinforced
concrete foundations
shall be obliterated, or if in fill
sections, may be left in place
if covered
by not less than 2 feet
of embankment.
Concrete foundations for poles to be removed shall be obliterated to a depth of 2
feet below finished grade or as required to accommodate new construction.
The removal and disposal of the various items covered by this specification will
not be measured for separate payment, but will be subsidiary to the bid item "SITE
PREPARATION."
(c) In areas outside of the public right-of-way or temporary construction easements,
the Contractor shall make his own arrangements for staging or equipment/materials storage.
(d) Damage resulting from the Contractor's operations to existing streets, driveways, or
other structures designated to remain shall be repaired at the Contractor's expense. Temporary haul
routes shall be removed and the area restored or constructed as shown in the Plans.
(e) It shall be the responsibility of each bidder to examine the site carefully in order to
make his own determination, at the time of bid preparation, of the costs that will be incurred by
reason of the requirements under SECTION 1 - SITE PREPARATION. The Contractor will not
be allowed compensation, additional to that herein provided, because of any claim concerning any
stipulation of this paragraph.
1.02 Intermittent Cleanup The Contractor shall, periodically and as directed by the Engineer
during the progress of the work, put the entire work site in a neat and clean condition, including the
removal, from the job site, all discarded material, rubbish, debris, and surplus material. See
SECTION 19 - CLEANUP.
Li
I
11
I
I
I
H
H
L
I
1-2
Li
1.03 Method of Measurement Site preparation will be measured as a complete item.
' 1.04 Basis of Payment
(a) Site preparation acceptably completed and measured as provided above will be paid
for at the contract lump sum price bid for "SITE PREPARATION," which price shall be full
compensation for mobilization within project work areas; removal and disposal items; clearing and
grubbing; for cleanup; and any other items required by this specification; for furnishing all
materials; and for all equipment, tools, labor, and incidentals necessary to complete the work.
Periodic payments will be made under this item in proportion to the amount of work
accomplished, as determined by the Engineer.
Payment will be made under:
Item 1.04 Site Preparation - per lump sum
I'
H
II
H
I
H
H
I
1-3
1
I
SECTION 2- EARTHWORK
2.01 Description
(a) This section includes all earthwork necessary for the construction of streets,
driveways, sidewalks, curb and gutter, ditches, and sitework within the project area.
(b) This section includes the excavation, embankment construction, filling, and
compacting of material required for the construction outlined in 2.01(a) above and the
disposal of material unsuitable for such construction.
' (c) This section does not include the excavation and backfill of structures and
pipe. Excavation and backfill of structures is included under SECTION 12 -
' UNCLASSIFIED EXCAVATION FOR STRUCTURES of these specifications.
2.02 Standard Specifications
' (a) All work shall be in accordance with the lines and grades shown on the
plans, or as directed by the Engineer, and with applicable portions of SECTION 210 -
' EXCAVATION AND EMBANKMENT, and SECTION 212 - SUBGRADE of the
Standard Specifications, except as modified or augmented herein.
(b) All excavation performed under this Section, regardless of the material
encountered, shall be classified as unclassified excavation, including ditch excavation
described below.
(c) The ditch excavation for channel changes or to bring ditches to minimum
required section shall be in accordance with applicable portions of the Standard
'
Specifications referred to under 2.02(a) above.
H
L
Il
Hi
Li
(d) In areas of a ditch requiring no excavation, Subparagraph 1.01 shall apply to
the extent that all trees, shrubs, heavy vegetation, or any other obstructions to water flow
shall be removed as directed by the Engineer. The Contractor shall not work outside of
existing right-of-way or easements provided by the Owner.
(e) All ditch excavation shall be completed to the required grade shown on the
Plans or as directed by the Engineer.
2.03 Over -Excavation Where excavation is carried below or beyond that required, the
space shall be filled to grade with suitable material and thoroughly compacted as directed
by the Engineer. The Contractor will not be entitled to additional compensation for such
over -excavation or the necessary refilling, unless the Owner or its agent is responsible for
the error.
L
2-1
I
2.04 Use of Suitable Excavation
(a) Suitable excavation shall be used for embankment construction, and where
needed, for backfilling.
(b) Embankment construction and backfills will not be measured for separate
payment, but will be considered subsidiary to "Unclassified Excavation."
(c) Suitable excavation not needed for work described in 2.04(a) above shall be
disposed of by the Contractor off -site.
(d) Excavation unsuitable for use shall be disposed of by the Contractor off -site.
(e) The Contractor is expected to construct embankment from suitable
excavated material, and it may be necessary to stockpile a portion or all of this material for
later use. The stockpiling and rehandling will not be paid for separately but will be
subsidiary to "Unclassified Excavation." The Contractor will be required to replace with
suitable borrow material, at no additional compensation, any suitable excavated material
needed for the work which was wasted by the Contractor.
(f) Before beginning any excavation or embankment, the areas where the
excavation or the embankment are to be made shall be stripped to a minimum depth of 6
inches. Stripping will not be measured for separate payment, but will be considered
subsidiary to the item "Unclassified Excavation."
Topsoil obtained from the stripping operation shall be salvaged and stockpiled for later use.
Topsoil salvaged from the stripping operation, and then later rehandled, will not be
measured for separate payment, but will be considered subsidiary to the item "Unclassified
Excavation."
2.05 Compaction of Earthwork
(a) Compaction shall be in accordance with applicable parts of SECTION 210 -
EXCAVATION AND EMBANKMENT of the Standard Specifications, except as herein
modified.
(b) All compaction shall be to a density not less than ninety-five percent (95%)
of maximum density, at optimum moisture, obtained in the laboratory. Samples for
laboratory tests and field determination will be taken by the Engineer and at the expense of
the Owner, except that the Contractor shall assist the Engineer in the making of field
determinations.
C
I
I
I
I
H
H
H
I
Li
H
2-2
Cl
H
I
I
I
I
I
I
(c) The moisture -density relationship of the material shall be determined in the
laboratory in accordance with AASHTO Designation T 99, modified to use material passing
a 3/4 -inch sieve. The field determination of material in place shall be in accordance with
AASHTO Designation T 191, or T 205, or T 238.
(d) The Contractor will not be required to furnish a field laboratory.
2.06 Borrow Material
(a) Borrow material, when required, shall be in accordance with SECTION 210
EXCAVATION AND EMBANKMENT of the Standard Specifications, except as herein
modified.
(b) The Contractor shall obtain the source, or sources, of borrow material and
shall pay all royalty charges in connection therewith.
' (c) The Contractor shall obtain written permission from the Owner for the use
of haul roads within the City. Both within and outside the City, he shall maintain the haul
route free from spillage by his vehicles. He shall clean the haul route surface as often as
' necessary to avoid the creation of a public nuisance. He shall repair and restore the surface
of all haul roads which have been damaged by his operations.
2.07 Subgrade
(a) Subgrade for paved areas shall be compacted in accordance with the
provisions of paragraph 2.05.
(b) Subgrade for concrete sidewalks and steps shall be in accordance with
requirements specified in SECTION 9- CONCRETE SIDEWALKS AND STEPS.
(c) Preparation of subgrade will not be measured for separate payment, but shall
be considered subsidiary to "Unclassified Excavation."
' (d) Subgrade soils with a liquid limit greater than 40, or a plasticity index
greater than 15, or a CBR value of less than eight (8) shall be undercut to a depth
determined by the Engineer and removed from the street section or improved by a designed
' method of stabilization accepted by the City Engineer. Other soils which the Engineer
determines cannot be properly compacted shall also be undercut to a specified depth. This
excavated unsuitable material shall be disposed of off -site.
Backfill for undercut areas shall have a minimum CBR of 8 and shall be classified as a GM
or GC soil type. Other materials exceeding these requirements may be used as backfill,
' subject to the approval of the Engineer. Backfill shall be placed and compacted in 8 -inch
maximum lifts in accordance with paragraph 2.05.
Li
2-3
I
2.08 Method of Measurement
(a) Unclassified excavation and embankment construction is illustrated by the
cross sections and the proposed typical section. Unclassified excavation and embankment
construction shall be measured in its entirety as a lump sum price for all earthwork required
to grade the site from its existing condition to the grades and final elevations shown on the
Plans, including the formation of embankments, all in accordance with the Plans and the
requirements of this section. The Contractor shall make his own estimate of the suitability
of the existing excavation for the formation of embankment, and the amount of borrow
excavation from off the project site that will be required. No computation of actual
volumes has been made by the Engineer. At the end of each pay period, the Engineer will
estimate the percentage of excavation complete without actual survey. This will be the
quantity used for final payment with the exception that revisions will be made for
adjustment in the profile or typical section during the construction of the project.
(b) Undercut Excavation shall be measured from the surface of the ground, after
stripping has been accomplished, or from the bottom of the planned excavation, to the depth
of the undercut as directed by the Engineer. Measurements will be taken by the Engineer,
and the volume of undercut will be calculated by the average end area method. The
necessary refilling of undercut areas will not be measured for separate payment, but will be
subsidiary to Undercut Excavation. Only that amount of undercut directed by the Engineer
will be measured for payment.
(c) Compaction of earthwork will not be measured for separate payment but
will be considered subsidiary to "Unclassified Excavation."
2.09 Basis of Payment
(a) For "Unclassified Excavation", payment shall be made at the contract lump
sum price bid for all earthwork required to grade the site from its existing condition to the
grades and final elevations shown on the Plans, including the formation of embankments,
all in accordance with the Plans and the requirements of this section. The Contractor shall
make his own estimate of the suitability of the existing excavation for the formation of
embankment, and the amount of borrow excavation from off the project site that will be
required. This lump sum price shall be full compensation for all excavation; for the
formation of embankment using borrow material or on -site excavated material, including
hauling, spreading, and compaction; for the application of topsoil; for disposal of unsuitable
material; and for all equipment, tools, labor and incidentals necessary to complete the work.
(b) Payment for "Unclassified Excavation" will be made in proportion to the
amount of work complete to date, but in no event will the amount exceed the percentage
shown in the following payment schedule:
I
Li
I
C
I
U
H
H
C
I
I
H
2-4
H
PAYMENT SCHEDULE
Partial Estimates
(1) Street Section to
80%
Subgrade Elevation
(2) After Base Course
10%
Dumped and Spread
(3) After Erosion Control
10%
Items (Solid Sodding,
Sod Mulch, Seeding, etc.)
are Completed
TOTAL
100% Of Bid Price
(c) Undercut shall be paid for at the
contract unit price bid per cubic yard for
"Undercut Excavation," which price shall be full compensation for all excavation; for
disposal or placement of unsuitable material, including loading, hauling, spreading, and
compaction; for the refilling, rolling, and compaction of all undercut areas; and for all
equipment, tools, labor, and incidentals necessary
to complete the work.
Payment will be made under:
2.09a Unclassified Excavation - per lump
sum
2.09b Undercut Excavation - per cubic yard
2-5
I
ISECTION 3- AGGREGATE BASE COURSE
' 3.01 Description This section covers all work in connection with the construction of
Aggregate Base Course including Cast -in -place and Precast box culverts as shown in the
Plans. Material shall be Class 7 unless otherwise specified in the Plans.
3.02 Standard Specifications Material and work for aggregate base course shall be in
accordance with SECTION 303 - AGGREGATE BASE COURSE, of the Standard
' Specifications for Class 7 unless modified or augmented herein
3.03 Tests Material will be acceptable from quarries or crushing plants which currently
are, or recently have been, supplying material meeting the Standard Specifications for
Aggregate Base Course. In -place density shall be determined by AASHTO T 191, T 205,
or T 238 of not less than 100% of maximum density determined in the laboratory by
AASHTO T180.
3.04 Maintenance The Contractor shall maintain the base course until and during the
' construction of the subsequent base or surface course. Defects that develop in the base
course shall be repaired by the Contractor at the Contractor's expense.
I3.05 Method of Measurement
' (a) Aggregate Base Course will be measured by the ton of two thousand (2,000)
pounds, as determined by weighing on accurate, approved scales as described in Article
109.01(f), Standard Specifications. Each truck shall bear a plainly legible identification
' number and, upon being weighed, shall be given two (2) copies of a delivery ticket which
will have on it the number of the truck, time of departure, truck weight, combined weight,
and project name. The Engineer shall receive a copy of each delivery ticket for the
' computation of pay quantities. Aggregate base course used in the construction of other
items which are measured separately shall not be measured in this item.
3.06 Basis of Payment
' (a) Aggregate Base Course, acceptably completed and measured as provided
above, will be paid for at the contract unit price per ton for "AGGREGATE BASE
COURSE" for the class specified which price shall be full compensation for furnishing the
' material; for hauling, placing, spreading, and compacting; and for all equipment, tools,
labor, and incidentals necessary to complete the work.
(b) Payment for "AGGREGATE BASE COURSE" will be made in proportion
to amount of work completed to date in accordance with the following payment schedule:
I
I
3-1
17i�`/TU Ia1I.Y
Partial Estimates
(1) Aggregate Base Tons of Base
Course Dumped and Course Dumped
Spread and Spread to
date x 50%
(2) Aggregate Base
Course Compacted
Payment will be made under:
Tons of Base
Course Compacted
to date x 50%
Item 3.06 Aggregate Base Course (Class 7) - per ton
3-2
H
ISECTION 4- PRIME COAT AND TACK COAT
4.01 Description
(a) Prime coat or tack coat shall consist of a single application of bituminous
material, applied on the completed and approved aggregate base course, at the rate shown
on the Plans or approved by the Engineer.
I
r
I
11
I
I
I
C
I
I
I
(b) All work under this section shall be in accordance with details shown on the
Plans and with these Specifications.
4.02 Standard Specifications Material and work for this section shall be in accordance
with SECTION 401 - PRIME AND TACK COATS of the Standard Specifications, that
concerns prime coats, or tack coats, unless modified or augmented herein.
4.03 Materials The type of bituminous material to be used is not designated on the
plans or in these specifications, except that, in general, prime coat shall be a medium curing
cut back asphalt, and a rapid curing cut -back for tack coats. The Engineer will select the
particular grade of asphalt, depending on the season of the year and texture of the base
material.
4.04 Method of Measurement
(a) Prime and tack coats will not be measured for payment.
4.05 Basis of Payment
(a) Prime and tack coats acceptably completed shall be subsidiary to the ACHM
surface course, binder course, or aggregate base course for which the tack or prime coat is
applied.
I
4-1
I
ISECTION 5- ASPHALT SURFACE AND BINDER COURSE
5.01 Description
(a) This section covers the Asphalt Concrete Hot Mix Surface Course and
Asphalt Concrete Hot Mix Binder Course.
(b) Materials, equipment, and construction methods for Asphalt Concrete Hot
Mix Binder Course shall be in accordance with SECTION 406 - ASPHALT CONCRETE
HOT MIX BINDER COURSE, SECTION 409 - MATERIALS AND EQUIPMENT FOR
ASPHALT CONCRETE PLANT MIX COURSES, and SECTION 410 -
CONSTRUCTION REQUIREMENTS AND ACCEPTANCE OF ASPHALT
CONCRETE PLANT MIX COURSES of the Standard Specifications, except as modified
or augmented herein. The mineral aggregate shall be Type 2.
(c) Materials, equipment, and construction methods for Asphalt Concrete Hot
Mix Surface Course shall be in accordance with SECTIONS 407, 409, and 410 of the
Standard Specifications, except as modified or augmented herein. The mineral aggregate
shall be Type 2.
(d) All work shall be in accordance with details shown on the Plans and with the
Specifications.
(e) The ambient (air) temperature shall be determined as follows: the
thermometer placed in the shade, three feet above the ground.
5.02 Design and Ouality Control of Asphalt Mixtures The Design of Asphalt Mixtures
and the Contractor's Quality Control sampling and testing of the asphalt mixtures shall be in
accordance with SECTION 404 - DESIGN OF QUALITY CONTROL OF ASPHALT
MOXTURES of the Standard Specification, except as modified herein.
5.03 Method of Measurement Asphalt Concrete Hot Mix Surface and Binder Course
will be measured by the ton (2,000 pounds) of each mixture used in the accepted work.
Recorded batch weights or truck scale weights will be used to determine the basis for the
tonnage. Measurements shall include only the actual amounts placed within the lines
shown on the Plans, or as directed by the Engineer.
5.04 Basis of Payment Asphalt Concrete Hot Mix Surface and Binder Course,
acceptably completed, and measured as provided above, will be paid for at the contract unit
prices per ton bid for "ASPHALT CONCRETE HOT MIX SURFACE COURSE",
"ASPHALT CONCRETE HOT MIX BINDER COURSE", which prices shall be full
compensation for furnishing, hauling, placing, and compacting all materials; and for all
equipment, tools, labor, and incidentals necessary to complete the work.
I
5-1
C
Payment will be made under:
Item 5.04a Asphalt Concrete Hot Mix Binder Course - per ton '
Item 5.04b Asphalt Concrete Hot Mix Surface Course - per ton
I
H
H
I
I
H
H
I
H
I
I
I
H
5-2
H
ISECTION 7- DRIVEWAYS, DRIVEWAY EXTENSIONS, AND APRONS
7.01 Description This section covers the construction of Driveways, Driveway
Extensions, and Aprons to the lines and grades shown on the Plans or as directed by the
Engineer.
' 7.02 Materials
(a) The construction material of driveway extensions shall generally conform to
the material of the existing driveways. The beginning portion of the driveway shall be of
' Portland Cement Concrete Pavement as shown in the Plans.
(b) Materials for Concrete Driveways, Driveway Extensions, and Aprons shall
' be in accordance with SECTION 505 - PORTLAND CEMENT CONCRETE DRIVEWAY
of the Standard Specifications.
' (c) Materials for Asphalt Driveway Extensions shall be in accordance with
applicable portions of SECTION 3 - AGGREGATE BASE COURSE; SECTION 4 =
PRIME COAT AND TACK COAT, AND SECTION 5 - ASPHALT SURFACE AND
BINDER COURSE of these specifications.
(d) Materials for gravel driveways shall be in accordance with SECTION 3 -
' AGGREGATE BASE COURSE.
7.03 Construction Methods The construction of driveways shall be in accordance with
' the details in the Plans and the applicable sections of these Specifications for the type of
construction material specified. Sections of these specifications considered applicable are
as follows:
SECTION 2- EARTHWORK
' SECTION 3- AGGREGATE BASE COURSE
SECTION 5 - ASPHALT SURFACE AND BINDER COURSE
7.04 Method of Measurement
(a) Concrete Driveways, Driveway Extensions, and Aprons will be measured by
the square yard.
(b) Asphalt driveway extensions shall be measured for payment in accordance
with the provisions in SECTIONS 3- AGGREGATE BASE COURSE and SECTION 5 —
ASPHALT SURFACE AND BINDER COURSE.
(c) Gravel driveway extensions shall be measured for payment in accordance
with the provisions in SECTION 3 -AGGREGATE BASE COURSE.
1
7-1
1
I
7.05 Basis of Payment
(a) Concrete Driveways, Driveway Extensions, and Aprons acceptably
completed and measured as provided above will be paid for at the contract unit price per
square yard bid for "CONCRETE DRIVEWAYS" which price shall be full compensation
for furnishing all materials, including the base materials as detailed in the Plans and
including reinforcing steel that might be required; for preparation of the subgrade and base
materials; and for all equipment, tools, labor, and incidentals necessary to complete the
work.
Payment will be made under:
Item 7.05 Concrete Driveways - per square yard
I
n
I
I
I
I
H
L
I
I
7-2
I
SECTION 8- CONCRETE CURB AND GUTTER
8.01 Description This section shall consist of the construction of Concrete Curb and Gutter at
the locations shown on the Plans or as directed by the Engineer.
8.02 Standard Specifications Materials and work for Concrete Curb and Gutter shall be in
accordance with SECTION 634 - CURBING of the Standard Specifications, except as modified by
SECTION 11 - CONCRETE AND REINFORCING STEEL of these Specifications, and except as
'modified or augmented in this section of the Specifications.
8.03 Tests Tests shall be in accordance with SECTION 11 - CONCRETE AND
REINFORCING STEEL of these Specifications.
8.04 Forms Article 634.03(b) of Standard Specifications shall be augmented as follows:
(a) Form for curb and gutter on tangent shall be steel forms, taking into consideration
standard lengths of such forms.
(b) Forms in curved sections may be substantially built wood forms.
(c) The Engineer shall approve all forms before they are used on the job and shall
inspect them periodically. When forms appear to be unsatisfactory in any way, either before forms
are used, during forming operations, or during the placing of concrete, the Engineer shall order the
work stopped until the defects have been corrected or the defective forms are replaced by
tsatisfactory ones.
8.05 Placing and Finishing That part of Article 634.03(c)(1) of Standard Specifications which
' relates to placing and finishing shall be replaced by the following requirements:
(a) Concrete shall be dry enough to permit early removal of face forms, if used, for the
' curb section; it shall not be so dry but what adequate tamping and spading will ensure adequate
compaction and surfaces free from honeycomb. The subgrade shall be wetted before placing the
concrete.
(b) The surface shall be shaped to the required section, finished with a steel trowel, and
lightly brushed to produce a uniform surface of slightly roughened texture. The exposed edge of the
' gutter at the front form, and the exposed edge of the curb at the back form, shall be edged with an
edging tool having a radius of approximately 1/8 inch.
' (c) At the Contractor's option, shaping may be done by a steel screen, shaped to exact
curb and gutter section, riding upon the tops of front metal template. The Contractor shall be
responsible for construction within the tolerances allowed by this section. The shaping operation
'
shall be repeated as often as necessary to attain the required results.
I
8-1
I
I
(d) If templates are used to control shape, they shall be of metal and securely fastened in
position at intervals not exceeding ten (10) feet. Templates shall be normal to the grade of the
gutter and to the centerline of roadway.
8.06 Joints Article 634.03(d), Joints, Standard Specifications, for Concrete Curb and Concrete
Curb and Gutter shall be deleted in its entirety, and substituted therefore shall be the following:
(a) Premolded expansion joint material shall be placed between the curb and gutter and
any concrete construction that otherwise would abut against it. Joint material shall be 1/2 inch
thick. Premolded joint material shall be of the nonextruding type, and shall conform to AASHTO
designation M 213.
(b) Expansion joints shall be constructed at the ends of curb and gutter, at the points of
curvature of returns to streets and driveways. Intermediate expansion joints shall be constructed so
that the maximum distance between joints is sixty (60) feet or as otherwise controlled by details on
the Plans. The joint material shall extend entirely through the curb and gutter section and, before
the joint can be considered completed, must be trimmed to curb and gutter section.
(c) Contraction joints shall be 1/8" to 3/8" x 1-1/2" and shall be placed at fifteen (15)
foot intervals between expansion joints or as otherwise controlled by details on the Plans.
Contraction joints shall be formed by sawing, unless otherwise specified, and sealed.
(d) Joints shall be normal to the grade for gutter and the centerline of the roadway.
Where curb and gutter is constructed adjacent to rigid pavement such as at sidewalks, the location
and width of joints shall coincide with those in the pavement, where practicable. All joints shall be
sealed with material meeting the requirements of SECTION 501 - PORTLAND CEMENT
CONCRETE PAVEMENT, Article 501.03(h) of the Standard Specifications.
8.07 Placement Concrete Curb and Concrete Curb and Gutter shall be one -course, monolithic,
between expansion joints.
8.08 Method of Measurement Work required by this Section shall be measured by the linear
foot. Each continuous section of the Concrete Curb and Gutter of the type constructed, will be
measured along the back edge of the curb; measurements shall include the space occupied by all
joints. Measurements shall not include the distance across inlet structures. The quantity on the
estimate will be the sum of the several measurements, to the nearest 0.1 linear foot.
8.09 Basis of Payment Work acceptably completed and measured as provided above will be
paid for at the contract unit price per linear foot bid for "CONCRETE CURB AND GUTTER,"
which price shall be full compensation for furnishing all materials, including joint material; for all
reinforcing steel; for all excavating, fine grading, and backfilling; for placing, finishing and curing;
and for all equipment, tools, labor, and incidentals necessary to complete the work.
I
8-2
1
C
ISECTION 9- CONCRETE SIDEWALKS
' 9.01 Description This item shall consist of the construction of concrete sidewalks at locations
shown on the plans or as directed by the Engineer. All materials and work shall be in accordance
with details shown on the Plans and with these Specifications.
9.02 Standard Specifications Materials and work shall be in accordance with City of
Fayetteville Ordinance # 4005 (attached), SECTION 633 - CONCRETE WALKS AND STEPS of
' the Standard Specifications, except as modified by SECTION 11 - CONCRETE AND
REINFORCING STEEL, and except as modified herein.
I
I
H
I
I
I
I
H
I
Li
I
L
I
9.03 Not Used
9.04 Joints
(a) Expansion joints shall be constructed at locations where sidewalk abuts curb or
walls and other structures and shall be in accordance with applicable requirements of SECTION 8 -
CONCRETE CURB AND GUTTER.
(b) Contraction joints shall be sawcut at 5 or 6 -ft. intervals to a depth of 0.25 multiplied
by the thickness, unless specifically directed otherwise.
9.05 Method of Measurement Concrete Sidewalks will be measured by the square yard. The
measurement shall be composed of the horizontal width multiplied by the horizontal length.
9.06 Basis of Payment Work acceptably completed and measured as provided above, will be
paid for at the Contract Unit Price per square yard bid for "CONCRETE SIDEWALK," which
price shall be full compensation for furnishing and placing all materials, including expansion joint
materials; for preparation of subgrade; and for all equipment, tools, labor and incidentals necessary
to complete the work.
Payment will be made under:
Item 9.06 Concrete Sidewalk - per square yard
9-1
1
I
I
ORDINANCE NO. 4005
IAN ORDINANCE AMENDING CHAPTER 98: STREETS
AND SIDEWALKS, SECTION 98.67: SPECIFICATIONS
OF THE CODE OF FAYETTEVILLE, TO PROVIDE
STANDARDS FOR SIDEWALKS, DRIVEWAY
APPROACHES, AND ACCESS RAMPS.
I
I
I
L
L
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That Chapter 98: Streets and Sidewalks, Section 98.67: Specifications of
the Code of Fayetteville, is hereby deleted and the following shall be inserted in its stead.
§ 98.67 SPECIFICATIONS.
(A) Sidewalks. (See: Illustration, Residential Type Sidewalk).
(1) Grades: establishment of property lines. All sidewalks, street curbing and
guttering, and driveway approaches shall be constructed in grades as established by the
city official. It shall be the responsibility of the owner to establish property lines by
competent survey at his own expense.
•' (2)
Minimum width
of sidewalks. The minimum width
of sidewalks shall
follow the
guidelines of Section
8.2, Master Street Plan of the General
Plan 2020.
L
C
L
L
H
I
I
Li
(3) Sidewalk distances from the curb. The sidewalk setback distance from the
curb shall follow the guidelines of Section 8.2, Master Street Plan of the General Plan
2020.
(4)
There
shall be
a minimum of one (1) foot between the sidewalk and the
beginning of a
slope
as shown
on the typical section detail.
(5) Cement -concrete requirement. All sidewalks, street curbing and guttering,
and concrete driveway approaches shall be constructed of a Portland cement concrete
mixture which will produce a concrete of a compressive strength of 3,000 pounds per
square inch after 28 days set under standard laboratory methods.
(6) Minimum thickness of sidewalks and driveway approaches. The
minimum thickness of sidewalks shall be four (4) inches with any fill materials required
for residential or commercial sidewalks consisting of approved compacted base material.
The minimum thickness of residential driveway approaches shall be four (4) inches with
four (4) inches of compacted base material or six inch by six inch 10 guage reinforcing
steel. The minimum thickness of commercial driveway approaches shall be six (6) inches
with six (6) inches of compacted base material or six inch by six inch 10 guage
reinforcing steel.
L
I1
Page 2
Ordinance No. 4005
(7) Sidewalks shall conform to ADA guidelines.
(8) Sidewalks shall be continuous through driveways with a cold joint or
expansion joint at the edge of the sidewalk opposite the street.
(9) The sidewalk edge adjacent to the street shall have at least a one (1) inch
deep grooved joint mark (can be a cold joint) to clearly define the sidewalk through the
driveway and approach.
(10) The sidewalk elevation shall be two percent above the top of the curb,
sloping two percent towards the curb (one-fourth inch in each foot). This elevation shall
be continuous through the driveway and approach.
(11) Sidewalks that are to be
located at their intersection with the
requirement of the two percent maximum
(12) The area remaining betwe
called the approach to the driveway, shall
constructed adjacent to the curb shall be so
approach and the driveway that the ADA
vertical slope is met.
mn the sidewalk and the flow -line of the gutter,
slope up to the elevation of the sidewalk.
(13) Wood shall not be acceptable in sidewalks for expansion joints. The joint
material shall be the same as approved for AHTD sidewalk construction (AASHTO M
213).
(14) Full depth expansion joints (4 inches) shall be provided at not greater
intervals than 50 feet. One -quarter depth (1 inch) weakened plane joints or saw -cut joints
shall be placed in sidewalk at regular intervals not greater than 10 feet apart.
(15) All sidewalks and curb cuts made for driveway approaches require an
inspection prior to the concrete pour.
(16) The material used for sidewalk construction shall be Portland Cement
Concrete having a broom finish. The use of other materials much have the approval of
the Sidewalk and Trails Coordinator.
(17) All sidewalks shall have one-half inch rolled edges.
(18) Removal and replacement of broken sidewalks require vertical sawcuts on
both ends of the sidewalk being replaced.
(19) All sidewalks and driveway approaches require the application of a
concrete curing compound or the concrete is to be kept moist for seven (7) days.
I
H
I
I
H
L
I
J
I
I
C
I
IPage 3
Ordinance No. 4005
1
B. Driveway Approaches. (See: Illustration, Standard Driveway Approach
' Residential).
(1) Curb, if existing, shall be removed for full width of the drive approach.
' (2) All concrete to be removed shall be saw -cut.
(3) Horizontal curb cutting along the flow -line of the gutter is allowed.
(4) If no horizontal curb cut is made, complete curb and gutter removal is
required.
(5) Broken edges of saw -cuts caused by demolition require a new saw -cut.
(6) Width of driveway approaches. The width of commercial driveway
approaches shall not exceed 40 feet measured at right angles to the center -line of the
driveway approach. The width of residential driveway approaches shall not exceed 24
feet measured at right angles to the center -line of the driveway approach. The minimum
width shall not be less than 10 feet.
I
L
H
I
I
J
I
I
(7) Safety zones. Safety zones between driveway approaches shall not be less
than the distance designated for distances between curb cuts in the standards for street
design of the subdivision regulations of Ordinance No. 1750 of the city. On streets of
higher use designation than collector, the standards for collector streets shall apply.
Curbs shall be installed to prohibit vehicle parking and access in safety zones. The
barrier line nearest the street or highway shall be on line with existing curbs, or
established curb lines, but not less than 22 feet from the center of the pavement; provided
the city official does not require a greater distance when needed to preserve the safety
and utility of the street or highway or provide conformance with proposed street or
highway improvements. The curb cut for a driveway approach (other than for a single-
family residential lot) shall be located a minimum of 12 V2 feet from the nearest property
line: curb cuts between driveway approaches on single-family residential lots shall be
separated by a minimum of 10 feet. The curb cut for a driveway approach on a single-
family residential lot shall be located a minimum of 5 feet from the side property line;
provided, this requirement shall not apply to a joint driveway (driveway approach
providing access to two adjoining lots), or residential lots on the turning circle of a cul-
de-sac.
(8) Safety zones at intersections and corners. No driveway approach shall be
constructed less than the distance from the corner of a street or highway intersection
designated in the standards for street design of the subdivision regulations of Ordinance
No. 1750 of the city; provided the city official may require a greater distance between the
comer and the driveway approach to preserve the safety of the street or highway;
provided further the city may require the property owner to designate a driveway
approach "for entrance only" or "for exit only" where more than one driveway approach
L
provided access to the property in order to preserve the safety of the street or highway.
On streets of a higher use designation than collector, the standards for distances between
curb cuts for collector streets shall apply.
(9) Variations. The city official may grant variations where strict
enforcement would be impractical due to circumstances unique to the individual property
under consideration.
C. Access Ramps (Installation guidelines). (See Fig. 11, Fig. 12 & Fig. 13)
(1) Access ramps shall conform to ADA requirements.
(2) Access ramps shall be installed at all sidewalk intersections with the street.
I
I
I
I
I
(3) Access ramps shall be installed in a direct parallel direction to the
sidewalk. Note: Therefore, many curb radii will require two (2) access ramps.
(4) The raised or built-up access ramp shall not be installed on public streets
without the approval of the Street Superintendent.
(5) The minimum width of a curb ramp shall be 36 inches and 48 inches is
recommended, exclusive of flared sides.
I
I
(6) The slope of the ramp shall not be greater than 8.33 percent (1:12). '
(7) The slope of the flared sides shall not be greater than 10 percent (1:10).
(8) Access ramps shall have a broom finish.
PASSED AND APPROVED this 19th day of November , 1996.
ATTEST:
By:
Tracy Paul, City Clerk
APPROVED:
By:
Fred Hanna, Mayor
I
L
L
I
I
L
L
3
1 1'-0" MIN.
1'-0" MIN.
SLOPE SIDEWALK
1/4" PER FOOT
WIDTH PER
PLAN SCORING
LINES
RESIDENTIAL TYPE SIDEWALK
rN
SIDEWALKS
TYPICAL SECTION DETAIL
W
3
CURB FACE DEPRESSED CURB
FLOW LINE
7
JOIN SIDEWALK
x. W X
G
W J
0
N
3
as
0
P
A
~
__
TOP OF CURB
FLOW LINE R
EDGE OF GUTTER PLAN
RESIDENTIAL
NO SCALE
JOIN
SIDEWALK
A
Federal Register / Vol. 56, No. 144 / Friday. July 26, 1991 / Rules and Regulations 35435
4.8 Ramps
X
Adjoining slope shall
not exceed 120
ane
walk Street
(a)
Flared Sides
If X is less than 48 In,
then the slope o/ the flared side
shall not exceed 1:12.
Fig. 11
Measurement of Curb Ramp Slopes
^'-Ming or other
•walking surface
(b)
Returned Curb
Fig. 12
Sides of Curb Ramps
�� t0
Fig. 13
Built -Up Curb Ramp
I
ISECTION 10 - INLETS AND JUNCTION BOXES
' 10.01 Description This section covers all work in connection with the construction of various
types and sizes of inlets, junction boxes and flumes included in this Contract, in accordance with
details shown on the Plans and with these Specifications.
' 10.02 Standard Specifications All work under this section shall be done in accordance with
SECTION 609 - DROP INLETS AND JUNCTION BOXES of the Standard Specifications, except
' as modified or augmented herein.
10.03 Materials Cement, aggregate, and water shall conform to the requirements for materials
as provided in SECTION 11 - CONCRETE AND REINFORCING STEEL of these Specifications.
10.04 Construction Methods
(a) Forms, concrete, and reinforcing steel shall be in accordance with applicable
requirements of SECTION 11 - CONCRETE AND REINFORCING STEEL, and with additional
stipulations as follows:
' Inside wall forms shall be removed prior to the erection of forms for top slabs. The
supports for the top slab forms shall be positioned in such a manner that will result in a minimum of
interference with the free flow of water.
(b) Joints, finish, and curing shall conform to the applicable portions of SECTION 11 -
CONCRETE AND REINFORCING STEEL.
' 10.05 Cast -in -Place Inlets and Junction Boxes
' (a) Cement, aggregate, and water shall conform to the requirements for materials as
provided in SECTION 11 - CONCRETE AND REINFORCING STEEL with the further provision
' that a maximum of two (2) percent calcium chloride may be added to the concrete to speed the set.
(b) Dimensions of bases, inverts, barrel sections, throats, steps, and tops shall be in
' accordance with the details shown on the Plans.
(c) The vertical forms, wall spacers, steps, and placing cone must be carefully
positioned and firmly clamped in place before any placement is made. The first placement shall
consist of the base concrete deposited evenly around the walls. When this lift is complete and
before additional concrete is added, the concrete shall then be deposited in evenly distributed layers
of eighteen (18) inches with each layer to be sufficiently vibrated to ensure bonding to the previous
layer.
Li
I
10.06 Yard Drains
(a) Yard Drains shall be constructed with 18" reinforced concrete pipe with the use of a
pipe elbow or tee, as the case requires, at the bottom of the drain.
10.07 Rebuild Inlets
(a) Existing inlets shown on the Plans that are to have the top slab replaced to match the
new curb and gutter or otherwise rebuilt shall be constructed in accordance with this Section and
the details in the Plans.
I
J
I
(b) The new portion of the inlet shall be adequately tied to the existing structure as
shown in the Plans or as determined by the Engineer.
10.08 Method of Measurement Inlets and junction boxes, acceptably completed will be
measured per each, for the type specified.
10.09 Basis of Payment Inlets and junction boxes will be paid for, in accordance with the
payment schedule below, at the contract unit price bid each for the various types of structures called
for in the Unit Price Schedule, which prices shall be full compensation for constructing the inlets or
junction boxes; for all excavation and backfill; and for all materials, equipment, tools, labor, and
incidentals necessary to complete the work. The payment for inlets and junction boxes measured as
provided in this section will be made according to the following schedule:
PAYMENT SCHEDULE
Description of Progress
1. Footing of Inlet
2. Footing and Vertical Walls
of Inlet
3. Inlet Completed
Payment will be made under:
10.09a Curb Inlet
10.09b Grate Inlet
10.09c Junction Box
10.09d Yard Drains
% Complete % Measurement
100% 25%
100% 50%
100%
100%
per each
per each
per each
per each
J
J
J
I
I
I
I
C
I
Li
J
10.2
J
I
SECTION 11 -CONCRETE AND REINFORCING STEEL
11.01 Description
(a) This section covers concrete and reinforcing steel for the construction of headwalls,
' inlets, junction boxes, box culverts, wingwalls, and other concrete drainage structures; curb and
gutter and sidewalk; and other miscellaneous concrete structures shown on the Plans or called for in
the Specifications.
(b) Additional requirements are as specified in the section of the Specifications
covering the several items involved with concrete and with reinforcing steel.
(c) All work shall be in accordance with details shown on the Plans and with these
Specifications.
11.02 Standard Specifications Concrete and reinforcing steel shall be in accordance with the
applicable portions of SECTION 802 - CONCRETE FOR STRUCTURES and SECTION 804 -
REINFORCING STEEL FOR STRUCTURES of the Standard Specifications, except as modified
or augmented herein.
' 11.03 Material
(a) Cement
' (1) Cement shall be Portland Cement conforming to AASHTO Designation M
85, Type I. If approved by the Engineer, Type III, high -early strength Portland Cement may be
used.
' (2) If concrete is mixed on the site, cement shall be delivered in plainly marked
• paper sacks of not less than 94 pound net weight.
' (b) Fine Aggregate
Fine aggregate shall be clean sand, coarse grained, sharp and free from clay, loam,
vegetable matter, or other foreign substances. It shall be washed and screened for reasonably
uniform gradation within limits as follows:
' Size Square Opening Sieve % By Weight Passing
' 3/8" 100
No.4 95-100
No. 8 70-95
• No. 16 45-85
• No. 30 20-60
No. 50 5-30
No. 100 0- 5
I
L
(c) Coarse Aggregate
(1) Coarse aggregate shall consist of crushed stone. It shall consist of clean,
hard, tough durable particles free from shale, dirt lignite or other impurities. It shall be washed and
screened for reasonably uniform gradation within limits as follows:
Size Square Opening Sieve % By Weight Passing
1-1/4" 100
3/4" 35 - 75
3/8" 10-30
No. 4 0- 5
(2) When tested in accordance with AASHTO Designation T 96, coarse
aggregate shall have a percentage of wear not more than 40.
(d) Water
Water used in mixing concrete and mortar shall be free from injurious amounts of acids,
alkalis, oil, sewage and vegetable matter. It shall be fit for drinking.
(e) Reinforcing Steel
1 (1) Bar reinforcement shall conform to ASTM Designation A 615 or A 617,
Grade 60 unless otherwise noted on drawing, up to and including No. 18 sizes. All bars shall be of
deformed type conforming to current specifications of AASHTO Designation M 137.
(2) Mesh reinforcement for concrete shall be cold -drawn steel wire for concrete
reinforcement conforming to ASTM Designation A 82.
(f) Joint Material
(1) Premolded expansion joint filler strips shall be of the size and shape shown
on the Plans or as required, and shall conform to the requirements of AASHTO Designation M 33
or 213.
(2) Joint compound, pouring type, shall be delivered to the project in the
manufacturer's sealed containers. It shall conform to the requirements of AASHTO Designation M
173.
(3) Roofing felt shall conform to subparagraph 802.21(d) Roofing, SECTION
802 - CONCRETE FOR STRUCTURES, Standard Specifications.
C
L
1,'
C
I
H
I
H
H
I
I
I
11-2
I
11.04 Samples and Tests
(a) Material will be accepted on the basis as follows:
(1) Cement will be accepted on the manufacturer's mill certificates of
compliance with the specification requirements.
(2) Aggregate will be accepted from producers who currently are furnishing, or
recently have furnished, aggregates acceptable for use in construction by the Arkansas State
Highway Commission; subject to such sieve analyses and quality control testing as the Engineer
' may direct.
(3) Reinforcing steel will be accepted on the manufacturer's certificate that the
bars conform to the specification requirements.
11.05 Storage of Materials
(a) Cement shall be stored in a suitable weatherproof structure which will protect the
cement from dampness. Space shall be ample so that deliveries may be stored separately, and to
provide easy access for identification and inspection. Cement shall be used in the order in which it
is received.
' (b) Aggregates shall be piled so that there will be good drainage, no segregation and no
introduction of foreign matter. Fine and coarse aggregate shall be stored in separate stockpiles
removed from each other a distance sufficient to prevent intermixing.
(c) Reinforcing steel shall be placed upon timbers, or other supports, that will prevent
' its resting upon the ground surface.
11.06 Concrete Test Cylinders
I
I
I
I
H
(a) The initial proportioning of cement, aggregates, and water, to meet the requirements
of 11.08, COMPOSITION AND STRENGTH OF CONCRETE, shall be established by tests and
made in advance of the beginning of concrete operations, using consistencies suitable for the work.
Specimens shall be made and cured in accordance with AASHTO Designation T 23, and tested in
accordance with AASHTO Designation T 22. Trial design batches and testing shall be the
responsibility of the Contractor. The proportion selected for initial use shall be subject to the
approval of the Engineer.
(b) As the work progresses, continuing compliance with the strength requirements of
Paragraph 11.08 will be determined through the breaking of standard concrete test cylinders.
11-3
C1
(1) The making and curing of test cylinders and their testing will be done in
accordance with the Standard Specifications listed in Subparagraph 11.06(a). Test cylinders shall
be made in sets of three (3) cylinders. The Contractor will make and cure the test cylinders; the
Contractor shall furnish the material in the making, curing and protecting of test cylinders. Sets
shall be made and tested as often as deemed necessary by the Engineer.
(2) The Engineer may order such change in the proportion as necessary for
compliance with all requirements of Paragraph 11.08, COMPOSITION AND STRENGTH OF
CONCRETE.
(3) Testing of progress specimens shall be at the expense of the Owner. All
tests which fail to meet the specifications herein, when tested in accordance with the cited standard
methods, will be at the expense of the Contractor.
11.07 Reinforcing Steel Bar Lists Reinforcing steel bar lists shall be submitted in the manner
specified in Paragraph 4, SHOP DRAWINGS, GENERAL CONDITIONS.
11.08 Composition and Strength of Concrete
(a) Concrete shall be composed of Portland Cement, fine and coarse aggregates, and
water proportioned in keeping with the following:
(1) Minimum sacks of cement per cubic yard - 6.5
(2) Consistency range in slump, inches - 2-4
(b) Proportioning of concrete shall be by weight except that water may be measured by
volume. ,
(c) Concrete made with Portland Cement - Type 1 shall have a minimum compressive
strength at 28 days of 3,500 pounds per square inch, or as specified on the Plans; if made with Type
III Portland Cement that strength shall be attained at the age of seven (7) days.
11.09 Mixing
(a) On -Site Mixing
(1) Concrete shall be mixed thoroughly in a batch mixer of a type designed to
ensure uniform and thorough distribution of the materials throughout the mix. Its size shall be such
as to produce a volume of concrete consistent with demands of structural concrete placement. It
shall be equipped with a water -metering device for accurate measurement of water. Charges of
cement shall be by full sacks of cement; the use of fractional sacks, or reclaimed cement will not be '
acceptable.
I
I
LI'
I
I
L
L
L
H
H
iI
J
(2) All concrete shall be mixed for a period of not less than one and one-half (1-
1/2) minutes after all materials, including the mixing water, shall have been placed in the drum.
The entire contents of each batch shall be discharged from the drum before any material for the
succeeding batch is placed therein. When the mixing operation for each period is completed, the
mixer drum shall be cleaned thoroughly. Concrete shall be deposited within thirty (30) minutes
after it is mixed.
(3) If the Contractor elects to use a central mixing plant, he shall provide
sufficient hauling equipment, properly designed to prevent segregation and loss of mortar, and to
permit discharge without segregation. When the hauling and placing operations for each period are
completed, the hauling equipment shall be cleaned thoroughly.
(b) Ready -Mixed Concrete
(I) Ready -mixed concrete may be used at the option of the Contractor if
acceptable concrete is delivered. Ready -mixed concrete shall conform to AASHTO M 157 and to,
applicable portions of these specifications for on -site mixing. The concrete shall be delivered and
placed within one (1) hour after all materials, including mixing water, shall have been placed in the
mixing drum.
(2) The Contractor shall obtain from the supplier of the ready -mixed concrete
the supplier's agreement to inspection by the Engineer to the full extent deemed necessary by the
Engineer.
(c) Critical Temperatures
(1) Concrete shall not be mixed and placed when the descending temperature is
less than 40 degrees F., or a rising temperature is less than 35 degrees F. Temperatures shall be
taken in the forms or other points of concrete placement. Concrete shall not be placed when there is
frost or ice on forms. In the mixing of concrete, particles of frozen aggregate shall not be used.
(2) If the Contractor desires to overcome the restrictions of Subparagraph (1)
next above, with respect to the stated temperatures, he shall provide heating equipment adequate to
maintain a temperature surrounding the concrete of not less than 40 degrees F. The Contractor
shall be responsible for any defective work, and shall replace such work at his own expense.
11.10 Forms
(a) Forms shall be constructed to the shape, form, lines, and grade required, and shall be
maintained sufficiently rigid to prevent deformation or displacement under load.
(b) Forms may be constructed of any material having sufficient strength which will
pernvt a surface of satisfactory finish. They must be sufficiently tight to prevent the escape of
mortar in appreciable quantity. Forms shall be clean, and oiled with form oil before concrete is
placed. Care shall be exercised to avoid any coating of the reinforcing steel with form oil.
L
11-5
C
(c) Forms shall be set true to the required grade and alignment, and shall be supported
rigidly during the entire operation of placing and finishing of concrete. The alignment and grade of
all forms set shall be approved before and immediately prior to the placing of any concrete against
them.
(d) Forms for the tops of inlets and junction boxes shall be placed after the inside wall
forms are removed, or the wall form shall be cut so as to permit the flow of water while the top
form is in place. The top form shall be supported in such manner so as not to impede the flow of
water while forms are still in place.
(e) All form material shall be accomplished in such manner as to avoid injury to the
concrete. Except as otherwise specifically authorized by the Engineer, forms for the concrete items
listed below shall not be removed prior to the expiration of periods of time as follows:
Sidewalks, curbs, curb and gutter,
and headwalls 24 hrs.
Inside walls for inlets and
junction boxes 24 hrs.
Outside walls for inlets and
junction boxes 36 hrs.
Any load -bearing form 14 days
Days where temperature is below 40 degrees F. shall be excluded from the above
stated time periods. Field operations may be controlled by cylinder test. For load bearing forms,
the removal of forms, supports and housing, and the discontinuance of heating and curing may
begin when the concrete is found to have a compressive strength of 3,500 pounds per square inch,
or as specified on the plans, provided further that in no case shall supports be removed in less than
seven days after placing the concrete.
The Contractor shall be responsible for damage caused by premature removal of
forms.
11.11 Joints
(a) Joints
shall be formed in
the positions, and
according to the details shown on the
Plans. Concrete shall
be monolithic from
neat lines to joints
and from joint to joint.
(b) Construction joints not specifically shown on the Plans are to be avoided, but if
made shall be as approved by the Engineer, and shall be made and located so as to minimize
impairment of the strength of the structure. Where any construction joint is to be made, the surface
of the concrete in place shall be roughened and cleaned thoroughly and all laitance, loose aggregate,
and foreign matter removed. Forms shall be tightened as needed. Joints shall be wetted thoroughly
immediately before placing the new concrete. Excess water shall be drained from the surface of the
joint before the new concrete is placed.
I
I
C
L
I
I
CI
I
I
r
C
I
LI
I
H
11-6
I
I
' 11.12 Preparation for Placing Concrete
I
(a) Excavations for foundations shall be prepared in accordance with the applicable
portions of SECTION 12 - UNCLASSIFIED EXCAVATION FOR STRUCTURES. Water shall
be removed from excavations before concrete is deposited, and all loose particles and debris
' removed therefrom. The bottom of excavations shall be moistened, but not made muddy, before
the concrete is deposited.
(b) The interior of forms shall be cleaned of all sawdust, chips, other construction debris
and all foreign matter.
(c) Steel reinforcement will be inspected and shall be approved prior to the placement
of concrete. Runways for buggies or wheelbarrows shall not be supported on the reinforcement.
' 11.13 Reinforcing Steel
' (a) Steel reinforcement shall be free from rust, scale, and from mortar, dirt or other
objectionable coatings. It shall be placed accurately in accordance with details shown on the plans
and properly secured in position.
(b) Bar reinforcement shall be bent cold.
H
H
Li
I
I
H
(1) Where bars are used in concrete which will remain in contact with earth
surfaces, the bar shall be supported in position by framing, and by wire as needed, in such manner
that the supports shall not remain as protrusions through the surface of the concrete; wires shall be
cut off and pushed down into the concrete before the concrete has had initial set.
(2) Where concrete is placed on horizontal forms, bars shall be supported by
metal chairs with coated feet.
(c) Splices
Bar reinforcement shall be spliced where shown on the Plans. Unless otherwise
shown on the Plans, the lap at each splice shall be 32 times the bar diameter, but not less than the
minimum lap specified by ACI Code.
11.14 Placing Concrete
(a) General
(1) The Engineer shall inspect and approve the layout, alignment, grade, form
work, etc., for all concrete work before placement of the concrete. Failure to have the preparatory
work inspected by the Engineer could result in the removal and replacement of the work at the
Contractor's expense. This inspection in no way relieves the Contractor from his responsibilities
11-7
[7
under the Contract. The Contractor shall schedule concrete work with the Engineer as much in
advance as is feasible, but not less than twenty-four (24) hours ahead, and shall notify the Engineer
at least twenty-four (24) hours before changing the schedule.
(2) Concrete shall be placed only upon firm surfaces that are free from frost, ice,
mud, and other detrimental substances.
(3) Concrete shall be placed in such a manner as to avoid segregation, and to
avoid displacement of reinforcement. Concrete shall be deposited as closely as feasible to its final
position. Concrete shall not be dropped freely for distances greater than those specified as follows:
Sidewalks, curb, curb and gutter 2 ft
Retaining wall footings 3 ft
Retaining walls, and bottoms and walls 5 ft
of inlets, junction boxes, and box culverts
Tops of inlets and junction boxes 5 ft
Headwalls 5 ft
(4) Concrete shall be placed to the lines, grades, and sections shown on the
Plans or as directed by the Engineer. Care shall be exercised in the placing of concrete that the
forms are not displaced. Honeycomb shall be prevented by proper manipulation and compaction of
the concrete.
(5) The maximum time interval between placing batches of concrete, shall not
exceed twenty (20) minutes.
(b) Curb and Gutter
(1) Vibrating of the concrete will not be required if other methods of
manipulation obtain acceptable results.
(2) Curb and gutter shall be shaped without the use of mortar or additional
cement. When the concrete has hardened sufficiently, the exposed edges of the curb and gutter
shall be edged with an edging tool having a radius of approximately 1/8 inch.
(c) Sidewalks
(1) Concrete shall be spaded carefully, particularly along the edges, to avoid the
occurrence of honeycomb and in such manner as to avoid the introduction of dirt into the concrete.
A vibrator shall not be used.
C
L
r
I
L
L
I
E
I
LI
J
L1
J
I
L
L
L
11-8
Li
I
(2) Sidewalk shall be one course construction without mortar topping. The
exposed edges of the sidewalks shall be edged with an edging tool having a radius of approximately
1/8 inch.
(3) The sidewalk shall be struck off with a screed or straight edge to true grade.
All scum, debris, and excess water shall be worked off the surface.
(d) Concrete, other than that described in Subparagraphs (b) and (c) next above, shall be
placed in accordance with stipulations that follow:
(1) Concrete shall be placed to the thickness of the structural element being
poured, but in no case in layers over eighteen (18) inches deep. Each layer shall be compacted by
mechanical internal -vibrating equipment, supplemented by such hand spading, rodding, and
tamping as the Engineer may direct. Vibrators shall not be used to transport concrete inside forms
over distances so great as to cause segregation.
(2) The use of form vibrators is not acceptable. Internal vibrators shall be
capable of transmitting vibration to the concrete at frequencies not less than 4,500 impulses per
minute. Duration of vibration shall be limited to the time necessary to produce satisfactory
consolidation without causing objectionable segregation. The vibrator shall not be inserted into
lower courses previously vibrated. Vibrators shall be applied to a substantially vertical position,
and at uniformly spaced points not further apart than the visible effectiveness of the vibrator.
(3) For the last lift of any structural element, the concrete shall be struck off
with a screed or straight edge to true grade. All scum, debris, and excess water shall be worked off
the surface and the surface shall be finished and cured in accordance with Paragraph 11.15 and
11.16 below.
I
H
I
I
I
I
L
11.15 Finishing
(a) Curb and Gutter
(1) Gutters which will remain exposed in the completed work and the top and
face of curbs shall be given a steel trowel finish, followed by a light brushing.
(2) If curb face form is used, the battered face of curbs shall be given a
Carborundum stone finish as specified below for exposed surfaces. If a face form is not used, finish
shall be as specified in (1) above.
(b) Sidewalks shall be given a steel trowel finish and shall be lightly groomed or
brushed to produce a uniform surface of slightly roughened texture.
I
(c) All other surfaces which will remain exposed in the completed work shall be wetted
thoroughly and rubbed with a medium grit Carborundum stone, followed by a second rubbing with
a fine grit Carborundum stone, to obtain an entire surface of smooth texture and uniformity in color.
A cement wash or plaster coat shall not be used.
(d) All concrete shall be finished in accordance with stipulations as follows:
(1) General
Defective concrete, whether exposed or unexposed, shall be repaired or replaced as
directed by the Engineer.
(2) Formed Surfaces
All form tie rods shall be removed, and all tie wires shall be cut back 1/4 inch. The
resulting holes and depressions shall be pointed with mortar.
(3) Uniform Surfaces
Surfaces not to remain exposed in the completed work need no further finish if
carefully struck off as required in Paragraph 11.14.
11.16 Curing
(a) Immediately after placing or finishing, concrete surfaces shall be protected against
moisture loss. Where formed surfaces are cured in the forms, the forms shall be kept wet. If the
forms are removed before the end of the curing period, curing shall be continued for the remainder
of the period using suitable means.
(b) All concrete, other than retaining wall, headwall footings and bottom slabs of inlets
and junction boxes shall be cured for a period of at least five (5) days.
(c) Curing shall be accomplished by one of the methods, or combination of methods,
described as follows:
(1)
The surface
shall be covered
with burlap, cotton mats, or other suitable
fabric kept in intimate
contact with
the surface, or with
sand which shall be kept continuously wet.
(2) The entire surface shall be covered with a white pigmented curing
compound, applied in a two (2) coat, continuous operation. Application shall be not less than one
(1) gallon for 150 square feet of surface for each coat. The compound shall conform to the
requirements of AASHTO Designation M 148.
I
L
L
L
L
I
I
L
L
I
L
L
I
I
I
I
I
11-10
71
I
11.17 Method of Measurement
(a) Reinforced Concrete
(1) When measured for separate payment, reinforced concrete shall be measured
by the cubic yard. The amount estimated will be to the nearest 0.01 cubic yard.
(2) The volume to be paid for will be the actual volume within the neat lines of
the structures, as shown on the Plans or as directed by the Engineer. Measurements of concrete
placed against the sides of any excavation, where intervening forms have not been used, will be
made only within the neat lines of the structures. No deduction will be made for round or beveled
edges, or for space occupied by reinforcing steel and supports, expansion joint material, weep
holes, and chamfers.
I
I
L
I
C
C
I
!'I
I
I
(3) Measurement of reinforced concrete for separate payment by the cubic yard
will be made only when the concrete is used to construct cast -in -place box culverts, wingwalls, and
the box culvert transition structure as called for in the Plans. Other items as noted on the Plans and
listed in the Unit Price Schedule will be measured as called for under these items. The furnishing
and placing of concrete in other work shall be considered subsidiary work pertaining to the several
items; the costs thereof shall be included in the respective unit prices bid.
(b) Miscellaneous Measurements
(1) Concrete curb and gutter will be measured as stipulated in SECTION 8 -
CONCRETE CURB AND GUTTER.
(2) Concrete sidewalks and steps will be measured as specified in SECTION 9 -
CONCRETE SIDEWALKS AND STEPS.
(3) Concrete driveways and aprons will be measured as specified in SECTION
7- DRIVEWAYS, DRIVEWAY EXTENSIONS, AND APRONS.
(4) Concrete inlets and junction boxes will be measured as specified in
SECTION 10 - INLETS AND JUNCTION BOXES.
(5) Repair of concrete pavement over pipe culvert trenches shall be measured as
specified in SECTION 17 - PAVEMENT REPAIRS.
11.18 BasisofPavment
(a) Concrete acceptably completed and measured as provided above will be paid for at
the contract unit price per cubic yard for "REINFORCED CONCRETE," at which price shall be
full compensation for furnishing all materials, including reinforcing steel; for all forming and
bracing; for mixing, transporting, placing, finishing, and curing; and for all equipment, tools, labor
and incidentals necessary to complete the work.
Payment will be made under:
11.18a Reinforced Concrete - per cubic yard
11 - 12
C
ISECTION 12 - UNCLASSIFIED EXCAVATION FOR STRUCTURES
' 12.01 Description
(a) This section covers the removal of all materials of whatever nature necessary for the
' construction of pipes, box culverts, wingwalls, storm drainage piping, headwalls, inlets and other
concrete drainage structures, and retaining walls. EXCAVATION DESCRIBED HEREIN WILL
NOT BE MEASURED FOR SEPARATE PAYMENT, BUT SHALL BE CONSIDERED
SUBSIDIARY WORK PERTAINING TO THE INVOLVED ITEMS OF THE CONTRACT.
(b) All work shall be in accordance with details shown on the Plans, or as directed by
the Engineer and with these Specifications.
12.02 Standard Specifications The work involved in Unclassified Excavation for Structures shall
be in accordance with SECTION 801 - EXCAVATION AND BACKFILL, Standard
Specifications, for the structures involved and except as modified or augmented herein.
' 12.03 Excavation for Pipe Culverts, Storm Drainage Piping, and Other Structures
(a) Trench width at the horizontal centerline of a pipe shall not exceed outside diameter
of the pipe plus two (2) feet where earth backfill is used.
' (b) Other requirements with respect to pipe culverts and storm drainage piping are
specified in SECTION 13 - PIPE CULVERTS and SECTION 17 -PAVEMENT REPAIRS.
' (c) Areas of excavation for headwalls, inlets, junction boxes, and retaining walls shall
be selected by the Contractor except that areas shall be large enough to permit proper construction
of the structures, and except that they shall not extend more than eighteen (18) inches outside the
structures unless authorized by the Engineer.
' 12.04 Disposal of Excavated Material
(a) To the extent suitable and needed, excavated material shall be used in backfill or
' fills. Such material shall be free from frozen material, trash, lumber, broken pieces of concrete
having a dimension greater than two (2) inches or broken concrete in nests regardless of
dimensions, or other debris. Such material shall be susceptible to proper compaction. Any material
' used in backfills or fills under the pavement shall conform to the requirements of SECTION SP -12
FLOWABLE FILL or the requirements of SECTION 2 - EARTHWORK, and shall be in
accordance with the plans.
' (b) Excavated material unsuitable for use, or in excess of needs, shall be disposed of by
the Contractor off -site, at the Contractor's expense.
1
1
12-1
I
I
12.05 Standard Earth Backfill
(a) Backfill of structures shall be in accordance with the following:
(1) Backfill shall be made from suitable structural excavation materials, and
from suitable roadway excavation materials if and as needed. Such materials shall conform to the
requirements of Subparagraph 12.04(a) above.
(2) Backfill shall be compacted to a density of not less than ninety-five (95)
percent of the maximum density, at optimum moisture, obtained in the laboratory in accordance
with AASHTO Designation T 99. Samples for laboratory tests and field determinations will be
taken by the Engineer at the expense of the Owner; the Contractor shall give assistance when
requested.
(3) Backfill shall not be placed against concrete structures until the expiration of
the curing periods specified in SECTION 11 - CONCRETE AND REINFORCING STEEL.
(4) Compacting shall be obtained by the use of pneumatic or mechanically
actuated tampers. Gravity hand tampers will not be acceptable. Backfill material shall be sprinkled
or aerated as necessary to assure the moisture content.
(5) Backfill of all concrete structures shall be made with reasonable uniformity
around and along the structure. It shall be placed in six (6) inch layers, loose measurement and
each layer compacted.
(b) Backfill of pipe culverts and storm drainage piping shall be in accordance with the
following:
(1) Backfill material shall be deposited simultaneously on both sides of the pipe
in layers not exceeding six (6) inches in thickness, loose measurement. It shall be compacted
thoroughly under haunches of pipe on both sides for the full width of trench. This operation shall
be continued to the elevation twelve (12) inches above the top of pipe.
(2) Backfilling shall proceed uniformly along the entire section of pipe being
backfilled. The Contractor shall be responsible for any damage to or displacement of pipe.
(3) Backfill above the elevation twelve (12) inches higher than the top of pipe
may be compacted by any method which will obtain the required density and which will cause no
damage or displacement. Flooding of trenches will not be acceptable.
(4) Backfill of pipe shall be carried to the elevations of the adjoining subgrade,
or as specified in Paragraph 13.02 of SECTION 13 - UNCLASSIFIED EXCAVATION FOR
STRUCTURES.
F
L
C
L
C
I
I
I
H
J
I
H
HH
C
L
L
12-2
Li
I
H
' (c) Backfill will not be measured for separate payment. Placing and compacting of
backfill shall be considered subsidiary work pertaining to structural excavation.
' (d) Backfill serving as subgrade under pavements shall be subject to the requirements of
SECTION SP -12 - FLOWABLE FILL, SECTION 2 — EARTHWORK and SECTION 17 -
PAVEMENT REPAIRS.
12.06 Measurement and Payment Structural excavation for all structures, including pipe
culverts, storm drainage piping, inlets, junction boxes, box culverts, etc., will not be measured for
separate payment, but will be considered subsidiary work pertaining to the construction of the
items.
1
H
H
I
I
I
I
I
I
I
12-3
1
I]
I
I
I
J
Li
SECTION 13 - PIPE CULVERTS
13.01 Description
(a) This section covers reinforced concrete pipe and flared end sections at the locations
shown on the Plans or as described by the Engineer.
(b) All work shall be in accordance with details shown on the Plans, or as directed by
the Engineer and with these Specifications.
13.02 Standard Specifications
Materials and work shall be in accordance with SECTION 606 - PIPE CULVERTS of the
Standard Specifications, except as herein modified or augmented.
13.03 Materials
' (a) Concrete pipes shall be of the bell and spigot or tongue and groove type, as
approved by the Engineer, and shall conform to the specifications of ASTM Designation C 76 (for
' circular pipe) and C 506 (for arch pipe), latest editions, for the sizes and classes of pipes shown on
the Plans and listed in the Unit Price Schedule. The class of pipe and date of manufacture shall be
marked on each joint of pipe. Pipe shall be at least ten (10) days old before it is delivered to the
project.
(b) Jointing material for reinforced concrete pipe shall be rubber gaskets conforming to
the requirements of ASTM C 443. The use of other rubber compression -type joints shall be
approved by the Engineer.
(c) Not Used.
13.04 Jointing of Pipe
(a) The pipe ends where jointing occurs shall be cleaned and maintained clean. The
joint shall be constructed as recommended by the manufacturer of the pipe.
13.05 Trenching and Backfill
(a) Trenching and backfill shall be in accordance with applicable requirements of
SECTION 12 - UNCLASSIFIED EXCAVATION FOR STRUCTURES and SECTION 17 -
' PAVEMENT REPAIRS, except as augmented herein.
(b) Where unsuitable material is encountered, excavation shall continue until a firm
material is reached and the over -excavation filled to grade with a special bedding material in
accordance with the provisions of SECTION 20 - PIPE EMBEDMENT.
' 13.06 Installation of Pipe
13-1
1
I
I
(a) Each section of pipe shall be examined carefully before being laid, and the defective
or damaged sections shall not be used. Pipelines shall be laid to the grades and alignment
indicated, or as directed by the Engineer. Pipe laying shall proceed upgrade. The "bell" ends of
concrete pipe shall point upgrade.
(b) Proper facilities shall be provided for lowering sections of pipe into trenches. Under
no circumstances shall pipe be laid in water, and no pipe shall be laid when trench conditions or
weather are unsuitable for such work. Full responsibility for the diversion of drainage and for
dewatering of trenches during construction shall be borne by the Contractor.
(c) All pipe in place shall be approved by the Engineer before being backfilled. In all
backfilling operations, the Contractor shall be responsible for preventing damage to or
misalignment of the pipe.
(d) Pipe embedment if required shall be furnished, placed, and shaped as described in
SECTION 20 - PIPE EMBEDMENT.
(e) Backfill of pipe trenches shall be in accordance with Section 12.05(b) of these
Specifications.
13.07 Method of Measurement
(a) Excavation and backfill will not be measured separately, but will be considered
subsidiary to constructing the pipe.
(b) Special bedding material, used at the direction of the Engineer, will be measured
and paid for as specified in SECTION 20 - PIPE EMBEDMENT.
(c) Completed and accepted pipe culverts will be measured by the linear foot in place.
Length shall not be measured through inlets, junction boxes, or other drainage structures. Separate
measurements will be made by the sizes and classes shown on the Plans and listed in the Unit Price
Schedule. Measurements will be taken to the nearest 0.1 linear foot.
13.08 Basis of Payment Storm sewer pipe acceptably completed and measured as provided
above will be paid for at the contract unit price per linear foot bid respectively for "REINFORCED
CONCRETE PIPE," of the sizes and classes shown on the Plans and listed in the Unit Price
Schedule; which prices, in each case, shall be full compensation for fiunishing all materials, except
special bedding material; for all trenching, backfilling, and compacting; and for all equipment,
tools, labor, and incidentals necessary to complete the work.
H
C
I
11
I
I
H
I
H
I
H
C
I
L
13-2
I
H
Payment will be made under:
13.08a 18" Reinforced Concrete Pipe, Class III - per linear foot
13.08b 18" Reinforced Concrete Pipe, Class IV - per linear foot
13.08c 24" Reinforced Concrete Pipe, Class IV - per linear foot
1
I
H
H
H
H
H
H
L
I
I
I
U
I
13-3
I
I
L
I
I
I
L
L
L
L
SECTION 14 - SOLID SODDING
14.01 Description
(a) This section covers the furnishing and placing of and to form solid mats on areas
shown on the Plans or as directed by the Engineer.
(b) It covers the furnishing and applying of water for sod.
(c) It covers the furnishing and placing of four (4) inches of topsoil on areas directed by
the Engineer.
(d) It covers the furnishing and placing of fertilizer.
(e) All work shall be in accordance with details shown on the Plans and with these
Specifications.
14.02 Standard Specifications Materials and work shall be in accordance with SECTION 624 -
SOLID SODDING of the Standard Specifications, except as herein modified or augmented.
14.03 Materials
(a) Solid sod shall be cut from well -established viable Bermuda grass.
(b) Topsoil shall be reasonably free from subsoil, clay, lumps, brush, objectionable
weeds, and/or other litter and shall be free from roots and toxic substances or other material or
substances that might be harmful to plant growth or be a hindrance to grading, planting, and
maintenance operations. ALL TOPSOIL SHALL BE APPROVED BY THE ENGINEER PRIOR
TO PLACING.
(c) Fertilizer shall be a standard commercial product complying with state and federal
fertilizer laws and with the requirements issued by proper authorities.
(1) Fertilizer shall be delivered to the site in the manufacturer's original
container, on which shall be plainly marked the manufacturer's name and the guaranteed
chemical analysis.
' (2) Except as noted in the following sentence, fertilizer shall contain not less
than the percentages by weight of ingredients as follows:
•Nitrogen 12 percent
Phosphorus, P205 12 percent
Potash K2 12 percent
Other 1:1:1 ratio fertilizers may be used, provided the available plant food remains the same
as herein specified.
14-1
1
I
(3) All fertilizer shall be solid and shall be in a condition which will permit
proper distribution.
14.04 Construction Methods '
(a) In this Paragraph 14.04, "Solid Sod" is interchangeable with the word "sod."
(b) Solid sod or topsoil shall not be placed until all other items of work are complete.
The Contractor shall place sod upon disturbed areas resulting from the other items of work in this
Contract as shown within the Limits of Construction or Limits of Grading on the Plans. Areas
disturbed by the Contractor outside of these limits shall be restored with topsoil and sod at no cost
to the City. Areas disturbed in utility relocation efforts or other causes outside the grading limits
shall not be restored as a part of this Contract.
(c) Areas to be sodded shall be shaped in such manner that they will, after placement of
sod, conform to the typical sections.
(d) Prior to placing the topsoil in the areas designated, the ground surface shall be
cleared of materials that might hinder proper grading, tillage, or subsequent maintenance operations
such as stumps, stones, roots, cable, wire, grade stakes, etc., and brought to a depth below the
finished grade which will allow for four inches of topsoil and the thickness of the sod. The areas
shall then be thoroughly tilled to a depth of at least two (2) inches by plowing, disking, harrowing
or other acceptable means. '
(e) The Contractor shall then obtain an approved topsoil from any available source and
place uniformly on the designated areas and spread evenly to a minimum thickness of four (4)
inches. Irregularities in the surface shall be corrected so as to prevent formation of depressions
where water will stand. Stones shall be removed from the topsoil and disposed of by the
Contractor. TOPSOIL SHALL NOT BE PLACED when the subgrade is frozen, excessively wet or
in a condition detrimental to the proposed planting and proper grading.
(f) After the topsoil has been spread and graded, the surface shall be cleared of stones,
stumps, or other objects that might hinder planting or maintenance operations. Paved areas over
which hauling operations are conducted shall be kept clean.
(g) Where any portion of the surface becomes eroded or otherwise damaged, the
affected areas shall be repaired to the aforementioned condition.
(h) Fertilizer shall be applied to the loosened layers (two (2) inches deep) at the rate of
one and one-half (1-1/2) pounds per 100 square feet for all areas, regardless of whether topsoil has
been added. Distribution shall be uniform.
(i) Prior to placement of sod, areas shall be sprinkled with water sufficiently to make
them moist, but not muddy. As determined by the Engineer, this initial application of water may be
omitted if the area is sufficiently moist from rainfall.
1
14-2
71
I
I
H
I
I
I
I
C
L
L
L
I
I
I
J
Li
(j) The bed shall be in a firm but uncompacted condition with a relatively fine texture
at the time of sodding. Lumps, clods, rocks or other unevenness or debris shall be completely
removed by raking immediately prior to the laying of sod. Sod shall be moist and shall be placed
on a moist earth bed. Sod strips shall be laid along contour lines, by hand, commencing at the base
of the area to be sodded and working upward. The transverse joints of sod strips shall be broken,
and the sod carefully laid to produce tight joints. At the top of slopes the sod shall be turned into
the embankment slightly and a layer of earth placed over it and compacted to conduct surface water
over and onto the sod. The sod shall be firmed, watered, and refirmed immediately after it is
placed. The firming shall be accomplishing by use of a lawn roller or approved tamper, with care
being taken to avoid tearing end strips of sod.
When sodding is completed, the sodded areas shall be cleared of loose sod, excess
soil, or other foreign material; a thin application of topsoil shall be scattered over the sod as a top
dressing; and the areas thoroughly moistened.
(k) Immediately following the placing and tamping of sod, the covered area shall be
wetted thoroughly. Subsequent applications of water shall be directed by the Engineer.
(1) The sodding operations shall produce areas of solid, living grass.
14.05 Intermittent Cleanup Immediately following the sodding operations, all gutters,
sidewalks, driveways, street pavement, yards, or other areas shall be cleaned of all debris, excess
sod, topsoil, or other objectionable matter. All such cleanup operations shall be completed before
sodded areas are measured for payment as described below.
14.06 Method of Measurement
(a) Areas covered by living sod, completed and accepted, will be measured by the
horizontal square yard to the nearest whole square yard.
(b) Fertilizer will not be measured for separate pay. Its furnishing and application shall
be considered subsidiary work pertaining to solid sodding.
(c) Topsoil will not be measured for payment but will be subsidiary to
"UNCLASSIFIED EXCAVATION."
(d) Water for sod will not be measured separately, but will be subsidiary to the item of
solid sodding.
14.07 Basis of Payment Solid sodding acceptably completed and measured as provided above,
will be paid for at the contract unit price per square yard bid for "SOLID SODDING," which price
shall be full compensation for fiunishing all materials; for cleanup work; and for all equipment,
tools, labor, and incidentals necessary to complete the work.
Payment will be made under:
14.07a Solid Sodding - per square yard
14-3
I
II
H
I
I
H
H
I
H
I
SECTION 16 - MAINTENANCE OF TRAFFIC
16.01 Description
(a) This item shall include the erection of signs and barricades, and the maintenance of,
or noninterference with, traffic in accordance with details shown on the Plans and with these
Specifications, or as directed by the Engineer.
(b) This item shall also include the temporary relocation of traffic and street signs, the
maintenance of the temporarily relocated signs through the construction of the project, and the
permanent relocation of the signs after the construction is complete.
16.02 Standard Specifications
(a) Maintenance of traffic as described above shall be accomplished in accordance with
the applicable portions of Section 603, "Traffic Control Through Construction Zones" Standard
Specifications, except as modified or augmented herein.
(b) The Contractor shall implement and maintain all maintenance of traffic devices as
shown on the Plans or submit his own Plan to The City of Fayetteville Engineering Department for
review and approval. Upon approval by the City Engineer, the Contractor shall supply the Fire
Chief and the Police Chief one (1) copy each for their files. Two (2) copies shall be supplied to the
Engineer. The Contractor shall initiate and maintain all necessary labor and materials necessary to
construct the project in a manner which will guarantee public safety with a minimum of
inconvenience. Additional work shall be performed by the Contractor during construction as
directed by the City Engineer if necessary to insure the above standards.
16.03 Not Used
16.04 Driveways
(a) Maintenance of driveways shall be as approved by the Engineer. It shall be the
Contractor's responsibility to maintain adequate access to private and commercial property at all
times, except as approved by the Engineer. During the construction of driveways or at any time
that the Property Owner cannot use his driveway, the Contractor shall notify the Property Owner
(one week in advance, minimum) when the driveway will be closed and the approximate length of
time that it will be closed.
(b) The intent of this section of the Specifications is to cause as little inconvenience as
' possible to private property owners.
I
H
16-1
16.05 Repetitions For emphasis, protective actions are noted in other parts of these Contract
Documents. These repetitions here are called to the attention of each bidder to the end that he shall
avoid any duplication of costs in compiling his bid.
16.06 Relocation and Replacement of Traffic Signs and Pavement Striping
(a) During the construction of the project, the temporary relocation of street signs and
traffic control signs will be performed by the Contractor. The Contractor shall maintain the signs at
highly visible locations as near as practicable to the original locations. The latest edition of the
Manual of Uniform Traffic Control Devices published by the Federal Highway Administration
shall be used as a guide to the placement of signs during construction.
(b) Immediately after the construction of any part of the project reaches a stage of
completion such that the relocation of the street signs and traffic control signs is no longer
necessary, the Contractor shall permanently relocate the street signs and traffic control signs.
(c) Street signs and traffic control signs shall be removed from such area of work as
necessary to permit work on the project. Each sign shall be securely relocated by driving the sign
into the ground with equipment approved by the Engineer. Street signs no longer necessary shall
be salvaged in good condition and restored to their original use or returned to the City if it is no
longer needed.
(d) Existing striping shall be removed and new temporary stripes and other pavement
markings shall be provided by the Contractor. Work shall be performed in accordance with
SECTION 720 (for Type 4) - PERMANENT PAVEMENT MARKING TAPE of the Standard
Specifications. Pavement markings not necessary to the phased construction patterns shall be
removed or obliterated with black paint, as approved by the Engineer. Striping shall be maintained
and restored as necessary during construction.
16.07 Measurement and Payment "Maintenance of Traffic" will be measured as a complete item.
16.08 Basis of Payment Work performed under this section, acceptably completed as provided
above, will be paid for at the control lump sum bid price for "MAINTENANCE OF TRAFFIC",
which price shall be full compensation for this item.
Periodic payments will be made under this item in proportion to the amount of work
accomplished, as determined by the Engineer.
Payment will be made under:
Item 16.08 - Maintenance of Traffic — per lump sum
C'
H
H
I
I
I
I
I
I
I
I
I
I
CI!
C
16-2
C
I
[I
I
H
r
C
17.01 Description
(a) This section covers the repairs of streets for storm drainage culverts, drainage
structures, or other excavations within existing pavements which are to remain.
(b) All work shall be in strict accordance with these specifications and the details in the
Plans at the locations shown in the Plans or as directed by the Engineer.
17.02 Standard Details All work under this section of the Specifications shall be in accordance
with the pavement repair details shown on the Plans and as supplemented herein.
17.03 Restoration of Street Cut
(a) The Contractor is required to restore the excavation, or cut, immediately upon
completion of the work which required the cut. The Contractor shall notify the City Engineer when
the restoration is completed.
' (b) Excavations shall be smoothly cut or sawed and shall have a neat appearance.
(c) Materials removed from the excavation or cut shall not be used as backfill material.
' This includes pieces of broken concrete or asphalt concrete.
(d) Backfill material for pipe culvert trenches or structures under proposed or existing
' pavements shall meet the requirements of SECTION SP -12 - FLOWABLE FILL, compacted
crushed aggregate backfill material shall be deposited simultaneously on both sides of the pipe in
layers not exceeding six (6) inches in thickness, loose measurement. It shall be compacted
thoroughly under haunches of pipe on both sides for the full width of trench. This operation shall
be continued to the elevation eleven (11) inches below finished grade, and shall be in accordance
with SECTION 20 — PIPE EMBEDMENT.
' (e) Temporary pavement repair shall consist of a single lift of Asphalt Concrete Cold
Plant Mix prepared and placed in accordance with applicable portions of SECTION 411 -
ASPHALT CONCRETE COLD PLANT MIX of the Standard Specifications and the details shown
on the Plans. The asphalt surface may be hand placed and shall be rolled smooth to match adjacent
surfaces and to provide a riding surface free of bumps or sags. The temporary asphalt shall be
'
placed upon flowable fill material used as trench or structural backfill, compacted subgrade, or
granular base as applicable.
' (0 Permanent asphalt pavement repair shall conform to the details shown on the plans.
(g) Permanent concrete pavement repair shall be performed in accordance with the
details in the Plans. Concrete shall conform to the requirements of SECTION 11 - CONCRETE
AND REINFORCING STEEL. Joints shall be sawcut and sealed as directed by the Engineer in
accordance with SECTION 11 - CONCRETE AND REINFORCING STEEL.
17-1
1
L
17.04 Not Used
17.05 Method of Measurement 1
(a) Permanent pavement repairs will be measured by the square yard of pavement repair
acceptably completed, less any overcut as determined by the Engineer, for each type of repair as
detailed in the Plans. In no case shall the measurement extend beyond the pay limits shown on the
details for each type of pavement repair. Pavement repairs of insufficient depth shall not be
measured for payment.
(b) Temporary pavement repair shall be measured by the square yard of asphalt surface
acceptably placed, maintained, and utilized by traffic as directed by the Engineer. Temporary
repairs may not be necessary on trenches which are not immediately put back into service for site
access by traffic. In such instances the pavement repair shall consist of permanent repairs only. In
no case shall the measurement of trench repair extend beyond the pay limits shown on the details in
the Plans. Pavement repairs of insufficient depth shall not be measured for pavement.
(c) Temporary restoration of private drives and parking surfaces, where directed by the
Engineer, will be included in the measurement and payment of the unit prices indicated in (b)
above.
(d) Repair of the street to cover areas damaged due to the Contractor's negligence in
equipment movement or improper equipment operation within the street surface will not be
measured for payment.
(e) Pavement cutting and removal will not be measured for separate payment, but shall
be considered subsidiary to the installation of the involved item.
(1) Flowable Fill or other backfill shall not be measured separately for payment, but
will be subsidiary to the involved item of culvert, curb inlet, grate inlet, or junction box and 1
SECTION SP -12 - FLOWABLE FILL.
17.06 Basis of Payment
(a) Payment for pavement repairs will be made at the contract unit price bid per square
yard for "PERMANENT ASPHALT PAVEMENT REPAIR," "PERMANENT CONCRETE
PAVEMENT REPAIR," and "TEMPORARY PAVEMENT REPAIR," which price shall be full
compensation for the complete restoration of the street in accordance with this specification,
including removal and disposal of trenched material; placement and compaction of aggregate
backfill; placement of asphalt, concrete or other materials as required by this specification and the
plans; placement, maintenance, and removal of temporary surface over trench; and all labor,
materials, equipment, and incidental items required to complete the repair.
17-2
1
I
tSECTION 18 - DISABILITY ACCESS RAMPS
18.01 Description
I
This item covers
the construction of access ramps
to the lines and grades
shown on the Plans or
as directed by the
Engineer.
18.02 Materials Materials for the access ramps shall be Portland Cement concrete complying
with SECTION 11 - CONCRETE AND REINFORCING STEEL.
18.03 Construction Methods The construction of the access ramps shall be in accordance with
applicable Sections of these Specifications and the attached drawings. Applicable sections include
SECTION 2 - EARTHWORK, SECTION 9 - CONCRETE SIDEWALKS, and SECTION 501 -
PORTLAND CEMENT CONCRETE PAVEMENT of the Standard Specifications.
18.04 Method of Measurement Access ramps will be measured by the square yard to the nearest
0.1 square yard; the sum of all ramps in any given payment period shall be rounded to the nearest
whole square yard.
' 18.05 Basis of Payment Access ramps acceptably completed and measured as provided above,
will be paid for at the contract unit price per square yard bid for "CONCRETE SIDEWALK" in
accordance with SECTION 9, which price shall be full compensation for furnishing all materials,
transitioning concrete thickness, preparation of subgrade, joints, surface treatments, and for all
equipment, tools, labor, and incidentals necessary to complete the work.
L_
P
P1
I
I
18-1
I
ISECTION 19 - CLEANUP
' 19.01 Description This section covers the cleanup of the project and includes, but is not
necessarily limited to, the following items:
(a) Site Preparation
Removal of trees, fences, or any obstructions in accordance with SECTION
Ii - SITE PREPARATION.
(b) Pipe Construction
Cleaning surface debris resulting from the backfill of storm sewer boxes,
sanitary sewer manholes, or any other structures related to the construction of storm sewer,
' sanitary sewer, or water lines.
(c) Concrete Construction
' Removal and cleaning of excessive amounts of prime, splashed concrete,
dirt, and other debris from sidewalks, curbs, and pavements on the project.
(d) Final Cleanup
' Removal and satisfactory disposal of silt and sediment in storm drainage and
inlets, in gutters, in streets and sidewalks, and in drainage ditches. Repair of damage to
previously completed work by natural or other forces. Correction of deficiencies found
during the final inspection.
19.02 Time for Completion The nature of the work involved in this item requires that
this work be performed during the course of construction or as directed by the Engineer.
The Contractor shall, periodically or as directed during the progress of the work, put the
entire site of work in a neat and clean condition.
' 19.03 Method of Measurement Cleanup will be measured as a portion of the item "Site
Preparation".
19.04 Basis of Payment Cleanup will not be paid for separately but will be subsidiary
to "SITE PREPARATION."
Li
19-1
I
I
I
I
H
C
I
I
I
L
I
I
I
J
I
SECTION 20 - PIPE EMBEDMENT
20.01 Description
(a) This section covers the furnishing of all labor, equipment and materials
necessary for placing pipe foundations as required on the Plans or as deemed necessary by
the Engineer.
(b) All work shall be in accordance with details shown on the Plans or as
directed by the Engineer and in accordance with these Specifications.
20.02 Materials Materials for pipe foundations shall be as follows:
Class "B" bedding shall be crushed stone, commonly referred to as Class "C"
Ballast Stone and shall conform to the following gradation:
Sieve
(Square Opening)
1-1/2 inch
1 inch
3/4 inch
1/2 inch
3/8 inch
No. 4
Percent Passing
100
70-80
40-60
20-30
0-10
0- 5
(1) Deleterious substances shall not be present in the prepared crushed
stone in excess of the following amounts:
Soft and friable pieces - 5%
Material finer than No. 200 - 1%
Clay lumps - 0.5%
(2)
The percentage of wear
of
the crushed stone, tested in the Los
Angeles Abrasion
Tests, shall not be greater than
45
percent.
(3) Crushed stone shall be stockpiled and placed in such a manner that
foreign material will not be included in the complete embedment section.
20.03 Use
Pipe embedment will be required for the storm drainage pipe in areas deemed
necessary by the Engineer. The minimum bedding under storm drainage pipe will be a 6 -
inch thickness of bedding material in the trench bottom. The width of the pipe embedment
shall extend the full width of the trench bottom, but not beyond the maximum trench width.
20-1
LI
20.04 Excavation
(a) Excavation for pipe embedment shall be carried to a specified depth below
the pipe flow line to allow adequate bedding materials to be placed in accordance with
details shown on the Plans and as required by the Engineer.
(b) Additional excavation will be required in soft, mucky areas where the
specified bedding will not adequately support the pipe. Where such areas as determined by
the Engineer are excavated, the additional depth of trench shall be backfilled with the
material specified for Class "B" bedding. The additional excavation will be subsidiary to
Class "B" bedding.
20.05 Method of Measurement
(a) "PIPE EMBEDMENT" will be measured by the ton of 2,000 pounds as
determined by weighing on accurate, approved scales as described in Paragraph 109.01 (f)
of the Standard Specifications. Each truck shall bear a plainly legible identification number
and, upon being weighed, shall be given two copies of a delivery ticket which shall have on
it the number of the truck, time of departure, truck weight, combined weight, and project
name. The Engineer shall receive a copy of each delivery ticket for the computation of pay
quantities.
(b) Excavation for embedment will not be measured for separate payment.
20.06 Basis of Payment
(a) "PIPE EMBEDMENT" acceptably completed and measured as provide
above, will be paid for at the contract unit price per ton for "PIPE EMBEDMENT," which
price shall be full compensation for furnishing the material; for hauling, excavating,
placing, spreading, and compacting; and for all equipment, tools, labor and incidentals
necessary to complete the work.
Payment will be made under:
20.06 Pipe Embedment - per ton
I
I
H
I
I
H
I
I
I
I
I
I
L
I
L
I
20-2
J
SECTION 22 - MAILBOX RELOCATION
22.01 Description
(a) This section covers the removal, the temporary relocation, and the permanent
relocation of mailboxes that conflict with construction.
' (b) All work under this section shall be in accordance with details shown on the Plans
complementary to these specifications.
' 22.02 Standard Specifications Mailbox modifications shall conform to the following criteria:
(a) Service shall be maintained at all times so that deliveries will not be interrupted. It
is intended that mailboxes be immediately restored after removal.
(b) All mailboxes and supports that are in satisfactory condition in the opinion of the.
' Engineer shall be relocated. Replacement with new materials is only necessary when the existing
materials are not satisfactory due to age, deterioration, or damage during removal or storage by the
Contractor.
(c) Mailboxes shall be permanently relocated in the same street station as before and
where requested by the property owner.
1 22.03 Materials
(a) Whenever possible, mailboxes and mailbox supports shall be removed and
reinstalled in a concrete base as directed by the Engineer at the time of construction.
' (b) Mailbox supports shall consist of 3" to 4" penta-treated posts, or equal, with a 1" x
6" x 16" No. 2 pine wolmanized pine board on top.
(c) A 1/8" x 1-1/2" steel (painted with black enamel) or ¼" x 1" aluminum brace shall
be mounted on the street side. The brace shall be mounted at 45 degrees with the post with 2"
bends at connections. The brace shall be mounted with #8 round -head brass galvanized wood
screws.
' (d) The relocation shall be mounted with base support and dimensions relative to the
new pavement as shown on the Plans.
22.04 Temporary Service If it becomes necessary to cut off vehicle access to individual
properties temporarily, then mailboxes may have to be located in a temporary stand at the end of
each block. The temporary mailbox support for boxes closely spaced shall consist of a sturdy wood
' frame of two upright members and 2" x 6" pine horizontal support. Prior to this temporary
relocation, each owner should be contacted. After each owner has been informed, the U.S. Post
Office should be notified by telephone and in writing indicating the location and probable time of
' beginning and ending of the proposed temporary group mailbox relocation.
22-1
I
22.05 Method of Measurement Mailboxes relocated in accordance with this Specification shall
be measured as a portion of the item "SITE PREPARATION." The Contractor shall make his own '
determination of the work required under this item.
22.06 Basis of Payment
(a) Relocated mailboxes will not be measured for separate payment, but shall be
considered subsidiary to the item "SITE PREPARATION."
(b) Temporary group mailbox relocation shall not be measured or paid for separately,
but will be considered subsidiary to the item "SITE PREPARATION."
I
I
I
J
I
I
I
[I
r
C
22.2
I
SECTION 24 - TEMPORARY EROSION CONTROL
' 24.01 Description This section covers the application of Temporary Erosion Control items at
locations shown on the Plans or as needed during construction.
24.02 Standard Specifications Items and materials for this section shall be in accordance with
SECTION 621 - TEMPORARY EROSION CONTROL ITEMS AND DEVICES of the Standard
Specifications.
24.03 Measurement and Payment Temporary Erosion Control acceptably completed will be
measured as a complete item and paid for at the contract lump sum price bid for "TEMPORARY
EROSION CONTROL" which prices shall be full compensation for furnishing all materials, tools,
equipment, labor, and incidentals necessary to complete the work.
Periodic payments will be made under this item in proportion to the amount of work
accomplished, as determined by the Engineer.
Payment will be made under:
Item 24.03 - Temporary Erosion Control — per lump sum
C
n
I
I
I
r-
r -
L
L
24-1
I
I
ISECTION 25 - NEW FENCE
' 25.01 Description
This item covers furnishing and installing new chain link fence and gates.
' 25.02 Standard Specifications
I
Materials and work shall be in accordance with SECTION 619 - FENCES of the
Standard Specifications, except as herein modified or augmented.
t25.02 Materials
Materials shall conform to paragraph 619.02 of the Standard Specifications.
25.03 Construction Methods
' Construction methods shall conform to paragraph 619.03 of the Standard
Specifications.
25.04 Method of Measurement
(a) Fence: Work performed under this item will be measured by the linear foot
along the midpoint in height, outside to outside of end post, including gates.
25.05 Basis of Payment
Work performed and accepted under this item and measured as provided above will
' be paid for at the contract unit price bid per linear foot for "CHAIN LINK FENCE", which
prices shall be full compensation for all clearing and grading; for setting posts, erecting
fence, and installing gates; for all excavation and backfill; for furnishing all material; and for
all labor, tools, equipment and incidentals necessary to complete the work.
Payment will be made under:
25.05a Chain Link Fence - per linear foot
1
I
H
H
25-1
I
I
SECTION 26 - TRENCH AND EXCAVATION SAFETY SYSTEM
I26.01 Description This item covers the compliance with Act 291 of 1993 which requires the
inclusion, in the bid, of a separate pay item for "Trench or Excavation Safety Systems".
' 26.02 Standard Specifications All work under this item shall conform to the current edition of
Occupational Safety and Health Administration Standard for Excavation and Trenches Safety
System, 29 CFR 1926, Subpart P (copy attached).
"Competent Person" as defined in the Standard Specifications shall be the General
Contractor's General Superintendent.
' 26.03 Construction Methods Construction methods shall in accordance with the current edition
of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety
System, 29 CFR 1926, Subpart P.
26.03.01 Notifications Required The contractor, prior to beginning any excavation, shall
notify the State Department of Labor (Safety Division) that work is commencing on a project with
excavations greater than five feet.
The contractor shall notify all Utility Companies and Owners in accordance with
OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground
' installations.
26.03.02 Existing Structures and Utilities Where the trench or excavation endangers the
stability of a building, wall, street, highway, utilities, or other installation, the contractor shall
provide support systems such as shoring, bracing, or underpinning to ensure the stability of such
structure or utility.
The contractor may elect to remove and replace or relocate such structures or
' utilities with the written approval of the owner of the structure or utility and the Project Owner.
26.04 Method of Measurement
' (a) Trench or excavation safety systems shall be measured as a complete unit.
26.05 Basis of Payment
(a) Trench or excavation safety systems shall be paid for at the lump sum price bid for
' "TRENCH AND EXCAVATION SAFETY SYSTEM", which price shall be full compensation for
benching, sloping, sheeting, shoring, shielding, or any other protective system that provides the
necessary protection to comply with Act 291 of 1993.
' Payment will be made under:
Item 26.05 Trench and Excavation Safety System - per lump sum
26-1
n
L
11
IT
I
r
H
H
Li
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor
(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. Com-
mercial diving operations shall be sub-
ject to subpart T of part 1910,
§§ 1910.401-1910.441, of this chapter.
(39 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 water-
front 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); Secs. 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 applicable, and
29 CFR part 1911.
SOURCE: 54 FR 45959, Oct. 31. 1989, unless
otherwise noted.
§ 1926.650 Scope, application, and defi-
nitions applicable to this subpart.
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Exca-
vations are defined to include trenches.
§ 1926.650
(b) Definitions applicable to this sub-
part.
Accepted engineering practices means
those requirements which are compat-
ible with standards of practice required
by a registered professional engineer.
Aluminum Hydraulic Shoring means a
pre-engineered shoring system com-
prised of aluminum hydraulic cylinders
(crossbraces) used in conjunction with
vertical rails (uprights) or horizontal
rails (wafers). 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.
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 be-
tween 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 support
system, and its sudden movement into
the excavation, either by falling or
sliding, in sufficient quantity so that it
could entrap, bury, or otherwise injure
and immobilize a person.
Competent person means one who is
capable of identifying existing and pre-
dictable hazards in the surroundings,
or working conditions which are unsan-
itary. hazardous, or dangerous to em-
ployees, and who has authorization to
take prompt corrective measures 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 re-
moval.
Faces or sides means the vertical or
inclined earth surfaces formed as a re-
sult of excavation work.
Failure means the breakage, displace-
ment. or permanent deformation of a
structural member or connection so as
to reduce its structural integrity and
its supportive capabilities.
373
11
I
I
§ 1926.650
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 release
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 nec-
essary protection.
Ramp means an inclined walking or
working surface that is used to gain ac-
cess to one point from another, and is
constructed from earth or from struc-
tural materials such as steel or wood.
Registered Professional Engineer means
a person who is registered as a profes-
sional engineer in the state where the
work is to be performed. However, a
professional engineer, registered in any
state is deemed to be a "registered pro-
fessional engineer" within the meaning
of this standard when approving de-
signs for "manufactured protective
systems" or "tabulated data" to be
used in interstate commerce.
Sheeting means the members of a
shoring system that retain the earth in
position and in turn are supported by
other members of the shoring system.
Shield (Shield system) means a struc-
ture 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 ei-
ther premanufactured or job -built in
accordance with 41926.652 (c)(3) or
(c)(4). Shields used in trenches are usu-
ally 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 exca-
vation and which is designed to prevent
cave-ins.
Sides. See "Faces."
29 CFR Ch. XVII (7-1-98 Edition)
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 dif-
ferences in such factors as the soil
type, environmental conditions of ex-
posure, and application of surcharge
loads.
Stable rock means natural solid min-
eral material that can be excavated
with vertical sides and will remain in-
tact while exposed. Unstable rock is
considered to be stable when the rock
material on the side or sides of the ex-
cavation is secured against caving -in
or movement by rock bolts or by an-
other protective system that has been
designed by a registered professional
engineer.
Structural ramp means a ramp built of
steel or wood, usually used for vehicle
access. Ramps made of soil or rock are
not considered structural ramps.
Support system means a structure
such as underpinning, bracing, or shor-
ing, which provides support to an adja-
cent structure, underground installa-
tion, or the sides of an excavation.
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 greater
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 con-
structed in an excavation so as to re-
duce the dimension measured from the
forms or structure to the side of the ex-
cavation to 15 feet (4.6 m) or less
(measured at the bottom of the exca-
vation), the excavation is also consid-
ered to be a trench.
Trench box. See "Shield."
Trench shield. See "Shield."
Uprights means the vertical members
of a trench shoring system placed in
contact with the earth and usually po-
sitioned so that individual members do
not contact each other. Uprights
placed so that individual members are
closely spaced, in contact with or
374
I
I
J
I
I
L
L
L
L
L
L
I
H
I
I
L
I
'I
H
I
I
I
I
CI
I
L
I
I
I
'J
L
Occupational Safety and Health Admin., Labor
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 Specific excavation require-
ments.
(a) Surface encumbrances. All surface
encumbrances that are located so as to
create a hazard to employees shall be
removed or supported, as necessary, to
safeguard employees.
(b) Underground installations. (1) The
estimated location of utility installa-
tions, such as sewer, telephone, fuel,
electric, water lines, or any other un-
derground 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 estab-
lish the location of the utility under-
ground installations prior to the start
of actual excavation. When utility
companies or owners cannot respond to
a request to locate underground utility
installations within 24 hours (unless a
longer period is required by state or
local law), or cannot establish the
exact location of these installations,
the employer may proceed, provided
the employer does so with caution, and
provided detection equipment or other
acceptable means to locate utility in-
stallations are used.
(3) When excavation operations ap-
proach the estimated location of under-
ground installations, the exact loca-
tion of the installations shall be deter-
mined by safe and acceptable means.
(4) While the excavation is open, un-
derground installations shall be pro-
tected, supported or removed as nec-
essary 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
§ 1926.651
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 con-
nected together to prevent displace-
ment.
(iii) Structural members used for
ramps and runways shall be of uniform
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-
tached in a manner to prevent tripping.
(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. Em-
ployees exposed to public vehicular
traffic shall be provided with, and shall
wear, warning vests or other suitable
garments marked with or made of
reflectorized or high -visibility mate-
rial.
(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 mate-
rials. Operators may remain in the
cabs of vehicles being loaded or un-
loaded when the vehicles are equipped,
in accordance with § 1926.601(b)(6), to
provide adequate protection for the op-
erator 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 ap-
proach the edge of an excavation, and
the operator does not have a clear and
direct view of the edge of the exca-
vation, a warning system shall be uti-
lized such as barricades, hand or me-
chanical signals, or stop logs. If pos-
sible, the grade should be away from
the excavation.
375
I
L
I
LJ
§ 1926.651
(g) Hazardous atmospheres —(l) Testing
and controls. In addition to the require-
ments set forth in subparts D and E of
this part (29 CFR 1926.50-1926.107) to
prevent exposure to harmful levels of
atmospheric contaminants and to as-
sure acceptable atmospheric condi-
tions, the following requirements shall
apply:
(i) Where oxygen deficiency
(atmospheres containing less than 19.5
percent 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 exca-
vation shall be tested before employees
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 pro-
tection 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 lev-
els, testing shall be conducted as often
as necessary to ensure that the atmos-
phere 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 sep-
arate from any line used to handle ma-
terials, and shall be individually at-
tended at all times while the employee
29 CFR Ch. XVII (7-1-98 Edition)
wearing the lifeline is in the exca-
vation.
(h) Protection from hazards associated
with water accumulation. (1) Employees
shall not work in excavations in which
there is accumulated water, or in exca-
vations in which water is accumulat-
ing, unless adequate precautions have
been taken to protect employees
against the hazards posed by water ac-
cumulation. The precautions necessary
to protect employees adequately vary
with each situation, but 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 prevented
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 entering
the excavation. and to provide adequate
drainage of the area adjacent to the ex-
cavation. Excavations subject to runoff
from heavy rains will require an in-
spection by a competent person and
compliance with paragraphs (h)(1) and
(h)(2) of this section.
(i) Stability of adjacent structures. (I)
Where the stability of adjoining build-
ings, walls, or other structures is en-
dangered 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 re-
taining wall that could be reasonably
expected to pose a hazard to employees
shall not be permitted except when:
(i) A support system, such as under-
pinning, is provided to ensure the safe-
ty 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
376
I
I
I
I
I
H
I
r
r
I
I
II
I
I
I
I
fl
L
I
I
I
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor
unaffected by 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.
0) Protection of employees from loose
rock or soil. (1) Adequate protection
shall be provided to protect employees
from loose rock or soil that could pose
a hazard by falling or rolling from an
excavation face. Such protection shall
consist of scaling to remove loose ma-
terial; installation of protective barri-
cades at intervals as necessary on the
face to stop and contain falling mate-
rial; or other means that provide equiv-
alent protection.
(2) Employees shall be protected from
excavated or other materials or equip-
ment that could pose a hazard by fall-
ing or rolling into excavations. Protec-
tion shall be provided by placing and
keeping such materials or equipment
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 com-
bination 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
atmospheres, or other hazardous condi-
tions. An inspection shall be conducted
by the competent person prior to the
start of work and as needed throughout
the shift. Inspections shall also be
made after every rainstorm or other
hazard increasing occurrence. These in-
spections are only required when em-
ployee exposure can be reasonably an-
ticipated.
(2) Where the competent person finds
evidence of a situation that could re-
sult in a possible cave-in, indications
of failure of protective systems, haz-
ardous atmospheres, or other hazard-
ous conditions, exposed employees
§ 1926.652
shall be removed from the hazardous
area until the necessary precautions
have been taken to ensure their safety.
(1) Walkways shall be provided where
employees or equipment are required
or permitted to cross over excavations.
Guardrails which comply with
§1926.502(b) shall be provided where
walkways are 6 feet (1.8 m) or more
above lower levels.
[54 FR 45959. Oct. 31. 1989. as amended by 59
FR 40730, Aug. 9. 19941
§ 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 sys-
tems. 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)(l); or, in the alternative,
paragraph (b) (2): or, in the alternative,
paragraph (b)(3), or, in the alternative.
paragraph (b)(4), as follows:
(1) Option (1) —Allowable configurations
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 hori-
zontal), 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 Appendices A
and B. Maximum allowable slopes, and
allowable configurations for sloping
377
I
I
IJ
§ 1926.652
and benching systems, shall be deter-
mined in accordance with the condi-
tions and requirements set forth in ap-
pendices A and B to this subpart.
(3) Option (3) —Designs using other tab-
ulated data. (i) Designs of sloping or
benching systems shall be selected
from and be in accordance with tab-
ulated 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 determined
to be safe;
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective sys-
tem from the data.
(iii) At least one copy of the tab-
ulated data which identifies the reg-
istered 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 avail-
able to the Secretary upon request.
(4) Option (4) —Design by a registered
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 professional
engineer.
(ii) Designs shall be in written form
and shall include at least the following:
(A) The magnitude of the slopes that
were determined to be safe for the par-
ticular project:
(B) The configurations that were de-
termined to be safe for the particular
project; and
(C) The identity of the registered pro-
fessional engineer approving the de-
sign.
(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 re-
quest.
(c) Design of support systems, shield
systems, and other protective systems. De -
29 CFR Ch. XVII (7-1-98 Edition)
signs of support systems shield sys-
tems, and other protective systems
shall be selected and constructed by
the employer or his designee and shall
be in accordance with the requirements
of paragraph (c)(1); or, in the alter-
native, paragraph (c)(2); or. in the al-
ternative. paragraph (c)(3); or, in the
alternative, paragraph (c)(4) as follows:
(1) Option (l) —Designs using appen-
dices A. C and D. Designs for timber
shoring in trenches shall be determined
in accordance with the conditions and
requirements set forth in appendices A
and C to this subpart. Designs for alu-
minum hydraulic shoring shall be in
accordance with paragraph (c)(2) of this
section, but if manufacturer's tab-
ulated data cannot be utilized, designs
shall be in accordance with appendix D.
(2) Option (2) —Designs Using Manufac-
turer's Tabulated Data. (i) Design of sup-
port systems, shield systems, or other
protective systems that are drawn
from manufacturer's tabulated data
shall be in accordance with all speci-
fications, recommendations, and limi-
tations issued or made by the manufac-
turer.
(ii) Deviation from the specifications.
recommendations, and limitations
issued or made by the manufacturer
shall only be allowed after the manu-
facturer issues specific written ap-
proval.
(iii) Manufacturer's specifications,
recommendations, and limitations, and
manufacturer's approval to deviate
from the specifications, recommenda-
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 tab-
ulated data. (i) Designs of support sys-
tems, shield systems, or other protec-
tive 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 protective
system drawn from such data;
J
I
I
I
I
I
I
I
I
I
I
I
I
L
I
I
I
I
Ll
I
L
I
H
I
I
I
LJ
II
I
I
Occupational Safety and Health Admin., Labor
(B) Identification of the limits of use
of the data;
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective sys-.
tern from the data.
(iii) At least one copy of the tab-
ulated data, which identifies the reg-
istered 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 avail-
able to the Secretary upon request.
(4) Option (4) —Design by a registered
professional engineer. (f) Support sys-
tems, shield systems, and other protec-
tive systems not utilizing Option 1, op-
tion 2 or Option 3, above, shall be ap-
proved by a registered professional en-
gineer.
(ii) Designs shall be in written form
and shall include the following:
(A) A plan indicating the sizes, types,
and configurations of the materials to
be used in the protective system; and
(B) The identity of the registered
professional engineer approving the de-
sign.
(iii) At least one copy of the design
shall be maintained at the jobsite dur-
ing construction of the protective sys-
tem. After that time, the design may
be stored off the jobsite, but a copy of
the design shall be made available to
the Secretary upon request.
(d) Materials and equipment. (1) Mate-
rials and equipment used for protective
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 man-
ner 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 dam-
aged, a competent person shall exam-
ine the material or equipment and
evaluate its suitability for continued
use. If the competent person cannot as-
sure the material or equipment is able
to support the intended loads or is oth-
erwise suitable for safe use, then such
material or equipment shall be re-
§ 1926.652
moved from service, and shall be evalu-
ated and approved by a registered pro-
fessional engineer before being re-
turned to service.
(e) Installation and removal of sup-
port —(l) General. (I) Members of sup-
port systems shall be securely con-
nected together to prevent sliding, fall-
ing, kickouts, or other predictable fail-
ure.
(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 sys-
tem.
(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 support
system.
(v) Removal shall begin at, and
progress from, the bottom of the exca-
vation. Members shall be released slow-
ly so as to note any indication of pos-
sible failure of the remaining members
of the structure or possible cave-in of
the sides of the excavation.
(vi) Backfilling shall progress to-
gether with the removal of support sys-
tems from excavations.
(2) Additional requirements for support
systems for trench excavations. (i) Exca-
vation 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 indications while the
trench is open of a possible 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. Em-
ployees shall not be permitted to work
on the faces of sloped or benched exca-
vations at levels above other employ-
ees except when employees at the lower
levels are adequately protected from
379
C
LEI
Pt. 1926, Subpt. P, App. A
the hazard of falling, rolling, or sliding
material or equipment.
(g) Shield systems —(I) General. (i)
Shield systems shall not be subjected
to loads exceeding those which the sys-
tem was designed to withstand.
(ii) Shields shall be installed in a
manner to restrict lateral or other haz-
ardous movement of the shield in the
event of the application of sudden lat-
eral loads.
(iii) Employees shall be protected
from the hazard of cave-ins when enter-
ing 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. Exca-
vations 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 designed to re-
sist 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 —(I) 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 designed 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 exca-
vations is designed as a method of protection
from cave-ins in accordance with appendix C
to subpart P of part 1926, and when alu-
minum hydraulic shoring is designed in ac-
cordance with appendix D. This Appendix
also applies if other protective systems are
designed and selected for use from data pre-
pared in accordance with the requirements
set forth in § 1926.652(c), and the use of the
data is predicated on the use of the soil clas-
sification system set forth in this appendix.
(b) Definitions. The definitions and exam-
ples given below are based on, in whole or in
part, the following: American Society for
Testing Materials (ASTM) Standards D653-85
and O2488: The Unified Soils Classification
;I
29 CFR Ch. XVII (7-1-98 Edition)
System, The U.S. Department of Agriculture
(USDA) Textural Classification Scheme: and
The National Bureau of Standards Report
BSS -121.
Cemented soil means a soil in which the par-
ticles 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 cohe-
sive material will exhibit signs of cohesion
between particles.
Plastic means a property of a soil which al-
lows the soil to be deformed or molded with-
out 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 pur-
pose of this subpart, a method of categoriz-
ing soil and rock deposits in a hierarchy of
Stable Rock, Type A. Type B. and Type C. in
decreasing order of stability. The categories
are determined based on an analysis of the
properties and performance characteristics
of the deposits and the environmental condi-
tions 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.
H
I
I
H
I
I
I
I
I
I
I
I
I
H
I
I
I
I
I
H
I
H
H
H
C
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. A
Type A means cohesive soils with an
unconfined compressive strength of 1.5 ton
per square foot (tsf) (144 kPa) or greater. Ex-
amples 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 disturbed:
or
(iv) The soil is part of a sloped, layered
system where the layers dip into the exca-
vation on a slope of four horizontal to one
vertical (4H:IV) 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:
(t) 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 com-
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 ex-
cavation on a slope less steep than four hori-
zontal 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.
Unconfined compressive strength means the
load per unit area at which a soil will fail in
compression. It can be determined by labora-
tory testing, or estimated in the field using
a pocket penetrometer, by thumb penetra-
tion 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 material
will slump or begin to flow when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those co-
hesive properties when wet.
(c) Requirements —(I) 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 classification
of the deposits shall be made based on the re-
sults of at least one visual and at least one
manual analysis. Such analyses shall be con-
ducted by a competent person using tests de-
scribed in paragraph (d) below, or in other
recognized methods of soil classification and
testing such as those adopted by the Amer-
ica Society for Testing Materials, or the U.S.
Department of Agriculture textural classi-
fication system.
(3) Visual and manual analyses. The visual
and manual analyses, such as those noted as
being acceptable in paragraph (d) of this ap-
pendix. shall be designed and conducted to
provide sufficient quantitative and quali-
tative information as may be necessary to
identify properly the properties, factors, and
conditions affecting the classification 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 de-
posit, the properties, factors, or conditions
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, —(l)
Visual tests. Visual analysis is conducted to
determine qualitative information regarding
the excavation site in general, the soil adja-
cent to the excavation, the soil forming the
sides of the open excavation. and the soil
taken as samples from excavated material.
(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.
CTR
I
H
Pt. 1926, Subpt. P. App. B
(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 exca-
vation 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 exca-
vation 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 exca-
vation 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 quan-
titative 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 'h -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 ½-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 penetra-
tion test can be used to estimate the
unconfined 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 Recommended
Practice for Description of Soils (Visual —
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 miminum the effects
of exposure to drying influences. If the exca-
29 CFR Ch. XVII (7-1-98 Edition)
vation is later exposed to wetting influences
(rain, flooding), the classification of the soil
must be changed accordingly.
(iv) Other strength tests. Estimates of
unconfined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated
shearvane.
(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 approximately 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 sig-
nificant cohesive material content. The soil
can be classified as a unfissured cohesive ma-
terial and the unconfined compressive
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 mate-
rial is cohesive with fissures. If they pulver-
ize easily into very small fragments, the ma-
terial 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 protecting
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 excavation;
the subsidence of the edge of an excavation:
the slumping of material from the face or
the bulging or heaving of material from the
bottom of an excavation: the spalling of ma-
terial from the face of an excavation; and
ravelling, i.e., small amounts of material
such as pebbles or little clumps of material
suddenly separating from the face of an exca-
vation and trickling or rolling down into the
excavation.
382
I
i
I
I
I
H
I
H
H
I
H
I
H
I
CI
I
I
I
I
H
I
I
H
I
C
I
I
J
Li
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
Maximum allowable slope means the steep-
est incline of an excavation face that is ac-
ceptable 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 exca-
vation is open.
(c) Requirements —(q Soil classification. Soil
and rock deposits shall be classified in ac-
cordance with appendix A to subpart P of
part 1926.
(2) Maximum allowable slope. The maximum
allowable slope for a soil or rock deposit
shall be determined from Table B -I 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 ac-
tual slope which is at least 'h horizontal to
one vertical (VzH:IV) less steep than the
maximum allowable slope.
(iii) When surcharge loads from stored ma-
terial or equipment, operating equipment, 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 evaluated in ac-
cordance with §1926.651(1).
(4) Configurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure B-1.
TABLE B-1
MAXIMUM ALLOWABLE SLOPES
SOIL
OR ROCK TYPE
MAIM UM
ALLOWABLE SLOPES(H:V)01
FOR EXCAVATIONS LESS THAN 20 FEET
STABLE ROCK
VERTICAL
(90e)
TYPE
A 121
3/4:1
(534)
TYPE
B
1:1
(4 54)
TYPE
C
1k:1
(340)
NOTES:
1. Numbers shown 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 1/211: 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 3/411:1V (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.) Excavations made in Type A soil.
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope
of 8.:1.
383
Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-98 Edition)
20' Max. �l
L 3/4
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 'h:1.
12' Max.
1
1/2
SIMPLE SLOPE —SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 3'. to I and maximum bench dimensions as follows:
20' Max.
i
,
Max ,
at
3/4
1
1
1
1
1
Occupational Safety and Health Admin., Labor
SIMPLE BENCH
20' Max.
5'
Max.
4' Max.
Pt. 1926, Subpt. P. App. B
I 1
i
'I 3/4
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por-
tions shall have a maximum vertical side of 3'h feet.
a1
8' Max. 3/4
31' Max.
UNSUPPORTED VERTICALLY SIDED LONER PORTION -MAXIMUM 8 FEET IN DEPTH
All excavations more than 8 feet but not more than 12 feet in depth which unsupported ver-
tically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum ver-
tical side of 34 feet.
385
I
J
I
Pt. 1926, Subpt. P. App. B 29 CFR Ch. XVII (7-1-98 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 Y.: 1. The support or shield sys-
tem must extend at least 18 inches above the top of the vertical side.
support or shields stem
l
20' Max. 3/4
18" Min.
Total height of vertical side
SUPPORTED 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).
B -l.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.
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:
386
I
J
J
i
I
J
I
J
J
J
I
I
I
J
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. B
This bench allowed in cohesive soil only.
20' Max aJ l
4'
SINGLE BENCH
This bench allowed in cohesive soil only
i
i
i
i
20' Max.
1
Hax_ i � 1
4' Max.
MULTIPLE BENCH
3. All excavations ZO 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
20' Max. �\ A I
1
I
8" Min.
Total height of vertical side
VERTICALLY SIDED LOWER PORTION
4. All other sloped excavations shall be in accordance with the other options permitted in
S 1926.65Z(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 1'h:l.
C:
I
I
H
Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-98 Edition) 1
H
30' Max.
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 l'/z:l.
Support or shield system
Ir
W '
20' Nax. t '
l8" Min.
Total height of vertical side
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 al-
lowable slope for each layer as set forth below.
1
I
I
I
388 '
' Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. B
eat
B OVER A
1
7/6
C OVER A /�
' / It
C ___,j0
' t
C OVeR d
1
1
' 389
1
71
I
H
Pt. 1926, Subpt. P. App. C
A OVER B
A OVER C
29 CFR Ch. XVII (7-1-98 Edition)
/ / I1
C � I L1 iJ
B z1I
__ ii
c 4 i
B OVER C
2. All other sloped excavations shall be in accordance with the other options permitted in
§ 1926.652(b).
APPENDIX C TO SUBPART P —TIMBER
SHORING FOR TRENCHES
(a) Scope. This appendix contains informa-
tion that can be used timber shoring is pro-
vided as a method of protection from cave-
ins in trenches that do not exceed 20 feet (6.1
m) in depth. This appendix must be used
when design of timber shoring protective
systems is to be performed in accordance
with § 1926.65Z(c)(I). Other timber shoring
configurations: other systems of support
such as hydraulic and pneumatic systems:
and other protective systems such as slop-
ing, benching, shielding, and freezing sys-
tems must be designed in accordance with
the requirements set forth In § 1926.652(b) and
§ 1926.652(c).
(b) Soil Classification. In order to use the
data presented in this appendix, the soil type
or types in which the excavation is made
must first be determined using the soil clas-
sification method set forth in appendix A of
subpart P of this part.
(c) Presentation of Information. Information
Is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables C -I.1. C-1.2. and C-1.3, and Ta-
bles C-2.1, C-2.2 and C-2.3 following para-
graph (g) of the appendix. Each table pre-
sents the minimum sizes of timber members
to use in a shoring system, and each table
contains data only for the particular soil
type in which the excavation or portion of
390
11
I
I
I
I
I
I
I
H
I
I
I
I
H
H
I
I
Li
Li
'I
I
I
I
H
pi
H
H
H
'I
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C
the excavation is made. The data are ar-
ranged to allow the user the flexibility to se-
lect from among several acceptable configu-
rations of members based on varying the
horizontal spacing of the crossbraces. Stable
rock is exempt from shoring requirements
and therefore, no data are presented 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 appen-
dix. 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 Ta-
bles C-1-1 through C-1.3 and Tables C -2.I
through C-2.3 are presented in paragraph (g)
of this Appendix.
(d) Basis and limitations of the data. —(I) Di-
mensions of timber members. (i) The sizes of the
timber members listed in Tables C-1.1
through C -l.3 are taken from the National
Bureau of Standards (NBS) report. 'Rec-
ommended Technical Provisions for Con-
struction Practice in Shoring and Sloping of
Trenches and Excavations." In addition.
where NBS did not recommend specific sizes
of members, member sizes are based on an
analysis of the sizes required for use by ex-
isting codes and on empirical practice.
(if) The required dimensions of the mem-
bers listed in Tables C-1.1 through C-1.3 refer
to actual dimensions and not nominal di-
mensions of the timber. Employers wanting
to use nominal size shoring are directed to
Tables C -2.l through C-2.3, or have this
choice under § 1926.652(c) (3). and are referred
to The Corps of Engineers. The Bureau of
Reclamation or data from other acceptable
sources.
(2) Limitation of application. (I) It is not in-
tended that the timber shoring specification
apply to every situation that may be experi-
enced 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 situa-
tions that are not covered by the data in this
appendix must be designed as specified in
S 1926.652(c).
(ii) When any of the following conditions
are present, the members specified in the ta-
bles are not considered adequate. Either an
alternate timber shoring system must be de-
signed or another type of protective system
designed in accordance with § 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 "adjacent" as
used here means 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 shor-
ing 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 speci-
fied 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 installed and.
in most instances, the selection is also based
on the horizontal spacing of the crossbraces.
Instances where a choice of horizontal spac-
ing of crossbracing is available, the hori-
zontal spacing of the crossbraces 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 vertical spacing of the
crossbraces. the size and vertical spacing of
the wales, and the size and horizontal spac-
ing of the uprights can be read from the ap-
propriate table.
(f) Examples to Illustrate the Use of Tables C -
1.l through C-1.3.
(I) 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 #Bl
Space 4x4 crossbraces at six feet hori-
zontally and four feet vertically.
Wales are not required.
Space 3x8 uprights at six feet horizontally.
This arrangement is commonly called "skip
shoring."
391
Arrangement #B2
Space 4x6 crossbraces at eight feet hori-
zontally and four feet vertically.
Space 8x8 wales at four feet vertically.
C
I
C
Pt. 1926, Subpt. P, App. C
Space 2x6 uprights at four feet hori-
zontally.
Arrangement #B3
Space 6x6 crossbraces at 10 feet hori-
zontally and four feet vertically.
Space 8xl0 wales at four feet vertically.
Space 2x6 uprights at five feet hori-
zontally.
Arrangement #B4
Space 6x6 crossbraces at 12 feet hori-
zontally and four feet vertically.
Space 10x10 wales at four feet vertically.
Spaces 3x8 uprights at six feet hori-
zontally.
(2) Example Z.
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 #B1
Space 6x6 crossbraces at six feet hori-
zontally and five feet vertically.
Space 8x8 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement #B2
Space 6x8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 10x10 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement #83
Space 8x8 crossbraces at 10 feet hori-
zontally and five feet vertically.
Space I0x12 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 -l.] two acceptable arrange-
ments of members can be used.
Arrangement #81
Space 8x8 crossbraces at six feet hori-
zontally and five feet vertically.
Space lOxl2 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.
Arrangement #B2
Space 8x10 crossbraces at eight feet hori-
zontally and five feet vertically.
29 CFR Ch. XVII (7-1-98 Edition)
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 8x10 crossbraces at six feet hori-
zontally and five feet vertically.
Space 12xl2 wales at five feet vertically.
Use 3x6 tight sheeting.
Use of Tables C -2.l through C-2.3 would fol-
low 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 Systems."
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 re-
sist the lateral pressure of water and to pre-
vent the loss of backfill material. Close
Sheeting refers to the placement of planks
side -by -side allowing as little space as pos-
sible 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 bot-
tom of the trench shall not exceed 36 inches.
When mudsills are used, the vertical dis-
tance 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 verti-
cal spacing of crossbraces is five feet. place
the top crossbrace no more than 2.5 feet
below the top of the trench.
392
C
I
E
H
11
I
I
I
I
I
I
H
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C
V
C
N
6
H
H
6
X
X
-
N
N
O
O r
S W
It
X
W
'sate-
-4--
-
O
O
J
4
£
N
.
b
V
b
N f
X
C
X
K
K
0.
Cl
1'f
1'1
O
W
00I.
VI
W L
]
O
C V
4
r L
FEW
CL
N
W
1
L
Q LL
1
1
C
<
1
Y
C
O
e
O
O
W
i 6v
1
1
Y
6 Y
+
W
N Y
W N
4
N
d G
C `r
154—
a
O
O
O
O
O
r-
C
N
V
2 C
q
K
X
X
)
K
X
K
x
X
Y
I-. N
Nv
O
C
2
C
O
'0
0w
O
O T
r 0.
d'
4'
r
C L
_
•
O-.
N
L T
1-.
.h
Yq
_
H —W
P5
2 i
C
CUW
e
P
p
O
O
C
<
p
fl
dt
£ 2
i6v
LY
mJ
6 1 K
IC
~
O
O
N
a
C
10
10
b
C
,p
C
C
C
C
C..)
C
In
X
X
a
X
K
K
K
X
X
K
K
X
.- N
— •
O.
IC
10
tO
C
1p
1p
to
to
to
10
C
C
t
CJ
O
N60
y y
F
W
N
V
to
it
1p
to
C
C
C
C
C
C
C
9 N
Z
W
6
K
X
IC
K
X
X
X
X
X
X
X
X
LL
7
C
,O
V
10
10
IC
C
IO
1O
C
C
C
2 4
J
_Y
0
a
1-000
C
C
C
C
C
V
C
to
10
tO
C
=
O
X
X
II
X
X
X
X
X
X
K
X
X
Y'M
~
CL
6
C
O
.O
O
C
1p
10
C
C
C
CO
J
C J
r
Cu
_C
N L
H N
O
H
P
V
a
O
C
in
10
10
to
C
C
+ L
La
C
K
X
X
K
X
IC
X
K
X
IC
t
=
6
.
P
V
V
C
10
C
10
V
C
O'W
r
we
O
2
C
L t
f"
C
10
C
b
C
10
C
10
C
O
L
C
X
X
IC
X
X
X
K
X
K
X
X
X
-=
j
C
C
C
C
C
b
C
V
10
C
C
r
u Y
Cu
W
C
1-
t 1r
O
N 2 r
O
O
O
O
O
O
O
O
O
O
O
O
?
IC c
r W
1-
r
1-
1-
1-
r
r
1-
r
F
r
r
to
C
C
C
N
ta
O G 1L
6_
a.
6
6 r
a.
6
6
0. .-
6
6
6
6
W
_ -
_
_
O
_
O
O
J
J
N•±
n
C
H
W U
Lao
0.
O 2 W
IO
O
O
O
O
in
a
O
i N
W
W W
F
r
.--
in
r
H
N
O
C
LLL
1-v
393
Pt. 1926, Subpt. P. App. C
s
m
Y
M
In
O
o
u
Ca
W
n
pLa
W
S
f
a
H
n
n
Z
V
F
=
m
FUI
-
1
pM
C
N
A.
V
-
W
W
r•
O
- f
N
29 CFR Ch. XVII (7-1-98 Edition)
C,
U
N
N
"-
Ho-
%
H
X
V
W
N
N
N
O
.W.1 `,-
b
C
C
N
X
%
X
ry
N
N�
O
C
•C
•O
>
w
a
S3•+
U
n
IL
CV
W
N
N
N
N
N
N
N
N
>61
N
N
W
6
W is
O
O
O
N
O
N
N
CZ
m
r
m
r
r
n-
%
%
%
%
%
%
X
X
X
•m
m
O
0
O
O
m
O
N
a.
tr—
r
r
U.-
Z f
V W
N
N
N
N
N
N
N
N
N
Y
N
C
O
O_
Y
0
0
0
0
0
0
N
X
X
%
X
X
>
%
%
%
O. r
N
V
•m
N
0a
O
O
F N
.0
0
0
0
0
0
0
0
Y
.V
J
•V
N
0a
0
0
0
4
C
N
0
<W00
V
P
X
X
%
%
X
X
%
%
0
6
J
'V
V
'V
.V
U
'0
0
0
�
N
F
N
O
O
0I
f
O
0
%
%
X
%
%
%
%
X
U
L
V
J
V
'0
J
V
0
0
a
O
N
b
N
•0
C
0
0
0
a
X
X
X
%
X
X
%
H
V
V
.m
•C
'0
U
'V
0
0
r
CV
�
0
✓
C
F
L
F
F
~
Y
W
fW,l
'0
O
0
C
N
C
C
Qa
r
v
V u
—
u u
W
A.
N
N
j
J
J
N
0
J
J
NZ
NZ
n
OH
w V Z W
O 1.
N O O
O O
p
f N
D ry
1
1
1
1
1
1
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
_O
N
<
Y Y
N Y
O
Z
<
ma'
N
N
N
O
=
V
Y
Wis.
J
<
O
J
V.
V
N
N
N
N
N
(q
2Cd
W<
N
N
N
N
N
N
Cs
O
raw
Z
W
N S
O
N
N
N
N
N
r
r
r
N
O
N
O
N
N
•
SV £5
W< W
N
N
N
in
in
in
>6R
H
O
O
O
O
O
C
t0
m
O
0
_O
n
HN
O
O
O
W
Y
m
Y'
0
0
'1'-J
=
0
m
W
0
W
H
O
m
0
m
m
r
m
m
m
0
0,I
=
0
0
0
N
U
p
O
O
O
C
F
O
O
O
C
m
m
N
0
0
m
V1
0
W
u
O
r
p
r
W
F
F
f
F
F
Y' U CV
%Y
CO
Y
J
m
Y
Y
�O
V
uu
Y u
V u
Y
Y u
Y u
W
6 `•
W
6
6
Y O
6
0.
410
V O
A.
Y
Y O
Y O
W
N
p
'J
J
NS
J
J
NZ
NZ
J
(02
NZ
NS
N
0-
W W
in p O O
O p N
N O O
W o
r
r -
F N
40
O
395
Pt. 1926, Subpt. P, App. C
zoo
xc
a
C
Y
r
Y
0
y
Cd
Y
W
�
v
r
F
W
r
N
-
N
r
r
U
Z
H
W
Z
ri
S
9
1
�
I
x
y
N
(
0
�0
V
�
W
F
u.
M
Q
F
0
29 CFR Ch. XVII (7-1-98 Edition)
U
-
0
X
V
V
L
N
O
O
V
V
H
F
a
.Xi
0
_
W
N
0i
W.
N
X
W
V
V
6
0
S
N
V
J
N
r
x
X
%
6
4
v
v
V
V
W
•y
n
m
n
n
•
U
•
OOQQC
Y
40jQ(
Z V
2 V
V
V
Z
V
V
V
V
V
V
V
L
6
1
0
en'
Ca
W
4
NZ
_Q
0-
O—
O
N
OO
0
0
OS
0
0
0
0
0
C
Y
0
0
C
0
0
0
�V
0
0
0
V
WV
W 6
V
V
V
V
V
V
V
V
V
V
V
V
7 0.
0
y
V
V
b
.O
�V
0
.O
N
•C
0
b
J
�L
%
X
%
M
x
%
x
x
%
x
%
%
t
V
V
.O
V
V
•O
b
J
0
�O
'V
0
W
_
O
a
V
Fo
a
V
N
N
N
0
J
N
J
N
N
.O
X
X
H
X
x
%
x
x
x
x
%
X
0
0
-
A.
V
V
V
V
V
V
.O
0
V
0
0
J
0
O
f
V
V
0
V
0
•G
V
.O
N
U
U
�
X
%
%
x
X
X
%
x
%
%
H
H
%
%
%
A.
V
V
V
V
V
V
0
•O
.O
J
.O
.p
G
V
0IO+
pV
+Wm�
F
O
rvL
6
.7
p
o
0
V
L y W
N O O
O O M
N 0 0
W 0
14014W 14 W
F
r F —
— N
> N
0
O
1
1
1
1
1
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C
C
n
-.
N
U
x
H
O
p
S
N
N
0
0
L
W
Kx
x
wW
nv
v
O
O
O
J
n
0
d
%
%
%
x
v
v
v
S
yr
N
Oo
%
%
x
%
x
x
V
n
N
n
<
u
.t
•
.Z
N
F r Is
0
%VI.N
N
N
N
N
N
N
N
N
W
U< Ca
4
'L
O
O
N
O
CM
N
Nv
U
.Y
0
0
0
O
O
0
O
r
r
U
1WJ
N
NU,
N
N
N
N
N
N
W .V(
O
> 6 v
Z
N
f<
�u
X
%
%
%
H
%
X
K
%
0
J
0
.Y
0
0
0
0
0
v
F.
O
W
r
W
( i.
�
%
%
%
%
%
x
x
%
%
0
d
N
N
W
0
0
`O
0
LO
W
LN
.O
N
N
.O
0
0
0
0
0
C
3
x
x
x
x
%
x
x
x
%
�...
q
N
.O
b
'q
0
'O
b
0
W
G
F
C.
LN
%
%
x
x
%
%
x
x
%
O
J
J
<
V
N
J
J
N
0
O
30
F.t
d
N
b
J
0
0
0
0
0
W
x
x
x
x
x
x
x
x
x
0
V
i
O
N
N
b
d
N
0
r
W
O
O
0
Q
p
p
p
NZ
F
r
F
10•
F
F
F
--Is-
z
ULJ
.O
0
O
Y
N
0
O
Y
.p
0
O
Y
G<W
YW
-
tlJ
r
YJ
W
1
O.w
1
6
6
YO
6
6
6
YO
A.
8.
A.
YO
W
. .
J
>
>
N2
0
>
>
N2
J
J
0
N2
N
n
H Uf
W
W O W
N O O
O O O
O €J N
O 0 W
y
F
0
397
11
H
I
Pt. 1926, Subpt. P, App. D
•
N
4
2
b
V
HI.
J
N
I-
S
ki
C4
ki
v
YI
W
F
6
N
Z
+
U
=
S
%
m
i
F
O
m
�
1
2
0
N
4
�4'
W
F
4
�
a
m
�
O
F
N
29 CFR Ch. XVII (7-1-98 Edition)
U
Z
r
N
J
O
N
N
..
op.
U
W
N
W 4
4'
.JV
4
m
J
S
a
a
IUF
m
a
o
c
-t
U
ci
ZfW
U
W
N
N
N
N
N
N
N
lIst
a
r
a
N
N
—
r
N
m
O
O
_
_O
_
U
f W
pj
N
N
N
N
N
6 W
> 6
f
O
m
m
m
m
m
'4
J
m
m
m
m
m
m
N
F
N
N
m
m
m
m
O
e
m
m
m
%
m
10„
O
N
m
m
m
m
d
J
'0
0
m
O'.Q
C
O
f
b
m
N
m
m
m
.0
N
J
-G
m
m
Q
5g
E'
-,.O
.O
J
0
m
m
=
J
.O
.O
.O
.O
m
m
—
F
N.
p
Z
f
f
f
-1-4
f
—
.r
f
Y V W
O
m
O
V
m
V
V
.O
V
V
V
W
04
Vu
VY
Vu
VY
WI
V Y
W
4 v
6
A.
A.
V h0
A.
6
410
410
4
410
0 O
410
N
N
J
J
J
N2
J
O
N2
NZ
J
NZ
N
f Vf
y
W
N
W O W
f
O f �.
F N
>r4C
C 4
O
F `�
APPENDIX D TO SUBPART P —ALUMINUM
HYDRAULIC SHORING FOR TRENCHES
(a) Scope. This appendix contains informa-
tion that can be used when aluminum hy-
draulic shoring is provided as a method of
protection against cave-ins in trenches that
do not exceed 20 feet (6.Im) in depth. This ap-
pendix must be used when design of the alu-
minum hydraulic protective system cannot
be performed in accordance with
S 1926.652(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
I
H
H
I
I
I
I
I
H
I
C
I
I
H
H1
I
I
H
[I
I
I
C
I
H
I
L
Hi
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
first be determined using the soil classifica-
tion method set forth in appendix A of sub-
part P of part 1926.
(c) Presentation of Information. Information
is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables D-l.I. D-1.2, D-1.3 and E-1.4.
Each table presents the maximum vertical
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 horizontal
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 appen-
dix.
(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 Sharing:
Typical Installations."
(d) Basis and limitations of the data.
(1) Vertical shore rails and horizontal
wales are those that meet the Section Modu-
lus requirements in the D -I Tables. Alu-
minum material is 6061-T6 or material of
equivalent strength and properties.
(2) Hydraulic cylinders specifications. (1) 2 -
inch cylinders shall be a minimum 2 -inch in-
side diameter with a minimum safe working
capacity of no less than 18.000 pounds axial
compressive load at maximum extension.
Maximum extension is to include full range
of cylinder extensions as recommended by
product manufaturer.
(ii) 3 -inch cylinders shall be a minimum 3 -
inch inside diameter with a safe working ca-
pacity of not less than 30,000 pounds axial
compressive load at extensions as rec-
ommended by product manufacturer.
(3) Limitation of application.
(i) It is not intended that the aluminum
hydraulic specification apply to every situa-
tion that may be experienced in the field.
These data were developed to apply to the
situations that are most commonly experi-
enced in current trenching practice. 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 Ta-
bles 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
§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, D-1.2. D-1.3 and D-
1.4. The members of the shoring system that
are to be selected using this information are
the hydraulic cylinders, and either the verti-
cal 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 determined in ac-
cordance with the soil classification system
described in appendix A to subpart P of part
1926. Using the appropriate table, the selec-
tion of the size and spacing 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 verti-
cal spacing is held constant at four feet on
center. The tables show the maximum hori-
zontal spacing of cylinders allowed for each
size of wale in the waler system tables, and
in the vertical shore tables, the hydraulic
cylinder horizontal spacing is the same as
the vertical shore spacing.
(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-l.l: 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
I & 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. vertically.
(See Figures I & 3 for typical installations.)
(3) A trench is dug in Type B soil that does
not require sheeting. but does experience
some minor raveling of the trench face. The
I
I
I
Pt. 1926, Subpt. P. App. D
trench is 16 feet deep and 9 feet wide. From
Table D-1.2: Find vertical shores and 2 inch
diameter cylinder (with special oversleeves
as designated by footnote #B2) spaced 5.5 feet
D.C. horizontally and 4 feet o.c. vertically.
plywood (per footnote (g)(7) to the D -I Table)
should be used behind the shores. (See Fig-
ures 2 & 3 for typical installations.)
(4) Example 4: A trench is dug in pre-
viously disturbed Type B soil, with charac-
teristics of a Type C soil, and will require
sheeting. The trench is 18 feet deep and 12
feet wide. 8 foot horizontal spacing between
cylinders is desired for working space. From
Table D-1.3: Find horizontal wale with a sec-
tion modulus of 14.0 spaced at 4 feet o.c. ver-
tically and 3 inch diameter cylinder spaced
at 9 feet maximum o.c. horizontally. 3x12
timber sheeting is required at close spacing
vertically. (See Figure 4 for typical installa-
tion.)
(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. 3x12 timber sheeting is required
at close spacing vertically. (See Figure 4 for
typical installation.)
(g) Footnotes, and general notes, for Tables
D -t.1. D-1.7, 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).
29 CFR Ch. XVII (7-1-98 Edition)
(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 in-
side diameter with a safe working capacity
of not less than 18,000 pounds axial compres-
sive load at maximum extension. Maximum
extension is to include full range of cylinder
extensions as recommended by product man-
ufacturer.
(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 cen-
ter to center.
(5) Vertical shoring rails shall have a mini-
mum 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 rav-
eling (sloughing of the trench face) between
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.
FUll]
I
I
I
L
I
I
H
H
n
n
I
L
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
FIGURE NO. FIGURE NO. 2
N.n ft.I -_•—
•n Mtt MAN.W rAIVJL nL1AI.AA1
INAPTWO'0 MGII.NLL'Y.111,0
TRIM ftv O CI
SPACING
AGTIL
HORIZONTAL $PACING fPA CICINS ./
VEI
S.,
A'
FIGURE NO. 3
H11RLL WYW
N,PWtl YTAQN01 ER
VERTICAL
SPACING
L' MAX.
2' MAX.
VERTICAL EAI
q
INNER II -
VU T I CAL
SPACING
t' MA H.
' MAX.
FIGURE NO. 4
— M+o.µLc SNIGRMI
rM1nuy
HORIZONTAL SPACING
HTOIAGL IC
CTL IE014
PLY N000
OPRIGNT
SNEET INC
.� NTOIAOLIC
I I IT ICAL RAIL Z' MAX. CTLINOII
ROINYLIC
C TLIYOb
IIIICAL
f PACC ING
401
Pt. 1926, _AP. App. o
)
§c_
cos/e
§/§2
)
29 CFR Ch. XVII (7-1 _ Edition)
a.
/
8
z
§
§
r
"ems
�
m
k
k(
z
!
.§
\
k�Z
E
a
@o
-
_
z
\/\
\
,
,§
2»k
§,a,
\
E7
,
\~
m§
s
r»
6_
6
402
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. D
C
0yy
y
WR1
U
O
i
-.-
F
VF
>
o
Ma
a
U.
0
>F
O
r¢0
O
Co
wz
[
Na
Buz
f=
C
z
1q
CQU
z
Z
m
^
'^
In
ay
z
[i.
Z5
{L
a o
a g,,,
>-..-
uai,4,Ro
>_-.
s
ONDo
0
0 p
>
0
403
6
n
C
0
2
T
L
o y
N•
y n n
E E
Kk
U --
ill
oO 0 <
il3
,n y
Y
qtr
8 3
C'
Z Z
I
I
Pt. 1926, Subpt. P. App. D
z
N
m
n
U E
W
6i
F�3m
�fai7N
29 CFR Ch. XVII (7-1-98 Edition)
I
en
XXOp.
I
s
n
z
z
z
z
z
z
z
z
z
F
-
n
n
en
,n
en
,n
n
m
en
NN
(�
Z
..
w
0<
O
O
O
O
9O
of
O
O
Sy
ao
cc
ry
'G
00
G
vi
V
P
N
i
Q
W
Q
..i
N
y
W
N
a
N
N
_
°
Z
zz
kl
z
zu1
z
z
zu1
z
Z
F
rv°N
n
N°
m
m
N°
n
n
u
z
z
z
z
U
a`-
00
ro
P
N
V
00
O
h
b
°
..
w
^
z
gz
z
z
z
z
z
z
z
z
00
J
N
N
n
N
n
n
p4
n
n
L
^
ZUU?
K u
OOOOOO
of
OO
LLI
00
T
N
_
O
W
O
_
in
`O
S N
= J
OJ
z
N
O
O
N
O
O
N
O
O
rri
r
v_
ri
r
v
ei
r
e
c -
O
v
.-
{jJ
W3:
N
P?
F≤
0
W
W'^OO
W
'J
0
0
7O
UI,
I
J
I
a]
H
I
L
Li
I
I
I
H
H
L
I
Li
I
' Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. D
I
I
I
LI
I
I
J
I
I
LI
m
I
I
I
I
I
o
a
N
N
N_
R
Z O
F
_________
en
en
_
m
_
n
nj
z
z
z
z
z
z
z
z
__
z
n
en
m
n
m
en
m
m
n
V
b
O
V
N
00
n
v
O
N
N
z�?i
M
z
N
Z�
=
z
N
�O
Z
Z
NQNZ
CnNQ
n
n
N
n
n
z
z
z
z
z
z
3
U
00
e
0w
o
a
O
e
N
0
v
�
�
O
,n
oz
z
z
z
=
z
z
00
N
N
n
N
n
n
c'4
n
n
F
on
d
u
O
N
O
O
via
N
00
b
V
G_
O
r
00
envi
'6
z
e=J
00
N
00
N
O
o
v
ri
n
a
m
v
-
en
r
y
<
3
U
u?
N
F
W
A
O
N
Z
4L
0
y,
O
O
o t
N
O
N_
N
J
P
I
Pt. 1926, Subpt. P. App. E
29 CFR Ch.
XVII (7-1-98
Edition)
APPENDIX E TO SUBPART
P -ALTERNATIVES TO TIMBER
SHORING
Figure 1. Aluminum Hydraulic Shoring
Thu N
VERT
SPAC
41 NA
i RTICAL RAIL
YDRAULIC CYLINDER
Figure 2. Pneumatic/hydraulic Shoring
►ir
�
II''II
•
lii�ul�ll��l�lll
406
1
1
1
1
1
1
1
Occupational Safety and Health Admin., Labor
Pt. 1926,
Subpt.
P. App. E
Figure 3. Trench Jacks (Screw Jacks)
Figure 4. Trench Shields
407
Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-98 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 profes-
sional engineer in accordance with § 1926.652 (b) and (c).
Is the excavation more
•than 5 feet in depth?
Is there potential
for cave-in?
Excavation may. be
made with
vertical sides.
Excavation must be
sloped, shored, or
shielded.
Be
Go to Figure 2
Is the excavation
entirely in stable rock?
Co to Figure 3
FIGURE 1 - PRELIMINARY DECISIONS
1
1
1
1
1
1
1
1
Occupational Safety and Health Admin., Labor
Excavation must comply with
one of the following three
options:
Option 1:
,S1926.652 (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:
.f1926.652 (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 $1926.652 (b)?
[[Q7]
Pt. 1926, Subpt. P. App. F
Excavations must comply
withi1926.652 (b)(1) which
requires a slope of 1}H:IV
(340).
FIGURE 2 - SLOPING OPTIONS
Pt. 1926, Subpt. P. App. F
29 CFR Ch. XVII (7-1-98 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).
Option 4
31926.652 (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
410
I
SECTION 27 - COLD MILLING ASPHALT PAVEMENT
27.01 Description This item covers the cold milling of asphalt pavement.
27.02 Standard Specifications Equipment, construction requirements, and surface tests
' shall be in accordance with SECTION 412 - COLD MILLING ASPHALT PAVEMENT of
the Standard Specifications, except as modified or augmented herein.
' 27.03 Method of Measurement Cold milled asphalt pavement will be measured by the
square yard of pavement milled to the depth specified.
' 27.04 Basis of Payment Work completed and accepted and measured as provided above
will be paid for at the unit price bid per square yard for "COLD MILLING ASPHALT
PAVEMENT", which price shall be full compensation for all work performed, and for all
labor, tools, equipment and incidentals necessary to complete the work.
Payment will be made under:
27.04 Cold Milling Asphalt Pavement - per square yard
I
I
I
L
CI
I
I
I
I
27-1
I
I
I
I
I
C
CI
I
I
I
I
I
I
SECTION 28 - GUARD RAIL
28.01 Description
This item shall consist of furnishing and installing steel plate guardrail, including
concrete line posts, spacer blocks, terminal anchor post, end sections, and guardrail anchor
post, at the locations shown on the Plans or designated by the Engineer.
28.02 Standard Specifications
All work under this item shall be in accordance with SECTION 617 - GUARDRAIL
of the Standard Specifications, except as modified or augmented herein.
28.03 Materials
(a) Material for line posts shall conform to paragraph 617.02(a)(2) of the
Standard Specifications.
(b) Material for terminal anchor posts shall conform to paragraph 617.02(b)(2)
of the Standard Specifications.
28.04 Method of Measurement
(a) Guardrail shall be measured in place by the linear foot, measured along the
center line of the rail.
28.05 Basis of Payment
Guardrail will be paid for at the contract unit price bid per linear foot. This price
shall be full compensation for furnishing and installing the guardrail, including line posts,
terminal anchor post, end section, and all incidental appurtenances; and for all equipment
and labor required to complete the work.
Payment will be made under:
28.05 Guardrail (Type I) - per linear foot
28-1
I
ISECTION 31- ROADWAY CONSTRUCTION CONTROL
' 31.01 Description This item shall consist of furnishing and maintaining all lines, grades,
and measurements necessary for the proper execution of the roadway work under the
Contract, all in accordance with the Plans and Specifications.
The materials and construction requirements for this item will conform to SECTION
635 - ROADWAY CONSTRUCTION CONTROL, of the Standard Specifications, except
' as modified or augmented herein.
References in the Standard Specifications to the "Department" are herein changed to
the "Owner".
31.02 Method of Measurement Roadway Construction Control will be measured as a
'
complete unit.
' 31.03 Basis of Payment Work completed and accepted and measured as provided above
will be paid for at the contract lump sum price bid for Roadway Construction Control,
which price shall be full compensation for furnishing and maintaining all necessary lines,
grades, and measurements; and for furnishing all engineering personnel, equipment,
materials, tools, and incidentals necessary to complete the work.
' No adjustments in the lump sum price bid will be made for Roadway Construction
Control required due to normal increases or decreases in contract quantities. However, if
the amount of Roadway Construction Control required is increased or decreased in
connection with a Change Order, compensation will be adjusted accordingly.
Partial payments for ROADWAY CONSTRUCTION CONTROL will be made
' in proportion to the amount of work accomplished on this item.
No additional payment will be made for restaking needed to maintain the control.
Payment will be made under:
31.03 Roadway Construction Control - per lump sum.
I
I
H
I
31-1
I
ISECTION 33 - VALVE AND METER BOXES ADJUSTED TO GRADE
' 33.01 Description/Execution The Contractor shall adjust valve and meter boxes of gas or water
mains as shown in the Plans or as directed by the Engineer. If any new material is required in
making adjustments, it shall be similar and equal to the existing material, in accordance with the
' City of Fayetteville's Water Specifications, and shall be furnished by the Contractor at his own
expense. In no case shall the Contractor allow pavement or embankment to be placed over valve or
meter boxes nor fail to adjust the top of the box flush with the finished grade, whether or not the
adjustment is called for on the Plans. Relocation of water lines or valves is not included in this
work except to correct damages done to existing utilities caused by the Contractor.
33.02 Method of Measurement Valve and meter boxes adjusted to grade will be measured per
each.
' 33.03 Basis of Payment Payment will be made at the contract unit price bid per each as
"VALVE AND METER BOX ADJUSTED TO GRADE," which prices shall be full compensation
' for fiunishing all materials, and for all equipment, tools, labor, and incidentals necessary to
complete the work.
IPayment will be made under:
33.03 Valve or Meter Box Adjusted to Grade - per each
I
I
I
I
I
Li
33-1
I
I
I
1J
I
I
I
SECTION 34 - REMOVE AND REPLACE FENCE
34.01 Description This item shall consist of the relocation of existing chain -link fence as
directed by the Engineer or as indicated on the Plans.
All work shall be in accordance with details shown on the Plans and with these
Specifications.
34.02 Standard Specifications This item shall be accomplished in accordance with SECTION
208 - FENCE MOVED AND RECONSTRUCTED of the Standard Specifications, except as
modified or augmented herein.
34.03 Materials
The
relocated fences shall utilize
the same material as the existing fence, or as
approved
by the property owner and the Engineer.
The existing fence material shall not be
destroyed
during removal
without prior approval of the
substitute materials.
When damaged or unsalvageable, existing fencing and/or appurtenances shall be replaced
with new materials as directed by the Engineer.
34.04 Execution Construction methods shall be as shown on the Plans and/or as approved by
the Engineer.
Portions of existing fences to be removed shall be disassembled, removed and disposed of
including below ground concrete. Posts shall not be cut off and abandoned in place. Salvageable
materials will be used in the relocated fence. Post holes shall be filled with soil and tamped flush
with the surface.
Chain link fence fabric may be salvaged from the existing fence along with top rails,
fasteners, and other miscellaneous above ground hardware. Line and gate posts shall not be reused,
but shall be furnished by the Contractor to match existing posts. Concrete, wire, wire ties comer
bracing, concrete and other necessary miscellaneous hardware shall be furnished by the Contractor
to complete the fence.
' Where existing gates occur, gates shall be relocated to the same relative positions along
the relocated fence line.
I
34.05 Method of Measurement Removal and replacement of fence, including gates and end
panels, will be measured by the linear foot, measurements being taken along the midheight of the
fence from center of end post to end post, in its relocated position. Separate measurement will not
be made for gates or any of the devices used to hang and close gates. Measurement for fence will
include the space occupied by gates.
34-1
34.06 Basis of Payment Payment will be made for work covered under this paragraph at the
contract unit price bid per linear foot for "REMOVE AND REPLACE FENCE," which price shall
be full compensation for the furnishing of all materials, including fence, posts, braces, gates, and
other fence hardware; and for all labor, equipment, tools, excavation, and incidentals necessary to
complete the work.
Payment will be made under:
Item 34.06 Remove and Replace Fence - per linear foot
34-2
I
I
SECTION 38 - RIPRAP
I. 38.01 Description This item shall consist of a protective layer of stone laid to a
minimum thickness of 18 inches, placed in accordance with these Specifications, and to the
line, grade, and location shown on the Plans or as directed by the Engineer.
11
I
I
I
I
I
I
L
I
I
I
I
38.02 Materials Materials and work for riprap shall be in accordance with SECTION
816 - FILTER BLANKET AND RIPRAP, Standard Specifications, unless modified as
augmented herein. The type of riprap shall be in accordance with Article 816.02(a) and as
directed by the Engineer.
Material for riprap shall consist of field stone, or rough unhewn quarry stone,
rectangular or nearly rectangular in section, and otherwise shall conform to the applicable
portion of Article 816.02, Materials, Standard Specifications.
38.03 Construction Methods Placing riprap shall be done in accordance with Article
816.03, Construction Requirements, Standard Specifications, for Dumped Riprap, unless
placing by hand is necessary to properly protect the surrounding ground.
38.04 Method of Measurement Riprap will be measured by the cubic yard in place, and
the volume to be included for payment shall be the product of the thickness multiplied by
the area.
38.05 Basis of Payment Riprap placed and accepted and measured as provided above
shall be paid for at the contract unit price per cubic yard bid for "RIPRAP," which price
shall be full compensation for fiunishing all materials including filter blanket; for all
quarrying involved; for all transportation; for the necessary preparation of the subgrade; for
all excavation and backfill; and for all labor, tools, equipment, and incidentals necessary to
complete the work, whether dumped or hand placed.
Payment will be made under:
38.05 Riprap - per cubic yard
38-1
I
RESOLUTION NO. 115-99
A RESOLUTION AWARDING BID NO 99-68 TO SWEETSER
CONSTRUCTION IN THE AMOUNT OF $522,695.30 FOR A
CONSTRUCTION CONTRACT FOR SYCAMORE/LEVERETT
INTERSECTION AND DRAINAGE IMPROVEMENTS;
APPROVING A PROJECT CONTINGENCY AMOUNT OF
$88,270; AND APPROVAL OF A BUDGET ADJUSTMENT IN
THE AMOUNT OF $136,825.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 99-68 to Sweetser Construction
in the amount of $522,695.30 for a construction contract for Sycamore/Leverett intersection and
drainage improvements; approves a project contingency amount of $88,270; and authorizing the
Mayor and City Clerk to execute said agreement. A copy of the agreement is attached hereto
marked Exhibit "A" and made a part hereof.
Section 2. The City Council hereby approves a budget adjustment in the amount of
$136,825 increasing Street Improvements, Acct. No. 4470 9470 5809 00, Project No. 97030 20 by
decreasing Street Improvements, Acct. No. 4470 9470 5809 00, Project No. 96044 20. A copy of
the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof.
PASSED AND APPROVED this Z day of _September , 1999.
APPROVED;�e�
By:r,
Fred Hanna, Mayor
ATTEST:
By:
At E i , Heather Woodruff, City
�I