Loading...
HomeMy WebLinkAbout119-99 RESOLUTION• • RESOLUTION NO. 119-99 ; A RESOLUTION AWARDING BID NO. 99-72 IN THE AMOUNT OF $1,301,170, PLUS A PROJECT CONTINGENCY IN THE AMOUNT OF $130,000 TO BASIC CONSTRUCTION COMPANY, FOR WIDENING HIGHWAY 265, WATER & SEWER RELOCATIONS; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 99-72 in the amount of $1,301,170, plus a project contingency in the amount of $130,000 to Basic Construction Company, for widening of Highway 265, water & sewer relocations; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 7. The City Council hereby approves a budget adjustment in the amount of $92,511 increasing Water Line Improvements, Acct. 5400 5600 5808 00, Project No. 99072 20 by decreasing Water Line Improvements, Acct. No. 5400 5600 5808 00, Project 97021 20. A copy of the budget adjustment is attached hereto marked Exhibit B and made a part hereof. PASSED AND APPROVED this alt day of September , 1999. ATTEST: • APPROVE By. red Hanna, Mayor EXHIBIT A CONTRACT THIS AGREEMENT, made and entered into the 21st day of September , 1999, by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part (hereinafter called the Owner), and Basic Construction Company Tug of the City of Springdale, AR , Party of the Second Part (hereinafter called the Contractor). WITNESSETH THAT: WHEREAS, the Owner has called for bids for water system improvements, as set out in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Bid No. 99-72 which shall be the Highway 265 Water and Sewer Relocations, Phase 1 and Additional Work, Fayetteville, Arkansas, including all Work required for a complete and acceptable installation, for the unit and lump sum prices bid in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being One Million, Three Hundred One Thousand, One Hundred Seventy Dollars and 00/100 (text amount) dollars ($ 1.301 .170.00 ), such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and substantially complete all work before December 31, 1999 and totally complete work within one hundred twenty (120) calendar days . The Owner agrees to pay the Contractor in current funds for the performance of the. contract in accordance with the accepted Bid therefor, subject to additions and deductions, 6-1 • as provided in the Specifications, and to make payment on account thereof as provided below. As soon as is practicable after the first of each calendar month, and in accordance with the Contract Specifications, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages the sum of seven hundred and fifty dollars ($750.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled, if any, to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owners employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractors control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause for delay, only one claim is necessary. 6-2 09/16/99 THU 16:50 FAX 501 751 7650 09/16/1999 15:26 5015750716 CITY FAY 15T FLOOR In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed, or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor and in that event should the surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract This contract shall be binding' upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and sealsrrespectivelelly. /c LgaTZc(C_ccK( (D• CITY OF FAYETTEVILLE, ARKANSAS Firm Name_, elf corporation, secretary should attest By Attest z1/4,414.3.; Fred Hanna, Mayor End of Contract 6-3 II 004 PAGE 05 City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B Budget Year 1999 Department: Public Works Division: Capital Water Mains Program: Date Requested 09/17/99 Adjustment # Project or Item Requested: Funding is requested to establish project funding for two 24" waterline roadway crossings and an emergency backup generator for the Ash Street Pump station. Project or Item Deleted: Funding for this adjustment is from the Water & Sewer Cost Share projexct. Justification of this Increase: These work items were added to the bid documents for the HWY 265 Water/sewer relocation project and they are not related to the project. These projects have been planned and are not of sufficent size to attract bidders as stand alone projects. Justification of this Decrease: The requested project is a higher priority project. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Water Line Improvements 92,511 5400 5600 5808 00 99072 20 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Water Line Improvements 92,511 5400 5600 5808 00 97021 20 7 Approval Signatures cl 11 {`t ue ted 1• L, Iyi , Manager epartment Director Date Date s— Z 4-y Date Admin. rvices Di ector Date y/>k Ma or Date Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log E Blue Copy: Budget & Research / Yellow Copy: Requester D:\DATAW9BUDGE%hBUDGTAD.NISH_PUMP.WK4 STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of 9-21-99 No Lgi II? 4'2.q_9 FROM: Sid Norbash ANY Enaineerina Public Works Name Division Department ACTION REQUIRED: Approval of the Construction Contract with Basic Construction Co., Inc. for Hwy 265 Widening (Hwy 45 to Hwy 16) - Water & Sewer Relocations in the amount of $1,301,170.00 Also, approval of a 10% project contingency in the amount of $130,000. and the related budget adjustment. COST TO CITY: $1,431,170.00 $3,999,559 Hwy 265 Water & Sewer Reloc. Cost of this Request Category/Project Budget Category/Project Name 629,207 5400-5600-5808-00 Account Number 99072- 20 (extra work) 97043-20 Project Number Water & Sewer Funds Used To Date Program Name $3,370,352.00 Water & Sewer Remaining Balance Fund BUD ET REVIEW: X Budgeted Item X Budget Adjustment Attached udg Coor inator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: i/ t . , /6 (�l/ / 4t! Acco City At Purchasing Officer GRANTING AGENCY: Date ADA Coordinator Date Date Internal Auditor Date 9-li0 99 Date STAFF RECOMMENDATION: Approval of the Engineering Contract and the contingency amount. Divlision Head D to Cross Reference Cierai csZe-Cm_ '5? -6145 Date Department Director Adminisrative Services Director Date /ft Mayor New Item: Yes X No Prev Ord/Res #: 034 Orig Contract Date: Date FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Thru: Fred Hanna, Mayor Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineers/ Date: September 16, 1999 Re: Highway 265 (Hwy 45 to Hwy 16) Widening / Water & Sewer Relocations - Construction Contract with Basic Construction Co., Inc. On September 15, 1999, bids were received for the above referenced project. Four companies submitted bids, and Basic Construction Co., Inc. was the low bidder in the amount of $1,301,170.00. For your information a complete bid tabulation sheet is attached. Basic Construction has acknowledged a $1000 mistake in their addition which is in favor of the City, and the bid price is therefore adjusted from $1,302,170.00 to $1,301,170.00. Per the City and Highway Department's Utility Agreement Contract approved by the Council, the Highway Department is to reimburse the City of Fayetteville 51.44% of this cost. Please note per request of David Jurgens, included in this project are two 24" waterline roadway crossings, and emergency backup generator for Ash Street Pump Station. The reason for this inclusion is that the engineering fees and construction costs for the added items will be more favorable as part of a major project such as this. This portion of the contract is in the amount of $92,511.00, and a budget adjustment in the same amount is attached for your approval. The Staff requests that the Council approve: (a) The construction Contract with Basic Construction Co.. Inc. in the amount of $1,301,170.00. (b) A 10% Project Contingency amount of $130,000. (c) The related budget adjustment, in the amount of $92,511.00. SN/sn Attachments: Vicinity Map Bid Tabulation sheet Copy of the contract ZELIMINARY FOR CONSTRUCTION )R AWING IS INCOMPLETE SUBMITTED FOR REVIEW OSES ONLY. IT IS NOT )ED FOR PERMITTING OR 3IDDING PURPOSES. )GINEER OF RECORD: )MAS A. HARRIS. P.E. AR. REG. NO. 8589 VICINITY MA.P NO SCALE SEP -16-1999 12:36 GROUP RJN GROUP INC. - 9724372707 P.02 RJN GROUP, INC. Engineering and Information Technology Services An Employee -Owned Firm September 16, 1999 Mr. Sid Norbash Assistant City Engineer 113 West Mountain St Fayetteville, AR 72701 Subject: Highway 265 Water And Sewer Relocations - Phase I Dear Mr. Norbash: Attached is a copy of the Bid Tabulations for the Highway 265 project Phase I. The low bidder, Basic Construction, made a $1000.00 error in the addition of his bid total in the City's favor. We have corrected the total and the Bid Tabulation reflects this correction. In addition, Goodwin and Goodwin failed to change the Bid Item Quantities as indicated on Addendum No. 1. The correct quantities resulted in an increase of approximately $41,000 in their bid total. RJN Group, Inc. recommends that the City award the Highway 265 Water And Sewer Relocations - Phase 1, to Basic Construction of Fayetteville, Arkansas, in the amount of $ 1,301,170.00. Should you have any questions or comments, please call me. 12160 Abrams Road, Suite 206 • Dallas, Texas 75243 Phone (972) 437-4300 • FAX (972) 437-2707 'WM AMH 1391Md • 2 2 0(0 W V N N A (J N U O w m V m N an aw N m V N N} w N N O g a N D a S W D A N W V o N N =',G4 w 01 2�II wnn Nnn mn a O P i (§ � ma dn [ m� [ � m ( T X11 < D D D D Y i) 5! <<< i 6) p D g 16 6 6 g q 6 rT 66 myr =rAA `lausm agis ? A ommm Ogi:5yim!1ni Wt mog moittZLiga$$o"pf'fAg mg TWSlAQm t1 3` o9 .__s. ;4 5'112 Z 82 0 33 l vx a io la m piagaS oaaaNovc; W p :HAW II now Ii V 41.11: g33 twwv S Ym non tit 8Szmg c NZAtiAf 0wniFc• S ial _Bea xi31'$9 �~ m3 m F c. 0 Z 0 0 0 g a .. ^88 S 8 E i1 O¢ V 6 ,Ni w o i5 6 a E C R 2 8$-& M W= ,Nn L 2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 • n i S S S 5 a a p C1 6 P S 8 8 8 8 8.8 8 8 8 8 8 8 8 S S m E 25 25 8 8 8 8 8 8 II O t5 § N 8 8 8 8 8 15 25 S S O 5 .NN o 8 g 8 8 8 8 8 8 8 yy x 'h t4 N v m Aay y+ Io N N P a g qq N N..N O fi O O O O O W A ; l V$ O O G N 0 O N J 0 R 0 51&.g011 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 888868888 8 8 Sr u ;• It N8 }8 a w s F pr. r. s a ,I 5 {Ny lg Y' x pun2 .ys is C PRQ c o b S § 'dy' t i S i5 p il N l E o 5 i P P O 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 n+; fn m �oI i3 ki g g i II g 8 8 8 8 8 8 8 +wi 1 w 8 8 u 8 8 8 8 8 S 8 8 8 8 8 8 8 S 8 8 8 8 8 8 5555 8 8 8 8 8 8 8 8 8 8 it n nx4ww ssiye�@s@tIys"�sa,TRRasp;QPQgNgN 1 t5 i3 ,Id g O a i P§ giV fi b 6 6 5 5 8 8 S 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 0yah�iasppsy"I1gq1u1 o t1b 5 C F P P? 8 8 8 8 8 8 8 8 8 8 ciao yQ g �Rp pp pp GRj pp }}�� 5Q� RR QQ go m p 25 b O O P m i5 ,v'� ,iii $i i3 p R 8 S o u- vl N ,."i .(°i 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 88 ssaass88888888888888888a8888888s8 £9'd LOGZG£P&6 'SNI df10a9 NMI 9£:Z1 6661-9T-d3S rlr 59Z AMH 1 3SYHd k r2 L02z 6 'DN1 @ s: 6 la1— S 5: } \ \ Traffic Control Cbes 7 Aggregate badrflll 4owable (slay) bac1E811 Kieft bacidull 15" Dia PVC Sanitary Sewer Pipe r Dia. PVC Sanitary Sewer Pipe E Db. PVC Sanitary Sewer Pipe Abandon 4' Dia. Standard Manhole Construct 4' Ma Standard Manhole Remove 12" Sewer Plpe Plug b1s&1g 14" Sewer Cut 8 Plug Existing r Sewer Cut 8 Plug Pasting 8" Sewer Surface Mitac Documentation TV Inspection of Ex. 8' and 8" SS Sodding To Match Existing Sod Seeding and Mulching Topsail Resident Notification of Service interruption Mobilization and Storage 16" Steel Split Cavin 16" Steal Casing, Sore 8 Jack Outside R.O.W. �/ ( $ \ q,Z Al i,§§4,N,§§■¥,`§N „ f n, 8see,..;8888 88N8 CI 888$\ } gr,##,. , -# !,2 „fes §■§§■■§|§§§■§k§2■|§§|kms 8888,, „m■B8888b8;■888• §■ki;,.a)ee„ ■§@88,7 8888888„ 8888888888888. 4) .2,lr,,,�Ti,...:aal;a,P2} §0§§e!m■■§§§|/m■#§§■§■ aeeg,sSg8888E8g8888g8 §§$$,-Ith.tk■■■§§# 8888m8868888e,ees88888 ■ „ ■,m■ § ■#`,■,p=f $ -_ §,!■#■ «§k§m9|#■|§t|kk§!m§4■■ 888888588888888888888' kf 'DN1 @ s: 6 la1— S S0'd 1H101 a r n z 9 S0'd LOL2L£62L6 3 Wyiyyf 0W yyVtpraaV aaaaaaayyyy + ADDRIOHAL WORK: JANICE AND GARLAND AVE WATER UNE AND PAR COURT AND WA' YES WATERLINE _ d::°::... WE :» • �.. . p'. � (.f N (� �,! N S N 8 8.. 8 8 N O N p� V W N i V Y rr 99956 �1t m r� X11 r rr g $ to $ 2 3a �4 a o g a$ SKRRL !p e m E3 :40.0.4 w . w, 8 a4 1 ° a s N o YY � kg. --.11 m m 2 m i 8 l o 9= :S 8 ^S �F 2�' o PP Qi i N c %li 12; m Si • m m W . 5 1 E �i- i i 8i 1 a 1 w$ 8 8 8 N P 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8z..; .. m mM M N ; ;pn si xt2V ! wSO $#RQRqq 8 8100P8 88888 8 888 888 8 888 8 8 8 8 u•6q N u5 p i p qq wp� u u w u o w O A l ."'i ' S Q O A 2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 nt' 'r. 8 8 8 8 8 8 8 8 8 8 8 M P tl 8 8 8 8 8 8 8 8 8 8 r 8 8 8 8 8 8 8 8 8 8 5 8 8 8 8 8 8 8 8 8 8{°W' pC71! N E,5`5��R� sem' N a !Z!S� IRn rr�� � _`upR Qn g '3p !S �$ ]7 k¢{ S �, E E i5 0$ g 6 I R 8; E E 8 D o$ R R f3 888458 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 y C O G YI N N 8 14 g Q m a R g p o$$ 8 8 8 8 B 8 8 8 8 8 8 8882888888 i OV V n A' PM m xa p § A g g S fi 8 8 8 8 8 8 m Mg pop _m P . .. m ,ri rP X q- !mJ A g S a p SC P g N a - E 25 A m 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 4 a o O' m 8 8 '3N1 dfOaO Nfa L£:2T 6661-9T-d3S 0 Dn m o rr„, ora z maw N M mA ym in z m m 0 D 0 zz AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM / , 6 -de) MICROFILMED For the Fayetteville City Council meeting of Mayor's Approval Only FROM: Sid Norbash A✓ Engineering Public Works Name Division Department ACTION REQUIRED: (a)Approval of the Change Order #6 to the Construction Contract with Basic Construction Co., Inc. for Hwy 265 Widening (Hwy 45 to Hwy 16) - Water & Sewer Relocations Phase II, in the amount of $33,400. COST TO CITY: $33.400.00 Cost of this Request 5400-5600-5808-00 Account Number 99 20 (extra work) 97043-20 Project Number $3,148,543 Hwy 265 Water & Sewer Reloc. Category/Project Budget Category/Project Name $7 7.22, Sock Water & Sewer Funds Used To Date Program Name $4Z -10i Water & Sewer Remaining Balance Fund BUDG T IEW: Budget Coordinator X Budgeted Item X Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Purchasing Officer GRANTING AGENCY: ///o%/ ADA Coordinator Date Date Date 1 /10 /01 Date STAFF RECOMMENDATION: Approval of the Change Order #6. Dep- rtment Director Mayor L A1. -,.t.,. at Services Director tr 411 ae 01441 Date (Date 074 Date Cross Reference /./9 /7 New Item: Yes_ No X Contract #: 755 Resolution Orig Contract Date: 2-1-00 Staff Review Form • • Description/ Hwy 265 Water & Sewer Reloc. Meeting Date MM"/ort Stcgr..-',vale_ Project Name C.O. # 6 Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Dan Coody, Mayor Thru• Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer% Date: December 6, 2000 Re: Highway 265 Water & Sewer Relocations Phase II -Basic Construction Company - Change Order #6 The attached Change Order #6, in the amount of $33,400.00, for the above referenced project was necessitated because of the various contractor's claims for the construction of the above referenced project. The justification is stated on the attached change order. We request your approval of this change order. SN/sn GROUP RJN GROUP, INC. Engineering and Information Technology Services • An Employee -Owned Firm Mr. Sid Norbash City of Fayetteville 110 Mountain Fayetteville, AR 72701 Dear Mr. Norbash: January 16, 2001 4 Y .K: CFF " ` E D JAN 1620 fki,kii told Re: Route 265 Water and Sewer Relocation Phase II Basic Construction Company, Inc. submitted a claim on July 20, 2000 in the amount of $129,650.00 for delays caused by conflicts with telephone facilities in the path of the proposed 24" water line. On August 18, 2000, Basic submitted another claim in the total amount of $136,123 00 This latter claim involved anticipated work in tying in the 24" water main with an existing main, extra work involved in rerouting an 8" line along the westerly portion of Route 45, difficulties in boring across Route 265 in front of the Hyland Church, and lost time while attempting to tie into the existing 24" line. The claims thus totaled $265,773.00. A portion of the latter claim was addressed in Change Order 3 thus removing $38,460.00 from the total amount of the claims. The balance was the subject of intense negotiation between the Contractor, Engineer and City Staff. While many of the claims were without merit, others had validity though were overstated. The City Staff ultimately was able to settle the remaining claims of $227,313 with the Contractor for the sum of $33,400.00. Given the fact that there was some validity to these claims, that the Contractor is known for litigating with owners and the sum in controversy was nearly seven times the amount to be paid, the settlement (considering the costs of litigation and the uncertainty of any litigation) is fair and we recommend it. Paul E. Thompson Resident Project Representative 5401 S. Sheridan Road, Suite 302, Tulsa, Oklahoma 74145 Phone (918) 627-9737 • FAX (918) 627-1347 1‘ Lill • RESOLUTION NO. 16-00 c;It, 6‘4-5 • A RESOLUTION AWARDING BID NO. 2000-11, IN THE AMOUNT OF $2,107,961, TO BASIC CONSTRUCTION COMPANY, INC., FOR PHASE II, HIGHWAY 265 WATER AND SANITARY SEWER RELOCATIONS; APPROVING A 10% CONTRACT CONTINGENCY IN THE AMOUNT OF $210,796.10; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* Section 1. That the City Council hereby awards Bid No. 2000-11, in the amount of $2,107,961, to Basic Construction Company, Inc., for Phase II, Highway 265 water and sanitary sewer relocations, and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a 10% contract contingency in the amount of $210,796.10. Section 3. The City Council hereby approves a budget adjustment in the amount of $1,117,786 increasing Water Line Improvements, Acct. No. 5400 5600 5808 00, Project No. 97043 20, in the amount of $470,786 and Building Cost, Acct. No 5400 5600 5804 00, Project No. 98076 20 by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. ASSED AND APPROVED this1" day of February , 2000. APPROVED: By Al B eather Woodruff, City Cler • OWNER: PROJECT NAME: LOCATION: CONTRACTOR: CHANGE ORDER CITY OF FAYETTEVILLE HIGHWAY 265 WATER AND SEWER RELOCATIONS, PHASE 2 FAYETTEVIILLE, ARKANSAS BASIC CONSTRUCTION CO, INC. L DESCRIPTION OF CHANGES INVOLVED II The following changes are made to the Contract Documents: Sheet 1 of 2 Change Order 6 Project No. 18-14850 Date: October 30, 2000 A) During the progress of the work on the above project, various claims were filed by the contractor totaling $265,773.00. These claims, filed on July 20, 2000 and August 16, 2000 arose out of claims by the contractor for additional compensation due to conflicts with telephone cables, many of which had not been relocated notwithstanding the agreement of Southwestern Bell to do so; due to extra concrete being required for blocking; due to delays caused by attempts to tie to the existing 24" water line referred to in Change Order 5 and due to the necessity of relocating the W-11 line to avoid newly installed utilities. The City staff after consultation with the consulting engineers has negotiated a settlement of these outstanding claims with the contractor in the amount of $33,400.00. It is expressly agreed and understood that any claims with Southwestern Bell are not included in this agreement. ADJUSTED CONTRACT PRICE CHANGE ORDER CONDITIONS 1) An addition to the contract amount is made in the amount of THIRTY- THREE THOUSAND FOUR HUNDRED AND NO/100 ($33,400.00) DOLLARS in full settlement of any and all claims of the contractor for items set forth above excluding amounts as may be due for contractual items installed to date or retained. 2) The adjusted contract price is therefore the sum of TWO MILLION FOUR HUNDRED THIRTY-EIGHT THOUSAND THREE HUNDRED NINETY- EIGHT AND TWO/100 ($2,438,398.02) DOLLARS. 3) This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with all provisions of the Original Contract All of the provisions of the Original Contract with respect to guarantees shall apply. Should any other unit item be required the provisions of the Original Contract, including the Page 1 of 2 G:\CONTRACT\Basic Construction ChangeOrder 12.01.00.doc Approvals: 1, (rorpurcha,meke r a us. only) • Mayor: ' I ' Department Director: Purchasing Manager: Admin. Services Dir=ctor`\ �y,aW,�' �` Budget Coordinator: Data Processing Mgr: Special Instructions: Please return PO to Engineering Requester: Sid Norbash Description: Quantity Unit Unit Extended of issue Cost Cost (City: Fayetteville Ldress: PO Box 1208 . r Vendor#: 04026 CITY OF FAYETTEVIL Purchase Requisition (not a purchase order)_ SHIPPING/HANDLING Water & Sewer Relocations Phase II, Extra Work ons . Widening (Hwy. 45 to Hwy. 16 E) a) Approval of Change Order #6 CO d ED - Pi (Vendor Name: Basic Construction Company___ Zip: 72702-1208 +n w Lo 0 1 5400-5600-5808.00 _ *Requester's Employee#: 76 Account Number: Ship To Code: 090 FOB Point: 99043-20 Project/SubProject Number: co O N R O km Division Head Approval: m m N N V N Z 0 m y. 0 Z 0 [Re.quisition No.: P.O. Number: notal: $33,400.00 rAL: < < # E ET Q Expected Delivery Date: ASAP v N m r i 0' rn 0 r Fixed Asset# a • OWNER: PROJECT NAME: LOCATION: CONTRACTOR: • CHANGE ORDER CITY OF FAYETTEVILLE HIGHWAY 265 WATER AND SEWER RELOCATIONS, PHASE 2 FAYE 11EVIILLE, ARKANSAS BASIC CONSTRUCTION CO, INC. I. DESCRIPTION OF CHANGES INVOLVED The following changes are made to the Contract Documents: • Sheet 1 of 2 Change Order 6 Project No. 18-14850 Date: October 30, 2000 A) During the progress of the work on the above project, various claims were filed by the contractor totaling $265,773.00. These claims, filed on July 20, 2000 and August 16, 2000 arose out of claims by the contractor for additional compensation due to conflicts with telephone cables, many of which had not been relocated notwithstanding the agreement of Southwestern Bell to do so; due to extra concrete being required for blocking; due to delays caused by attempts to tie to the existing 24" water line referred to m Change Order 5 and due to the necessity of relocating the W-11 line to avoid newly installed utilities. The City staff after consultation with the consulting engineers has negotiated a settlement of these outstanding claims with the contractor in the amount of $33,400.00. It is expressly agreed and understood that any claims with Southwestern Bell are not included in this agreement. ADJUSTED CONTRACT PRICE 11 CHANGE ORDER CONDITIONS 1) An addition to the contract amount is made in the amount of THIRTY- THREE THOUSAND FOUR HUNDRED AND NO/100 ($33,400.00) DOLLARS in full settlement of any and all claims of the contractor for items set forth above excluding amounts as may be due for contractual items installed to date or retained. 2) The adjusted contract price is therefore the sum of TWO MILLION FOUR HUNDRED THIRTY-EIGHT THOUSAND THREE HUNDRED NINETY- EIGHT AND TWO/100 ($2,438,398.02) DOLLARS. 3) This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with all provisions of the Original Contract. All of the provisions of the Onginal Contract with respect to guarantees shall apply. Should any other unit item be required the provisions of the Original Contract, including the Page 1 of 2 G:\CONTRACT\Basic Construction ChangeOrder 12.0I.00.doc Ill ADJUSTMENTS IN CONTRACT 1) There is no change in the completion date for the contract due to this change order. IV ADJUSTMENTS IN AMOUNT OF CONTRACT 1) Amount of Original Contract $2,107,961.00 2) Net Addition due to all previous Change Orders $297,037.02 3) Amount of Contract not including this Change Order $2,404,998.02 4) Addition to Contract due to this Change Order $33,400.00 5) Amount of Contract including this Change Order $2,438,398.02 RECOMMENDED FOR ACCEPTANCE: (For RJN Group, Inc.) r:XK4O1W14.1a By: of Representative Date OWNER: CITY OF FAYETTEVILLE, ARKANSAS By: ( 11 Signature of Authorized presentative Date Page 2 of 2 Date A G:\CONTRACT\Basic Construction ChangeOrder 12.01.00.doc ,4' CHANGE ORDER OWNER: CITY OF FAYETTEVILLE PROJECT NAME: HIGHWAY 265 WATER AND SEWER RELOCATIONS, PHASE 2 LOCATION: FAYETTEVIILLE, ARKANSAS CONTRACTOR: BASIC CONSTRUCTION CO, INC. 1. DESCRIPTION OF CHANGES INVOLVED The following changes are made to the Contract Documents: Sheet 1 of 2 Change Order 6 Project No. 18-14850 Date: October 30, 2000 A) During the progress of the work on the above project, various claims were filed by the contractor totaling $265,773.00. These claims, filed on July 20, 2000 and August 16, 2000 arose out of claims by the contractor for additional compensation due to conflicts with telephone cables, many of which had not been relocated notwithstanding the agreement of Southwestern Bell to do so; due to extra concrete being required for blocking; due to delays caused by attempts to tie to the existing 24" water line referred to in Change Order 5 and due to the necessity of relocating the W-11 line to avoid newly installed utilities. The City staff after consultation with the consulting engineers has negotiated a settlement of these outstanding claims with the contractor in the amount of $33,400.00. It is expressly agreed and understood that any claims with Southwestern Bell are not included in this agreement. ADJUSTED CONTRACT PRICE 1l CHANGE ORDER CONDITIONS 1) An addition to the contract amount is made in the amount of THIRTY- THREE THOUSAND FOUR HUNDRED AND NO/100 ($33,400.00) DOLLARS in full settlement of any and all claims of the contractor for items set forth above excluding amounts as may be due for contractual items installed to date or retained. 2) The adjusted contract price is therefore the sum of TWO MILLION FOUR HUNDRED THIRTY-EIGHT THOUSAND THREE HUNDRED NINETY- EIGHT AND TWO/100 ($2,438,398.02) DOLLARS. 3) This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with all provisions of the Original Contract. All of the provisions of the Original Contract with respect to guarantees shall apply. Should any other unit item be required the provisions of the Original Contract, including the Page 1 of 2 G:\CONTRACT\Basic Construction ChangcOrdcr 12.01.00.doc • CI III ADJUSTMENTS IN CONTRACT order. 1) There is no change in the completion date for the contract due to this change IV ADJUSTMENTS IN AMOUNT OF CONTRACT 1) Amount of Original Contract 2) Net Addition due to all previous Change Orders 3) Amount of Contract not including this Change Order 4) Addition to Contract due to this Change Order 5) Amount of Contract including this Change Order $2,107,961.00 $297,037.02 $2,404,998.02 $33,400.00 $2,438,398.02 RECOMMENDED FOR ACCEPTANCE: (For RJN Group, Inc.) Date ACCEPTED: By: of Authorized Representative Date OWNER: CITY OF FAYETTEVILLE, ARKANSAS By: bvi (n4 Si ature of Authori ed epresentative Date Page 2 of 2 G:\CONTRACT\Basic Construction ChangeOrder 12.01.00.doc FAYETTEVILLE 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 #6 for the construction contract with Basic Construction for Hwy 265 widening water and sewer relocation phase II. I am also returning two originals for you to distribute. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit Mayor STAFF REVIEW FOR AGENDA REQUEST Irv0. ' X CONTRACT REVIEW MICROFILMED GRANT REVIEW R R For the Fayetteville City Council meeting of Mayor's Approval Only FROM: Sid Norbash )4./ Engineering Public Works Name Division Department ACTION REQUIRED: (a)Approval of the Change Order #7 to the Construction Contract with Basic Construction Co., Inc. for Hwy 265 Widening (Hwy 45 to Hwy 16) - Water & Sewer Relocations Phase II, in the amount of $15,000. COST TO CITY: $15.000.00 53.028,543 Hwy 265 Water & Sewer Reloc. Cost of this Request Category/Project Budget Category/Project Name 5400-5600-5808-00 $2,562,318 Water & Sewer Account Number Funds Used To Date Program Name 99 20 (extra work) 97043-20 $159.838 Water & Sewer Project Number Remaining Balance Fund BUDG T REVIEW: X Budgeted Item Budget Adjustment Attached Bud t Coordina or CONTRACT/GRANT/LEASE REVIEW: Administrative Services Director GRANTING AGENCY: Acco tin a ger Date ADA Coordinator Date l Zud vD City Attorn Date Internal uditor Date ___ I -1 -On Purchasing Officer Date STAFF RECOMMENDATION: Approval of the Change Order #7 Datea Cross Reference ______ New Item: Yes_ No X Dat b OQ Contract #: 755 .r Resolution # 16-00 prig "Contract Date - 1 0 Date Staff Review Form Description/ Hwy 265 Water & Sewer Reloc. Meeting Date 11-7-2000 Project Name C.O. # 7 Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director C.tv Jim Beavers, City Engineer From: Sid Norbash, Staff Engineers Date: December 6, 2000 Re: Highway 265 Water & Sewer Relocations Phase II -Basic Construction Company - Change Order #7 The attached Change Order #7 for the above referenced project was necessitated because of the construction of the above referenced project. The justification is stated on the attached change order. We request your approval of this change order. SN/sn J'� ,� '6• F;Ic 644-S RESOLUTION NO. 16-00 A RESOLUTION AWARDING BID NO. 2000-11, IN THE AMOUNT OF $2,107,961, TO BASIC CONSTRUCTION COMPANY,INC., FORPHASEII,HIGHWAY265 WATERAND SANITARY SEWER RELOCATIONS; APPROVING A 10% CONTRACT CONTINGENCY INTHE AMOUNT OF $210,796.10; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 2000-11, in the amount of $2,107,961, to Basic Construction Company, Inc., for Phase II, Highway 265 water and sanitary sewer relocations, and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a 10% contract contingency in the amount of $210,796.10. Section 3. The City Council hereby approves a budget adjustment in the amount of $1,117,786 increasing Water Line Improvements, Acct. No. 5400 5600 5808 00, Project No. 97043 20, in the amount of $470,786 and Building Cost, Acct. No 5400 5600 5804 00, Project No. 98076 20 by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. ASSED AND APPROVED this 1" day of February . 2000. APPROVED: f . , • B Y: • Fr Hanna, Mayor A By: Bather Woodruff, City Cler CHANGE ORDER OWNER: CITY OF FAYETTEVILLE Sheet 1 of 2 PROJECT NAME: HIGHWAY 265 WATER AND Change Order 7 SEWER RELOCATIONS, PHASE 2 LOCATION: FAYETTEVILLE, ARKANSAS Project No. 18-148500 CONTRACTOR: BASIC CONSTRUCTION CO, INC. Date: December 5, 2000 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are made to the Contract Documents: A) During the progress of the work on the above project, serious damage was done to the parking lot of Crossover Liquors located on the Southeast corner of Route 265 and 45 by virtue of sewer and water lines placed across a substantial portion of the lot and damage done by contractors for Southwestern Bell Telephone. It is considered that the only practical method of repairing the damage is to overlay the entire lot with resurfacing comparable to the original paving. City staff has negotiated the City's fair share to be $15,000.00 and the Contractor has negotiated direct reimbursement in sums acceptable to it with the owner and telephone contractor. ADJUSTED CONTRACT PRICE II CHANGE ORDER CONDITIONS 1) An addition to the contract amount is made in the amount of FIFTEEN THOUSAND ($15,000.00) DOLLARS in full payment for the City's share of repaving the aforementioned parking lot and drives with 1.5 inches of bituminous concrete hot mix asphalt together with repair to the curbing of the lot. Any damage to the lot which results because of any necessity of repairing the water mains under the lot during the contract or maintenance period shall be repaired by the Basic Construction Co. at no cost to the City. . 2) The adjusted contract price is therefore the sum of TWO MILLION FOUR HUNDRED FIFTY-THREE THOUSAND THREE HUNDRED NINETY-EIGHT AND TWO/100 ($2,453,398.02) DOLLARS. 5) This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with all provisions of the Original Contract. All of the provisions of the Original Contract with respect to guarantees shall apply. . III ADJUSTMENTS IN CONTRACT TIME 1) 7 days are added to the completion date for the contract due to this change order. IV ADJUSTMENTS IN AMOUNT OF CONTRACT 1) Amount of Original Contract $2,107,961.00 2) Net Addition due to all previous Change Orders $ 330,437.02 3) Amount of Contract not including this Change Order $2,438.398.02 4) Addition to Contract due to this Change Order $ 15.000.00 5) Amount of Contract including this Change Order $2,453.398.02 RECOMMENDED FOR ACCEPTANCE: L "- i tzro (For RJN Group, Inc.) Date ACCEPTED: CONTRAC i3 ate OWNER: CITY OF FAYETTEVILLE AS By je �lJ Signature of Authorized Representative Date THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk Date: January23, 2001 Attached is a copy of the completed staff review form and signed change order no. 7 for the construction contract with Basic Construction for Hwy 265 Widening. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit �qS l C CPV""'VICATIONQ ..+vll J CONTRACT DOCUMENT'S FOR ITG'slW.--Y 265 WATER. AND SEWER RELOC.'ATIONS, PHASE I F.AY TTEVILLE, ARKANSAS WASHINGTON COUNTY, ARKANSAS .SANSASS REGISTERED /q PRO ESSIONt\ e"; /� , ?, .a ENGINEER c2v Q , No. S589 ii AUGUST 1 K 9A, Prepared by: RJN GROUP, INC. 12160 Abrams Road, Suite 206 Dallas, Texas 75 243 I I C C I LJ I I [I LI Page 5-4 ' Bid Item No. 3 - 3" Dia. PVC AWWA C900 DR -14 class 200 water line pipe, complete in place. Change to read: Is., Dia. Water Line Pipe (Ductile Iron or PVC AWWA C900 DR -14 class 200, Contractor's Option*). complete in place ' Bid Item No. 7. - 16" Dia. Steel Casing By Bore and Jack Change quantity from 90 LF to 247 LF 4 4 18:22 PJI l GROUP Ili_. RJN GROUP, INC. Engineering and Information Technology Services An Employee -Owned Firm September 10, 1999 Mr. Gary Combs Basic Construction 3001 S. Old Missouri Rd. Springdale, AR 72764 972437270T P132 Subject: Highway 265 - Water and Sewer Relocations Phase 1- RJNn13148500 Addendum No. 1 - Bid Item Quantity Change, Materials Change, Construction Plan Change, Additions to Contract Document Appendices 'A' and'B' Dear Mr. Combs: The following addendum items shall be made a part of the Contract Documents for the above referenced project. Please indicate in the appropriate space on page 5-1 that you have received Addendum No. 1. Where bid quantities and additional bid items have been added to the Bid Proposal section of the contract, be sure the Sub -total, page 5-12 and the Recapitulation and Total basic contract price, page 5-16 reflect these changes. Bid Item Modifications: Page 5-3 Bid Item No. 2. - 12" Dia. PVC AWWA C900 DR -14 class 200 water line pipe. complete in place. Change to read: 12" Dia. Water Line Pipe (Ductile iron or PVC AWWA C900 DR -14 class 200, Contractor's Option*). complete in place • Page 5-7 Bid Item No. 22 - 6" Dual Body Air Release/Vacuum Valve Change quantity from 3 EA to I EA City of Fayccrcv'd le ' Highwvy l65 _ WritermL Sewer Reha[ions Phase I Addendum No I Pagc 1 -Sp to. lq9•) 12160 Abrams Road, Suite 206 • Dallas, Texas 75243 Phone (972) 437-4300 - FAX (972) 437-2707 9EF 1G 1999 18:22 RJII GROUP INC. ' Bid Item No. 23 - 4" Dual Body Air Release/Vacuum Valve Change quantity from I EA to 2 EA 1 Bid Item No. 23 - 2" Dual Body Air ReleaseNacuunt Valve ' Change to read: 2" Air Release Valve Change quantity from I EA to 5 EA Bid Item No. 25 - 8" Tapping Sleeve and Valve Change to road: 8" x 8" Tapping Sleeve and Valve Page 5-8 ' Bid Item No. 29 - Rock Excavation Change quantity from 70 CY to 400 CY I I I I I I I I Ii I I 9724 107 P.03 Page 5-10 Bid Item No. 38 - S" Dia. PVC SDR-26 Sanitary Sewer Pipe, Complete in Place Change quantity from 1084 LF to 1280 LF Bid Item No. 41 - 4' Dia. Standard Manhole Change quantity from 82 VF to 94 VF Page 5-1? Add Bid Item No. 54 to read Item No- Quantity Description (price in written words) Unit Price Amount of Bid 54 160 LF 16" Steel Casing by Bore and Jack outside of Highway R.O.W. to avoid open excavation by existing mature trees. dollars cents per LF Materials Change: Due to the lack of availability of P V C C900 pipe, ductile iron pipe may be bid as an alternate for 8" and 12" water line. These items will be by contractors option as mentioned above in the revised bid items No.2 and No. 3. ITIS BROUGHT TO THEATTENTIONOFALL City of Fayctt='il1c Highway 265 - Water and Seiner Rdoealiuns Phase I Addendum No. I Cage 2 - Sep 10, 1999 RJN Group, Inc. Engineering and Information Technology Services REF 10 1999 1 2 RJII GF:OIJP inc. 9'24 r,_SGS P.OI 1 BIDDERS THAT ALL DUCTILE IRON PIPE SHALL BE CLASS 51. Construction Plans: The 12" water line on sheet 5 of 19. station 10=80 to 11-60 will be approximately 3 feet lower than indicated on the plans in order to clear the proposed culvert toe wall. The 24" water line on sheet 6 of 19, station 3+96 to 4+95 will be approximately 23 feet lower than indicated on the plans in order to clear the proposed culvert toe wall. The 8" water line on sheet 6 of 19 and profiled on sheet II of 19, station 3+40 to 4+40 will be approximately 2.5 feet lower than indicated on the plans in order to clear the proposed culvert toe wall. Easements: ' Easements pertaining to the property of Neintan/Mersky. Osborn and Stahnian, should be made part of Appendix B. The three attached easements and side letters shall be made apart of the contract requirements while working in these easements. Soil Borings: ' include die three attached soil boring logs in Appendix A for your reference- The highway stations and offsets are located in the upper -right-hand corner of each log. Soil borings number 9 and 10 are north of the project area and part of Phase II, therefore their location is ' not shown in this set of plans. The foregoing Addendum No. I is being faxed to you to expedite your receipt of these items. An original will be mailed to you by U.S. Mail. Should the original documents not reach you by the time you submit your bid, you may attach the fax copy in lieu thereof. Should you have any further questions, please call me at (972) 437-4300 x38. ' RTN Group, Inc. was A.-iarris, P.E. ' Senior Project Manager xc: Sid Norbash, Assistant City Engineer ' file I City of Favcllcvillc I lighway 265 - Woter mid Sewer Rcicxations Phase! Addendum No. I Pagc 3 - Scp 10.1999 RJN Group, Inc. Engineering and Information Technology Services SEF 10 1999 18:23 8711 GROUP III:. 9'7:4372707 P.0` ' cn 1 L' 1 1 Ed V 1LL1y THE CITY OF FATt ii EVSuE, ARIANSA5 August 26, 1999 David Mersky and Harriet Neiman 40 N. Crossover Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 31 Side Letter Dear Mr. Mersky & Ms. Neiman: In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. Any portion of the large earthen berm (south of the driveway) which has to be removed for construction of the sewer line will be restored to its original condition prior to construction. _ Any damage to the native stone wall (south of the driveway) will be repaired and the wall restored to its original condition prior to construction. The limits of the temporary construction easement start north of this wall. Plans are to bore while working near the large white oaks just north of the driveway. If necessary, any roots which may need to be cut will be clean cut to minimize damage. If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, Jim Beavers City Engineer Jefls9 113 WEST MOUNTAIN 77701 501 521.7700 FAX :O7 575-E257 I.. i ul1✓L JriL.,l r. 1r1t1!' &Z? r2IC7 NO. ,fl SXY a X(RY/rr N'C q IUA= A f'rtsox I 32 • 31 u 41 \ :Yl ;I n T/111e 'i csu—n 1` If' I/id DEERPA TH 2 .fJ"J__ ��D 2W' I..di r. Jras- DRIVE aenw .t y ow cif • RLn nre ¢ .." _c...._. 96 O N `<::: F.ir .:r. 110. • •-.-.-....c VV4 t: _trrec. .::3, JrA g '- W. ,,,,s, — I nc ,.a,ao.r p7Lrr t..¢+crcsii %4 i Lak 31 DAYID 27 4' JL(.4R'd7 I _s SL't£ Ol S4Sfl&bt PSAU"Zvr rrr2JTr aazca%'r Se!! ja.J7_ (ax 4CZ2t/ fz wawwr C=TZ=Lsac.v saicnL YiVry 4105 SQ..AT. (0.09 4afl) SE CORNER �1 RE 1/4 N /4 7-76-N, R -30-w �.vr. /s.a•e.-a-r 1�.s •14.n - rt rYC�rb" I_a— JrllO�vli m'r n l \ icav rrxn �n� ��wl•+i� EEERPATH DRIVE owac Ui I �t l ��i. ' = 8 1 a i �,�®.. Iii a'.) real a IJVLIJ€3 £0' I. ' ! 8 r J w �� 41•LI ' . I O it 1 6 flC ' r. 1:3'- ItI- • z 4..... I Si• a I. tJ _ kh pros. 'f DEERPATH ESTATES •6TLT [w 1pty t. as e7RZ QG\ •:u 18:24 FJII LtDLIP Ii ra hII lLVILLE THE Ctty of FAye7 rzv1uE. APXA14SA5 ' September 2, 1999 Kenneth Sr. & Jackie Stahman 2417 Jonquil Court Fayettevijle. AR 72703 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract Nos_ 96 & 97 Se Letter Dear Mr. and Mrs_ Stahman_ ' As per your discussions with Holly Jones, representative for the City of Fayetteville, on Thursday, September 2. 1999, the following is a list of concerns expressed relating to the construction of the proposed sewer line as it crosses your property. The contractor will be required to separate the top soil from the under burden (yellow and red clay, sandy loam, etc.) on your property. He will be ' requWJ to replace top soil on top (no red clay) and compact the soil_ After the replacement of the top soil, the easement areas will then to smoothed, reseeded, and strawed. Any fencing new in place yy'ich may be temporarily removed for the writs t foun of sewEt line wilt be replaced in as good or better condition as first found. Any Pavement (including curbing) which is removed for construction purposes, will be saw art and replaced in as good or better condition as first found. ' if you have any further ems or comments, please xr7tact Ed Connell at 444-3415, Jill 'Goddard at 444-344)7, or in their absence, Sid Norbash, Project Engineer, at 575.8205_ Sincerely yours, im Beavers City Engineer JB/jsg 'rST UOUMAW =01 50T t27.7700 Fox 507 s75-&57 I £CZ7 r8.c7s - ato. 96 t 97 A2'ANZ7N 4 JICCt' S7/NXU' f ( SF£ot £cc y,c ! tdawsvw I ifR�uA$Tl &1Th77 rSvvri7 I as 33xc• -v a F V Scele D � I � .- 1'a�O' vzi e ` I II 1 I 32 R/F . I[iTL1E'A7 ur�r� aooris Il�af�s� 97.E aJr a S s..n. U '�°'esa'" a DE£RPA TH DRIVE ,. AN= 96 C 31 FJII zn ' ri-li FJ1 I_EN/IL'[ ITHE CRY OF FAME rrEVILLE ARXANSA,q ISeptember S. 1999 ' Carl M. & Norma J. Osborn 3048 Strawberry Road Fayetteville, AR 72701 RE: Highway 265 WatedSewer Relocations I. Job No. 97043 Tract No. 9 Side Letter Dear Mr. and Mrs. Osborn: ' In reviewing the plans for the above mentioned project, some special its need to be taken into consideration: The triple 10" redbud (within the temporary construction and grading ' easement area) is to be protected by the contractor. Any damage to the 12" stone wall (near the east property line) is to be repaired by the contractor, restoring it to as good or better condition as originally found. ' Contraacr is to move gas yard light (west side of gravel drive) south cut of the new right of way and away from the water line. if you have any further concerns or cornments, please feel free to call either Ed Connell ' at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, 'h IJtm Beavers City Engineer I I I VEST MOUNTAIN -IZ(01 501 321.7% FA) 501 57S.7 II r O - J1 �4, t�G7C�1Sar �'�� •R T: f Za- tCE � �"� o �i Y PvcPpSFo v. I — Zp• PUC S -2- c S -----Wu S PHONE PED ... - - - - -. _ - - - - - - - -. .- - - ._ - - - - - .•___ - - - - .-_ -. - - ______________- - - - - - - . - - - - I. - - - - - - - - - - - - - -. - - - - - - - - - - - - - - - - - - - - - . - - - -. - - - - - . - _. - - - - - - - - l w ITCHWAY 16 ' U- - - -- - - - - - - L .—- - - • - - - - - - - -- . —. .—_ _—_. ter- _-. -. ._� TI$LEP ON DUCT UN UYZLITX L'ASEA/AW? 'W 4P zaa'L 7 n cr ,tiv p cat b Moxw astaty l0.467TA ,V McCLgw ,[• y keep Xc/1.POY AANX d• TRUST A Mfl OW O G _- - a ~• _ �-v Y `r— ARKANS_I HIGHWAY 16 111x . _ . R\ H Tr .' .. y ] _ _ G y l f'YyjtYV B'f�0 t � 2 I � I qs iy iQ a�.• '_ - � W.n.a prrh'" Q — f — — -- — — — -' cia F F G u a woAYJ CiSx 1 Rr8.1 ROGP.S WTAJY a a'c1A ,Qcczuf \j) 1 snr 0f taarrrr IIII Ca7? aa9s.sarf (ace.raffi) rrzctwr � R,v A&S93'max 2091 SVJZ /oat 4C lsl Q / TOTRL P.12 SEP-13-1999 17:10 PIN GROUP INC. In I I L1 L I I Li L L L I1 I I I El 7 RJN GROUP, INC. Engineering and Infoanation Technology Services ..PnJ'fJ,--• September 13, 1999 Mr. Gary Combs Basic Construction 3001 S. Old Missouri Rd. Springdale, AR 72764 9.724372707 P.02 Subject: Highway 265 - Water and Sewer Relocations Phase! - RJN#19148500 Addendum No. 2 - Clarifications to Bid Items Dear Mr. Combs: • For all encased water pipe use ductile iron with field locking joint gaskets; American Fast -Grip® gasket or approved equal. The encasement spacers shall be APS Model SSI stainless steel (or approved equal). All bolts for tapping sleeves and valves shall be stainless steel. Use steel alloy bolts for all other fittings that will be polywrapped. As a clarification, all ductile iron pipe shall he class 51 pipe. The foregoing Addendum No. 2 is being faxed to you to expedite your receipt of these items. An original will be mailed to you by U.S. Mail. Should the original documents not reach you by the time you submit your bid, you may attach the fax copy in lieu thereof Should you have any further questions, please call me at (972) 437-4300 x38. RJN Group, Inc. Senior Project Manager xc: Sid Norbash, Assistant City Engineer file City of Fayetteville thg way 265 - Water and Sera Relocations Phase I 12160 Abrams Road, Suke 206 . Dallas. Texas 75243 Friona (972) 437.4300 • FAX (972) 437-2707 addatdum No. 2 Page I- Sep 13. 1999 TOTRL P.02 LJ TABLE OF CONTENTS Item Advertisement for bids................................1-1 Instructions to bidders ................................ 2-1 Bid Proposal ................. 5-1 Statement of Bidder's Qualifications ...................... SOE-1 Contract Agreement .................................. 6-1 ' Performance Bond .................................. 7-1 Payment Bond ..................................... 7-3 General Conditions ................................. GC -1 Supplement to the General Conditions ...................... SC -1 ' Detailed Technical Specifications Division 01 - General Requirements ' Section 01100 General Project Requirements Section 01110 Method of Measurement and Payment Section 01120 Testing Section 01200 Temporary Erosion Control ' Section 01335 Submittals Section 01314 Use of Explosives Section 01535 Video Tape Recordings 1 Division 02 - Site Work ' Section 02110 Clearing Rights of Way Cutting and Repairing Fences Section 02113 Surface Removal ' Section 02222 Earthwork for Utilities Section 02310 Pipe Bedding Material Section 02413 Polyethylene encasement Section 02414 Pipe Detection Tape Section 02450 Air/Vacuum, Gate Valves and Butterfly Valves ' Section 02472 Fire Hydrants Section 02487 Pipeline Cleanup and Seeding ' Section 02500 Paving and Surfacing Section 02660 Water Mains Section 02731 Sanitary Sewer Construction ' Section 02732 Concrete Structures LI Section 02737 Manhole Testing Section 02739 Sanitary Sewer Construction Testing Section 02740 Backfill Division 16 - Electrical Section 16010 Section 16110 Section 16120 Section 16199 Section 16210 Section 16450 Electrical General Provisions Raceways Wire and Cable Miscellaneous Emergency Generator and Automatic Transfer Switch Grounding Systems 0 Appendix A ...................... Boring Logs Appendix B ....................... Easements and Side Letters Appendix C ...................... OSHA Trench Safety Regulations Exhibit GC -A ...................... Dispute Resolution Agreement I I City of Fayetteville ADVERTISEMENT FOR BIDS ' Highway 265 Water and Sewer Relocations, Phase I on ' On Highway 16 and Highway 265 from Highway 16 to Cliffs Blvd. Bid Number 99-72 I I H I I I I I I I I H H I Sealed bids for the construction of Highway 265 water and sewer relocations, Phase 1, Fayetteville, Arkansas, will be received by the City of Fayetteville, Arkansas, at the Purchasing Office, Room 306, City Administration Building, 113 West Mountain Street, Fayetteville, Arkansas, 72701, until 2:00 p.m. local time on Wednesday September 15. 1999, and then at said office publicly opened and read aloud. The proposed Work generally consists of: Approximately 4,935 linear feet of 24 -inch ductile iron or C905 PVC water line pipe (Contractor's option), 1,756 linear feet of 12 -inch C900 PVC, and 4,978 linear feet of 8 -inch C900 PVC. Approximately 243 linear feet of 15 -inch and 1,080 linear feet of 8 -inch SDR-26 PVC sanitary sewer pipe including 9 manholes, together with all appurtenances for a complete installation. The attention of all Bidders is called to the requirements of the specifications that work generally be limited to the Highway right-of-way and any additional easements obtained by the City of Fayetteville. Additionally, no area of the right-of-way can be used for general material storage or other uses by the contractor, unless approved by the City and AHTD. The Contract Documents, consisting of the Advertisement for Bids, Instruction to Bidders, Bid Proposal, Agreement, General Conditions, Performance Bond, Payment Bond, Supplementary Conditions, Drawings, Specifications, and any Addenda, may be examined and obtained at the offices of McClelland Consulting Engineers, Inc. 1810 N. College Avenue, Fayetteville, Arkansas. Copies of these documents may be obtained from the Engineer upon request, and upon the payment of $50.00 for plans and $50.00 for specifications, a total of $100.00 which is not refundable. Each contractor shall be responsible for the investigation, inspection, and studies of the project site as deemed necessary to familiarize themselves with all conditions encountered. Each contractor shall be responsible to read and comply with the Instructions to Bidders as contained in the Contract Documents. Each bid must be accompanied by a cashier's check or surety bond in an amount of five percent (5%) of the total whole bid. In the event the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said work and furnish the necessary bonds in accordance with the Contract General and Supplemental Conditions, [I 1-1 11 the Owner shall retain said check or bond as liquidated damages. Bids shall be made on the official bid sheets contained in the specifications, and such bid sheets SHALL NOT be removed from the remainder of the Specifications and Contract Documents. All bids shall, be sealed and the envelope addressed to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas 72701, and clearly marked on the lower left side of the bid envelope shall be the following information: The Bid number, The project name/title, the date of the bid opening, the time of the bid opening and the bidding contractors name and license number. All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. No bidder may withdraw his bid within sixty (60) days after the actual date of the bid opening. All bidders will be required to attend a pre bid conference on the job site at Bob's Market Parking Lot, Hwy 16 and Hwy 265 on Tuesday September 7, 1999, at 9:00 A.M. in order to be qualified to bid. The City of Fayetteville reserves the right to reject any and all bids, and to waive any formalities as deemed to be in the best interest of the City of Fayetteville. C I I H I H H I H H LI I I 1-2 I PREtIuItIlS •. •; :.. _J I I LJ C I I 1 DEFINED TERMS, Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract shall have the meanings assigned to them in the General and Supplementary Conditions. The term "Bidder" means one who submits a Bid directly to the Owner, as distinct from a sub - bidder who submits a bid to a Bidder. The term "Successful Bidder" shall mean the lowest, qualified, responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Proposal Form, and the proposed Specifications and Contract Documents (including all Addenda issued prior to the receipt of Bids). 2. COPIES OF THE BIDDING DOCUMENTS. 2.1 Complete sets of the Bidding Documents in the number and for the amount, if any, stated in the Advertisement to Invitation to Bid may be obtained from the Engineer upon request. ' 2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither the Owner nor Engineer assumes any responsibility for error or misunderstandings resulting from the use of incomplete sets of. Bidding Documents. 1 2.3 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not ' confer a license or grant for any other use. ' 3. QUALIFICATIONS OF BIDDERS. When included with, and made a part of the Bid Proposal, the Bidder must submit a completed "Statement of Bidder's Qualifications" as part of the Bid Proposal. The "Statement of Bidder's Qualifications" is required to demonstrate qualifications to perform the Work and will be used in evaluating all bids as a basis for award. STATEMENT OF BIDDER'S QUALIFICATIONS ' All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate sheets and then attached to this statement. The Bidder may submit any ' additional information that he desires. 1. Name of Bidder. tc CAN5rr-uct0&t Co. ,J-PtC 2. Permanent main office address and telephone number. 3oX (Zb`a - FTFvacErtkv21C 71707- U 3. When organized. x987 2-1 4. If a corporation, where incorporated. 74V!K tus / 5. Contractor's License number. 6. How many years have you been engaged in the contracting business under your present firm or trade name? under other names? .25 7eavS 7. Contracts on hand. (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completions, and a point of contact for references.) 3Itsic- 3Loc-Ky v - cLFC tc M)s NQ L '(Lb Noasa „n - 4b4rx-rcA 0P SceC'�iu�'xad-1 '(,( w+cwon.— SPc VSztn.. z.3 M'".OM - Ctt(CU£�eCa9RD LI.l1 rtR LV I. Co MLL-O/{ — COH(l4cT G-t4vtt CfiMCS 8. Have you ever failed to complete any work awarded to you? Ho 9. Have you ever defaulted on a contract? If so, where and why? No 10. List experience in construction similar in size and scope to this project, along with the ptiroject owners and en ineers. eDn crtt. s ,P MOOR * rt - c I fl o� fityrTr LILit n.1 dJP( EIE#[, 11. List of major equipment available for this contract$4000,000 1t- R.Jn tjvt.aQv� 12. Will you, upon request, fill out a detailed financial statement, including credit worthiness, and furnish any other information that may be required by the Owner? WS Dated atH-ITSJIca t this i5aay of Sit Mf�Ei2r 1999. Name of Organization: +�._ lL Cicsr error b l Y Title -r State of County of Gr%/D1a m'a,ort) w (nix'3t being duly sworn deposes and says that he (she) is the �s�odri i of /�' 5if @Orrs7]zucrivr( , Contractor(s), and that answers to the foregoing questions nrI oI statements therein contained are true and correct. OFFICIAL SEAL Sibscrtinf g- e this /9L day of 1999. NOTARY PUBLtCAflM WASHINGTON COUNTY PAY COMM. EXPIRES 8/112006 Notary Public My commission expires 1 L. L L L I H L 1 I L I L I [I 2-2 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE. 4.1. It is the responsibility of each Bidder before submitting a Bid, to: (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local and specific conditions which may affect cost, progress, safety, performance or furnishing of the Work; (c) consider all Local, State and Federal Regulations and Laws which may affect cost, progress, safety, performance or furnishing of the Work; ' (d) study and carefully correlate Bidder's observations with the Contract Documents, and; (e) notify Engineer of any and all conflicts, errors or discrepancies in the Contract Documents. 4.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner and Engineer by owners of such Underground Facilities or others. Neither the Owner nor Engineer assumes responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. ' 4.2.1 Reference is made to Appendix 'A' for identification of: a) those reports of explorations and tests of subsurface conditions at or ' contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the general accuracy of the "technical data" contained in such reports but not upon other data, • interpretations, opinions or information contained in such reports or otherwise relating to the subsurface conditions at the site, nor upon the ' completeness thereof for the purposes of bidding or construction. b) those drawings of physical conditions in or relating to existing subsurface ' conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the general accuracy of the "technical data" contained in such drawings but not upon other data, interpretations, opinions or information shown or indicated in such drawings or otherwise relating to such structures, nor upon the completeness thereof for the purposes of bidding or construction. 4.3 Provisions concerning responsibilities for theadequacy of data furnished to ' prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract -Documents due to differing site conditions appear in Article 4 of the General Conditions and any associated ' Supplementary Conditions. 4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional information, examinations, explorations, tests and studies which pertain to the physical conditions of the surface and subsurface at, or contiguous to the site or other 2-3 C wise which may affect cost, progress, safety, performance or furnishing of the Work and which the Bidder deems necessary to determine the Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.5 Upon request in advance, the Owner will provide each Bidder access to the site to conduct any observations, explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall be required to fill in all holes and to restore all property to its former condition. 4.6 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained in advance by the Owner unless specifically noted otherwise in the Contract Documents. 4.7 The Bidder must satisfy themselves of the accuracy to the estimated quantities in the Bid schedule by examination of the site and a review of the drawings and specifications including any Addenda. After bids have been submitted, the Bidder shall not assert that there was any misunderstanding concerning the quantities of Work or the nature of Work to be performed. 4.8 The submission of a Bid will constitute an irrevocable representation by Bidder that Bidder has complied with every provision and requirement of this paragraph 4, that without. exception the Bid is premised upon performing and furnishing the Work required by the ' Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing the Work. 5 INTERPRETATIONS AND ADDENDA. 5.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions, and/or any information deemed necessary by the Owner or Engineer, will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents. Only questions answered and/or other information furnished by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 5.3 The Point of Contact for questions and clarifications for this specific project is Tom Harris, P.E., RJN Group, Inc., (972)437-4300. 2-4 ' I I fl I Li H I I I I Ii 11 J I I I I 6. BID SECURITY. Each Bid must be accompanied by Bid security made payable to the Owner in an amount of five percent (5%) of the Bidder's total maximum bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed and included) issued by a surety meeting the requirements of the General and Supplementary Conditions. The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom the Owner believes to have a reasonable chance of receiving award may be retained by Owner until the earlier of the seventh day after the Effective Date of Agreement or the 61st day after the Bid opening, whereupon the Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within 10 days of Bid opening. 7. CONTRACT TIME. The number of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (The Contract Time) are as set forth in the Bid Proposal, Contract Agreement and Technical Specification 100 - General Project Requirements. 1110..... . Provisions for liquidated damages, if any, are set forth in the Bid Proposal and/or the Contract Agreement. 9. SUBSTITUTE OR "OR -EQUAL" ITEMS. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Substitute or "or -equal" items of materials or equipment, unless it is specified that no substitute will be allowed, may be furnished or used by the Contractor if acceptable to the Engineer. Application for acceptance for possible substitute or "or - equal" items will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submission of any such application is set forth in Article 6.7 of the General Conditions and any associated Supplementary Conditions. I 2-5 I it' ju1;js[.]Il;1tfl1.k{tjuIJu;4tWIPZS1l:I;4I The Contractor shall not assign or sublet all or any part of this Contract without the prior written approval of the Owner and Engineer. Nor shall the Contractor allow any subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as required by the Contract Documents. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set forth in the Contract Documents including the Plans, Specifications, Contract and Bond(s). 11. BID PROPOSAL FORM. 11.1 All bids must be made on the required Bid Proposal form contained in the Bidding Documents. Additional copies may be requested from the Engineer. 11.2 All blank spaces for Bid prices must be filled in, in ink or type written, and the Bid form must be fully completed and executed when submitted. Only one (1) copy of the Bid form is required. 11.3 Bids by corporations must be executed in the corporate name by the president or vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 11.4 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must also be shown below the signature. 11.5 All names must be typed or clearly printed in ink below the signature. 11.6. The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid form). 11.7. The address and telephone number for communications regarding the Bid must be shown. 12. SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. THE BID FORM SHALL NOT BE REMOVED FROM THE SPECIFICATIONS AND CONTRACT DOCUMENTS. I H I C 11 I u I I I I L L I L L 2-6 [1 I 13 MODIFICATION AND WITHDRAWAL OF BIDS 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. ' 13.2 If, within 24 hours after Bids are opened, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that ' Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract ' Documents. 14. OPENING OF BIDS. Bids will be opened and (unless obviously nonresponsive) read aloud publicly at the place where Bids are to be submitted. A tabulation of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after preparation by the Engineer. 15 BIDS TO REMAIN SUBJECT TO ACCEPTANCE. All bids will remain subject to acceptance for 60 days after the day of the Bid opening, but Owner may, in its sole ' discretion, release any Bid and return the Bid security prior to that date. 16. AWARD OF CONTRACT ' 16.1 Owner reserves the right to reject any and all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other ' pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract ' terms with the Successful Bidder. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the ' correct sum. Discrepancies between words and figures will be resolved in favor of the words. I16.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. ' 16.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major ' items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. ' 2-7 I 16.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 16.5 If the contract is to be awarded, it will be awarded to the lowest responsive, responsible Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. 16.6 If the contract is to be awarded. Owner will give the Successful Bidder a Notice of Award within 60 days after the day of the Bid opening. 17. CONTRACT SECURITY. Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to Performance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Performance and Payment Bonds. 18. SIGNING OF AGREEMENT. When Owner gives Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within 15 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds. Within ten days thereafter Owner shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the 'Arkansas State Licensing Law for Contractors." Bidders who submit Bids in excess of $20,000 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of their Bid. 20. LABOR LAWS. The Contractor shall abide by all federal, state and local laws governing labor. The Contractor further agrees to save the Owner harmless from the payment of any contribution under the State Unemployment Compensation Act, and the Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the provisions of said Act. 21. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as established by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the Contract Documents, the rates as specified shall be the minimum rates which apply to the Project. Whenever available, local common labor shall be used and whenever practical, skilled and semi -skilled labor, if available, shall be used: The Contractor and each Subcontractor, where the contract amount exceeds $75,000, shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Ark. Stat. 14-630). The provisions are summarized below. C I 11 I I H C I I H I I H H I 2-8 I ' The Contractor and Subcontractor shall: 1) pay the minimum prevailing wage rates for each craft or type of workman and ' the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor. I 2) • post the scale of wages in a prominent and easily accessible place at the site of the Work. ' 3) keep an accurate record showing the names and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the ' inspection of the Department of Labor or the Owner, its officers and agents. ' The Owner shall have the right to withhold from amounts due the Contractor so much of accrued payments as may be considered necessary to pay the workmen employed by the` Contractor or any Subcontractor, the difference between the rates of wages required by ' this Contract and the rates of wages received by such workmen. If it is found that any workmen employed by the Contractor or a Subcontractor has been ' or is being paid a rate of wages less than the rate of wages required by this Contract, the Owner may by written notice to the Contractor, terminate his right to proceed with the Work or such party of the Work as to which there has been a failure to pay the required wages ' and to prosecute the Work to completion by Contract or otherwise, and the Contractor and his sureties shall be liable for any excess costs occasioned thereby. 22. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention of all Bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for ' payment for certain taxes on materials and equipment brought into the state. It further provides for methods of collecting said taxes. All provisions of this Act will be complied with under this Contract. ' 23. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to ' employees, whether such employees are residents or nonresidents of Arkansas. 24, COMPLIANCE WITH RULES AND REGULATIONS FOR THE ENFORCEMENT ' AND ADMINISTRATION OF ACT 162. ARKANSAS ACTS OF 1987. The attention of all NON-RESIDENT BIDDERS is called to the provision of Act 162, Arkansas Acts of 1987. This act provides for non-resident contractors and subcontractors notice and bond ' regulations by the Commissioner of Revenues, Department of Finance and Administration, Post Office Box 1272, Little Rock, Arkansas 72203 prior to commencing work or undertaking to perform any duties under any contract within the State of Arkansas. 1 2-9 BID PROPOSAL HIGHWAY 265 WATER LINE AND SEWER LINE RELOCATION On Highway 16 and Highway 265 from Highway 16 to Cliffs Blvd. ' For the City of ' Fayetteville, Arkansas Bid No. 99-72 ' Dated August 23, 1999 City of Fayetteville Purchasing Office, City Hall 113 West Mountain Street Fayetteville, Arkansas 7270 To Mayor Hanna and the City Council: I1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract ' Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ' 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation Ito Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty days after the day of Bid opening. Bidder will sign and submit the Contract ' Agreement with the Bonds and other documents required by the bidding requirements within fifteen days after the date of Owner's Notice of Award. ' 3. In submitting this Bid, Bidder represents, as more fully set forth in the Contract Agreement, that: I H H I a) Bidder has examined copies of all the Bidding Documents and of the following addenda (receipt of which is hereby acknowledged) Date Number 'cnr / and such addenda are attached to the Bid. 5-1 I I b) Bidder has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. c) Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. d) Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.2 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e) Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f) has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 5-2 I I I H I L HH I I -I I H H H I P I I H I I [1 I I g) Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4. The following documents are attached to and made a condition of this Bid. Required Bid Security in the form of bid bond or certified or cashier's check for Five Percent of Bid ($ 5% (0 5 OO. 0O ). ' 5. The Bidder will complete the Work for the following unit and lump sum prices: ' Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity I Unit Amount No. and Unit Description (price in written words) Price of Bid ' 1. 4,935 LF 24" Dia. Water Line Pipe (Ductile Iron or PVC AWWA C905 DR -18, Contractor's Option*), wcnt.- complete in place '51Y. i TA) o Dollars and —o - Cents per LF $ (02.00 $3D3O,oO ' 2. 1,756 LF 12" Dia. PVC AWWA C900 DR -14 class 200 water line pipe, complete in place i.1eTt / 'rtttZT i—S l Dollars and — o — Cents per LF .$_31.00 $ &If57Z.pa I I 'Bidder shall circle the type of pipe to be used, ' and it shall not be changed after bid opening. 5-3 . TD '/7-. iJ Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity Unit Amount ' No. and Unit Description (price in written words) Pricceei of Bid 3. 4,898 LF 8" Dia. PVC AWWA C900 DR -14 class 200 Pue74P GTJ - ' water line pipe, complete in place �— Tt tMt -'F°- Dollars and Cents per LF $_1.&o $l22Lft.00 4. 300 LF Connection of 2" Service Water Line t— Dollars and Cents per LF $ t l.Oo $ 300, oo 5. 35 LF 36" Dia. Steel Casing By Bore and Jack 1 e-tONDRti7 Vhildl Dollars and — o � Cents per LF $ 3O.OO $ tt650,a0 6. 201 LF 24" Dia. Steel Casing By Bore and Jack ¶wo-V<u*k*t. .tom ZW&'5Dollars and -0--- Cents per LF $ $ t -P 222O.0O 7. .16" Dia. Steel Casing By Bore and Jack ONt wYU'%.'(? Dollars and —o" Cents perLF $_!7O100 $ vf'fO.oO 8. 273 LF 36" Dia. Steel Casing by Open Cut Ut4 -&t tDD 4) Sr)CZ17 Dollars and o Cents per LF $ b0•BC $' kj I I I J I I I I I I I I I 5-4 I I Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity Unit Amount No. and Unit Description (price in written words) Price of Bid ' 9. 315 LF 24" Dia. Steel Casing by Open Cut ' v / Dollars and Cents per LF $ mo, ocD $ ,L5doo.DO 1 10. 426 LF 16" Dia. Steel Casing by Open Cut ' S/y< , - i .✓o Dollars and Cents per LF $ Zoo $ ys 11. 18 TON Compact Ductile Iron Fittings syrr-2GNi MC NL >$ P Dollars and - ' Cents per TON $ tage0# b $ I2 LVCO. D O ' 12. 6 EA 24" Butterfly Valve and Box* ,�Q( ri✓fl 7fflik/G 1NDf�Dollars and ' Cents per EA $ -SO,DO $ oo. Dc 13. 11 EA 12" Butterfly Valve and Box• Dollars and _ Cents per EA $ f ZOO $ DOO. DO ' 14. 15 EA 8" Gate Valve and Box' ril4J . Duel Dollars '—O — Cents per EA $ tOOt 0O $ 13S'b0. bO 1 'Note: American Flow Control Trench Adapter ' or City of Fayetteville Approved Boxes. 5-5 2.5351'L I Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity Unit Amount No. and Unit Description (price in written words) Price of Bid 15. 1 LS Trench Safety System i)O-'�EO�.s*+ko Dollars and -o - Cents per LS • $ aim• 0a $O•tit 16. 19 EA Fire Hydrant Assemblies _____ Dollars and — o Cents per EA 17. 200 SY Remove and Replace Existing Asphalt Pavement 'w Et t i t Dollars and a — Cents per SY 18. 76 SY Remove and Replace Existing 6" Concrete Pavement Trt- ____ s Y Dollars and o — Cents per SY 19. 50 SY 4" Thick Sidewalk Repair 'TLAD i - 5C) 6- - Dollars and o — Cents per SY 20. 1 LS Erosion Control iOojTtDt't*0 Dollars and o — Cents per LS $ 30.00 $ 00. c $ 31o.ao $ 73 .oa I I I I C I I J I I I I I I 5-6 Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity No. and Unit 21. 1.000 LF 23. 24. XEA 2 YEA Description (price in written words) Temporary Fencing to Protect Livestock Try Dollars and Cents per LF 6" Dual Body Air ReleaseNacuum Valve _)( ttaus+.rtyD Dollars and o — Cents per EA 4" Dual Body Air ReleaseNacuum Valve oQT7-M/te L1-KAMOit1L43 Dollars and — O — Cents per EA XEA 2" Dual Body Air ReleaseNacuum Valve -Trhl n - E71atlr ta.,.t+PQia Dollars and to -- Cents per EA Unit Amount Price of Bid $f.3 00 $ 3Dao.ao $ I1.o00.O0 $ (0000.oC0 $ 9627.0 $ /Oao,UO El g X8° 25. 3 EA ,tapping Sleeve and Valve Tu EtaN - FDQQ fWRtl11 P Dollars and — o Cents per EA $a Oo $ 77DO.Z'b 26. 1 EA Tie-in Existing 8" Dia. Water Line 1 c{d ^ PRIt 0 Dollars and Cents per EA $ i coo $ i5cw,00 5-7 Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity Unit Amount No. and Unit Description (price in written words) Price of Bid 27. 22 EA Tie-In/Relocate Existing Water Meter r�vaa-rt►t+ot*�� Dollars and o— Cents per EA $_400.00 $ 8S0DpO 28. 5 EA Salvage Existing Fire Hydrant Barrel ��� t* Of -D Dollars and -o - Cents per EA 28A. 2 EA Abandon Existing Water Line ft' -kE kK,OAt1t Dollars and o -- Cents per EA 0400 29. ,7U CV Rock Excavation h}`1.OD Dollars and - o - Cents per CY 30. 11040 LF Install Tree Protection Fence DNS Dollars and D — Cents per LF 31. 520 LF Root Cutting and Pruning OM Dollars and -_- Cents per LF $ ?00.00 $_1OOO-DO $ r(co.00 $ j000.eo yq 00 (iqC0000.0000 $ t. oo $ tt7 .00 $_k.° $ 5ao•oo I E I I I I H I I U I I I W I Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation ' Item Quantity Unit Amount No. and Unit Description (price in written words) Price of Bid 32. 22 EA New 3/4" Meter Box Setting '• S'!-tMKX24o Dollars and — O — Cents per EA $ t000to O $ 13"z.00.Od I 33. 1 LS Traffic Control ' s fwa-t 1NOuso Dollars and — a— Cents per LS $ I b t.00 $ ( ntioa.O 1 34. 150 CY Class 7 Aggregate Backfill '�i+� Dollars and 0— Cents perCY $ 18.00 $ 70000 1 ' 35. 50 CY Flowable Backfill 5 (Y T'7 Dollars and — 0 � Cents per CY $ O, 00 $ 7Yz1D DO ' 36. 3,000 CY Special Hillside Backfill - N(M es- Dollars and • — G — Cents per CY $ oo $ 27 7000.0 37. 243 LF - 15" Dia. PVC SDR-26 Sanitary Sewer Pipe, Complete in Place -toaT-c - Two Dollars and — o -- Cents per LF $_"(2.00 $100206,00 \ ' 5-9 Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity Unit Amount No. and Unit Description (price in written words) Price of Bid 38. 4T98#LF 8" Dia. PVC SDR-26 Sanitary Sewer Pipe, 1,24O Complete in Place Itotn it -F/✓ti Dollars and o - Cents per LF $ 02c00 $3 Oo. QfZ 39. 40. 41 22 LF 6" Dia. PVC SDR-26 Sanitary Sewer Service Pipe, Complete in Place yo¢T`t Dollars and o — Cents per LF $ 40,00 $ o too 6 EA Abandon 4' Dia. Standard Manhole iiiOVr- +-kD O Dollars and o — Cents per EA $ .5bo.00 $ 'too.00 S 42. 26 LF 4' Dia. Standard Sanitary Sewer Manhole ()iC-ttu►any-W7 5'i7 Dollars and — o— Cents per VF Remove 12" Dia. Sewer Pipe TMrirf Dollars and Cents per LF 43. 3 EA Plug Existing 14" Dia. Sewer Line i tuo - r4•.•+PTuLA Dollars and - o — Cents per EA $ IbO,DO $ 1e'oYo(Db $ $7$o,00 I I I H I I I I I I I I I J I H 5-10 Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity Unit Amount No. and Unit Description (price in written words) Price of Bid 44. 1 EA Cut and Plug Existing 6" Dia. Sewer 7iat-t-4-tsRcvS2 Dollars and o — Cents per EA $ $ d0D• oo 45. 1 EA Cut and Plug Existing 8" Dia. Sewer rwo R-,KKor*-c ID Dollars and a Cents per EA 46. 1 LS Surface Video Documentation ntt- - i%w5 ✓) Dollars and Cents per LS $ o,00 $ otfloo 47. 1,200 LF Television Inspection of Existing 6" and 8" Sanitary Sewer Dollars and — o— Cents per LF' $ 3,oa $ 36OO,Oj 48. 437 SY Grass Sod to Match Existing i tF,Z Dollars and — — Cents per SY 49. 5,641 SY Grass Seeding and Mulching 1, Dollars and — o — Cents per SY $ 3,ao $ 1311000 $ oo $ (,oO 5-11 12 15- t-- Bid Schedule Fayetteville, Arkansas Hwy 265 Sewer and Water Line Relocation Item Quantity No. and Unit Description (price in written words) 50. 650 CY Topsoil Dollars and 0— Cents per CY I Unit Amount ' Price of Bid 1 $ 7(oo $ WI0. I 51. 1 LS Resident Notification of Water Service Interruption and Boil Order n Hd • i7Jr43/bv/D Dollars and O — Cents per LS $ I oto.o a $ IDto.& 52. 1 LS Mobilization and Storage OWL Dollars and 0— Cents per LS $ /• no $ . o0 C1 I I I I 53. 40 LF 16" Steel Split Encasement by Open Cut , Dollars and - a — Cents per LF $,g,0O $ a7 (QA _e -t ,/40L -f /b(t SfdCo-'n«S by r/(h' #&1t64 of o.iiR0�41 �o a{�''I ,(d� or- LT(Ca IMIII/n in lr(S1�N� '- jreS ONE`I'IMP�R� C`L l�ellar3' avd j! O.0O / n jj��L, o Cet5 per r ' Subtotal, Sewer/Water Line Relocation $ I 7OOl, ( 51. ®0 I I L 5-12 14 0441 ' 3� Additional City of Fayetteville Work: Janice and Garland Avenue Water Line and Par Court and Hwy. 265 Water Line ' Item Quantity Unit Amount No. and Unit Description(Price in written words) Price of Bid ' Al. 377 LF 8" Dia. PVC AWWA O900 DR 18 class 200 water line pipe, complete in place PtieMoF ' ih'in77 Dollars and o Cents per LF $_3o. ,p $ 113/O.Oo A2. 147 LF 16" Dia. Steel Casing By Bore and Jack aNlls-♦/4PIPitatYDollars and o � Cents per LF $ 170. oo $ 0.00 A3. 0.65 TON Compact Ductile Iron Fittings ,5, y TNr51-"i Dollars and Cents per TON $ 11.000.00 $ 31o0,00 A4. 5 EA 8" Gate Valve and Box, American Flow Control Trench Adapter or Approved Equal N106-tFuNDi 6O Dollars and — 0 — Cents per EA $ AMof) $ ,DO ' A5. 1 LS Trench Safety System ONE-- tfLMDt*D Dollars and Cents per LS $ /00, o o $1OO11)o ' A6. 28 SY Remove and Replace Existing Asphalt Pavement i fl',Pn Dollars and Cents per SY $ 3aoo $_8'4000 1 5-13 Additional City of Fayetteville Work: Janice and Garland Avenue Water Line and Par Court and Hwy. 265 Water Line Item Quantity Unit Amount No. and Unit Description(Price in written words) Price of Bid A7. 20 SY Remove and Replace Existing Concrete Pavement ir'/'hT`r —oe�c Dollars and - " Cents perSY $ 5 co $ 7D40 A8. 1 LS Erosion Control Dollars and — O — Cents per LS A9. 1 EA 12" x 8" Tap Sleeve and Valve ftc�tr�rc64-r04 ,FkuW9,14w1 Dollars and o Cents per EA A10. 2 EA Tie -In Existing 8" Dia. Water Line 7/216't #cnOI2€P Dollars and o— Cents per EA All. 50 LF Tree Protection Fencing Dollars and Cents per LF. Al2. 20 LF Root Cutting and Pruning Nk< Dollars O Cents per LF $o?S"b040Z spc6o.00 $_1.00 $ ,50.00 $ /.00 5-14 I Additional City of Fayetteville Work: Janice and Garland Avenue Water Line and Par Court and Hwy. 265 Water Line Item Quantity Unit Amount No. and Unit Description(Price in written words) Price of Bid A13. 1 LS Pump Station Generator rA7rz — ,y 7 gc O Dollars and — o— Cents per LS A14. 20 CY Class 7 Aggregate Backfill /6htTy�t1 i Dollars and — O— Cents perCY $ /AoO $ +p A15. 30 CY Flowable Backfill 5vx ri Dollars and — o — Cents perCY $ hO. oU $ t boo• oo A16. 12 SY Grass Sod to Match Existing �71Lf Dollars and — o— Cents per SY $ 3,00 $ 3400 A17. 100 SY Grass Seeding and Mulching ItOO Dollars and - ° — Cents per SY A18. 12 CY Topsoil �Ag ) Dollars and 0 . Cents per CY $_1.00 $ /00, od $ 7, oa sBoo 5-15 Additional City of Fayetteville Work: Janice and Garland Avenue Water Line and Par Court and Hwy. 265 Water Line Item No. Quantity and Unit Description(Price in written words) Unit Price Amount of Bid A19. 1 LS Resident Notification of Water Service Interruption and Boil Order orY/�-77t�us ___ Dollars and O — Cents per LS $_/000,00 $ I000. so A20. 1 LS Traffic Control aM€-fl40SMIO Dollars and Cents per LS $,000,00 $ (oc0.x A21. 1 LS Mobilization and Storage ONdee- Dollars and -a,— Cents per LS $ /•oo $_1.00 Subtotal, Additional City of Fayetteville $ 92.511, (9 0 Water Line Work Recapitulation Hwy 265 Sewer/Water Line Relocation $ 1, 2OR, c. 54.00 Additional City of Fayetteville Work $_92611.00 Total basic contract price $ I t 30Z., 170. 00 (figures) (total - words) 5-16 I 5. (continued) The contract, if awarded, will be based on the lowest bid accepted by the City of Fayetteville, Arkansas. Unit prices have been computed in accordance with paragraph 11.9.2 of the General ' Conditions. Bidder acknowledges that quantities are not guaranteed and final payment will be ' based on actual quantities determined as provided in the Contract Documents. Amounts are to be shown in both words and figures. In case of discrepancy, the ' amount shown in words, unless obviously incorrect, will govern. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. ' The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. I I I 6. The Bidder agrees that the Work will be substantially complete within 89 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within 120 calendar days after the date when the Contract Times commence to run. 1 8. I I I r I Bidder accepts the provisions of the Contract Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. Communications concerning this Bid shall be addressed to the address of Bidder indicate below. Terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. 1 5-17 I Submitted this /ok' day of 5401&�h* , 1999. S �T Pa OGt'aa, z Attest: -..N.I.._ (Seal, if bid is by corporation) Arkansas License No. o0V13/ 50 zoO Respectfully submitted (Firm Name) Bye Title iota' K FOR ,9tt. L',u-E , /wit ZL7c7t- Business Address & Zip Code I I [1 I I EI I I I I I I I I I I I 5-18 I I I I I I I I INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. / -► S Oo33Yo0Y0O fc lo__ 444YM d0N&ilAWt7Tc9N 2. F&'Z'c oy1ZY2.iz41 •oo(1 pqC, $i4crk,c, 3. 4. 1 5. 6. 7. Note: Attach additional sheets if required. rim ff 1 ' 5-19 I NAMED EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish, under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material. (Proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract.) If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Equipment/Material Spec Section Supplier Pipe 02660, 02731 Fire Hydrants 02472 mttJs4c. lac rr- t fiad rC /uu6u.trz.. rf-'Cvr-+cr3. H I I I I I Gate Valves & Butterfly Valves 02450 'PR-.hT Bu1ir.YEtylth°"Gv'iC-S , Joint Restraints 02660 Air Release Vacuum Valve 02450 NCO r CI I I C 5-20 ' PROPOSED SUBSTITUTE EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder proposes the following suppliers of substitute or "or equal" products identified below: Specification Substitute Supplier 'Equipment Item or Material Section (List Only One) ' 2. 3. ' 4. 5. I 6. 7. 18. Note: These supplier will only be considered after award of the Contract. The procedure for the submittal of substitute or "or equal" products is specified in the General Requirements. 5-21 STATEMENT OF EXPERIENCE OF BIDDER The Bidder shall state below the work of similar magnitude or character which he has done, and shall give reference to his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. References shall include the name and telephone number of the project representative to be contacted. Project and Location Reference (1) se- Race z- t -+ z -z (2) (3) (4) • (5) (6) (7) SOE-1 Statement of Experience ST. PAULGUARDinr INSURANCECOMPANI flvpoty&Ltatr6ty - Sc Paul, MlnncsoL 6t;uroncc A Capital Stock Compare' BID BOND Approved by The American institute of Architects, A.LA. Documcn(A 310 Fcb. 1970 Edition ' KNOtr'ALLMENBYT11ESEPRESENTS.(hatwe Basic Construction Co., Inc. as Principal, hereinafter called the Principal, and the S? PAUL. GUARDIAN INSURANCE COMPANY, a corporation duly organized under the laws of the S(atc of Minnesota as Surety, hereinafter celled the Surety, arc held and firmly bound unto _ City of Fayetteville ' - as Obligee, hereinafter called (lie Obligec, in tl)c cum of Five Percent (5%) of Total Amount Bid Dollars ($ ), for payment of which sum well and truly to be made, the said Principal and the said Surety. bind ourselves, our heirs, executors, administrators, successors and assigns. jointly and severally, firmly by these presents. ' WI4EREAS. the Principal has submitted a bid for - Hwy. 265 Water and Sewer Relocations, Phase I I. NOW,111EREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with ' the Obligec in accordance with the terms of such hid, and give such bond or hands as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the cvcnt of the failure of the Principal to enter such contract and give ' such bond or bonds, if the Principal shall pay to the Obtigoethc difference not to cxoad the penalty hereof between (lie amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said hid. (lien this obligation shall be null and void, e(hcrwise to retrain in full force and effect. 'Signed and scaled chic 15th day of September A_D_ 19 99 L St _ Paul Guardian Insurance Compunv (Scnl) Eli. 6s.,a+r1 R John Ge ety 99184 Ed. 2-88 t'.:o,ed .n USA Pri,drd with permission of The Anrericna Jas7jRne ofArcJdi'cctc 1 The hul Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Linda Frey, John Gerety, Carolyn A. Cory, Dianne Cowan, Howard --- ---� their true and lawful Attome of the City of [ate Attorney(s)-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 Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings re44Ued or`p`ei tted in.any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this insttuurmd ent'1gbe S n.e a}' 4tY> day of August 1999 tr`�11 Seaboard Surety Company �Cy 4O 19United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance ompang 1 �� Fidelity and Guaranty Insurance Company St. Paul Guardian Insuran'c�` Clrmpall— ,r( y Q Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Co ipipart ' On this 4th day of August , 1999 , before me, the undersigned officer, personally appeared Michael B. Keegan and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, §t. Paul ! Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: 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 Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact 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 to which it is validly attached; and RESOLVED FURTHER, 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 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 other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-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, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a tme and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this 15th day of September , 1999 SOF) Gil:' M i• „xiyn to© JG7 �f02IOx1 �I J1SEAIf'+P emot' SEAL lo' 4' S8AL!g '5+�a,�r rJye Eir../al t�To verify the authenticity of this Power of Attorney, call I.800.427d88and ask fontlte Poi er•'bf34rtt rney clerk. Please refer to the Power of Attorney number, the above -named individuals and the details of the bond to whicfi+Jhee po er'is`a fachei$.'1 I4^c I I I EXHIBIT A •' THIS AGREEMENT, made and entered into the 21st day of September , 1999, by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part (hereinafter called the Owner), and Basic Construction ' of the City of Springdale , Party of the Second Part (hereinafter called the Contractor). ' WITNESSETH THAT: WHEREAS, the Owner has called for bids for water system improvements, as set out in the Plans and Specifications and. approved by the City of Fayetteville, Arkansas; and ' WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements; ' NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: ' Bid No. 99-72 which shall be the Highway 265 Water and Sewer Relocations, Phase 1 and Additional Work, Fayetteville, Arkansas; including all Work required for a complete ' and acceptable installation, for the unit and lump sum prices bid in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being ' One Million three hundred one thousand one hundred seventy (text amount) ' dollars ($_1,301,170.00 ), such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories 'and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in ' accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. ' The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and substantially complete all work before December 31, 1999 and totally complete work within one hundred twenty (120) calendar days.. The Owner agrees to pay the Contractor in current funds for the performance of the. ' contract in accordance with the accepted Bid therefor, subject to additions and deductions, 6-1 I as provided in the Specifications, and to make payment on account thereof as provided ' below. As soon as is practicable after the first of each calendar month, and in accordance with the , Contract Specifications, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. I The Contractor agrees to commence work within ten (10) calendar days from the date of , the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails in completing the contract within the time , stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages the sum of seven hundred and fifty dollars ($750.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts ' of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled, if any, to the Final Estimate less such amounts of liquidated damages. If the Gontractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owner's employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the ' Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause for delay, only one claim is necessary. I 6-2 , J I I H I I I I H I I I I LJI I I I In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed, or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should the surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. - = SEAL I S CITY OF FI5YETTEVILLE, ARKANSAS By Fred Hanna, Mayor ,,,,,, L, Attest: Heather if corporation, secretary should attest. End of Contract 6-3 Miapy — rruuff, �CiityN( '•,?, 11 CB -209 Bond No. 40OKBO183 Class2 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND • We Basic Construction Company, Inc., Springdale, Arkansas ..... .... ... .. as Principal, hereinafter called Principal, and St Paul Guardian Insurance Company, St. Paul, Minnesota hereinafter called Surety, are held and firmly bound unto The Cit , as Surety, of Fayetteville,- Arkansas (,l • as Obligee, hereinafter called Owner, in the amount of ...-One Million Three Hundred Ine hound �... S ...�..................... One Hundred Seventy Dollars and no/100----- Dollar ...3 178 00 .. ....._ .. .... 'for the payment whereof Principal and Surety bind themselves, their heirs, personal representatZpmiesucWssors i assigns, Co jointly and severally, firmly by these presents. O C) D C.D Q Se tember 1999 ca Principal has by written agreement dated..................PP..............21..._...!._._......._...._.............._._..._._..._.._..._.__.................._........._..__........... entered into a contract with Owner for........Bid _No. 99-72, Highway 265 Water and Sewer ' Relocations, Phase 1 and.._ Addonal Work,-Fayettevil_le,_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 after twelve months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. I I I I I I 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 forbearance 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. Executedon this.............................._21s.t.._..__..._......._...._.. day of ..._._........September...__.__._..._...._.. , 19 ...99.. SEP23M9 Gerety, A ct I The& ul POWER OF ATTORNEY L L I L I 7 H H J [1 I I I I Power of Attorney No. Seaboard Surety Company SL Paul Fire and Marine Insurance Company SL Paul Guardian Insurance Company SL Paul Mercury Insurance Company 20830 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 22 1 2 0 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Linda Frey, John Gerety, Carolyn A. Cory, Dianne Cowan, William W. Bussey, Jr., John M. Elliott, Allen J. McDowell and John D. Howard of the City of Little Rock State Arkansas , their true and lawful Attorney(s)-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 Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings re4 edeoor[ epefmitted ink ; y actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signEd4his ,4�v day of August 1999 Seaboard Surety Company tr' `t (� `Umted States Fidelity and Guaranty Company St. ce- Paul Fire and Marine Insuranompany, i �` Fidelity and Guaranty Insurance Company SL Paul Guardian Insurancc4cil n3• �,�^ y� Fidelity and Guaranty Insurance Underwriters, Inc. SL Paul Mercury Insurance Company ` 1 i r • 7 4a ��•on� �.yiuoxnrr c1 192 hTh m1 �r q e• �•Se MS I:�B Ar U tabs MICHAEL B. KEEGAN, Vice President State of Maryland I 1` • I", C City of Baltimore MICHAEL R. MCKIBBEN, Assistant Secretary On this 4th day of August 1999 , before me, the undersigned officer, personally appeared Michael B. Keegan and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. 4�PEi 'l- "U'AV/'ter In Witness Whereof, I hereunto set my hand and official seal. - ¢,,0•`�5 U0 My Commission expires the 13th day of July, 2002. � �e(/C <qqE Cnt •� REBECCA EASLEY-ONOKALA, Notary Public I 86203 Ed. 5-99 Printed in U.S.A. I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: 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 Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact 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 to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power andauthority, and, in any case, subject to the temis and limitations of the Power of Attorney issued 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 other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-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, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a tme and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this 21st day of September 1999 JK)Y uOY\ \M\i t• aP\\o0\VfA 192% u R q �tSEAL//e^ 3qa �51xL\� V p. x+, To verify the authenticity of this Power of Attorney, call 1 - the above -named individuals and the details of the bond to \iLO R • %-ia.L,... Michael R. McKibben, Assistant Secretary clerk Please refer to the Power of Attorney number, J J J J I I J I J J I ACORD,a CERTIFICATE CIF IwIABILITY INSURANCE °9/2D,99 DnY, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Rebsamen Insurance/LRK ��IG'J°1 r'� �I``�a D ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1500 Riverfront Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 SEP 2 3 199 COMPANIES AFFORDING COVERAGE COMPANY Little Rock, AR 72203-3198 (501) 661-4800 ___________ A Travelers Insurance Company INSURED •COMPANY Basic Construction Company,lne B COMPANY P. 0. Box 1208 Fayetteville, AR 72702 C COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELO W HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDING ANY REQUIREMENT, TERMORCONDITIONOF ANY CONTRACTOR OTHER DOCUMENT W ITHRESPECT TO W HICHTHIS 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 OFINSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDD/YY) POLICY EXPIRATION DATE (MMDI RIYY) LIMITS A GENERAL LIABILITY C08BOJ351898 9/29198 9/29/99 GENERAL AGGREGATE $ 2,000,000 x COMMERCIAL GENERAL LIABILITY CLAIMS MADEx OCCUR PRODUCTS-COMP/OP AGO 3 2,000,000 PERSONAL & ADV INJURY $ 1,000,000 x OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 X IncIs Contractual & MED EXP (Any one person) $ 5,000 X. C, U Coverage A AUTOMOBS.E LIABILITY ANY AUTO 81088OJ361898 9/29/98 9/29/99 COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABartr CUP880J251898 9/29/98 9/29/99 EACH OCCURRENCE $ 2,000,000 X UMBRELLA FORM AGGREGATE $ 2,000,000 OTHER THAN UMBRELLA FORM $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY U8880J351898 9/29/98 9/29/99 X WC YTAIN 0TH EL EACH ACCIDENT $ 100,000 THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE EL DISEASE -POLICY LIMIT $ 500,000 OFFICERS ARE: EXCL EL DISEASE.EA EMPLOYEE S 100,000 OTHER DESCRIPTION OF OPERATIONSB.00ATIONSIVEHICLESISPECIAL ITEMS Project: Highway 255 Water 8 Sewer Relocations - Phase 1 and ddltlonal Work - Fayetteville, AR. Certificate Holder is named as Additional Insured on the General and Automobile Liability olicy. The Umbrella Liability policy follows form over the GL 6 Auto policy. The Workers' Comp contains Waiver of Subrogation in favor of Certificate Holder. CERTIFICATE HOLDER CANCELLATION .. _ . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayetteville, AR EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL QeBMi1RIWxx MAL 113 W. Mountain Fayetteville, AR 72701 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, WXRX7BIKNRKXNXIWWIK)6{RO(XNIWIWRXNNMKXNAAWARJNR(XIWOIWWIIIRII(XNXKkIWIKWW%X D0RZEDRPtNxxNKTATIVkIESx9ritR1DRM+Kxxk�(x! Rx>lfADDREIR& 1txs?e AUTHORI2E0 REPRESENTATIVE Jo Gerety ACQ.. 28•S 1!9$..••.•........RPORATION ISao �J cr CERTIFICATE: 003/001/ 00054 5016669592- -. °� =+1. REBSRMEN I F-568 T-894 P-002/002 SEP C4 :13 flebs®en Insurance/LRK 1500 R)verfront Drive P. 0. Box 3198 Little RockAR 72203-3198 ($01) 861-4800 Basic Construction Canpany,lnc P. 0. Box 1208 Fayetteville, AB 72702 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCELIST NDICATED,NOT WITHSTANDNG ANY REOUIREMENT,TERM CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSUR AND CONDITIONS OF SUCH POLICIES. LIMIT TYPE OF MSL ANCE POLCY NUMBER ONLY AND CONFERS NORIGHTSUPON HOLDER. THIS CERTIFICATE DOES NOT Al ALTER THE COVERAGE AFFORDED BY THE COMPANY A COMPANY B L( COMPANY C (AiYTJ 1 A [•1 SUHJ BY THE POLICIES DESCRBIED HEREIN IS SUBJECT TO ALL THE TERMS, LAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY utECIIVE POL1cY EXPMATWN Oats(MNYDDII'1) OATE(MWODNy) LIMITS A GHIEIALDABLTTT C0880J351898 8129/98 9f29/99 GENERAL AGGREGATE f 2.080 X COSSEACIAL ETIERAL LIABDUMP ILITY .GOD PROCTS.CC/OP AM $ 2,000,000 CLAIMS MADE X OOCCUR OD880J351899 9/29/99 9/29/00 PERSONAL 8 AOY INjUcy s l 000 g� XV OWNERS N CONIRACTC4RS PROT GEACN OCCUIa7ENCE $ 1,000,000 X Inels Cantraetwl 8 FIRE DAMAGE (Any one Tire) S X. C U Cover a 100,®0 aUTONIOBILE LIABILJTY MEO EX? (Any one Person) $ 5,000 A 810880J351888 9/28!98 9!29199 X ANY AUTO COMBINED SINGLE LIMIT f ALL OWNED AUTOS 8108803351899 9/29/99 9/29/00 1,000.000 BODILY INJURY SCHEDLLm AUTOS (Pf�) $ HIRED AUTOS NON•OWNED AUTOS BODILY denf)Y s (Per accident) -j PROPERTY DAMAGE GARAOC LIABILITY AUTO Ofa.Y . EA ACCIDENT f ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDtNT S EXCESS UABILTr AGGREGATE $ X ULa1RELLA FOtoA CUP880J251898 9129/98 9129/99 EACH OCCURRENCE $ 2 000,000 OTHER THAN IRS1ELLA FORM UTP880J251899 9/29/99 9/29100 AGGREGATE f z,00D,DDD $ A actOyE GONSADIUYY on AIID UB880J351888 X we STA7LL oR4H:::: ...... FN�LOYERB'MABeJTY 9/29!98 9/29/99 I _...; B THE PROPRIETOR/ r(� tM1C30511235 9/29/99 9/29/00 eL EACH ACCIDENT S 100,000 OFF AFC_- B EL DISEASE -POLICY LIMIT S 500,000 EXCL OTHER EL DISEASEF.Y EMPLOYEE S 100.000 Prefect: Highsay 2% water & Seoer Relocations - Phase I and Additional work - Fayetteville, AR. Certificate Holder and RJN Group, Engineers. are owed as Additional Insureds on the General B Automobile Liability policy. The Vobrella Liability policy foilaes fore over the GL & Auto policy. The Workors' Caine eaetainv Y -iv-- -s Y\.L , I ____ _ __ _ SHOULD ANY OF THE ABOVE DESCRWDI POLICIES as cANCELIED BEFORE THE... City of Feyettevi II., AR EXPIRATWN DATE THEREOF. THE ID9U,IG COMPANY WILL MAIL 113 I. mountain 30 DAYS WNIITEN NOTICETOTHEOERTW)CATE HOLDER NAMED ro THE LEFT, Fayettevi lla, An 72701 003!001/ 00054 I I C C I 1, I I I I Li I I I I I This document has important legal consequences: consultation with an attorney is encouraged with respect to its completion or modification. GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by Engineers Joint Contract Documents Committee Issued and Published Jointly By NATIONAL SOCIETY OF PROFESSIONAL c E ENGINEERS IYY�DID ICY E IAMnKM socuTx a ctm, LNpNLERS nwA KO UR PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEER CONSTRUCTION SPECIFICATIONS INSTITUTE This document has been approved and endorsed by The Associated General !� Contractors of America These General Conditions have been prepared for use with the Owner -Contractor Agreements (NO. 1910 -8 -A -I or 1910-8-A-2) (1990 Editions). Their provisions are interrelated and a change in one may necessitate a change in the others. Comments concerning their usage are contained in the Commentary on Agreements for Engineering Services and Contract Documents (NO. 1910-9) (1986 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (NO. 1910-17) (1990 Edition). When bidding is involved, the Standard Form of Instructions to Bidders (No. 1910-12) (1990 Edition) may be used. I I I I I I I I I I L L' H I ' 01990 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 ' American Consulting Engineers Council 1015 15th Street, N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street. New York. NY 10017 Construction Specifications Institute 601 Madison St., Alexandria, VA 22314 I I I I TABLE OF CONTENTS OF GENERAL CONDITIONS I Article or Paragraph Page Number & Title Number 1. DEFINITIONS ........................... 13 1.1 Addenda ........................ 13 1.2 Agreement ...................... 13 ' 1.3 Application for Payment .......... . 13 1.4 Asbestos ...................... . . 13 1.5 Bid ........................... 13 I1.6 Bidding Documents ................. 13 1.7 Bidding Requirements ...........13 1.8 Bonds .......................... 13 1.9 Change Order .................... 13 ' 1.10 Contract Documents ................ 13 1.11 Contract Price .................... 13 1.12 Contract Times ................... 13 1.13 CONTRACTOR ................... 13 ' 1.14 defective ........................13 1.15 Drawings ....................... 13 1.16 Effective Date of the Agreement ........ 13 1.17 ENGINEER ...................... 13 1.18 ENGINEER's Consultant ............. 13 1.19 Field Order ...................... 13 ' 1.20 General Requirements . . . . . . . . . . . . . . . 14 1.21 Hazardous Waste ..................14 1.22 Laws and Regulations: Laws or Regulations .................... 14 ' 1.23 Liens .......................... 14 1.24 Milestone 14 1.25 Notice of Award .........14 1.26 Notice to Proceed .................. 14 ' 1.27 OWNER ........................14 1.28 Partial Utilization .................. 14 1.29 PCBs .......................... 14 ' 1.30 Petroleum .......................1't 1.31 Project ......................... 14 1.32 Radioactive Material ................ 14 ' 1.33 Resident Project Representative ......... 14 1.34 Samples . 14 1.35 Shop Drawings .................... 14 1.36 Specifications ..................... 14 ' 1.37 Subcontractor 14 1.38 Substantial Completion ..............14 1.39 Supplementary Conditions ............ 14 1.40 Supplier ........................ 14 ' 1.41 Underground Facilities . 14 ............ 1.42 Unit Price Work ................... 14 1.43 Work .......................... 15 ' 1.44 Work Change Directive ... . .... 15 1.45 Written Amendment . . . . . . . 15 I2. PRELIMINARY MATTERS .................. 15 2.1 Delivery of Bonds .................. 15 2.2 Copies of Documents ................ 15 2.3 Commencement of Contract Times: ' Notice to Proceed 15 2.4 Starting the Work ..................15 Article or Paragraph Page Number & Title Number 2.5-2.7 Before Starting Construction: CONTRACTOR's Responsibility to Report: Preliminary Schedules: Delivery of Certificates of Insurance ............ 15 2.8 Preconstruction Conference ........... 15 2.9 Initially Acceptable Schedules .......... 16 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ...................... 16 3.1-3.2 Intent .......................... 16 3.3 Reference to Standards and Specifications of Technical Societies: Reporting and Resolving Discrepancies ................... 16 3.4 Intent of Certain Terms or Adjectives .....17 3.5 Amending Contract Documents ......... 17 3.6 Supplementing Contract Documents ...... 17 3.7 Reuse of Documents ................ 17 4. AVAILABILITY OF LANDS: SUBSURFACE AND PHYSICAL CONDITIONS: REFERENCE POINTS 4.1 Availabilityof Lands ............ . 17 4.2 Subsurface and Physical Conditions ...... 17 4.2.1 Reportsand Drawings ............... 17 4.2.2 Limited Reliance by CONTRACTOR Authorized: Technical Data ......... 18 4.2.3 Notice of Differing Subsurface or Physical Conditions ............... 18 4.2.4 ENGINEER's Review ............. . 18 4.2.5 Possible Contract Documents Change ..... 18 4.2.6 Possible Price and Times Adjustments ..... 18 4.3 Physical Conditions - Underground Facilities ...................... 18 4.3.1 Shown or Indicated ................. 18 4.3.2 Not Shown or Indicated .... . 19 4.4 Reference Points .................. 19 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ........ 19 5. BONDS AND INSURANCE ..................20 5.1-5.2 Performance, Payment and Other Bonds ... 20 5.3 Licensed Sureties and Insurers; Certificates of Insurance ............ 20 5.4 CONTRACTOR's Liability Insurance ..... 20 5.5 OWNER'S Liability Insurance .......... 21 5.6 Property Insurance ................. 21 5.7 Boiler and Machinery or Additional Property Insurance ................ 21 5.8 Notice of Cancellation Provisions ........ 21 5.9 CONTRACTOR's Responsibility for Deductible Amounts ............... 22 5.10 Other Special Insurance .............. 22 5.11 Waiver of Rights .................. 22 I Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 5.12-5.13 Receipt and Application of Insurance 8.6 Change Orders .................... 29 Proceeds ...................... 22 8.7 Inspections, Tests and Approvals ........ 29 5.14 Acceptance of Bonds and Insurance: 8.8 Stop or Suspend Work; Terminate Options to Replace ................ 32 CONTRACTOR's Services .......... 29 5.15 Partial Utilization - Property 8.9 Limitations on OWNER's Insurance ...................... 23 Responsibilities .................. 30 8.10 Asbestos, PCBs, Petroleum, Hazardous , 6. CONTRACTOR'S RESPONSIBILITIES ........... 23 Waste or Radioactive Material ........ 30 6.1-6.2 Supervision and Superintendence ........ 23 8.11 Evidence of Financial Arrangements ...... 30 6.3-6.5 Labor, Materials and Equipment ........ 23 6.6 Progress Schedule .................. 23 9. ENGINEER'S STATUS DURING 6.7 Substitutes and "Or -Equal" Items: CONSTRUCTION ........................ 30 CONTRACTOR's Expense: 9.1 OWNER's Representative ............. 30 Substitute Construction 9.2 Visits to Site ..................... 30 Methods or Procedures: 9.3 Project Representative ............... 30 ENGINEER's Evaluation ........... 23 9.4 Clarifications and Interpretations ........ 30 6.8-6.11 Concerning Subcontractors, Suppliers 9.5 Authorized Variations in Work ......... 30 and Others; Waiver of Rights ......... 24 9.6 Rejecting Defective Work ............. 30 9.7-9.9 Shop Drawings, Change Orders and 6.12 Patent Fees and Royalties ............. 25 Payments .....................31 6.13 Permits ......................... 25 9.10 Determination for Unit Prices .......... 31 6.14 Laws and Regulations ............... 25 9.11-9.12 Decisions on Disputes; ENGINEER as , 6.15 Taxes .......................... 25 Initial Interpreter ................. 31 6.16 Use of Premises ................... 26 9.13 Limitations on ENGINEER's 6.17 Site Cleanliness ................... 26 Authority and Responsibilities ........ 31 6.18 Safe Structural Loading .............. 26 6.19 Record Documents ................. 26 10. CHANGES IN THE WORK ................... 32 6.20 Safety and Protection 26 10.1 OWNER Ordered Change ............ 32 6.21 SafetyRepresentative ............... 26 10.2 Claim for Adjustment ............... 32 6.22 Hazard Communication Programs ....... 27 10.3 Work Not Required by Contract 6.23 Emergencies ..................... 27 Documents ..................... 32 6.24 Shop Drawings and Samples ........... 27 10.4 Change Orders ....................32 6.25 Submittal Procedures; 10.5 Notification of Surety ............... 32 CONTRACTOR's Review Prior to Shop Drawings or Sample Submittal .... 27 11. CHANGE OF CONTRACT PRICE 6.26 Shop Drawings & Sample Submittals 11.1-11.3 Contract Price; Claim for Adjustment; , Review by ENGINEER ............. 27 Value of the Work ................ 32 6.27 Responsibility for Variation From 11.4 Cost of the Work .................. 33 Contract Documents ............... 27 11.5 Exclusions to Cost of the Work ......... 34 6.28 Related Work Performed Prior to 11.6 CONTRACTOR's Fee 34 ENGINEER's Review and Approval 11.7 - Cost Records ..................... 34 of Required Submittals ............. 27 11.8 Cash Allowances .................. 35 6.29 Continuing the Work ................ 28 11.9 Unit Price Work ................... 35 6.30 CONTRACTOR's General Warrantyand Guarantee ............ 28 12. CHANGE OF CONTRACT TIMES .............. 35 6.31-6.33 Indemnification ................... 28 12.1 Claim for Adjustment ............... 35 6.34 Survival of Obligations .............. 28 12.2 Time of the Essence ................ 35 12.3 Delays Beyond CONTRACTOR's 7. OTHER WORK .......................... 29 Control ....................... 35 7.1-7.3 Related Work at Site ................ 29 12.4 Delays Beyond OWNER's and 7.4 Coordination ..................... 29 CONTRACTOR's Control ........... 35 ' 8. OWNER'S RESPONSIBILITIES ................ 29 13. TESTS AND INSPECTIONS; CORRECTION, REMOVAL 8.1 Communications to Contractor .........29 OR ACCEPTANCE OF DEFECTIVE WORK ....... 36 8.2 Replacement of ENGINEER ........... 29 13.1 Notice of Defects .................. 36 8.3 Furnish Data and Pay Promptly When 13.2 Access to the Work ................. 36 Due ......................... 29 13.3 Tests and Inspections; CONTRACTOR's 8.4 Lands and Easements; Reports and Tests ... 29 Cooperation .................... 36 8.5 Insurance ....................... 29 2 I H I H I I14. PAYMENTS TO CONTRACTOR AND COMPLETION ........................... 37 ' 14.1 Schedule of Values ............ . 37 14.2 Application for Progress Payment . . . . . 38 14.3 CONTRACTOR's Warranty of Title ...... 38 14.4-14.7 Review of Applications for Progress Payments .......38 14.8-14.9 Substantial Completion ........... 39 14.10 Partial Utilization .................. 39 ' 14.11 Final Inspection ................... 39 Article or Paragraph Page Number & Title Number 13.4 OWNER's Responsibilities: Independent Testing Laboratory ....... 36 13.5 CONTRACTOR's Responsibilities ....... 36 13.6-13.7 Covering Work Prior to Inspection, Testing or Approval ............... 36 13.8-13.9 Uncovering Work at ENGINEER's Request ....................... 36 13.10 OWNER May Stop the Work .......... 36 13.11 Correction or Removal of Defective Work ........................ 37 13.12 Correction Period .................. 37 13.13 Acceptance of Defective Work ......... 37 13.14 OWNER May Correct Defective Work ........................37 I I I I C I1 I 'I I Anicle or Paragraph Page Number & Title Number 14.12 Final Application for Payment .......... 40 14.13-14.14Final Payment and Acceptance ......... 40 14.15 Waiver of Claims .................. 40 15. SUSPENSION OF WORK AND TERMINATION .... 40 15.1 OWNER May Suspend Work .......... 40 15.2-15.4 OWNER May Terminate ............. 40 15.5 CONTRACTOR May Stop Work or Terminate ..................... 41 16. DISPUTE RESOLUTION .................... 41 17. MISCELLANEOUS ........................ 42 17.1 Giving Notice .................... 42 17.2 Commutation of Times .............. 42 17.3 Notice of Claim ................... 42 17.4 Cumulative Remedies ............... 42 17.5 Professional Fees and Court Costs Included ...................... 42 EXHIBIT GC -A (Optional) Dispute Resolution Agreement (Optional) .......... GC -Al 16.1-16.6 Arbitration ...................CC -Al 16.7 Mediation .................... GC -A2 1 3 I INDEX TO GENERAL CONDITIONS Article or Paragraph Number Acceptance of - Bonds and Insurance ..................... 5.14 acceptance of .......................... 5.14 defective Work ............... 10.4.1; 13.13, 13.15 additional bonds ..................10.5, 11.4.5.9 ' final payment ...................... 9.12, 14.15 Cost of the Work ....................... 11.5.4 insurance............................. 5.14 definition of ............................ 1.8 other Work, by CONTRACTOR ............... 7.3 delivery of ......................... 2.1, 5.1 Substitutes and "Or -Equal" Items .............. 6.7.1 final application for payment ...........14.12-14.14 Work by Owner ................. 2.5, 6.30, 6.34 general ........ 1.10, 5.1-5.3, 5.13, 9.13, 10.5, 14.7.6 Access to the- performance, payment, and other ............5.1-5.2 Lands, OWNER and CONTRACTOR Bonds and Insurance - in eneral 5 responsibilities ....................... 4.1 Builder's risk "all risk" olic form P Y 5.6.2 site, related work ......................... 7.2 Cancellation Provisions, Insurance ....... 5.4.11, 5.8, 5.15 Work, ................... ... 13.2, 13.14, 14.9 Cash Allowances ........................... 11.8 Acts or Omissions - , Acts and Omissions - Certificate of Substantial Completion ........ 1.38, 6.30.2.3 CONTRACTOR ....................6.9.1, 9.13.3 . 14.8, 14.10 ENGINEER ......................6.20, 9.13.3 0 ............. Certificates of Inspection ............ 9.13.4, 13.5, 14.12 OWNER .......................... 6.20, 8.9 Certificates of Insurance . . 2.7, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8 Addenda -definition of (also see ......... 5.14, 9.13.4, 14.12 definition of Specifications) ....... (1.6, 1.10, 6.19) 1.1 Change in Contract Price - Additional Property Insurances ................... 5.7 Cash Allowances 11.8 Adjustments ........................ claim for price adjustment ... 4.1, 4.2.6, 4.5, 5.15, 6.8.2 Contract Price or Contract • .. , • , , • • • • • • 9.4, 9.5, 9.11, 10.2, 10.5, 11.2, 13.9 Times ... 1.5, 3.5, 4.1, 4.3.2, 4.5.2, 4.5.3, 9.4, 9.5 13.13, 13.14, 15.1, 15.5 10.2-10.4, 11, 12, 14.8, 15.1 ' N • • e . . . . . . . CONTRACTOR's fee ..................... 11.6 schedule progress • • • • • • • • � • • • � • • • • • • • • • • • 6.6 o f the Work Cos[ of the Work Agreement - general .... ' ........ . 11.4-11.7 definition of ....... .... 1.2 Exclusions to 11.5 All risk Insurance, policy form ..................5.6.2 ...•••••....•............. ' Allowances, Cash 11.8 Cost Records ......... ...... 11.7 Amending Contract Documents ..................3.5 1.44, 9 2, 10. in general ........ 1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Amendment, Written Lump Sum Pricing ...................... 11.3.2 in general .. 1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, 6.19 Notification of Surety ..................... 10.5 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2 Scope of ..........................10.3-10.4 Appeal, OWNER or CONTRACTOR Testing and Inspection, Uncovering the Work ..... 13.9 intent to ............... 9.10, 9.11, 10.4, 16.2, 16.5 Unit Price Work ........................ 11.9 Application for Payment Value of Work ......................... 11.3 definition of ............................ 1.3 Change in Contract Times - ENGINEER's Responsibility ................. 9.9 Claims for times adjustment .. 4.1, 4.2.6, 4.5, 5.15, 6.8.2 final payment ........... 9.13.4, 9.13.5, 14.12-14.15 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, 13.9, 13.13 in general ...............2.8, 2.9, 5.64, 9.10, 15.5 13.14, 14.7, 15.1, 15.5 progress payment .................... 14.1, 14.7 Contractual time limits .................... 12.2 review of ..........................14.4-14.7 Delays beyond CONTRACTOR's control ........ 12.3 Arbitration ............................16.1-16.6 Delays beyond OWNER's and CONTRACTOR's Asbestos - control ........................... 12.4 claims pursuant thereto................ 4.52, 4.53 Notification of Surety ..................... 10.5 CONTRACTOR authorized to stop Work ........ 4.52 Scope of change ..................... 10.3-10.4 definition of ............................ 1.4 Change Orders - OWNER responsibility for .............. 4.5.1, 8.10 Acceptance of Defective Work ............... 13.13 possible price and times change .............. 4.5.2 Amending Contract Documents ............... 3.5 Authorized Variations in Work ......... .6, 6.25, 6.27, 9.5 Cash Allowances ........................ 11.8 Availability of Lands ......................4.1. 8.4 Change of Contract Price .................... 11 Award, Notice of - defined ....................1.25 Change of Contract Times .................... 12 Before Starting Construction ..................2.5-2.8 Changes in the Work ....................... 10 Bid - definition of ...........................1.5- CONTRACTOR's fee ..................... 11.6 ......... (1.1, 1.10, 2.3, 3.3, 4.2.6.4, 6.13, 11.4.3, 11.9.1) Cost of the Work .....................11.4-11.7 Bidding Documents - definition of .............. 6 (6.8.2) Bidding Requirements - definitions of .... 1.7 (1.1, 4.2, 6.2) ' Article or Paragraph Number I 4 I I Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number Cost Records .......................... 11.7 Communications - definition of ............................ 1.9 general ........................ 6.2, 6.9.2, 8.1 emergencies ........................... 6.23 Hazard Communication Programs ............. 6.22 ' ENGINEER's responsibility ...... 9.8, 10.4, 11.2, 12.1 Completion - execution of ........................... 10.4 Final Application for Payment ............... 14.12 Indemnification .............. 6.12, 6.16, 6.31, 6.33 Final Inspection ......................... 14.11 ' Insurance, Bonds and ... . .. . . . . . . . . 5.10, 5.13, 10.5 Final Payment and Acceptance . . . . . . . . . . . 14.13-14.4 OWNER may terminate . 15.2-15.4 Partial Utilization .. 14.10 OWNER's Responsibility ............... 8.6, 10.4 Substantial Completion ............. 1.38, 14.8-14.9 Physical Conditions - Waiver of Claims ....................... 14.15 ' Subsurface and .......................4.2 Computation of Times .................17.2.1-17.2.2 Underground Facilities ............. 4.3.2 Concerning Subcontractors, Supplies and Others . 6.8-6.11 Record Documents ....................... 6.19 Conferences - 10.3 -10.4 initially acceptable schedules 2.9 Substitutes ....................... 6.7.3, 6.8.2 preconstruction .......................... 2.8 Unit Price Work ........................ 11.9 Conflict, Error, Ambiguity, Discrepancy - value of Work, covered by ................. 11.3 CONTRACTOR to'Report ............... 2.5, 3.3.2 ' Changes in the Work ......................... 10 Construction, before starting by CONTRACTOR .....2.5-2.7 10.5 Construction Machinery, Equipment, etc............. 6.4 OWNER's and contractor's responsibilities ....... 10.4 Continuing the Work .................... 6.29, 10.4 Right to an adjustment .................... 10.2 Contract Documents - . Scope of change ........10.3-10.4 Amending ............................. 3.5 Claims - Bonds ..............5.1 ............... 5.1 against CONTRACTOR ................... 6.16 Cash Allowances ........................ 11.8 ' against ENGINEER ...................... 6.32 Change of Contract Price ....................11 against OWNER ........................ 6.32 Change of Contract Times .................... 12 Change of Contract Price ............... 9.4, 11.2 Changes in the Work .................. 10.4-10.5 Change of Contract Times ............... 9.4, 12.1 check and verify ......................... 2.5 ' CONTRACTOR's . . 4.71, 9.4, 9.5, 9.11, 10.2, 11.2 Clarifications and Interpretations ..... 3.2, 3.6, 9.4, 9.11 ......... 11.9, 12.1, 14.8, 15.1, 15.5, 17.3 definition of ........................... 1.10 CONTRACTOR's Fee .................... 11.6 ENGINEER as initial interpreter of ............ 9.11 ' CONTRACTOR's liability .......5.4, 6.12, 6.16, 6.31 ENGINEER as OWNER's representative ......... 9.1 Cost of the Work ............... . 11.4, 11.5 general ................................3 Decisions on Disputes 9.11, 9.12 Insurance .............................. 5.3 Dispute Resolution ....................... 16.1 Intent ..............................3.1-3.4 ' Dispute Resolution Agreement ............16.1-16.6 minor variations in the Work ................. 3.6 ENGINEER as initial interpreter .............. 9.11 OWNER's responsibility to furnish data .......... 8.3 Lump Sum Pricing ...................... 11.3.2 OWNER's responsibilityto make Notice of ............................. 17.3 prompt payment ..............8.3, 14.4, 14.13 ' Owner's ........ 9.4, 9.5, 9.11, 10.2, 11.2, 11.9, 12.1 precedence ......................... 3.1, 3.3.3 ................... 13.9, 13.13, 13.14, 17.3 Record Documents ....................... 6.19 OWNER's liability ........................ 5.5 Reference to Standards and Specifications ' OWNER may refuse to make payment .......... 14.7 of Technical Societies ....... 3.3 Professional Fees and Court Costs Included ....... 17.5 Related Work ............. 7.2 request for formal decision on ............... 9.11 Reporting and Resolving Discrepancies ....... 2.5, 3.3 Substitute items ........................ 6.7.1.2 Reuse of .............................. 3.7 ' Time Extension ......................... 12.1 Supplementing .......................... 3.6 Time requirements ................... 9.11, 12.1 Termination of ENGINEER's Employment ........ 8.2 Unit Price Work ....................... 11.9.3 Unit Price Work ........................ 11.9 ' Value of .............................11.3 variations ...................... 3.6,6'23, 6.27 Waiver of - on Final Payment ......... 14.14, 14.15 Visits to Site, ENGINEER's ............ . 9.2 Work Change Directive ................... 10.2 Contract Price - written notice required ............. 9.11, 11.2, 12.1 adjustment of .......... 3.5, 4.1, 9.4, 10.3, 11.2-11.3 ' Clarifications and Interpretations .......... 3.6.3, 9.4, 9.11 Change of .............................. 11 Clean Site ............................... 6.17 Decision on Disputes ..................... 9.11 Codes of Technical Society, Organization or definition of ........................... 1.11 Association ............................ 3.3.3 Contract Times - ' Commencement of Contract Times ................ 2.3 adjustment of .............. 3.5, 4.1, 9.4, 10.3, 12 Change of .........................12.1-12.4 1 5 Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number Commencement of ........................ 2.3 For Acts and Omissions of Others 6.9.1-6.9.2. 9.13 definition of ........................... 1.12 for deductible amounts, insurance ...........5.9 CONTRACTOR - general ..................... 6.7.2, 7.3, 8.9 Acceptance of Insurance ................... 5.14 Hazardous Communication Programs ....... 6.22 ' Limited Reliance on Technical Data Authorized .... 4.2.2 Indemnification .................. 6.31-6.33 Communications ..................... 6.2, 6.9.2 Labor. Materials and Equipment ........ 6.3-6.5 Continue Work ..................... 6.29, 10.4 Laws and Regulations ..................6.14 coordination and scheduling ................. 6.9.2 LiabilityInsurance .................... 5.4 definition of ........................... 1.13 Notice of variation from Contract Documents .. 6.27 May Stop Work or Terminate ................ 15.5 Patent Fees and Royalties ............... 6.12 provide site access to others .............. 7.2, 13.2 Permits ........................... 6.13 Safety and Protection .... 4.3.1.2, 6.16, 6.18, 6.21-6.23 Progress Schedule ......................6.6 ............................. 7.2, 13.2 Record Documents ................... 6.19 Shop Drawing and Sample Review Prior to Submittal 6.25 related Work performed prior to ENGINEER'S Stop Work requirements ................... 4.5.2 approval of required submittals ........... 6.28 CONTRACTOR's - safe structural loading .................. 6.18 Compensation ....................... 11.1-11.2 Safety and Protection ........... 6.20, 7.2, 13.2 Continuing Obligation ..................... 14.15 Safety Representative ................. 6.21 Defective Work ................. 9.6, 13.10-13.14 Scheduling the Work ................. 6.9.2 Dutyto correct defective Work ............... 13.11 Shop Drawings and Samples ............. 6.24 Duty to Report - Shop Drawings and Samples Review Changes in the Work caused by - by ENGINEER ................ 6.26 Emergency ......................... 6.23 Site Cleanliness ..................... 6.17 Defects in Work of Others ................ 7.3 Submittal Procedures .................. 6.25 Differing conditions 4.2.3 Substitute Construction Methods and Discrepancy in Documents ..... 2.5, 3.3.2, 6.14.2 Procedures ....................... 6.7.2 Underground Facilities not indicated ........ 4.3.2 Substitutes and "Or -Equal" Items ......... 6.7.1 Emergencies ........................... 6.23 Superintendence .......................6.2 Equipment and Machinery Rental, Cost Supervision ......................... 6.1 of the Work ...................... 11.4.5.3 Survival of Obligations ................ 6.34 Fee - Cost -Plus .............. 11.4.5.6, 11.5.1, 11.6 Taxes .............................6.15 General Warranty and Guarantee ............. 6.30 Tests and Inspections .................. 13.5 Hazard Communication Programs ............. 6.22 To Report .........................v.2.5 Indemnification .............. 6.12, 6.16, 6.31-6.33 Use of Premises 6.16-6.18, 6.30.2.4 Inspection of the Work ................. 7.3, 13.4 Review Prior to Shop Drawing or Labor, Materials and Equipment .............6.3-6.5 Sample Submittal ................ 6.25 Laws and Regulations, Compliance by 6.14.1 Right to adjustment for changes in the Work .. 10.2 Liability Insurance ........................ 5.4 right to claim 4,7.1, .9.4, 9.5, 9.11, 10.2, 11.2, 11.9 Notice of Intent to Appeal .............. 9.10, 10.4 . 4 ........... 12.1, 13.9, 14.8, 15.1, 15.5, 17.3 obligation to perform and complete the Work ..... 6.30 Safety and Protection ........6.20-6.22, 7.2, 13.2 Patent Fees and Royalties, paid for by .......... 6.12 Safety Representative ..................6.21 Performance and Other Bonds ................ 5.1 Shop Drawings and Samples Submittals ... 6.24-6.28 Permits, obtained and paid for by ............. 6.13 Special Consultants .................. 11.4.4 Progress Schedule . . 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Substitute Construction Methods and Procedures 6.7 Request for formal decision on disputes ......... 9.11 Substitutes and "Or -Equal" Items. Expense 6.7.1, 6.7.2 Responsibilities - Subcontractors. Suppliers and Others ...... 6.8-6.11 Changes in the Work .................. 10.1 Supervision and Superintendence .... 6.1, 6.2, 6.21 Concerning Subcontractors, Supplies Taxes, Payment ..................... 6.15 and Others ..................6.8-6.11 Use of Premises ................. .6.16-6.18 Continuing the Work .............. 6.29, 10.4 Warranties and guarantees .............. 6.30 CONTRACTOR's expense ............... 6.7.1 Warranty of Title ..................... 14.3 CONTRACTOR's General Warranty and Written Notice Required - Guarantee ..................... 6.30 CONTRACTOR stop Work or terminate . 15.5 CONTRACTOR's review prior to Shop Drawing or Reports of Differing Subsurface and Physical Sample submittal ................6.25 Conditions .................. . 4.2.3 Coordination of Work .................. 6.9.2 Substantial Completion ............ 14.8 Emergencies ................... 6.23 CONTRACTORS - other ....................... 7 . ENGINEER's evaluation, Substitutes Contractual Liability Insurance ................ 5.4.10 or "Or -Equal" Items ............. 6.7.3 Contractual Time Limits ..................... 12.2 6 1 Article or Paragraph Page Article or Paragraph Page 'Number & Title Number Number & Title Number Coordination Determinations for Unit Prices ................. 9.10 CONTRACTOR'S responsibility ............ 6.9.2 Differing Subsurface or Physical 'Copies of Documents ......... . . ...............2.2 Conditions Notice of. ....... _ ............. 4.2.3 Correction Period .. 13.12 ENGINEER'S Review 4.2.4 Correction, Removal or Acceptance of Possible Contract Documents Change .......... 4.2.5 Defective Work in general ........ 10.4.1, 13.10-13.14 Possible Price and Times Adjustments ......... 4.2.6 Acceptance of Defective Work .............. 13.13 Discrepancies -Reporting and Resolving ... 2.5, 3.3.2, 6.14.2 Correction or Removal of Defective Work .. 6.30, 13.11 Dispute Resolution - Correction Period ....................... 13.12 Agreement ........................16.1-16.6 OWNER May Correct Defective Work ......... 13.14 Arbitration ......................... 16.1' 16.5 M 'OWNER ay Stop Work .................. 13.10 general 16 Cost - Mediation ............................ 16.6 of Tests and Inspections ................... 13.4 Dispute Resolution Agreement ..............16.1-16.6 'Records 11.7 Disputes, Decisions by ENGINEER ...........9.11-9.12 Cost of the Work - Documents - Bonds and insurance, additional ............ 11.4.5.9 Copies of .............................. 2.2 Cash Discounts ........................11.4.2 Record .............................. 6.19 ' CONTRACTOR'S Fee .................... 11.6 Reuse of .............................. 3.7 Employee Expenses .................... 11.4.5.1 Drawings - definition of ...................... 1.15 Exclusions to 11.5 Easements .................................4.1 ' General ..........................11.4-11.5 Effective date of Agreement - definition of .......... 1.16 Home office and overhead expenses ...........11.5 Emergencies .............................6.23 Losses and damages ................... 11.4.5.6 ENGINEER - Materials and equipment ................. 11.4.2 as initial interpreter on disputes ...........9.11-9.12 Minor expenses ...................... 11.4.5.8 definition of ..........................1.1?' Payroll costs on changes ................. 11.4.1 Limitations on authority and performed by Subcontractors ............... 11.4.3 responsibilities ..................... 9.13 Records 11.7 Replacement of ......................... 8.2 ' Rentals of construction equipment and machinery . 11.4.5.3 Resident Project Representative ...............9.3 Royalty payments, permits and license fees ..... 11.4.5.5 ENGINEER'S Consultant - definition of ...... 1.18 Site office and temporary facilities ......... .11.4.5.2 ENGINEER'S - ' Special Consultants, CONTRACTOR'S ........ 11.4.4 authority and responsibility, limitations on ........9.13 Supplemental ......................... 11.4.5 Authorized Variations in the Work ............. 9.5 Taxes related to the Work ............... 11.4.5.4 Change Orders, responsibility for .......9.7, 10, 11, 12 Tests and Inspection ..................... 13.4 Clarifications and Interpretations ......... 3.6.3, 9.4 ' Trade Discounts ....................... 11.4.2 Decisions on Disputes ..................9.11-9.12 Utilities, fuel and sanitary facilities .......... 11.4.5.7 defective Work. notice of .................. 13.1 Work after regular hours ..................11.4.1 Evaluation of Substitute Items .............. .6.7.3 'Covering Work .. .... . ..... 13.6-13.7 Liability ............. 6.32, 9.12 Cumulative Remedies ..... . . . . ... 17.4-17.5 Notice Work is Acceptable .... . .... . . ' . . .14.13 Cutting, fitting and patching .................... 7.2 Observations ..................... .6.30.2, 9.2 Data,. to be furnished by OWNER .................8.3 OWNER'S Representative .................. 9.1 'Day - definition of . ........................ 17.2.2 Payments to the CONTRACTOR, Decisions on Disputes .................... 9.11, 9.12 Responsibility for .. ..................... 9.9, 14 defective - definition of ....................... 1.14 Recommendation of Payment ............. 14.4, 14.13 ' defective Work - Responsibilities - Acceptanceof ................... . 10.4.1, 13.13 Limitations on ...................... 9.11-9.13 Correction or Removal of ............ 10.4.1, 13.11 Review of Reports on Differing Subsurface Correction Period ....................... 13.12 and Physical Conditions .................. 4.2.4 ' in general ......................13. 14.7, 14.11 Shop Drawings and Samples, review Observation by ENGINEER ...................9.2 responsibility .......................... 6.26 OWNER May Stop Work ................. 13.10 Status During Construction - Prompt Notice of Defects .................. 13.1 authorized variations in the Work .............. 9.5 ' Rejecting..............................9.6 Clarifications and Interpretations ............... 9.4 Uncovering the Work .................... 13.8 Decisions on Disputes .....................9.11-9.12 Definitions ................................ 1 Determinations on Unit Price .................. 9.10 'Delays .......................4.1, 6.29, 12.3-12.4 ENGINEER as Initial Interpreter ... _ ......... 9.11-9.12 Deliveryof Bonds ..... .. . 2.l ENGINEER's Responsibilities . . 9.1-9.12 Delivery of certificates of insurance ............... 2.7 1 7 Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number ' Limitations on ENGINEER'S Authority and deductible amounts, CONTRACTOR'S Responsibilities ..................9.13 responsibility ........................ 5.9 OWNER'S Representative ................9.1 Final Application for Payment .............. 14.12 Project Representative .................. 9.3 Licensed Insurers .........................5.3 , Rejecting Defective Work .................9.6 Notice requirements, material Shop Drawings, Change Orders and changes .......................5.8, 10.50 Payments ...................... 9.7-9.9 Option to Replace ...................... 5.14 Visits to Site ..........................9.2 other special insurances ....................5.10 Unit Price Determinations ................. 9.10 OWNER as fiduciary for insureds ........ 5.12-5.13 Visits to Site ........................... 9.2 OWNER'S Liability .......................5.5 Written consent required ................ 7.2, 9.1 OWNER'S Responsibility ...................8.5 Equipment, Labor, Materials and ..............6.3-6.5 Partial Utilization. Property Insurance ......... 5.15 Equipment rental, Cost of the Work ............ 11.4.5.3 Property ..........................5.6-5.10 Equivalent Materials and Equipment ................6.7 Receipt and Application of Insurance Proceeds 5.12-5.13 Errors or omissions ......................... 6.33 Special Insurance ....................... 5.10 Evidence of Financial Arrangements .............. 8.11 Waiver of Rights ....................... 5.11 Explorations of physical conditions ............... 4.2.1 Intent of Contract Documents ................ 3.1-3.4 Fee, CONTRACTOR's - Costs -Plus .............. 11.6 Interpretations and Clarifications ............ 3.6.3, 9.4 Field Order - Investigations of physical conditions .............. 4.2 definition of ........................... 1.19 Labor, Materials and Equipment ..............6.3-6.5 issued by ENGINEER .................. 3.6.1, 9.5 Lands - Final Application for Payment .................. 14.12 and Easements ......................... 8.4 Final Inspection ............................ 14.11 Availability of........................4.1, 4.1, 8.4 Final Payment - Reports & Tests ..........................8.4 and Acceptance ...................14.13-14,14 Laws and Regulations - Laws or Regulations - ' Prior to, for cash allowances ................11.8 Bonds ............................. 5.1-5.2 General Provisions .....................17.3-17.4 Changes in the Work .................... 10.4 General Requirements - . Contract Documents .......................3.1 definition of ...........................1.20 CONTRACTOR'S Responsibilities ........... 6.14 principal references to ........ 2.6, 6.4, 6.6-6.7, 6.24 Correction Period, defective Work .......... 13.12 Giving Notice ............................ 17.1 Cost of the Work, taxes ................ 11.4.5.4 Guarantee of Work - by definition of .......................... 1.22 CONTRACTOR ................... .6.30, 14.12 general ...............................6.14 Hazard Communication Programs ............... 6.22 Indemnification ....................6.31-6.33 Hazardous Waste - Insurance ............................. 5.3 definition of ...........................1.21 Precedence ........................ 3.1, 3.3.3 general .............................. 4.5 Reference to ......................... 3.3.1 OWNER'S responsibility for .................8.10 Safety and Protection ................. 6.20, 13.2 Indemnification .................6.12, 6.16, 6.31-6.33 Subcontractors. Suppliers and Others .......6.8-6.11 Initially Acceptable Schedules ....................2.9 Tests and Inspections .................... 13.5 Inspection - Use of Premises ....................... 6.16 Certificates of .............. ..9.13.4, 13.5, 14.12 Visits to Site ........................... 9.2 Final ............................... 14.11 Liability Insurance - ' Special, required by ENGINEER ..............9.6 CONTRACTOR'S ........................5.4 Tests and Approval ................ 8.7, 13.3-13.4 OWNER'S. ............................ 5.5 Insurance - Licensed Sureties and Insurers ................... 5.3 Acceptance of, by OWNER ................ 5.14 Liens - Additional, required by changes Application for Progress Payment ............ 14.2 in the Work ...................... 11.4.5.9 Contractor's Warranty of Title .............. 14.3 Before starting the Work ....................7 Final Application for Payment ............. 14.12 Bonds and - in general ......................5 definition of .......................... 1.23 Cancellation Provisions ......................5.8 Waiver of Claims ,...................... 14.15 Certificates of 2.7, 5, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, 5.14 Limitations on ENGINEER'S authority and ............................ 9.13.4, 14.12 responsibilities ........................ 9.13 completed operations.....................5.4.13 Limited Reliance by CONTRACTOR Authorized .... 4.2.2 CONTRACTOR'S Liability .................. 5.4 Maintenance and Operating Manuals - CONTRACTOR'S objection to coverage ........ 5.14 Final Application for Payment .............. 14.12 Contractual Liability . ................... 5.4.10 Manuals (of others) - , Precedence . ......................... 3.3.3.1 8 1 I Article or Paragraph Page Article or Paragraph Page ' Number & Title Number Number & Title Number Reference to in Contract Documents ........... 3.3.1 Inspections, tests and approvals ........... 8.7, 13.4 Materials and equipment - LiabilityInsurance ........................ 5.5 furnished by CONTRACTOR ..................6.3 Notice of Defects ........................ 13.1 not incorporated in Work .................. 14.2 Representative - During Construction. Materials or equipment - equivalent ................6.7 ENGINEER'S Status .................... 9.1 Mediation (Optional) ........................ 16.7 Responsibilities - 'Milestones - definition of ..................... 1.24 Asbestos. PCB's. Petroleum. Hazardous Miscellaneous - Waste on Radioactive Material ........8.10 Computation of Times .................... 17.2 Change Orders ........................8.6 Cumulative Remedies .................... 17.4 Changes in the Work ...................10.1 ' Giving Notice ................... 0 ..... 17.1 communications .......................8.1 Notice of Claim ........................ 17.3 CONTRACTOR'S responsibilities ............8.9 Professional Fees and Court Costs Included ...... 17.5 evidence of financial arrangements ..........8.11 'Multi -prime contracts .........................7 inspections, tests and ...................8.7 Not Shown or Indicated ...................... 4.3.2 Insurance ............................8.5 Notice of - lands and easements . ...................8.4 Acceptability of Project ................... 14.13 prompt payment by .................... 8:3 ' Award, definition of . ..................... 1.25 replacement of ENGINEER a ...............8.2 Claim ............................... 17.3 reports and tests ...................... 8.4 Defects. ............................. 13.1 stop or suspend Work .......... 8.8, 13.10, 15.1 Differing Subsurface or Physical Conditions ...... 4.2.3 terminate CONTRACTOR'S services ..... 8.8, 15.2 Giving .............................. . 17.1 separate representative at site ................. 9.3 Tests and Inspections ..................... 13.3 independent testing .......................13.4 Variation, Shop Drawing and Sample ........... 6.27 use or occupancy of the Work ........... 5.15, 14.10 Notice to Proceed - written consent or approval definition of ........................... 1.26 required ......................9.1, 6.3, 11.4 giving of .............................. 2.3 written notice Notification to Surety ....................... 10.5 required, .... 7.1, 9.4, 9.11, 11.2, 11.9, 14.7, 15.4 'Observations, by ENGINEER ................ 6.30, 9.2 PCBs - Occupancy of the Work . ...........5.15, 6.30.2.4, 14.10 definition of ............................1.29 Omissions or acts by CONTRACTOR ...........6.9, 9.13 general ............................... 4.5 '"Open peril" policy form. Insurance ..............5.6.2 OWNER'S responsibility for .................8.10 Option to Replace .......................... 5.14 Partial Utilization - "Or Equal" Items . ........................... 6.7 definition of ........................... 1.28 Other work ................................ 7 general ....................... 6.30.2.4, 14.10 ' Overtime Work - prohibition of ..................6.3 Property Insurance ....................... 5.15 OWNER - Acceptance of defective Work ......... 13.13 Patent Fees and Royalties ..................... 6.12 appoint an ENGINEER .................... 8.2 Payment Bonds ..........................5.1-5.2 as fiduciary . ...................... 5.12-5.13 Payments. Recommendation of ..........14.4-14.7, 14.13 ' Availability of Lands, responsibility ..4.1 Payments to CONTRACTOR and Completion - definition of ........................... 1.27 Application for Progress Payments ............ 14.2 data, furnish ............................8.3 CONTRACTOR'S Warranty of Title ........... 14.3 May Correct Defective Work .. . . . . : . . . . . . 13.14 Final Application for Payment . .. . . . . . ; .. . . .. 14.12 May refuse to make payment . 14.7 Final Inspection ........ .. 14.11 May Stop the Work ...................... 13.10 Final Payment and Acceptance ..........14.13-14.14 may suspend work, terminate ......8.8, 13.10, 15.1-15.4 general ............................. 8.3.14 ' Payment, make prompt ............ 8.3, 14.4, 14.13 Partial Utilization ....................... 14.10 performance of other Work ...................7.1 Retainage ............................. 14.2 permits and licenses, requirements ............ 6.13 Review of Applications for Progress 'purchased insurance requirements ..........5.6-5.10 Payments .......................14.4-14.7 OWNER's - prompt payment 8.3 Acceptance of the Work . ................ 6.30.2.5 Schedule of Values ....................... 14.1 Change Orders, obligation to Substantial Completion ................14.8-14.9 ' execute ..........................8.6, 10.4 Waiver of Claims ...................... 14.15 Communications ..........................8.1 when payments due ................. 14.4, 14.13 Coordination of the Work ................... 7.4 withholding payment ..................... 14.7 Disputes, request for decision ............... 9.11 Performance Bonds ........................5.1-5.2 ' Permits.................................6.13 I 0 Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number Petroleum - Regulations. Laws and (or) .....................6.14 definition of ........................... 1.30 Rejecting Defective Work ...................... 9.6 general ............................... 4.5 Related Work - OWNER'S responsibility for ................ 8.10 at Site ..............................7.1-7.3 Physical Conditions - Performed prior to Shop Drawings Drawings of, in or relating to .............. 4.2.1.2 and Samples submittals review ....... 6.28 ENGINEER's review .................... 4.2.4 Remedies, cumulative ................... 17.4, 17.5 ' existing structures ....................... 4.2.2 Removal or Correction of general ............................. 4.2.1.2 Defective Work ......................... 13.11 Subsurface and . ......................... 4.2 rental agreements, OWNER approval Underground Facilities .....................4.3 required ........................... 11.4.5.3 Possible Contract Documents Change ......... 4.2.5 replacement of ENGINEER, by OWNER ........... 8.2 Possible Price and Times Adjustments .......... 4.2.6 Reporting and Resolving Discrepancies ... 2.5, 3.3.2, 6.14.2 Reports and Drawings .................... 4.2.1 Reports - Notice of Differing Subsurface. or . ............ 4.2.3 and Drawings ......................... 4.2.1 Subsurface and . ......................... 4.2 and Tests, OWNER'S responsibility ............ 8.4 Subsurface Conditions ................... 4.2.1.1 Resident Project Representative - TechnicalData. Limited Reliance by definition of ........................... 1.33 ' CONTRACTOR Authorized .............4.2.2 provision for ............................9.3 Underground Facilities- Resident Superintendent, CONTRACTOR'S .......... 6.2 general . ........................... 4.3 Responsibilities - Not Shown or Indicated . ............... 4.3.2 CONTRACTOR's-in general .................. 6 Protection of ......................4.3, 4.3, 6.20 ENGINEER's-in general . .................... 9 Shown or Indicated ................... 4.3.1 Limitations on ....................... 9.13 Technical Data .. .... .. 4.2.2 OWNER's-in general ....................... 8 Preconstruction Conference .................... 2.8 Retainage ............................... 14.2 Preliminary Matters ..........................2 Reuse of Documents ......................... 3.7 Preliminary Schedules ........................ 2.6 Review by CONTRACTOR: Shop Drawings Premises, Use of . ......................6.16-6.18 and Samples Prior to Submittal .............. 6.25 , Price, Change of Contract ......................11 Review of Applications for Progress Price, Contract - definition of . .................. 1.11 Payments .........................14.4-14.7 Progress Payment. Applications for .............. 14.2 Right to an adjustment ....................... 10.2 Progress payment - retainage .................. 14.2 Rights of Way ............................. 4.1 Progress schedule, CONTRACTOR'S .... 2.6, 2.8, 2.9, 6.6 Royalties, Patent Fees and .................... 6.12 0 ....... 6.29, 10.4, 15.2.1 Safe Structural Loading ...................... 6.18 Project - definition of . ....................... 1.31 Safety - Project Representative and Protection ... 4.3.2, 6.16, 6.18, 6.20-6.21, 7.2, 13.2 ENGINEER'S Status During Construction .......... 9.3 general ..........................6.20-6.23 Project Representative. Resident Representative, CONTRACTOR'S ............ 6.21 - definition of ...........................1.33 Samples - prompt payment by OWNER . ................... 8.3 definition of .......................... 1.34 Property Insurance general ..........................6.24-6.28 Additional . ........ 5.7 Review by CONTRACTOR ................ 6.25 general ........................... 5.6-5.10 Review by ENGINEER ................ 6.26, 6.27 Partial Utilization ................. 5.15, 14.10.2 related Work .......................... 6.28 receipt and application of submittal of ............ 4 ............. 6.24.2 proceeds .......................5.12-5.13 submittal procedures ..................... 6.25 Protection, Safety and . ................ 6.20-6.21, 13.2 Schedule of progress ... 2.6, 2.8-2.9, 6.6, 6.29, 10.4, 15.2.1 Punch list ......................... .... 14.11 Schedule of Shop Drawing and Sample Radioactive Material - Submittals ................ 2.6, 2.8-2.9, 6.24-6.28 definition ............................ 1.32 Schedule of Values ................ 2.6, 2.8-2.9, 14.1 general ...............................4.5 Schedules - OWNER'S responsibility for ................ 8.10 Adherence lo ......................... 15.2.1 Recommendation of Payment ......... 14.4, 14.5, 14.13 Adjusting ............................. 6.6 Record Documents ......................6.19, 14.12 Change of Contract Times ................. 10.4 Records, procedures for maintaining ............... 2.8 Initially Acceptable ....................2.8-2.9 Reference Points ............................4.4 Preliminary ............................ 2.6 Reference to Standards and Specifications .. '.. Scope of Changes ................... 10.3-10.4 of Technical Societies ....... 3.3 Subsurface Conditions ...................... 4.2.1.1 10 , I Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number Shop Drawings - Substitute Items ....................... 6.7.1.2 and Samples, general .................. 6.24-6.28 Subsurface and Physical Conditions - Change Orders & Applications for Drawings of, in or relating to .............. .4.2.1.2 payments, and .......................9.7-9.9 ENGINEER'S Review ................... 4.2.4 definition of .......................... 1.35 general ............................... 4.2 ENGINEER'S approval of ................. 3.6.2 Limited Reliance by CONTRACTOR ' ENGINEER'S responsibility Authorized ...... 4 ..... 4 ........... 4.2.2 for review ................. .. 6.24-6.28, 9.7 Notice of Differing Subsurface or related Work .......................... 6.28 Physical Conditions ...................... 4.2.3 review procedures ................ 2.8, 6.24-6.28 Physical Conditions ........................4.2.1.2 submittal required ...................... 6.24.1 Possible Contract Documents Change ............ 4.2.5 Submittal Procedures ..... 4 . 4 ...... 0 . 0 ... 6.25 Possible Price and Times Adjustments ............ 4.2.6 use to approve substitutions ................ 6.7.3 Reports and Drawings ....................... 4.2.1 •'Shown or Indicated 4.4...4......4........... 4.3.1 Subsurface and .......................... 4.2 Site Access ...........4.4......4...4.. 7.2, 13.2 Subsurface Conditions at the Site ............ 4.2.1.1 Site Cleanliness ... 4 ....................... 6.17 Technical Data ......................... 4.2.2 Site, Visits to - Supervision - by ENGINEER ..................... 9.2, 13.2 CONTRACTOR'S responsibility .............. 6.1 by others ............................. 13.2 OWNER shall not supervise .................. 8.9 "Special causes of loss" policy form, insurance ...... 5.6.2 ENGINEER shall not supervise .......... 9.13.2, 9.2 Specifications - Superintendence .4444 ........................ 6.2 ' definition of 1.36 Superintendent, CONTRACTOR'S resident ....... 6.2 of Technical Societies, reference to ............ 3.3.1 Supplemental costs ........................ 11.4.5 precedence ........................... 3.3.3 SupplementaryConditions - definition of ........... 1.39 Standards and Specifications of Technical principal reference to. .... 1.10, 1.18, 2.2, 2.7, 4.2, 4.3, 5.1 Societies .............4...4....4...4.. 3.3 ..... 5.3, 5.4, 5.6-5.9, 5.11, 6.8, 6.13, 7.4, 8.11,9.3, 9.10 Starting Construction, Before .................2.5-2.8 Supplementing Contract Documents ................ 3.6 Starting the Work ........................... 2.4 Supplier - ' Stop or Suspend Work - definition of ........................... 1.40 by CONTRACTOR ...................... 15.5 principal references to. ........ 3.7, 6.5, 6.8-6.11, 6.20 by OWNER 8.8, 13.10, 15.1 ........................... 6.24, 9.13, 14.12 'Storage of materials and equipment ............ 4.1, 7.2 Waiver of Rights .......................6.11 Structural Loading, Safety .................... 6.18 Surety - Subcontractor - consent to final payment .............. 14.12, 14.14 Concerning, ....................... 6.8-6.11 ENGINEER has no dutyto.................. 9.13 ' definition of .......................... 1.37 Notification of ................. 10.1, 10.5, 15.2 delays .............................. 12.3 qualification of ........................5.1-5.3 waiver of rights ........................ 6.11 Survival of Obligations ...................... 6.34 'Subcontractors - in general ..................6.8-6.11 Suspend Work. OWNER May .............. 13.10, 15.1 Subcontracts - required provisions ...... 5.11, 6.11, 11.4.3 Suspension of Work and Termination - ....15 Submittals - CONTRACTOR May Stop Work or Applications for Payment .................. 14.2 Terminate ......................... 15.5 ' Maintenance and Operation Manuals .......... 14.12 OWNER May Suspend Work ............... 15.1 Procedures ........................... 6.25 OWNER May Terminate ................ 15.2-15.4 Progress Schedules .................... 2.6, 2.9 Taxes -Payment by CONTRACTOR ............... 6.15 Samples ..........................6.24-6.28 Technical Data - ' Schedule of Values ................... 2.6, 14.1 Limited Reliance by CONTRACTOR ..........4.2.2 Schedule of Shop Drawings and Possible Price and Times Adjustments .......... 4.2.6 Samples Submissions ............. 2.6, 2.8-2.9 Reports of Differing Subsurface and 'Shop Drawings ..... 4 .................. . 6.24-6.28 Physical Conditions .................... 4.2.3 Substantial Completion - Temporary construction facilities ................. 4.1 certification of .............. 6.30.2.3, 14.8-14.9 Termination - definition of .......................... 1.38 by CONTRACTOR 4 ..................... 15.5 'Substitute Construction Methods or Procedures ...... 6.7.2 by OWNER .................... 8.8, 15.1-15.4 Substitutes and "Or Equal" Items ................. 6.7 of ENGINEER'S employment ................ 8.2 CONTRACTOR'S Expense ................ 6.7.1.3 Suspension of Work-in general . ................ 15 ' ENGINEER'S Evaluation .................6.7.3 Terms and Adjectives ........................ 3.4 "Or -Equal" ........................... 6.7.1 Tests and Inspections - Substitute Construction Methods of Procedures ... 6.7.2 Access to the Work, by others ............... 13.2 II" 11 Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number CONTRACTOR'S responsibilities ............. 13.5 Values, Schedule of ................ 2.6, 2.8-2.9, 14.1 cost of ...............................13.4 .............................. 13.4 Variations in Work - Minor covering Work prior to ................. 13.6-13.7 Authorized ......................6.25, 6.27, 9.5 Laws and Regulations (or) .................. 13.5 Visits of Site - by ENGINEER.................... 9.2 Notice of Defects .........................13.1 Waiver of Claims - on Final OWNER May Stop Work ...................13. 13.10 Payment ............................. 14.15 OWNER'S independent testing ............... 13.4 Waiver of Rights by insured parties ............5.11, 6.11 ' special, required by ENGINEER ................9.6 Warranty and Guarantee, General - by timely notice required ..................... 13.4 CONTRACTOR ........................ .6.30 Uncovering the Work. at ENGINEER'S Warranty of Title, CONTRACTOR'S .............i4.3 request .................... 13.8-13.9 Work - Times - Access to. ............................ 13.2 Adjusting. ............................. 6.6 by others ................................7 Change of Contract ........................12 Changes in the ........................... Computation of ......................... 17.2 Continuing the. ......................... 6.29 Contract Times - definition of ............... 1.12 CONTRACTOR May Stop Work day.................................17.72 or Terminate .......................... 15.5 Milestones .. ..................... .12 Coordination of ..........................7.4 Requirements - . ................. 4 ........ 16 Cost of the. ........................11.4-11.5 clarifications, claims and definition of ........................... 1.43 disputes................. 9.11, 11.2, 12 neglected by CONTRACTOR .. .............. 13.14 commencement of contract times ............2.3 other Work ..............................7 ' precotru nsction conference.................2.8 OWNER May Stop Work .................. 13.10 schedules ..................... 2.6, 2.9, 6.6 OWNER May Suspend Work 6......... 13.10, 15.1 starting the Work .......2.4 Related. Work at Site ...................7.1-7.3 Title, Warranty of........................... 14.3 Starting the ............................ 2.4 Uncovering Work .......................13.8-13.9 Stopping by CONTRACTOR .................15.5 Underground Facilities, Physical Conditions - Stopping by OWNER ..................15.1-15.4 definition of ........................... 1.41 Variation and deviation authorized. Not Shown or Indicated .................. .4.3.2 minor ............................. 3.6 protection of ........................ 4.3, 6.20 Work Change Directive - Shown or indicated ......................4.3.1 claims pursuant to ....................... 10.2 Unit Price Work - definition of . .......................... 1.44 claims .............................. 11.9.3 principal references to ............ 3.5.3, 10.1-10.2 , definition of ............................1.42 Written Amendment - general ....................... 11.9, 14.1, 14.5 definition of . .......................... 1.45 Unit Prices - principal references to ....1.10, 3.5. 5.10, 5.12, 6.19, 6.6.2 Determination for ....................... 9.10 ......... 6.8.2, 10.1, 10.4, 11.2, 12.1, 13.12.2. 14.7.2 general .................... .......... 11.3.1 Written Clarifications and Use of Premises ................. 6.16,.6.18, 6.30.2.4 Interpretations ................. 3.6.3, 9.11, 9.4 ' Utility OWNER's .............6.13, 6.20, 7.1-7.3. 13.2 Written Notice Required - Utilization, Partial ......... 1.28, 2.4, 5.15, 6.30, 14.10 by CONTRACTOR. ... 7.1, 9.10-9.11, 10.4, 11.2, 12.1 Value of the Work . ......................... 11.3 by OWNER ........... 9.10-9.11, 10.4, 11.2, 13.14 ' I I I 12 , I I I I J J [1 L1 I I H. J J I I I GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS Additions SCI Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1 Addenda - Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement - The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment - The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos - Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bid - The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents - The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements - The advertisement or invitation to Bid, instructions to bidders, and the Bid form. 1.8. Bonds - Performance and Payment bonds and other instruments of security. 1.9. Change Order - A document recommended by 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. 1.10. Contract Documents - The Agreement. Addenda (which pertain to the Contract Documents), CONTRACTOR'S Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the 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 pursuant to paragraphs 3.5, 3.6.1, and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1.1 and 4.2.2.2 are not Contract Documents. 1.11. Contract Price - The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times - The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion. and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER'S written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR - The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective - An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, in that it does not conform to the Contract 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 accordance with paragraph 14.8 or 14.10). 1.15. Drawings - The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER - The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER'S Consultant - A person, firm or corporation 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. 1.19. Field Order- A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 1J 13 1.20. General Requirements - Sections of Division 1 of the Specifications. 1.21. Hazardous Waste -The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time 1.22. Laws and Regulations; Laws or Regulations - Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having Jurisdiction. 1.23. Liens - Liens, chases, security interests or encumbrances upon real property or personal property. 1.24. Milestone - A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Complection of all the Work. 1.25. Notice of Award - The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified. OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed - A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence lo run and on which CONTRACTOR shall Start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OWNER - The public body or authority, corporation. association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 1.28. Partial Utilization - Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs - Polychlerinated biphenyls. 1.30. Petroleum - Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project - The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32. Radioactive Material - Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of (954 (42 USC Section 2011 et seq.) as amended from time to time. 1.33. Resident Project Representative - The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples - Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor - An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion - The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER'S definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contact Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER'S written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. 1.40. 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. 1.41. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications. cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work - Work to be paid for on the basis of unit prices I C C I I H I C [_ C [I I I [.H I. I 14 I I LI I H H H I I I I I I I I I 1.43. Work - The entire competed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. 1.44. Work Change Directive - A written directive 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 physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change 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 as provided in paragraph 10.2. 1.45. Written Amendment - A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2- PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreement to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shill furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents is are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Proceed: 2.3. The Contract Times will commence to run on the 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 thirty days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CON- TRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. 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 clarifica- tion 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. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Require- ments), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents, 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing, and processing such submittal; 2.6.3. a preliminary schedule of values for all of the Work which wilt include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during con- struction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified in the Supplementary 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 paragraphs 5.4, 5.6 and 5.7. Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference I 15 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 2.6, procedures for handling Shop Drawings and other submittals. processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to compete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR'S schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals. CONTRACTOR'S schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3- CONTRACT DOCUMENTS: INTENT AMENDING. REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary, what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be. specific or, by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Dale of the Agreement if there were no Bids), except as may be otherwise specifically staled in the Contract Documents. 3.3.2. 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 such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5. CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6: provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6. the provisions of the Contract Documents shall take precedence in resolving any conflict. error, ambiguity or discrepancy between the provisions of the Contract Documents and: I H I I H C [] I I H [I 3.3.3.1. the provisions of any such standard, specification. manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents), or 3.3.3.2. the provisions of any such Laws or 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). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and 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 it be effective to assign to OWNER. ENGINEER or any of ENGINEER'S Consultants, agents or employees any duty or authority to supervise or direct the furnishing or L 16 ' I C F C I H L I I I Li H I I I H I H performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of pan graph 9.13 or any other provision of the Contract Documents. 3.4. Whenever in the Contract Documents the terms "as ordered," "as directed," "as required," "as allowed," "as approved" or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty of authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.6.1. a Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER'S approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER'S written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER'S Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a correct statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER'S interest therein as necessary for giving notice of or filing a mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER'S furnishing these lands, rights -of -way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of: 4.2.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or sub- surface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. ' 17 4.2.2. Limited Reliance by CONTRACTOR Authorized; Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the 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: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR'S purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally 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 conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER'S Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER'S obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER'S findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3., a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR'S cost of, or time required for performance of, the Work; subject, however, to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment: 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if: 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract: or 4.2.6.4.2. the existence of such condition could 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 CONTRACTOR prior to CONTRACTOR'S making such final commitment: or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However. OWNER. ENGINEER and ENGINEER'S Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions - Underground Facilities: ' I I 1] I L I I I L' I I L L I I 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on 18 , information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is ' otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such ' information or data; and 4.3.1.2. The cost of all of the following will be included ' in the Contract Price and CONTRACTOR shall have full responsibility for (i) reviewing and checking all such information and data. (ii) locating all Underground Facilities shown or indicated in the Contract Documents, ' (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility ' is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, 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 6.23), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in ' the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, ' CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent ' that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that 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 the amount or length of any such adjustment in Contract Price or Contract Times. CONTRACTOR may make ' a claim therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEER'S Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: ' 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER'S judgment are necessary to enable CONTRACTOR to proceed with the Work, CONTRACTOR shall be responsible for laying ' out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ' ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.5.2. CONTRACTOR shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by paragraph 6.23), and (ii) notify OWNER and ENGINEER (and 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 hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, cither party may make a claim therefor as provided in Articles 11 and 12. 4.5.3. If after receipt of such special written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work. then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have such deleted portion of the Work performed by OWNER'S own forces or others in accordance with Article 7. 4.5.4. To the fullest extent permitted by Laws and Regulations. OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGINEER, ENGINEER'S I 19 Consultants and the officers, directors, employees, agents, other consultants and subcontractors of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom. and (ii) nothing in this subparagraph 4.5.4 shall obligate OWNER to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. 4.5.5. The provisions of paragraphs 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. ARTICLE 5- BONDS AND INSURANCE Additions see SC -5.1.1 and 5.1.2 Performance, Payment, and Other Bonds: 5.1. 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 Supplementary Conditions. 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 Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any pan of the Project is located or it ceases to meet the requirements of paragraph 5.1. CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. Replacement see SC 5 . 2 5.3. Licensed Sureties and Insurers; Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the 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. Additions see SC 5.3.1 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. OWNER shall deliver to CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRACTOR or any other additional insured) which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7 hereof. Revision see SC 5.3.2 CONTRACTOR'S Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR'S performance and furnishing of the Work and CONTRACTOR'S other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR'S employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR'S employees; 5.4.4. claims for damages insured by customary personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason: 5.4.5. claims for damages, other than to the Work itself. because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. L I I I I 71 I C1 C I I I I I H L I 20 I I The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: Property Insurance: I I I I [1 H I I I I I I H I I 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER'S Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds. and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; 5.4.10. include contractual liability insurance covering CONTRACTOR'S indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so provide); 5.4.12. 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 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary 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). Addition see SC 5.4.14 OWNER'S Liability Insurance: 5.5. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER'S option, may purchase and maintain at OWNER'S expense OWNER'S own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Replacement see SC 5.5 5.6. 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: Replacement see SC 5.6 5.6.1. include the interests of OWNER. CONTRACTOR, Subcontractors, ENGINEER, ENGINEER'S Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 5.6.2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils as may be specifically required by the Supplementary Conditions; 5.6.3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects): 5.6.4. cover materials and equipment stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5.6.5. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with thirty days written notice to each other additional insured to whom a certificate of insurance has been issued. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER. ENGINEER'S Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. Replacement see SC 5.7 5.8. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with paragraph 5.11. ' 21 5.9. OWNER shall. not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount, will be borne by CONTRACTOR, Subcontractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. Delete 5.10 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraphs 5.6 or 5.7. OWNER shall, if 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. 5.11. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR intend that all policies purchased in accordance with paragraphs 5.6 and 5.7 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. In addition. OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, ENGINEER'S Consultants and the officers, directors, employees and agents of any of them, for: 5.11.2.1. loss due to business interruption, loss of use or other consequential loss extending beyond direct 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 5.11.2.2. loss or damage to the completed Project or part thereof caused by. arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by OWNER during partial utilization pursuant to paragraph 14.10, after substantial completion pursuant to paragraph 14.8 or after final payment pursuant to paragraph 14.13. Any insurance policy maintained by OWNER covering any loss, damage or consequential loss referred to in this paragraph 5.11.2 shall contain provisions to the effect that in the event of payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of CONTRACTOR. Subcontractors, ENGINEER. ENGINEER's Consultants and the officers, directors, employees and agents of any of them. Receipt and Application of Insurance Proceeds Delete 5.12 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests . may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Delete 5.13 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER'S exercise of this power. If such objection be made. OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached. OWNER as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest. OWNER as fiduciary shall give bond for the proper performance of such duties. Acceptance of Bonds and Insurance; Option to Replace: 5.14. If either party (OWNER or CONTRACTOR) has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within ten days after receipt of the certificates (or other evidence requested) required by paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the Bonds and insurance required of such party by the Contract Documents. such party shall notify the other party in writing of such failure to purchase prior to the start of the Work. or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was I I I H I I ri I H I I I I I I I 22 I I I I I 1 H P1 I I I I I H I J I I required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. Partial Utilization - Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10: provided chat no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1 CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the 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 others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority lo act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials ami Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, layout and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in (he Contract Documents, all Work at the site shall be performed during regular working hours and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Work on Saturday. Sunday or any legal holiday without OWNER'S written consent given after prior written notice to ENGINEER. 6.4. Unless otherwise specified in the General Requirements. CONTRACTOR shall furnish and assume full responsibility for all 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 furnishing, performance, testing, start-up and completion of the Work. 6.5. All materials and equipment 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 kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used. cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change 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 thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. Addition see SC 6.6 6.7. Substitutes and "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type. function and quality required. Unless the specification or description contains or is followed by word 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 accepted by ENGINEER under the following circumstances: ' 23 6.7.1.1. "Or -Equal": 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 acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. 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. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR'S achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR'S expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. 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 procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER'S prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER'S Consultants for evaluating each such proposed substitute item. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2). whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions. OWNER'S or ENGINEER'S acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be adjusted by the difference in the cost occasioned by such I I I Li I C1 I I I I I C I I I I I 24 H I I I G [1 I I I I I I I I I I I substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor. Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR 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 person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, 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 Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR. 6.10. 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. 6.11. 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 5.6 or 5.7. 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 additional insureds for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and 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, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents. Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay fo; all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. 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. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations. neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR'S compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's 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 3.3.2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of 25 the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any 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. 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. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR'S performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any pan of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders. Work Change Directives. Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and 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: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site: and 6.20.3. other properly 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. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them. and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage. ,injury or loss to any property referred toin paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER'S Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part. to the fault or negligence of CONTRACTOR or any Subcontractor. Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR'S duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). Safety Representative: I [] I I I I C I I I I 1 I I 6.21. CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and I 26 I I [1 responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communications Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or'among employers at the site in accordance with Laws or Regulations. IEmergencies: I I I I H I I I I I I I 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER or ENGINEER, 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. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Samples: 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample 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 6.26. The numbers of each Sample lo be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto. 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work. and 6.25.1.2. all information relative to CONTRACTOR'S sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawing; and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR'S obligations under the Contact Documents will respect to CONTRACTOR'S review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such 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 communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawing and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER'S review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safe precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention writing to revisions other than the corrections called for ENGINEER on previous submittals. 6.27. ENGINEER'S review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract 1 27 Documents unless CONTRACTOR has in writing called ENGINEER'S attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGINEER'S review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee: Addition - See SC 6.30.3. 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR'S warranty and guarantee hereunder excludes defects or damage caused by: 6.30. 1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers: or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. 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: 6.30.2.1. observations by ENGINEER: 6.30.2.2. recommendation of any progress or final payment by ENGINEER: 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or , 6.30.2.8. any correction of defective Work by OWNER. Addition - See SC 6.30.3 ' Indemnification: 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent actor omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in pan by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers. directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts. disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER'S Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in, required by, or given in accordance with I I I LI I I I I I C I 28 I I I I I I I I I I1 I I I I L I the Contract Documents, as well as all continuing obligate indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and terminal or completion of the Agreement. ARTICLE 7- OTHER WORK Additions see SC 7.5 Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work. and (ii) CONTRACTOR may make a claim therefor as provided in Articles 11 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER'S employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and 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 arc comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR'S Work depends upon work performed by others under this Article 7. CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR'S Work. CONTRACTOR'S failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR'S Work except for latent or nonapparent defects and deficiencies in such other work ' Coordination: I 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized: and 7.4.3. the extent of such authority and responsibility will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions. OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an ENGINEER against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER'S duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER'S identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. Delete 8.5 8.5. OWNER'S responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.10. . 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER'S responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8, In connection with OWNER'S right to stop Work or suspend Work. see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER'S right to terminate services of CONTRACTOR under certain circumstances. I 29 8.9. The OWNER shall not supervise, direct or have control or authority, 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 CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR'S failure to perform or furnish the Work in accordance with the Contract Documents. 8.10. OWNER'S responsibility in respect of undisclosed Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Materials uncovered or revealed at the site is set forth in paragraph 4.5. 8.11. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER'S obligations under the Contract Documents, OWNER'S responsibility in respect thereof will be set forth in the Supplementary Conditions. ARTICLE 9- ENGINEER'S STATUS DURING CONSTRUCTION OWNER'S Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: 9.2. ENGINEER will make visits to the site at interval appropriate to the various stages of construction as ENGINEER deems necessary in order to observe as an experiences 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 will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. ENGINEER'S efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work wilt conform generally to the Contract Documents. On the basis of such visits and on -site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. ENGINEER's visits and on -site observations are subject to all the limitations on ENGINEER'S authority and responsibility se forth in paragraph 9.13. and particularly, but without limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR'S Work ENGINEER will not supervise, direct, control or have authority over or be 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 die furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.13 and in the Supplementary Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or Article 12. Authorized Variations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof. OWNER or CONTRACTOR may make a written claim therefor as provided in Article I1 or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove o reject Work which ENGINEER believes to be defective, or I I I I I I I Li I I I I I 30 I I I I Ii I I I Ii L LI I I I I I I I that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER'S authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER'S authority as to Change Orders, see Articles 10. 11, and 12. 9.9. In connection with ENGINEER'S authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR 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 upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER'S decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement" entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and Claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER'S decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A. "Dispute Resolution Agreement," entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER'S written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11. ,NGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect lo any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant to Article 16. 9.13. Limitations on ENGINEER'S Authority and Responsibilities: 9.13.1. Neither ENGINEER'S authority or 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 or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. I • 31 9.13.2. 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 furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR'S failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.13.4. ENGINEER'S review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and Other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of. and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER'S Consultants, Resident Project Representative and assistants. ARTICLE 10 -CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, 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). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6 except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (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, and the amount of each applicable Bond will be adjusted accordingly. Addition see SC 10.6 I I I I LJ I I I ARTICLE 11 - CHANGE OF CONTRACT PRICE I 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR'S expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and staling the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. Li I I I I L I 32 I 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be ' determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1 through 11.9.3. inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for ' overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher ' than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: I C1 I I I I I I 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without 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, unemployment, excise and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with 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. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished 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 bid, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR'S Cost of the Work and fee as provided in paragraphs 11.4, 11.5. 11.6 and 11.7. All subcontracts shall be subject to the other provision of the Contract Documents insofar as applicable. 11.4.4. 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. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR'S employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities 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. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work. and for which CONTRACTOR is liable. imposed by Laws and Regulations. 11.4.5:5. Deposits lost for causes other than 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, and royalty payments and fees for permits and licenses. 1 33 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have 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. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. 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. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 - all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses. including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of 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. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR'S fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee: or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 ' and 11.4.2. the CONTRACTOR'S fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, , the CONTRACTOR'S fee shall be five percent: 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3, and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor: 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5, and 11.5; 11.6.2.5. the amount of credit to be allowed by 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 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR'S fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 11.5. CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 34 •, Cash Allowances: ' 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished ' and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRAC- ' TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and ' 11.8.2. CONTRACTOR'S costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances ' have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. ' Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price ' Work an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indi- cated in the Agreement. The estimated quantities of items ' of Unit Price Work arc 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 per- ' formed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. ' 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR'S overhead and profit for each separately identified item. ' Replace 11.93 with SC 11.9.3 I I I I 11.9.3. OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article II if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work: and 11.9.3.3. if CONTRACTOR believes that 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. ARTICLE 12 - CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from 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 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR'S sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. for damages arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR, or (ii) ' 35 I delays beyond the control of both parties 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. ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing•laboratories and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely 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. Replacement with SC 13.3 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: Replacement with SC 13.4 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below: 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 below shall be paid as provided in said paragraph 13.9: and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other 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. CONTRACTOR shall also 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 of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR'S purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work: 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER'S observation and replaced at CONTRACTOR'S expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's 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 caused by. arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties arc unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment. or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work. or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work [1 I I I I I I I I I Li I I I I I I I I I I I I I H I shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or an surety or other party. Correction or Removal of Defective Work 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or riot fabricated, installed or completed, or, if the Work ha been rejected by ENGINEER, remove it from the site an replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to a costs of repair or replacement of work of others). 13.12. Correction Period: 13.12.1. If within one year after the date of Substantial Completion or such longer period of time as may be 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, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. 13.12.2. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the collection 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. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER'S recommendation of final payment, also ENGINEER) prefers to accept it. OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if 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. 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, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees. OWNER'S other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14 -PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment I 37 acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: Replacement with.SC 14.2 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and 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. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Renew of Applications for Progress Payment: Revision see SC 14.4 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR 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. Ten days after presentation of the Application for Payment to OWNER with ENGINEER'S recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER'S recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER'S on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER'S review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER'S knowledge, information and belief: 14.5.1. the Work has progressed to the point indicated. 14.5.2. 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 9.10, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is 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 furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or. because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER'S opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work. I I I Ll it LI I I I I I I I SI M I I I I I I [1 I I I I [1 I I 14.7.6. Liens have been filed in connection with the Work. except where. CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWNER to a set-off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.) through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) slating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER'S satisfaction the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work 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 fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, staying the reasons therefor. If, after consideration of OWNER'S objections. ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen 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 Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, 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. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion. but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER'S option of any substantially completed part of the Work which: (i) has specifically been identified in the Contract Documents, or (ii) 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: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such pan 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 consider 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 paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all . 39 particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are -necessary to complete such Work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents. including but not limited to the evidence of insurance required by subparagraph 5.4.13. (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, 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. Final Payment and Acceptance: 14.13. 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 to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after the presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR. 14.14. 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 is be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1. the written 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 CONTRACTOR 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. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14. 15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.11. from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: I I ri I I I ri I I I I I I Li L [1 40 I F I I I Li I I I H I I I I 15.2.1. if CONTRACTOR persistently fails 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 2.9 as adjusted from time to time _ pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction: 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents: OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all 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 sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and 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, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR'S services have been so 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. ' 15.4. Upon seven days written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the ' Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; ' 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead add profit on such expenses 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or. ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 135.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A. "Dispute Resolution Agreement," to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10. 9.11. and 9.12. OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. 41 I ARTICLE 17 - MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Times: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Cumulative Remedies: 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the panics hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs included: 17.5.. Whenever reference is made to "claims, costs, losses and damages" it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. [The remainder of this page was left blank intentionally.] I I I I I I I I I I I I I LI' C1 42 TABLE OF CONTENTS OF SUPPLEMENTARY CONDITIONS I. SC-1 DEFINITIONS AND ABBREVIATIONS ................................ SC -1 SC -2 PRELIMINARY MATTERS ........................................... SC -2 SC -5 BONDS AND INSURANCE .......................................... SC -3 SC -6 CONTRACTOR'S RESPONSIBILITIES ................................. SC -6 ' SC -7 OTHER WORK ..................................................... SC -7 SC -8 OWNER'S RESPONS1BILITIES....................................... SC -7 SC- 10 CHANGES IN THE WORK ........................................... SC -8 SC -11 CHANGE OF CONTRACT PRICE ..................................... SC -8 ' SC -13 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK ................................................. SC -8 SC -14 PAYMENT TO CONTRACTOR AND COMPLETION ..................... SC -9 SC -16 DISPUTE RESOLUTION ............................................ SC -1I H I I ISUPPLEMENT TO THE GENERAL CONDITIONS ' The following Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (EJCDC No. 1910-8, 1990 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. ISC -1 DEFINITIONS AND ABBREVIATIONS ' In addition to the provisions of Article 1, the following supplemental definitions apply: "Owner" shall mean the City of Fayetteville, Arkansas, acting thorough its duly authorized ' representatives. Address - City of Fayetteville, 113 West Mountain, Fayetteville, AR 72701. "Engineer" shall mean the engineering firm of RJN Group, Inc., Consulting Engineers, or their ' duly authorized agent. "Resident Project Representative" shall be the authorized representative of the "Engineer". ' "Surety" or "sureties" shall mean the bondsmen or party or parties who have made the fulfillment of the contract by bonds, and whose signatures are attached to such bonds. "Advertisement" shall mean the all legal publications pertaining to the work of this contract. ' "Plans" shall mean, collectively, all of the drawings pertaining to the contract and made a part thereof, and also such supplementary drawings as the Engineer may issue from time to time in order to clarify the drawings, or for the purpose of showing changes in the work as authorized under the section "Modifications and Alterations," or for the showing of details which are not shown thereon. I I I "Grade" as used in these specifications shall mean and indicate the established elevations of the paving, flow lines of sewers and other appurtenances as shown on the plans on file in the Engineer's office. Whenever the following abbreviations are used, they shall have the corresponding meaning as shown below: AASHTO - American Association of State Highway Officials ACI - American Concrete Institute AGA - American Gas Association AHTD - Arkansas Highway and Transportation Department ASHTD - Arkansas Highway and Transportation Department AISC - American Institute of Steel Construction ANSI - American National Standards Institute APA - American Plywood Association ASA - American Standards Association ASTM - American Society for Testing Materials I SC -1 I AWG - American Wire Gage ' AWPA - American Wood Products Association AWS - American Welding Society AWWA - American Water Works Association GSA - General Services Administration, U.S. Government NHBA - National Builders Hardware Association NEC - National Electric Code NEMA - National Electric Manufactures Association NFPA - National Fire Protection Association , NPT - National Pipe thread SBC - Standard Building Code (also SSBC) SPA - Southern Products Association ' UL - Underwriters Laboratories A - Ampere , cfm - cubic feet per minute CGMP - corrugated galvanized metal pipe DIP - ductile iron pipe gpm - gallons per minute Hp - horsepower 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 ' SC -2 PRELIMINARY MATTERS Add the following to immediately follow paragraph 2.2 of the General Conditions. SC -2.2 Copies of Documents: , Article 2.2 of the General Conditions shall be amended to read that Not less than five (5) bound ' copies of the proposal, contract, and stipulations shall be prepared and submitted to the OWNER for execution, each containing an exact copy of the CONTRACTOR'S proposal as submitted, the Bond or Bonds properly executed and the Contract signed by both parties thereto. However, the CONTRACTOR and the surety executing the bond shall not date the contract or the bond upon submission or execution by the OWNER. These documents will be dated the date the OWNER executes the contract. - OWNER shall furnish to CONTRACTOR up to two (2) copies of the contract documents as are SC -2 , reasonably necessary for the execution of the work. Additional copies will be furnished, upon request, at the cost of reproduction. ' SC -2.7. Furnishing of Insurance Data. Delete all references to OWNER supplied and OWNER delivered insurance. ' SC -5 BONDS AND INSURANCE SC -5.1 Performance. Payment and other bonds: Add the following new paragraphs immediately after paragraph 5.1 of the General Conditions which reads as follows: SC -5.1.1 Resident Agent. The CONTRACTOR shall furnish performance and payment bonds ' as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power -of -attorney. The mere ' countersigning of the bonds by a resident agent shall not be sufficient. No employers' liability, public liability or workmen's collective insurance policy shall be written in any casualty company not authorized to do business in the State of Arkansas. These policies shall likewise t be issued by a resident local agent licensed by the Insurance Commission of the State of Arkansas. I I I C1 I I I I I SC -5.1.2 Additional information. The Contractor shall provide the bonds as described in these sections within ten (10) days after the receipt of the NOTICE OF AWARD. For contracts in excess of $100,000.00 the bonds shall be issued by a bonding company listed by the A.M. BEST Rating Book as follows: (1) contracts in excess of $100,000.00, but less than $1,000,000.00 - "B+" rating or higher and contract amount may not exceed 2.0% of the policyholder's surplus. (2) contracts in excess of $1,000,000.00 - "A" rating or higher and contracts may not exceed 2.0% of the policyholder's surplus. The expense of all bonds shall be borne by the CONTRACTOR. SC -5.2. Delete paragraph 5.2 of the General Conditions in its entirety and replace with the following new paragraph 5.2: SC -5.2. If at any time a surety on any such bond is declared bankrupt or loses its right to do business in the State of Arkansas or is removed from the above list of . surety companies, the CONTRACTOR shall within ten (10) days 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 such form and. sum and signed by other surety or sureties as may be satisfactory to the OWNER. The premiums on such bonds shall be paid by the CONTRACTOR. No further payment shall be deemed due nor shall be made until the new surety or sureties shall SC -3 I have furnished an acceptable bond to the OWNER. ' SC -5.3 Licensed Sureties and Insurers: Certificates of Insurance. ' SC -5.3.1 Add the following new paragraph immediately after paragraph 5.3.1 of the General Conditions which reads as follows: The CONTRACTOR shall furnish performance and payment bonds as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power -of -attorney. The mere countersigning of the bonds by a resident agent shall not be sufficient. No employers' liability, public liability or workmen's collective insurance policy shall be written in any casualty company not authorized to do business in the State of Arkansas. These policies shall likewise be issued by a resident local agent licensed by the Insurance Commission of the State of Arkansas. SC -5.3.2 Delete the second sentence of paragraph 5.3.2 ("OWNER shall deliver to Contractor. I ..") in its entirety. SC -5.4. CONTRACTOR'S Liability Insurance: ' Add the following paragraphs immediately after the respective paragraphs contained in paragraph 5.4 of the General Conditions: ' SC -5.4.14 The limits for liability for the insurance required by paragraph 5.4 of the General Conditions shall provide coverage for not less than the following amounts or the greater where required by law: ' Workers Compensation: 1) State: Statutory .2) Applicable Federal: Statutory 3) Employer's Liability: $100,000.00 each occurrence Comprehensive General Liability: $1,000,000.00 Combined Single Limit Policies will include premise/operations, products, completed operations, independent contractors, explosions, collapse, underground hazard, Broad Form contractual, personal injury, with employment exclusion deleted and broad form property damage. Comprehensive Automobile Liability Bodily Injury: $1,000,000.00 Each person $2,000,000.00 Each occurrence SC -4 , I Property Damage: $500,000.00 Each occurrence ' or a combined single limit of $2,000,000.00. SC -5.5 OWNER'S Liability Insurance. Delete paragraph 5.5 of the General Conditions in its entirety and insert the following in its place: SC -5.5. OWNER'S and ENGINEER'S Contingent Protective Liability Insurance. The CONTRACTOR shall indemnify and hold harmless the OWNER and the ENGINEER and their agents and employees from and against all losses and claims, demands, payments, suits, actions, recoveries, judgements of every nature and t description brought or recovered against them by reason of omission or act of the CONTRACTOR, his agent(s), employees, subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be ' liable, in the execution of the Work or guarding of it. The CONTRACTOR shall obtain in the name of the OWNER and ENGINEER (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an ' amount not less that $2,000,000.00 for property damage and bodily injury limits, and with such provisions as shall protect the OWNER and ENGINEER from contingent liability under this contract. ' SC -5.6 Property Insurance. ' Delete paragraph 5.6 of the General Conditions in its entirety and insert the following in its place: ' SC -5.6 Property Insurance. CONTRACTOR shall purchase and maintain until final payment property insurance upon the Work at the site to the full insurable value thereof (subject to deductible amounts as may be provided in these Supplementary ' Conditions or required by Laws and Regulations) but not less than an amount equal to the total bid price. This insurance shall include the interest of OWNER, CONTRACTOR, Subcontractors, ENGINEER and ENGINEER'S consultants in the Work (all of whom shall be listed as insured or additional insured parties), shall insure against the perils of fire and extended coverage, shall include "all-risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse, flood, and water damage, and such other perils as may be provided in these Supplementary Conditions, and shall include damages, losses and expenses ' arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to the fees and charges of engineers, architects, attorneys and other professionals). If not covered under the ' "all-risk" insurance or otherwise provided in these Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are ' to be included in an application for payment. The polices of insurance required to be purchased and maintained by the CONTRACTOR in accordance with this paragraph 5.6 will contain a provision or endorsement that the coverage afforded will not be ' canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to the OWNER by certified mail and will contain wavier provisions in accordance with General Condition paragraph 5.11.2. ' SC -5 I SC -5.7 Delete paragraph 5.7 of the General Conditions in its entirety and insert the following in its place: SC -5.7 Other Insurance. The CONTRACTOR is to protect the OWNER against ' all loss during the course of the Contract. If, due to the nature of the Project, insurance coverage other than that specified is needed by the CONTRACTOR to ' protect the OWNER against all losses, the CONTRACTOR shall be responsible for the determination of and procurement of any additional insurance needed. SC -5.8 Delete paragraph 5.8 of the General Conditions in its entirety and insert the following in its place: SC -5.8. Policies shall also specify that insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to the OWNER.or the ENGINEER. All polices will provide for 30 days written notice (certified mail shall be required) prior to any cancellation or non -renewal of insurance policies required under the Contract. Any such wording as "will endeavor" or "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company..." shall be deleted from the certificates. SC -5.10. Delete paragraph 5.10 of the General Conditions in its entirety. SC -5.12. Receipt and Application of Proceeds. Delete paragraph 5.12 of the General , Conditions in its entirety. SC5.13. Delete paragraph 5.13 of the General Conditions in its entirety. , SC -6 CONTRACTOR'S RESPONSIBILITIES SC -6.6 - Progress schedules. Add a new paragraph 6.6.3. immediately following paragraph 6.6.2 which shall read: An updated schedule, in the format specified in the Technical Specifications, shall be required with each submittal for progress payment by the CONTRACTOR. Failure to provide an accurate schedule (and/or updated schedule) shall be reason for OWNER to refuse progress payment to CONTRACTOR. SC -6.30 CONTRACTOR'S General Warranty and Guarantee. SC -6.30.3 - Two Year Warranty. Add a new paragraph 6.30.3 immediately following paragraph 6.30.2 which shall read: ' For a period of two years, or longer if specified by special guarantees or by law, the Contractor shall at the Contractor's expense make all repairs and replacements necessitated by defects in the materials, workmanship or prosecution of the Work supplied under this contract, and pay for any SC -6 I ' damage to other works or property resulting from such defects. The Contractor shall hold the Owner and Engineer harmless from any liability of any kind arising from said defects. The effective date for the beginning of the two year warranty period will be as decided by the Engineer and will be either the date of the Engineer's recommendation for Final Payment in accordance with Article 14.13, Final Payment and Acceptance, or the date of Substantial Completion as specified in Article 14.8. The Contractor shall make all repairs or replacements promptly upon receipt of written order for the repairs or replacements from the Owner. If the Contractor fails to make the repairs or replacements promptly, the Owner may perform the work and the Contractor and the Contractor's ' Surety shall be liable for all costs thereof. SC -7 OTHER WORK SC -7.5 Separate CONTRACTOR Claim. Add a new paragraph immediately after paragraph 7.4 of the General Conditions which shall read as follows: ' SC -7.5. Should CONTRACTOR cause damage to the Work or property of any separate contractor (or separate party) at the site, or should any claim arising out of CONTRACTOR'S ' performance of the Work at the site be made by any separate contractor (or separate party) against CONTRACTOR, OWNER or ENGINEER, or any such person, CONTRACTOR shall promptly attempt to settle with such other separate contractor (or separate party) by agreement or ' otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited Ito, 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 Ito 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 OWNER'S RESPONSIBILITIES SC -8.5 - Delete paragraph 8.5 of the General Conditions in it's entirety. I SC -7 I SC -10 CHANGES IN THE WORK Add a new paragraph 10.6 immediately following paragraph 10.5 of the General Conditions to read: SC -10.6. Limits of Authority. CONTRACTOR shall note and abide by the following OWNER'S and ENGINEER'S limits of authority for changes in the Work which require a change in the Contract Price and Contract time. Except in the case of extreme emergency to protect public safety, public welfare or substantial Work, the following limits of Authority to the OWNER and ENGINEER shall apply: Engineer's Representative - No authority. Engineer - No authority. Mayor - $20,000.00 (Accumulative). All accumulative changes which result in Contract Price changes in excess of $20,000.00 shall require the formal approval of the Fayetteville City Council. SC -11 CHANGE OF CONTRACT PRICE ' SC -11.9. Unit Price Work. Paragraph 11.9.3 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: SC -11.9.3 The unit price of an item of Unit Price Work shall be subject to reevaluation and adjustment under the following conditions: SC -11.9.3.1 if the total cost of a particular item of Unit Price Work amounts to 25 percent or more of the Contract Price and the variation of the quantity of that particular item of Unit Price Work performed by CONTRACTOR differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and SC -11.9.3.2. if there is no corresponding adjustment with respect to any other item of Work; and , SC -1 1.9.3.3 if CONTRACTOR believe that it has incurred additional expense as a result thereof; or SC -11.9.3.4 if OWNER believes that the quantity variation entitles OWNER to an adjustment in unit price; then ' SC -11.9.3.5 either OWNER or CONTRACTOR make a claim for and adjustment in the , Contract Price in accordance with Article 11 of the General Conditions if the parties are unable to agree as to the effect(s) of any such variations in the quantity of Unit Price Work performed. SC -13 TESTS AND INSPECTIONS• CORRECTION. REMOVAL OR ACCEPTANCE ' OF DEFECTIVE WORK SC -8 , f1 SC -13.3 Tests and Inspections. Paragraph 13.3 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: SC -13.3. CONTRACTOR shall give the ENGINEER proper notification as detailed below and cooperate with the testing and inspection of the Work. SC 13.3.1. All tests require a minimum notice of 24 hours. The 24 hours is a minimum only, the exact time for testing and required inspections shall be determined by the Engineer. ' SC -13.3.2. All field tests required for a project shall be witnessed by the City Engineering Division representatives in the presence of the ENGINEER and CONTRACTOR, or their approved representatives. SC -13.4 Paragraph 13.4 of the General Conditions is hereby deleted in its entirety and the ' following substituted in its place: SC -13.4. CONTRACTOR shall employ and pay for the services of an independent testing ' laboratory to perform all tests as required by the Contract Documents. CONTRACTOR shall be • responsible for the cost of all equipment, materials, labor, testing procedures and lab work for all tests as outlined in these specifications. ENGINEER shall have the right to approve or reject ' CONTRACTOR'S proposed lab based upon sound Engineering principles. Copies of all testing reports must be forwarded directly to the Engineer by the testing laboratory. ' OWNER shall provide all inspection services required by the Contract Documents and normally associated with the diligent progress of the Work (Except as detailed in paragraphs 13.4.1,2,3.) Prior to final acceptance by OWNER, the project shall be subject to a final inspection by ' designated representatives of the OWNER and CONTRACTOR. SC -14 PAYMENT TO CONTRACTOR AND COMPLETION ' SC -14.2 Application for Progress Payment. Paragraph 14.2 of the General Conditions is ' hereby deleted in its entirety and the following substituted in its place: SC -14.2.1. Monthly estimates will be prepared to include all work accomplished for'the period- , ending the third Friday of each month; or SC -14.2.2. Progress payments will be prepared at regular intervals, as scheduled by joint consent ' of the CONTRACTOR and the ENGINEER at the pre -construction conference. SC -14.2.3. The ENGINEER, based upon data gathered during the construction process, will make an estimate of the value of the Work done and materials furnished in place during the previous estimate period. The CONTRACTOR shall furnish to the ENGINEER such detailed information including invoices from material suppliers as the ENGINEER may request to aid in ' the preparation of the progress payment estimate. All payment requests are subject to retainage as determined by the ENGINEER. Retainage shall be 10% of said estimate until 50% of the work has been fully completed. At 50% completion, further partial payments shall be made to the contractor in full with no additional retainage unless the ENGINEER determines that the project is not progressing satisfactory, in which case additional retainage may be retained to a maximum of 10%. When the work is substantially completed, any retained amount maybe paid ' SC -9 I to the contractor except the OWNER shall retain an amount sufficient to cover any work not yet I completed. The release of retainage will be determined by the ENGINEER. If the OWNER or ENGINEER shall at any time fail to make the CONTRACTOR a monthly estimate at the time herein specified, such failure shall not be held to violate or void the Contract. Note, the failure of the Contractor to provide an accurate and current schedule update shall be reason to reject CONTRACTOR'S request for progress payment. SC -14.4. Review of Applications for Progress Payment. Delete the last sentence of paragraph 14.4 of the General Conditions and replace with the following: After the required internal reviews and processing by the City of Fayetteville, the City will diligently proceed to make payment to the contractor, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the City cannot guarantee the 30 days maximum time. SC -16 DISPUTE RESOLUTION I Dispute resolution methods and procedures are contained in Exhibit GC -A and attached to the end of this document. ' I I I Li SC -10 I I Li ' Part 1 - General I I I Li I I Section 01100 GENERAL PROJECT REOUIREMENTS: 1.1 Definitions Whenever used in these specifications the following terms have the meanings indicated which are applicable to both the singular and plural thereof: City - The City of Fayetteville represented by the City Council, having the authority of approval of the plans, specifications and acceptance of the final construction. Engineer - City Engineer or representative to act on behalf of the City. Owner - Person or firm having control of the development site, and management of the project. 4. Contractor - The person, firm or corporation with whom the developer has entered into an agreement for construction of the project 5. Project - The total construction of which the work to be provided may be the whole or part. 6. Work - The entire completed construction or the various separately identified parts thereof required to be furnished. 1.2 Scope of Work The work shall be as shown upon the contract drawings and defined within the contract specifications, referenced AHTD Standard Drawings and Specifications and shall include the furnishing ofall materials, equipment, tools, supplies, plant, labor and others as necessary in the construction of work generally as follows: All traffic control, trenching, water lines, service lines, appurtenances and other construction required for the water and sewer line replacements on Highway 265 Widening - Water & Sewer Relocations, Phase I, as shown in the contract documents. No attempt has been made to segregate work to be performed by any trade or subcontract. Any segregation between the trades or crafts will be solely a matter for agreement between ' the Contractor, subcontractor, and their respective employees. The Specifications as a whole will govern the construction of the entire work. The applicable provisions will govern work to be performed under each schedule. 1.3 Referenced AHTD Standard Specifications and Drawings The AHTD Standard Specifications contained in the "Standard Specifications for Highway I 01100-1 I Construction," Edition of 1993, published by the Arkansas State Highway Commission are ' hereby referenced and made a part of these Specifications. These Specifications are available for inspection in the Engineer's office, or may be obtained from the Arkansas State Highway Department, Little Rock, Arkansas. The AHTD Standard Specifications, and Standard Drawings when referenced in the bid schedule shall be used as the Technical Specifications for this specific project. The Standard "Front-end" specifications, including the Advertisement for Bids, Instructions to Bidders, Bid Proposal, Contract, General Conditions, Supplemental Conditions, Performance and Payment Bonds and Section 01100 - "General Project Requirements" shall be as contained and shown in this specific set of Contract documents and specifications. All conflicts and discrepancies shall be resolved in the favor of the Contract Documents and Specifications as written by the City of Fayetteville. Special attention is directed to paragraph 1.33 - Testing - of this Section 01100 for additional requirements for all tests. 1.4 Submittals - Certificate of Compliance I Contractor shall submit to the City a Certificate of Compliance from the manufacturer and/or supplier of each and every specified material or manufactured equipment item. The Certificate shall state that the material or the item of equipment to be furnished has been manufactured with materials in accordance with the applicable sections of all required codes, specifications, and standards as required by the specifications. 2. The following submittals shall be required for this specific project: A. Manufacturer's data for all concrete mix design, pipe material, fittings, valves and fire hydrants. B.. Schedules as noted in paragraph 3.3 of this Section 01100. C. The Contractor shall submit a minimum of five copies of the equipment proposed to be furnished on the project. Any items not in compliance with the Specifications shall be noted on the submittals. D. Any equipment submitted other than that specified, which requires additional work to be performed, shall be noted by the Contractor prior to submittal. The cost of any additional work shall be borne by the Contractor. E. The Contractor shall allow one week for initial review by the Engineer. The Engineer may withhold action on any submittal which requires coordination with other submittals until such submittals are received. 01100-2 ' I 1 1.5 Labor, Local Labor and Materials This project does not require a state minimum wage determination. The portion of the work designated as "Additional City Work" in the Bid Proposal, however, must comply with the state minimum wage rates should the contract amount exceed $75,000.00 for this portion of the project. Whenever possible, the Contractor, his subcontractors, material men, or others who employ labor, shall employ such labor locally. The Contractor shall purchase materials such as sand, cement, gravel, pipe, steel, lumber, etc., from local dealers wherever such local dealers' prices meet competitions' and where such materials meet the specifications. 1 1.6 Lands and Rights of Ways. The necessary rights -of -way and easements for the project and to carry out the work along the project will be provided by the City ofFayetteville except for restrictions as noted below. The contractor shall confine his construction operations to the immediate vicinity of the locations shown on the plans and shall use due care in placing construction tools, equipment, 1 excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. The placing of such tools, equipment, and materials shall be subject to the approval of the Engineer. The City of Fayetteville will not 1 be responsible for haul road to and from the right-of-way. Except for the installation of fire hydrant assemblies and to connect water services the ' contractor shall limit all activities to the City and State rights -of -way; permanent utility easements; and temporary utility easements. The contractor shall not store any material, place any construction material or trench material, place any equipment or activities nor allow any workmen onto residential or commercial yards or drives that do not fall within the limits outlined above. THE CONTRACTOR'S ATTENTION IS ' CALLED TO SPECIAL CONDITIONS APPLIED TO THE GRANTING OF CERTAIN. EASEMENTS. THESE CONDITIONS ARE OUTLINED IN "SIDE LETTERS" AND ARE MADE A PART OF THIS CONTRACT AND INCLUDED AS APPENDIX B'. The City of Fayetteville will not provide a materials storage area, a staging area or any other area for use by the contractor except for the actual water line, sewer line and appurtenance construction. The contractor shall not store any materials upon the streets or within the street right-of-ways which will not be installed within the same day. The contractor shall not store any materials in any private yard without first furnishing to the Engineer a copy of written permission from the property owner. A signed release from the property owner stating the property was restored to a satisfactory condition must be obtained prior to release of final payment. The Contractor shall be responsible to obtain any storage or yard areas the contractor requires. ' The Contractor shall be responsible for all damage to all property outside of the rights -of - 1 01100-3 I way and easements, and shall make satisfactory settlement for the damage directly with the 1 property owner and tenant involved, as their interests may require. All work performed, and all operations of the Contractor, his employees, or his 1 subcontractors, within the limits of railroad and highway rights -of -way shall be in conformity with the requirements, and be under the control (with the City of Fayetteville), of the railroad or highway authority owning or having jurisdiction over and control of, the right-of-way in each case. All existing fences which interfere with the construction operations shall be maintained by 1 the Contractor until the completion of the work affected thereby, unless written permission is obtained from the City of Fayetteville thereof, to leave an interfering fence dismantled for an agreed period of time. Where fences must be maintained across the right-of-way, adequate gates shall be installed therein. Gates shall be kept closed and locked at all times when not in use, with duplicate keys furnished to the Engineer. , Upon completion of the work across any tract of land, the Contractor shall restore all fences to their original or to a better condition and quality, purchasing new material and replace all materials lost, damaged, or destroyed. Temporary gates installed by the Contractor in any fence line may be left in place with the permission of the property owner and tenant of the property. All materials used in fence repairs or replacements shall be approved by the , Engineer. 1.7 Protection and Maintenance of Public and Private Property. ' The Contractor shall protect, shore, brace, support, and maintain all underground constructions uncovered or otherwise affected by the construction work performed by him. I All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, and other surface structures affected by construction operations in connection with the performance of the Contract, together with all sod and shrubs in yards and parking removed ' or otherwise damaged, shall be restored to their original condition as determined and approved by the Engineer. All replacements shall be made with new materials. The , Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regardless of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to or from the work or any part or site thereof, whether by him or his subcontractors. The Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over the damaged property or facility concerning its repair or replacement or payment of costs incurred in connection with said damage. All fire hydrants and water control valves shall be kept free from obstruction and available ' for use at all times. 1.8 Maintenance of Traffic. 1 The Contractor shall be responsible to keep one lane of traffic open at all times during this project - no exceptions. No lanes may be closed unless flagmen are located at each end of 01100-4 t [I the lanes. All lanes must be kept open at night or when otherwise not manned. No roadways may be partially closed or otherwise blocked without prior approval of the City Engineer. IThe contractor shall limit the trenching and pipe installation to the work which can be installed, inspected and properly backfilled within the working day and shall not block any ' private drives. The contractor shall provide traffic control personnel and signage as necessary for public i safety. The Engineer shall have the right to require that the contractor add to the traffic control personnel and/or signage as the Engineer deems necessary. 1.9 Underground Installations and Structures. Unless noted otherwise on the plan documents, pipelines and other existing underground 1 installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the Engineer. The Engineer and Owner does not guarantee to accuracy of such information. House sewer connections, water ' and gas services, and other utility lines may not be indicated on the plans. The Contractor shall make every effort to locate all underground pipelines, conduits, and structures by contacting owner of underground utilities and by prospection in advance of trench ' excavation. The moving of planned improvements to avoid conflict with existing pipelines and other existing installations and structures in the vicinity of the work to be done for the convenience of the Contractor shall be accomplished at no additional cost to the Owner. ' 1.10 Discovery of Hazardous Material If, during the course of this work, the existence of hazardous material, including asbestos containing material, is observed in the work area, the Contractor shall immediately notify the Owner in writing. The Contractor shall not perform any work pertinent to the hazardous material prior to receipt of special instructions from the Owner and the City of Fayetteville. Asbestos containing material includes transite pipe. 1.11 PERMITS ' I. The Owner will obtain permits which relate to the completed facilities. Permits obtained by the Owner include permits from the following: A. Arkansas Department of Environmental Management B. Department of Natural Resources ' C. Corps of Engineers D. Arkansas Department of Fire Prevention & Building Safety E. Arkansas Department of Transportation ' F. Railroads 1 01100-5 I 1.12 1.13 G. Arkansas Health Department The Contractor shall obtain permits which relate to construction procedures. A. All necessary permits or licenses required from the State or County in connection with construction procedures under or along existing highways shall be obtained by and at the expense of the Contractor. The construction shall be performed by the Contractor in full accordance with any and all requirements of the State Highway Commission or County Road Commission, including those applying to barricades, watchmen, guarding, lighting, storage of supplies, equipment and excavated materials, method of backfilling, final grading, replacement of pavement or road surface, and all other conditions or requirements which may be stipulated by the State Highway Commission or County Road Commission, whether specifically shown on the drawings or mentioned in the specification. B. The Contractor shall obtain all blasting permits required. C. The Contractor must obtain a permit for the discharge of "testing" and "disinfection" water. Large fines can result from the failure to obtain these permits. Prior to any testing or disinfection by the Contractor, copies of these permits must be submitted to the City of Fayetteville City Engineer, and the Engineer. Walks and Passageways The Contractor, when required, shall make provisions at cross streets for the free passage of vehicles and foot passengers, either by bridging or otherwise. Do not obstruct the sidewalks, gutters, or streets, or prevent in any manner the flow of water in streets. Use all proper and necessary means to permit the free passage of surface water along the gutters. The Contractor shall immediately cart away all offensive matter, exercising such precaution as may be directed by the Engineer. All material excavated shall be so disposed of as to inconvenience the public and adjacent tenants as little as possible and to prevent injury to trees, sidewalks, fences, and adjacent property of all kinds. The Contractor may be required to erect suitable barriers to prevent such inconvenience or injury. Warning Lights and Arrow Boards The Contractor shall place sufficient warning lights and arrow boards on or near the work and keep them illuminated during periods of construction and reduced visibility (from twilight in the evening until sunrise) and shall be held responsible for any damages that any party or the Owner may sustain in consequences of neglecting the necessary precaution in prosecuting this work. 1.14 Utilities Temporary Removal: All existing utility systems which conflict with the construction 1J I I I I I 11 I I I I I I I 01100-6 of the work herein which can be temporarily removed and replaced shall be accomplished at the expense of the Contractor. Work shall be done by the utility unless the utility approves in writing that the work may be done by the Contractor. 2. Permanent Relocation of Utilities: Water mains, storm sewer inlets, gas lines, wire lines, service connections, water and gas meter boxes, water and gas valve boxes, light and traffic standards, cable ways, signals, and other utility appurtenances located in the public right-of-way which would permanently interfere with the proposed improvements will be moved by the utility involved and paid for by the Contractor. 3. Payment for Utilities: The Contractor shall make all necessary applications and arrangements and pay all fees and charges for electrical energy for power and light, a gas energy, water service, and telephone service required for the construction of this Contract during its entire progress. He shall provide and pay for all temporary wiring, switches, connections, and meters. 1.15 Lines and Grades. All work shall be done to the lines, grades, and elevations shown on the plans. The Contractor shall keep the Engineer informed, a reasonable time in advance, of the times and places at which he wishes to work, so that reference points in accordance with General Conditions Article 4.4 may be established, and/or, measurement for record and payment may be made with minimum inconvenience to the Engineer and minimum delay to the Contractor. • The Contractor shall furnish, without charge, competent men from his force and such tools, stakes, and other materials as the Engineer may require for restaking and work required to be restaked. The Contractor will not proceed with the work unless there is an accurate grade stake at a maximum distance of 50 feet. Any restaking or other field work deemed excessive ' by the Engineer will be billed to the contractor at a rate equal to comparable local rates (when performed by the City, or at contract Engineering rates when contracted) and deducted from the contractor's payments. IAny work done without being properly located on grade or off alignment, may be ordered removed by the Engineer and replaced at the Contractor's expense. ' 1.16 Public Notification. ' The Contractor, on the basis of the schedule and progress, shall be required to notify all adjacent property owners a minimum of 72 hours in advance ofoccupying, storing materials on, or performing work on any right-of-way or easement. All planned interruptions of water service shall be coordinated with the Engineer and the Fayetteville Water Department. A minimum of 72 hours notice shall be required. Service ' interruptions, when allowed by the Engineer, shall be scheduled between 8:00 a.m. and 5:00 p.m. unless specifically approved otherwise. ' 01100-7 I 1.17 It shall be the responsibility of the Contractor to provide a minimum of 72 hours advance notice to the Engineer, Traffic Department, Police and Fire department prior to cutting or blocking any public street or roadway. Storage of Materials. In general, the Contractor shall be responsible for the all material furnished by him and shall replace at his own expense all such material found defective in manufacture or damaged in handling. This shall include the furnishing of all material and labor required for the replacement of installed material discovered defective prior to final acceptance of the work. The Contractor shall be responsible for the delivery and distribution of materials at the site. The Contractor shall be responsible for the safe storage of materials furnished by or to him and accepted by him, and intended for the work, until it has been incorporated into the completed and accepted project. All materials shall be stored in strict conformance to the manufacturer's recommendations. Materials shall be stored so as to ensure the preservation of their quality and fitness for the Work. When directed by the Engineer, the materials shall be placed upon a wooden platform or other hard clean surfaces and not on the ground, and shall be placed under cover when so directed. Stored materials shall not be located so as to impede work or inspections. Pipe and accessories shall be loaded and unloaded by lifting with hoists or other equipment so as to avoid shock and damage. Under no circumstances shall material be dropped or dumped. Pipe handled on skidways shall not be skidded or rolled against pipe previously unloaded onto the ground. In distributing pipe material at the site, each piece shall be unloaded opposite or near the place it is to be laid in the trench. The interior of all pipe, fittings and other accessories shall be kept free from dirt and foreign material at all times. Pipe shall be so handled that the coating and lining will not be damaged. However, if any part of the coating or lining is damaged, the repair or replacement shall be made at the Contractor's expense in a manner satisfactory to the Engineer. NOTE: The City of Fayetteville will not provide a materials storage area, a staging area or any other area for use by the contractor except for the actual water line and appurtenance construction. The contractor shall not store any materials upon the streets or within the street right-of-ways which will not be installed within the same day placed at the street. The contractor shall not store any materials in any private yard without first furnishing to the Engineer a copy of written permission from the property owner. The Contractor shall be responsible to obtain any storage or yard areas the contractor requires. 11 I I I I I J I I I I I [I 1.18 Saturday, Sunday, Holiday and Night Work. I. Refer to paragraph 6.3 of the General Conditions. I 01100-8 17 I I 1 1.19 1 1,20 1 All work shall be performed be performed during the normal work hours of the City of Fayetteville Engineering Office, 7:00 a.m. - 8:00 p.m., Monday through Friday, and from 8:00 a.m. - 6:00 p.m. on Saturday. Except in an emergency to protect public health, safety or welfare or to protect existing work, no overtime work, no work on Sunday, nor work on any legal holiday shall be permitted without specific written pre -authorization by the Engineer. Monthly Estimates and Payments. Refer to Article 14 of the General Conditions and the associated Supplemental Conditions. Connections to existing Facilities. Unless otherwise indicated or specified, the Contractor shall provide for all necessary connections to existing utilities such as water, sewer, telephone and electric. In each case, the Contractor shall receive advance permission from utility owner prior to providing for connections. Contractor shall protect facilities against deleterious substances and damages. Connections to existing facilities which are in service shall be thoroughly planned in advance, and all required equipment, materials and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuous (around the clock) as necessary to complete the connections in minimum time. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. All connections to the water and/or sewer facilities owned by the City of Fayetteville shall 1 be coordinated with and shall be inspected by the City ofFayetteville's Engineering Division, the Water/Sewer Department and/or the City's representative. ' 1.21 Temporary Facilities. 1. Utilities. I I I I All water, electricity and other utility services required by the Contractor for operation of Contractor's plant or equipment, or for any other use by the Contractor to conduct or to expedite the work shall be provided by the Contractor at his sole cost and expense. The Contractor shall arrange for service at his discretion from the appropriate utility company, and shall assume liability for all charges until the improvements have been accepted by the Owner. When applicable, the Owner will request the transfer of the service on that date, and assume the liability for charges incurred by the Owner from that date forward. 2. Sanitary Facilities. The Contractor shall furnish temporary sanitary facilities at the site for the needs of the Construction workers and others performing work or furnishing services on the project. I 01100-9 I Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically -treated type are used, at least one toilet will be furnished for each 20 workers. The Contractor shall enforce the use of such sanitary facilities by all personnel at the site. 1.22 Operation and Maintenance Data and Manuals. , Adequate operation and maintenance information shall be supplied to the Engineer for all equipment requiring maintenance or other special attention. The equipment supplier will prepare an operation and maintenance manual for each type of equipment indicated herein. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the following schedule. Information shall be required for: All valves 4 -inch and larger, All fire hydrants. 1.23 Tree and plant protection. 1 1. No trees or cultured plants shall be cut, trimmed or removed unless clearly shown on the plans or marked by the Engineer. All trees and other vegetation which are so marked and must be removed to perform the work, shall be removed and disposed of by the Contractor. No on -site burning shall be permitted. 2. All protection of trees, trimming, root cutting, and repair of trees and plants shall be performed by qualified nurserymen or horticulturists in accordance with the City of Fayetteville's Ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION". 3. All trees shown on these plans to be retained shall be protected during all phases of ' demolition/construction with temporary fencing. 4. Tree protection fences shall be installed prior to the commencement of any site , preparation work. 1.24 Security. The contractor shall be responsible for protection of the site, and all work, materials, equipment and existing facilities thereon against vandals and other unauthorized persons. Security measures shall be at least equal to those usually provided by the Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, lighting, barricades, watchman's services and other measures as required to protect the site. No claim shall be made against the Owner by reason of any act of an employee or trespasser, and the Contractor shall make good all damage to Owner's property resulting from Contractor's failure to provide adequate security measures. ' 01100-10 1 I ' 1.25 Safety. The Contractor is further notified and reminded of the presence of children and pedestrians in the general vicinity of the project. The Contractor shall take all measures necessary and as required by the General Conditions (Article 6) to protect the General Public, animals and property from harm due to the ' construction activities including the project site. 1.26 Parking. The contractor shall provide and maintain suitable parking areas for the use of the construction workers and others performing work or famishing services in connection with the project, as required, to avoid any need of parking personal vehicles where they may interfere with the owner's operations or construction activities, or normal traffic operation on public and/or private roads. 1.27 Dust Control. The Contractor shall take all reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or application of an approved chemical dust suppressant. Dusty materials in piles or transit shall be covered to prevent 1 blowing. Buildings or operating facilities which may be adversely affected by dust shall be adequately 1 protected. Existing or new machinery, motors, instrument panels or similar equipment shall be protected by suitable dust screens which include adequate ventilation features. 1.28 Temporary Drainage and Erosion Control Provisions. ' The Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in the performance of the work. Drainage facilities shall be adequate to prevent damage to the work, the site and adjacent properties. Existing drainage channels and conduits shall be cleaned, enlarged or supplemented as necessary to carry increased runoff attributable to the Contractor's operations. Temporary dikes shall be constructed as necessary to divert increased runoff from entering adjacent properties (except in natural channels or storm sewers), to protect the Owner's property, facilities and the work, and to direct water into natural channels or conduits. Retention shall ' be provided as necessary to prevent downstream flooding. The Contractor shall prevent the erosion of soil on the site and adjacent property resulting ' from the construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation or other operations that will disturb the natural vegetation or protection. Erosion measures may include hay bales, silt fencing, jute mat, fast growing vegetation, and ponds. 01100-11 I Work shall be scheduled on exposed areas subject to erosion for the shortest possible time, and natural vegetation shall be preserved to the greatest extent possible. Temporary storage areas, construction building and access shall be located to minimize erosion. The Contractor shall be responsible for application and acquisition of all necessary permits, including coverage under the Federal/State NSPDE Regulations for Storm Water Management and the City of Fayetteville's Excavation and Grading permit when applicable. Unless specifically included as separate bid item(s), all Work necessary for the control of storm water runoff shall be considered as subsidiary to the project and no separate payment shall be made to the Contractor. All erosion and dust control measures shall be in accordance with the plans and Section 1 01200 - TEMPORARY EROSION AND DUST CONTROL of these Technical Specifications. I 1.29 Pollution Control. The Contractor shall apply with all requirements of the General Conditions and all Federal, ■ State and local laws and regulations governing pollution. Additionally, the Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment debris and other substances resulting from construction activities. No sediment, debris or other substances shall be permitted to enter any sanitary sewers, storm sewer, nor any drain or watercourse. ' 1.30 Clean Up During Construction. During construction, the Contractor shall keep the construction area in a clean, neat and ' workmen like condition at all times. Pipe, equipment, and all other materials shall be stored and protected in an area away from the construction activities. As soon as practicable, the area around all structures shall be backfilled, and the entire area maintained in a smooth, neat condition at all times insofar as practical. Any arrangement made between the land owner and the Contractor shall not in any way alter the requirements as set forth in the Plans and Specifications. Agreements between Contractor and land owner shall be in writing and copies provided to the City of Fayetteville, City Engineer and the Engineer. 1.31 Access. ' The Contractor shall provide for safe and ready access to the construction activities during working hours or as requested to authorized representatives of the City of Fayetteville and other State or Federal Agencies as required. 01100-12 1 I 1.32 Construction Observation Inspection. Construction observation and inspection shall be by the City of Fayetteville or the City's representatives. The Contractor shall note the requirements of a detailed schedule and note I all requirements for the scheduling of tests and test requirements as noted in paragraph 1.33 - TESTING of this Section. The Engineer shall have no responsibility to the Contractor or subcontractor for the supervision of personnel or layout of work. Prior to final acceptance by the City, the project shall be subject to a final inspection by designated representatives of the City of Fayetteville and the Contractor. ' 1.33 Testing. The Contractor shall be responsible for the cost of all equipment, materials, labor, testing procedures and lab work for all tests as outlined in these specifications. The City of Fayetteville shall have the right to approve or reject the contractor's proposed lab based upon sound Engineering principles. Copies of all testing reports must be forwarded directly to the Engineer by the testing laboratory. ' All tests require a minimum notice of 24 hours. The 24 hours is a minimum only, the exact time for testing and required inspections shall be determined by the City of Fayetteville Engineering Office. ' 1.34 Measurement and Payment. ' It is the intent of the proposal and the specifications that the total bid for each schedule, as submitted, shall cover all work shown on the contract drawings and required by the Specifications and other Contract Documents. All costs in connection with the work including furnishing of all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing of all necessary labor to fully complete the work, shall be included in the unit and lump sum prices named in the proposal. No item of work that is required by the Contract Documents for the proper and successful completion of the Contract will be paid for outside of or in addition to the prices submitted in the proposal. All work not specifically set forth in the proposal as a pay item shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices named in the proposal. ' The method of measurement and basis of payment for each item as listed in the proposal shall be as stipulated under the item of Work or as specified in Section 01110- METHODS ' OF MEASUREMENT AND PAYMENT. 1.35 Explosives. ' Explosives shall not be allowed for excavation or any other purpose unless a detailed plan for such use is approved in writing by the Engineer, proof of blasting insurance is submitted, ' and experienced personnel licensed in the State of Arkansas for blasting is utilized. The plan must include as a minimum a pre -blast survey, residents and businesses within 600 -feet L 01100-13 I must be notified, and the utilization of qualified seismographic procedures. The use of , explosives shall be according to Article 5 ofthe Special Conditions and Section 01314- USE OF EXPLOSIVES. 1.36 Excavation Safety. The current edition of Occupational Safety and Health Administration Standard for ' Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is specifically incorporated and made a part of these specifications and contract documents as required by Arkansas Act 291 of the 79th General Assembly of 1993. The Contractor shall be solely responsible for the implementation of these requirements. A copy of the OSHA regulations is included in this set of specifications as Appendix C. 1.37 Utility Mix - Slurry mix "pourable" backfill. Where shown on the plans, a "pourable" backfill, also called utility mix, shall be used. The utility mix shall be a low strength concrete mixture that is readily digable with standard equipment. The mixture shall be in the ratio of: 3400 lbs sand 150 lbs cement 100 lbs flyash. The mixture shall be plant mixed and shall have a compressive strength of 300 psi at 28 days. The design of the mix may be modified if approved in writing by the Engineer. Normal strength concrete shall not be used for utility mix. ' 1.38 "Hillside" fill. "Hillside" fill material, where shown on the plans or in the bid schedule, shall be cherty clay material locally referred to as "hillside". All "hillside" material shall be supplied from off- ' site location and shall be subject to approval by the Engineer. Compaction of"hillside" shall be as shown on the drawings. 1.39 Disposal of waste materials. 1 The Contractor shall be responsible for disposal of all waste materials of all types and conditions, including excavation materials not specified for reuse as backfill, in compliance with all Federal, State and City of Fayetteville laws, rules and regulations. The Engineer shall have the right to require the Contractor to document the location of the disposal area and provide proof of compliance with all Federal, State and City of Fayetteville laws, rules and regulations for disposal of the materials. [1 01100-14 1 I 1 1.40 Manufacturer's Service Time 1. When equipment is to be furnished by the Contractor and maintained by the City, service by the manufacturer is required to be furnished as part of the work and shall be at the Contractor's expense. ' 2. The service provided shall be by a qualified representative to check the completed installation, place the equipment in operation, and instruct the City's operators in the operation and maintenance procedures. Such services are to be for a period of time and for the number of trips specified. A working day is defined as a normal 8 -hour working day on the job and does not include travel time. 3. The services shall further demonstrate to the City's complete satisfaction that the equipment will satisfactorily perform the functions for which it has been installed. 1.41 Guarantee/warranty Ii. After final acceptance of the project, the Contractor shall execute an Unconditional 2-yr Maintenance Bond. An approved bond form may be obtained from the City of Fayetteville. 2. The Contractor shall provide a written or typed warranty for all equipment installed. This warranty shall extend to or exceed the period covered by the Unconditional 2- ' year Maintenance Bond. IPart 2- Products - NOT USED Part 3- EXECUTION - SCHEDULES, PROGRESS MEETINGS AND PUBLIC NOTICE 3.1 General Schedule Requirements ' The Contractor shall utilize and maintain through project completion, scheduling of all phases of work required for completion of the project within the contract time. Such ' schedule shall follow the requirements of Article 6 of the General Conditions and Article SC - 6 of the Supplementary Conditions, Paragraphs 3.2 and 3.3 of this Section 01100, and as specified herein. The schedule, project status and progress of the work will be reviewed at ' a weekly progress meeting. 3.2 Sequence of The Work And Contract Time ' 1. After the contract bonds and certificates of insurance have been delivered to the Owner, and the contract has been executed, the Engineer will issue a Notice To ' Proceed in accordance with the General Specifications which shall designate the date the contract will commence. 2. The Contractor shall substantially complete the project by December 30, 1999. 1 01100-15 I 3. Additionally, the Contractor shall be responsible to submit a schedule of , construction, in accordance with the General and Supplemental specifications, and Technical specification 01100.3.3 "Schedules", which completely and clearly defines ' the items of work. 4. The Owner may require the Contractor to add to his plant, equipment, or construction forces, as well as increase the working hours, if operations fall behind the approved schedule to an extent that the completion of the work within the specified time appears doubtful. ' 5. If conditions beyond the control of the Contractor justify, and the Contracting Authority approves an extension of contract time, the Contractor shall revise the construction schedule in accordance with the approved extension. 3.3 Schedule ' Before work is started, and in accordance with the General and Supplemental Conditions, the Contractor under each schedule shall prepare a detailed schedule of all construction operations that shall not only indicate the sequence of the work, but also the time of starting and completion of each part. The Contractor shall show all various phases of work to be performed, submittals, materials, and equipment, manpower, skills, and equipment required and completion dates ofvarious phases of the work to be performed for the timely and proper completion of the project. The schedule must be in such detail that the Contractor and Engineer can readily determine the work as planned and be able to notify affected or adjacent property owners of the dates and times of work on or adjacent to their property. The schedule shall be submitted to the Engineer for his approval. For projects with a total estimated costs of up to $100,00.00 the Contractor may submit a schedule(s) based upon bar charts, narrative of Critical Path Network Diagram. For Projects with a total estimated costs in excess of $100,000.00 the Contractor shall submit the schedule(s) in the form of a Critical Path Method (CPM) Network Diagram. The contractor shall also be required to submit an updated version of the schedule(s) with each submission of a periodic payment request. 3.4 Weekly Progress Meetings The Contractor's superintendent and the Engineer's Representative and others identified as ' needing to participate shall attend a weekly progress meeting scheduled by the Engineer or his representative. The status of the project, schedule and work to be accomplished in the next week will be reviewed and discussed. The location of the meeting will be as set by the Engineer at a time agreeable with the Contractor and the Engineer. 3.5 Public Notice ' The Contractor, on the basis of the schedule and progress meetings shall notify the appropriate property owners of trenching, pipe laying, cleanup or other activities scheduled 01100-16 1 I to occur on, or adjacent to, their property during the forth coming week. The minimum acceptable notification of property owners will be 48 hours in advance of occupying, storing materials on, or performing work on any right-of-way or easement. It shall be the responsibility of the Contractor to provide a minimum of 72 hours advance notice to the Engineer, Traffic Department, Police and Fire Department prior to cutting or blocking any ' public street or roadway. All planned interruptions of water service shall be coordinated with the Engineer and the ' Fayetteville Water Department. A minimum of 48 hours notice shall be required. Service interruptions shall require advance approval from the Engineer and if allowed by the Engineer, shall be scheduled between 8:00 a.m. and 5:00 p.m. unless specifically approved ' otherwise. 3.6 Water Shut down and Boil Orders for Contractor Work This is the procedure to be followed any time the Contractor must shut down water to any customers serviced by the Fayetteville water system. First, shutting down water to any ' customers for a planned job shall be avoided whenever possible. All possible efforts must be made to keep water flowing to all customers. If the shutdown involves hospitals, health facilities, schools, food service establishments, day care centers, industries, and other water -critical facilities, temporary water service must be provided at the Contractor's expense. In the event that water must be shut off to a customer, each customer shall be notified no later than 72 hours (or three working days, whichever is longer), in advance with ' a form provided by the Water and Sewer Maintenance Superintendent. A copy of this form is attached at the end of this Section 01100. The Contractor is responsible to hand-out these advance notices to each customer who will be out of service after specific coordination with the Water and Sewer Maintenance Department. The Owner reserves the right to establish the day and time for the water shutdown. This may include, but is not limited to, requiring that the shutdown take place at the time of minimum usage for the customers, and will frequently be late night and/or weekend work. ' Whenever possible, the Owner would like to have the work performed no later in the week than Wednesday, so the Owner may have the boil order results back in the same week as the ' work is performed. Steps of the process are as follow: 1. Identify the potential need to shut down the water. ' 2. Coordinate with the Water and Sewer Department to identify exactly what addresses will be impacted and what valves must be operated. Jointly ensure that all of these valves are in proper working order. 3. Meet with the following to ensure all parties are involved and fully aware of the project and what is involved. This meeting will normally be held at the City ' Engineer's office at least four working days prior to the shutdown. The following persons must attend: the designing Engineer (or his representative), the Contractor, 1 01100-17 11 the City's engineering inspector, and a representative of the Water and Sewer Department. The Engineer or Contractor must bring with them the list of addresses to be affected. They must also have detailed plans for the work to be performed and plans for any temporary water services to be provided. Coordination must be made with each critical water user prior to this meeting. Points of contact (names and , telephone numbers) for each must be on the list. 4. Hand out notices to the customers three working days in advance. Each individual address that is notified must be written down, and a copy of the list must be delivered to the Water and Sewer Department within two working hours of the notices being distributed. This list should exactly match the list identified in advance, per paragraph 3 above. If apartments or other multi -dwelling structures are involved, notice must be delivered to each individual residence. Legally, notices cannot be put in mailboxes. 5. Confirm with both Engineering and Water and Sewer Departments no later than 10:00 a.m. the day prior to the work being performed to confine inspection and valve operation. [Engineer/Contractor] 6. Perform the work. , 7. Notify Water and Sewer Department when finished with job, so they can take water samples for the boil order. 8. Issue boil order releases when sample results are returned. The Contractor is responsible to issue the releases within four hours of their return, under supervision of one Water and Sewer employee. [Attached at the end of this Section 01100 are two separate notices which may have to be distributed. The first is for water pressure reduction, when no boil order will be required. The second is when a boil order will be required. The decision of which is required will be made in the meeting at City Engineer's office (paragraph 3 above).] , I LJ End of Section 01100- General Project Requirements 01100-18 1 I FAYETTEVILLE I I I I I THE CITY OF FAYETTEVILLE, ARKANSAS EXAMPLE WATER PRESSURE REDUCTION NOTICE TO THE CUSTOMER Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer listed below, must reduce the water pressure in the area serving your business or residence. The water pressure will be reduced at the following time: DATE TURNED DOWN ( approximate) : TIME TURNED DOWN ( approximate) : TIME TURNED DOWN ( approximate) : IIf you need to draw up water for use, please due so before this time. ' As this is simply a temporary reduction in pressure and there will be no break in the integrity of the lines providing your water, there is no requirement for a boil order. Your water will be perfectly safe to drink as soon as full pressure is restored. If you have any questions, please call one of the following: ' Engineer: Name/Company Phone C1 I I I I Contractor: Name/Company Thank you for your patience and consideration. DAVID JURGENS Water & Sewer Maintenance Superintendent 575-8386 Phone I113 West Mountain 72701 (501) 575-7700 Fax: (501) 575-8257 FAYETTEVILLE EXAMPLE ' BOIL ORDER THE CITY OF FAYETTEVILLE, ARKANSAS ' NOTICE TO THE CUSTOMER Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer listed below, must shut the water off to your business or residence. The water will be off as follows: ' DATE TURNED OFF ( approximate):__________________________________ TIME TURNED OFF ( approximate) : TIME TURNED ON ( approximate) : If you need to draw up water for use, please due so before this time. ' Once your water has been turned back on, the State Health Department requires that we ask that you boil your cooking and drinking water for 5 minutes until you receive notice that the boil ' order is lifted. The boil order will be in effect until the water has been tested and approved by the State Health Department. The results should be known in 5 to 7 days. You will be notified via letter on your door as soon as the Water/Sewer Department receives approval from the Health ' Department. This boil order is a precautionary requirement. The chances of contamination in your water are slight, but we must publish the boil order as a precautionary safety measure and to meet State regulations. IIf you have any questions, please call one of the following: Engineer: 1 Contractor: I I I [] Name/Company Name/Company Thank you for your patience and consideration. DAVID JURGENS Water & Sewer Maintenance Superintendent 575-8386 Phone Phone L1 113 West Mountain 72701 (501) 575-7700 Fax: (501) 575-8257 I SECTION 01110 - METHODS OF MEASUREMENT AND PAYMENT IMethods of measurement and payment as set out in the Specifications covering the various items of construction are hereby clarified and superseded as set out herein. Wherever they are not ' clarified or superseded herein, .methods of payment as provided in the applicable section of the Specifications shall govern. Payment for all work under this contract shall be made at the unit and lump sum prices bid under the various items of the Bid as hereinafter set out. Bid Items 1, 2, 3 and Al - Water Line Pipe ' Payment for pipe shall be made at the unit prices bid per linear foot for the various types and sizes of pipe, complete in place. The prices bid shall be full compensation for clearing, temporary fencing where necessary, right of way preparation, surface removal, disposal of ' waste materials, stripping and stockpiling topsoil where required, trenching, disposal of trenched materials, furnishing and laying pipe, pipe bedding material, concrete thrust anchors where required, polyethylene encasement, pipe detection tape, costing, sterilization, cleanup, repairing ' fences, seeding, fertilizing, mulching, and every other item required for a complete installation as specified with the sole exception of the Class 7 aggregate backfill, flowable backfill and special hillside backfill which shall be paid for under bid item 34, 35 and 36 respectively. Measurement will be based on the total length of the line, including pipe required for ties to the existing system, with no deduction made for valves or fittings. 1 Measurement shall be made with a 100 foot tape along the centerline of the pipeline after the trench has been backfilled. The footage installed to be paid for will be reflected in a daily written report, a copy of which will be furnished to the Contractor. Bid Item 4 - Connection of 2" Service line ' Payment under this item shall be made in accordance with the unit price bid. This unit price shall include the 2" tap and 2" pipe and all necessary fittings and materials to connect the existing 'meter to the new water line. ' Bid Item 5, 6, 7 and A2 - Highway Bore Steel Encasement Pipe Payment for the bore and jacking encasement under the Highway or street shall be made at the unit price bid per foot of installation. The unit price bid shall include the furnishing and installation of the smooth wall steel encasement pipe (with specified thickness), the uni-flange spacers, the uni-flange joint restraint spacers (or equal), the APS-Pull on end seals (or equal) to seal the ends of the pipes and all other related work not specifically compensated for under items of the bid. The carrier pipes are on separate bid items, payment shall be made only for successful bores which satisfy the requirements of the plans and specifications and are on desired grade. ' 01110-1 Bid Items 8, 9, 10 and 53 - Steel Encasement Pipe By Open Cut Payment for the encasement by open cut shall be made at the unit price bid per foot of installation. The unit price bid shall include the furnishing and installation of the smooth wall steel encasement pipe (with specified thickness), splitting and rejoining encasement (if applicable), the uni-flange spacers, the uni-flange joint restraint spacers (or equal) the APS-Pull on end seals (or equal) to seal the ends of the pipes and all other related work not specifically compensated for under items of the bid. The carrier pipes are on separate bid items. Bid Items 11 and A3 - Compact Ductile Iron Fittings Payment for compact ductile iron fittings will be made at the unit price bid per pound under this item for the various types of ductile iron fittings, as provided. The unit price bid shall include the furnishing and installation of the fittings, and all other related hardware and work not specifically compensated for under other items of the Bid. The weight of the fittings 24 inches in diameter and smaller will be based on standard AWWA C153/A21.53 weight tables for naked, compact mechanical joint fittings. The price bid shall include furnishing and installing the fittings, poly encasement, and the required concrete reaction blocking, rebar and joint restraints in accordance with the joint connection and reaction detail schedule set out on the Plans. Bid Items 12 and 13 - Butterfly Valve with Box Payment for butterfly valves shall be made at the unit price laid for each valve, complete in place. The price shall include furnishing and installing valves, valve boxes, concrete pad at ground surface, valve operator extension stem or American Flow Control trench adapter, and every other item required for complete installation as specified. Bid Items 14 and A4 - Gate Valves Payment for gate valves shall be made at the unit price bid for each of the various sizes of valves, complete in place. The price shall include furnishing and installing valves, valve boxes, concrete pad at ground surface, valve operator extension stems, and every other item required for a complete installation as specified. Bid Items 15 and A5 - Trench or Excavation Safety System Payment under this Item shall be made in accordance with the lump sum price bid. The price bid shall be full compensation for trench or excavation safety system requirements in accordance with Act 291 of the 1993 Arkansas General Assembly. Payment under this item will not be made until project is completed, accepted, and the Contractor certifies that he has met all requirements as set out in said Act 291. Bid Item 16 - Fire Hydrants 01110-2 I I I [] I I I I I I I L Li I E .1 17 I Payment for fire hydrant assemblies will be made at the unit price bid for each assembly installed. The bid price shall include furnishing and installation of the fire hydrant, fire hydrant barrel extension If required, 6 -inch ductile iron pipe, polyethylene encasement, main line fitting, boss, or outlet, auxiliary gate valve, valve box and box extension. All fittings, locked hydrant adapters, gravel drain, concrete collar, concrete support and reaction blocking will be included in this pay item. Bid Items 17 and A6 - Remove and Replace Existing Asphalt Pavement Payment for the final asphalt street or parking lot repair shall be made at the unit price bid per square yard. The unit price bid shall be full compensation for the removal and disposal of the base material to the depth required for the repairs as detailed on the contract drawings, furnishing and placement of concrete, prime, hot mix asphalt concrete (HMAC), all forming, labor, ' equipment, tools and any other items required for a complete installation for asphalt street or asphalt parking lot repairs as specified on the plans and defined in the technical specifications. Measurement shall be allowed for a five (5) wide trench only and to the nearest ' 0.1 square yard of final repair product in place or as approved by the Engineer. Repair of concrete curb and gutter on asphalt street is included. Bid Items 18 and A7 - Remove and Replace 6" Concrete Pavement Payment for six inch thickness concrete pavement repair- shall be made at the unit price bid per ' square yard. The unit price bid shall be full compensation for the removal and disposal of identified concrete pavement, concrete curb and gutter if applicable, furnishing and placement of concrete, all forming, labor, equipment, tools and any other items required for a complete installation for concrete pavement repairs as determined necessary by the Engineer during construction. ' Bid Item 19 - 4" Thick Sidewalk Repair Payment under this item shall be made in accordance to the unit bid price per square yard as ' measured, and includes sawcut, breakout, removal, all forms, reinforcing steel and concrete for complete -in -place sidewalks per City of Fayetteville Standards.. Bid Items 20 and A8 - Erosion Control Payment under this item shall be made in accordance with the lump sum price bid. The price bid shall be full compensation for erosion control measures required to prevent erosion of materials onto the City streets or onto the Highway or private property as shown on the plans and/or shown 1 elsewhere. I ' 01110-3 J I Bid Item 21 -Temporary Fencing to Protect Livestock I Payment under this item shall be made in accordance with the unit price bid per linear foot of ' temporary fence installed in the hayfield suitable to protect cattle and horses from entering the construction site. Bid Items 22, 23 and 24 - Air ReleaseNacuum Valve Payment for air release/vacuum valve shall include furnishing all labor and material for installing I air/vacuum release valve of the size indicated in the drawings, valve vault, with all appurtenances, vents, risers, gate valves, fittings, drains, and every other item for a complete -in -place installation as specified in the specifications and drawings. Bid Items 25 and A9 - Tapping Sleeve and Valve Assembly , Payment for tapping sleeve and valve shall be made at the unit price bid for each assembly, complete in place. The price shall include furnishing and installing tapping sleeve and valve, valve box. concrete pad at ground surface, valve operator extension stem or American Flow Control trench adapter (if required), and every other item required for a complete installation as specified. ' Bid Items 26 and A10 - Tie-in Existing Water Line Payment for tie-in existing water line shall be made at the unit price bid for each connection made. Price shall include excavation of existing lines, removal and replacement of existing fittings as required, and making connection of new water line to existing water line for a complete installation. Bid item 27 - Tie-in/Relocate Existing Water Meter , Payment for the connection of existing services, to the new water lines shall be made at the unit price bid for 3/4" copper line defined on the drawings. The price bid shall include all excavation , of existing lines, cutting existing lines, removal and replacement of existing fittings as required, making connection of new water line to existing meters, backfilling, cleanup, seeding, and every other item of work not specifically compensated for under other items of the Bid required for a complete installation. Bid Item 28 - Salvage of Existing fire hydrants ' Payment under this item shall be made in accordance to the unit bid price per each hydrant, and , only when salvaged and delivered to the City's Operation Center located on Cato Springs Road. I 01110-4 , CI I LJ I I I CJ L L I I Bid Item 28A - Cap and Plug Existing Abandoned Water Lines Payment under this item shall be made in accordance with the lump sum price bid. The price bid shall be full compensation for capping and plugging all the existing water pipes that are killed and abandoned. This item shall be paid for at the completion of the project. Bid Item 29 - Solid Rock Excavation Payment for the excavation of "rock" as defined in Section 02222 of the specifications shall be made at the unit price bid per cubic yard. Such price shall be full compensation for excavation and proper disposal of "rock" as defined in section 02222. Bid Items 30 and All - Tree Protection Fencing Payment for the tree protection fence shall be made at the unit price bid per foot of fence installation. The unit price bid shall be full compensation for furnishing labor, materials, equipment, and every other item required for a complete installation as shown on the detail drawing. Bid Item 31 and Al2 - Root Cutting and Pruning Payment for the root cutting and pruning shall be paid for each linear foot of root encountered in the trench. Bid Item 32 - New 3/4" meter box setting Payment for new meter box settings shall be paid for each new box set. This item will include complete meter yoke, box and lid installed to the desired grade set in the field by the Engineer, and connected to the existing service line. Bid Item 33, A20 - Traffic Control Payment for the traffic control shall be made in accordance with the lump sum price bid. The payment shall include furnishing labor and installing appropriate signing and barricades in accordance with the AHTD Utility Coordination Policy Manual On Uniform Traffic Control Devices. ' Bid Items 34 and A14 - Class 7 aggregate backfill Payment for class 7 aggregate backfill will be made at the unit price bid per ton for compacted class 7 aggregate as provided. The unit price bid shall include the furnishing, compaction, testing and maintenance of class 7 aggregate backfill in all trenches in the paved driveways and ' parking lots as shown on the plans and as specified. Measurement shall be based upon verifiable truck weight tickets furnished by the contractor to the engineer for quantities up to the theoretical limits of the excavation required by the drawings and specifications. No payment will ' 01110-5 I be allowed for trench widths (in excess of 5 ') or depths in excess of the requirements of the drawings and specifications unless approved in advance by the engineer as necessitated by field ' conflicts. Bid Items 35 and A15 - Flowable Backfill Payment for flowable backfill will be made at the unit price per cubic yard. The unit price bid shall include the furnishing of flowable backfill in all trenches in the city streets as shown on the plans. No payments will be allowed for trench widths or depths in excess of the requirements of the drawings and specifications unless approved in advance by the engineer as necessitated by field conflicts. ' Bid Item 36 - Special Hillside Backfill Material Compacted 95% Standard Payment for Hillside Backfill Material shall be paid for each compacted cubic yard of material to , 95% standard compaction, for any excavation within the Highway R.O.W. or other designated areas. The Unit price bid shall include the furnishing, compaction and testing of the hillside backfill in all trenches in the Highway R.O.W. or any other designated areas. Measurement shall be based upon verified quantities up to the theoretical limits of the excavation required by the drawings and specifications. No payment will be allowed for trench widths in excess of 5 feet wide or excess of depths beyond the requirements of the plans unless approved by the engineer. Bid Items 37, 38 and 39 - PVC Sewer Pipe Payment for sewer line pipe shall be made at the unit prices bid per linear foot for the pipe, complete in place. The prices bid shall be full compensation for clearing, temporary fencing where necessary, furnishing and laying pipe, bedding material, pipe detection tape, testing, TV Inspecting, cleanup, all other restorations. Bid Item 40 - Abandon Existing Sanitary Sewer Manhole Payment for sewer manhole abandonment shall be made at the unit price bid for each manhole abandoned as shown on detail drawing. Bid Item 41 - Standard Sewer Manhole Cast -in -Place , Payment for 4 foot diameter cast -in -place or precast manholes shall be paid at the unit price per ' vertical linear foot. The price bid shall be full compensation for every item of work for a complete -in -place manhole, including adjustment rings, watertight manhole inserts, exterior waterproofing, backfill and every other item required tor a complete installation as shown on the ' plans and specified. Bid Item 42 - Remove 12" Dia. Sewer Pipe Payment under this item shall be made in accordance to the unit bid price per linear foot of pipe 01110-6 ' I I [1 I [1 I I I I [1 I being removed. The price shall include the complete removal and proper disposal of the existing 12" sewer pipe. Bid Items 43, 44 and 45 - Cut and Plug Existing Sewer Pipe Payment under this item shall be made in accordance to the unit bid price per each location. The price bid shall be full compensation for cutting and plugging existing sewer pipes that are abandoned. This item shall be paid for at the completion of the project. Bid Item 46 - Surface video Documentation Prior to Construction Payment under this item shall be made in accordance to the lump sum bid price. The price shall include the video recording of the pre-existing surface condition of the project area. Bid Item 47 - Television Inspection of the Existing and Sanitary Sewer Payment under this item shall be made in accordance with the unit bid price per linear foot of pipe televised and includes cleaning to accommodate CCTV, and televising pipe. This inspection is to identify existing sewer services to be reconnected to proposed sewer. Full payment shall be made upon delivery of a copy of the video tape to the city. Bid Item 51 and A19 - Resident Notification Payment under this item shall be made in accordance to the lump sum bid price. The price shall include the labor, material and cost to notify effected residents about water service interruption, boil order and other notices required by the City. Bid Item A13 - Pump Station Emergency Generator Payment under this item shall be made in accordance with the lump sum price bid. The price bid shall be full compensation for furnishing, installing and testing the specified emergency generator and automatic transfer switch. The price bid shall include all associated electrical and the concrete generator pad, per sheet 16 of the drawings and Division 16 of the specifications. IBid Item 48 and A16 - Grass Sod ' Payment under this item shall be made in accordance with the square yard price bid. The price bid shall be full compensation for furnishing, and installing grass sod to match existing sod removed during trench excavation. All preparation work will be in accordance with Section 02487. Measurement will be for the length of trench and the allowable trench width in square yards. Any additional sod required to replace areas damaged by the contractor will be at the contractor's expense. I 01110-7 I Bid Item 49 and A17 - Solid Grass Sod ' Payment under this item shall be made in accordance with the square yard price bid. The price ' bid shall be full compensation for furnishing, and installing grass seed and mulching to match existing grass removed during trench excavation. All preparation work will be in accordance with Section 02487 - PIPELINE CLEANUP AND SEEDING. Measurement will be for the length of trench and the allowable trench width in square yards. Any additional seeding required to replace areas damaged by the contractor will be at the contractor's expense. Bid Item 50 and A18 - Topsoil Payment under this item shall be made in accordance with the cubic yard price bid. The price bid shall be full compensation for furnishing, and installing topsoil prior to placing sod or grass seed. Topsoil shall be used where the topsoil removed from the trench is not of sufficient quantity or quality, as determined by the Engineer, to properly support grass and plant growth. All preparation work will be in accordance with Section 02487 - PIPELINE CLEANUP AND SEEDING. Measurement will be for cubic yards delivered according to truck delivery tickets. Delivery tickets must be given to the Engineer upon delivery of material and the proper placement of material approved by the Engineer in order to be compensated for this item. Any additional topsoil required to supplement topsoil not properly stored alongside trenches according to these specifications will be at the contractor's expense. Bid Item 52 and A21 - Mobilization and Storage ' Payment under this item shall be in accordance with the lump sum price bid. The price bid shall be full compensation for mobilizing equipment and labor to the project site, handling and storage of equipment and supplies necessary to conduct work under this contract. This item also covers de -mobilizing after the project has been completed and accepted, removing any temporary fencing and cleaning up all storage sites. The contractor will be paid under this item at the lump ' sum price as a percentage of work complete. END OF SECTION 01110 I I 01110-8 ' I SECTION 01120 -TESTING Part 1 - General. 1. Costs The Contractor shall be responsible for and shall pay all costs associated with any inspection or testing required in connection with the Owner's or Engineer' acceptance of materials or equipment incorporated in the work, as provided for in Article 13 of the General Conditions and Article SC -13 of the Supplementary Conditions and paragraph 1.33 of Section 01100, General Project Requirements Testing. 2. Certificates of Compliance. The Contractor shall be responsible for furnish to the Engineer materials and equipment manufacturers' duly sworn certificates of compliance with all requirements and provisions of applicable standards such as, but not limited to, AWWA, ASTM, ANSI, AASHTO, AHTD or others for all materials and equipment delivered to this project. ' The City of Fayetteville shall have the right to approve or reject the contractor's proposed lab based upon sound Engineering principles. Copies of all testing reports must ' be forwarded directly to the Engineer by the testing laboratory. 3. Specific Requirements. Specific requirements for testing and certificates of compliance are set forth in the ' Technical Specifications for each item of work. All field tests required for a project shall be witnessed by the City Engineering Division ' representatives in the presence of the Engineer and Contractor, or their approved representatives. All tests require a minimum notice of 24 hours. The 24 hours is a minimum only, the exact time for testing and required inspections shall be determined by the City of Fayetteville Engineering Office. End of Section 01120- Testing [1 [1 I 01120-1 I I SECTION 01200 - TEMPORARY EROSION AND DUST CONTROL PART 1 - GENERAL 1.1 DESCRIPTION IA. This item shall consist of temporary control measures as shown on the plans or as ordered by the Owner during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. ' B. Temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control ' throughout the construction period. C. Temporary control may include work outside the construction limits such as ' borrow pit operations, equipment, and material storage sites, waste areas, and temporary plant sites. 1.2 SUBMITTALS Submit Control Plans to Engineer for review and approval. PART2-PRODUCTS ' 2.1 GRASS Grass which will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. ' 2.2 MULCHES Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 2.3 FERTILIZER Fertilizer shall be a standard 10-10-2 commercial grade and shall conform to all federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 2.4 STRAW BALE DIKE ' Straw bale dikes, as illustrated in on Detail Sheets, shall be used to prevent soil erosion at ' 01200-1 I all stream or ditch crossings. Individual straw bale dike locations are indicated on the site plans. 2.5 SLOPE DRAINS ' Where construction disturbs grassy slopes equal to or steeper than 3:1 the slope shall be protected with an erosion control mat as illustrated on Detail Sheets. Slope drains may be constructed of pipe, fiber mats, rubber, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 2.6 SILT FENCING Silt fencing, as illustrated on Detail Sheets shall be used to prevent soil erosion at top of • slope locations. 2.7 OTHER , All other materials shall meet commercial grade standards and shall be approved by the Owner before being incorporated into the project. PART 3 -EXECUTION ' 3.1 GENERAL A. In the event of conflict between these requirements and pollution control laws, , rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. B. The Contractor shall be responsible for compliance to the extent that construction practices, construction operations, and construction work are involved. , 3.2 SCHEDULE Prior to the start of construction, the Contractor shall submit schedules for ' accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing, grading, construction, paving, and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operations for the applicable construction have been accepted by the Engineer. Li 1 01200-2 ' 3.3 3.4 1 I I AUTHORITY OF OWNER The Owner has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow, and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. CONSTRUCTION DETAILS A. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design state; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices but are not associated with permanent control features on the project. B. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. C. The Owner will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. D. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Owner, such work shall be performed by the Contractor at his/her own expense. E. The Owner may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. F. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. 01200-3 G. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary structures should be provided. H. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. END OF SECTION 01200 1 •1 01200-4 SECTION 01335 - SUBMITTALS General The Contractor shall submit a minimum of five copies of the equipment proposed to be furnished on the project. Any items not in compliance with the Specifications shall be noted on the submittals. 2. I 3. I. Non -Specified Materials or Equipment Any equipment submitted other than that specified, which requires additional work to be performed, shall be noted by the Contractor prior to submittal. The cost of any additional work required shall be borne by the Contractor. Coordination of Work The Contractor shall allow two weeks for initial review by the Engineer. The Engineer may withhold action on any submittal which requires coordination with other submittals until such submittals are received. END OF SECTION 01335 - SUBMITTALS 01335-1 I I I I I I I I I I I I I I SECTION 01314 - USE OF EXPLOSIVES 1.1 General The Contractor shall observe the requirements of the General Conditions, Supplementary Conditions and this Technical Specification when using any explosive materials for excavation or demolition. 1.2 Use of Explosives When the use of explosives is necessary for the prosecution of the work, the Contractor shall observe all local, state and federal laws in purchasing and handling explosives. The Contractor shall take all necessary precaution to protect persons, completed work, neighboring property, water lines, or other underground structures. The Contractor shall notify all owners of all nearby property of the intention to use explosives at least eight hours before blasting is scheduled. The Contractor shall submit to the Owner a certificate of insurance covering such blasting operations. Such insurance shall be in the same amount as is the public liability requirements under Article 5 of the Supplementary Conditions. 1.3 Responsibility The Contractor shall be totally responsible for handling explosives in a safe manner and for any damage resulting from the use of explosives. End of Section 01314 - Use of Explosives 0131-1 I ISECTION 01535- VIDEO TAPE RECORDINGS IPart I - VIDEO TAPE RECORDINGS OF SURFACE CONDITIONS 1.1 GENERAL Video tape recordings of surface conditions shall be provided for the full length of the water line project. Existing utilities shall be marked and construction staking shall be in place before taping begins. Taping shall be done prior to construction. ' The following location information shall be provided on color audio -video tape recording: Audio: Each recording shall begin with a verbal description of the current date, project name I. and municipality, and be followed by the general location, i.e., name of the street, viewing side and direction of progress. ' Video: Transparent information must appear on the viewing screen. This information will consist of the date and time of recording. The date information will contain the month, day and ' year. Digital: To preclude the possibility of tampering or editing in any manner, all video ' recordings must, by electronic means, display continuously and simultaneously generated transparent digital information to include the date and time of recording. The date information will contain the month, day and year. Part 2- MATERIALS ' 2.1 Audio -video VHS tape, 3M T60 broadcast type or equivalent tapes shall be 1/2 -inch color video -cassette player/recorder. An effort should be made to utilize the same recorder that would be required for review of the sewer line televising. 2.2 Video output from camera(s) used must be capable of producing NTSC-525 lines/60 fields. Resolution shall have a minimum 260 TV lines at center, for optimum color imagery and minimum lag through 10 foot candles, with Geometric Distortion not to exceed 1.5 percent of Picture Height at any point in picture area. ' 2.3 The equipment shall be capable of a minimum of 240 lines horizontal resolution. Camera shall have character/time generators. VCR shall be General Mitsubish Model CS -1903 recorder/tuner, with adapter, connector plugs, and still frame capability. ' Part 3- EXECUTION ' 3.1 The taped coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio description. Audio description shall be ' 01535-1 GI made simultaneously with video coverage. Such coverage shall include; but not be limited to, all existing driveways, sidewalks, fences, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, retaining walls, or buildings located within such zone of influence. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged items, or as may be required by the Engineer. It is the intent of this coverage to accurately and clearly document pre-existing conditions and especially any items that could result in construction claims. The excavation areas shall be physically marked with high -visibility fluorescent paint prior to video taping. The markings shall include the job number and stationing. 3.2 The zone of influence shall be defined as an area within 30 feet of the proposed work, and an additional 20 feet of supplemental coverage shall be provided in residential areas. 3.3 The Contractor shall be able to televise and tape areas with paved roads, along co -owned easements, through parks, lawns, and open fields. If video taping on private property, the Contractor shall give the Owner sufficient prior notice of such entry so that property owners may be advised of and their permission obtained for the work. 3.4 To produce the proper detail and perspective, adequate lighting will be required to fill in the shadow area caused by trees, utility poles, road signs and other such objects in residential areas or as directed by the Engineer. 3.5 Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, can be located by reference. 3.6 The rate of speed in the general direction of travel of the conveyance used during taping shall not exceed 48 feet per minute in residential areas, nor exceed 100 feet per minute in non-residential areas. Panning rates and zoom-in/zoom-out rates shall be controlled sufficiently such that during playback will produce clarity of the object viewed. The playback picture shall be in focus and be of extreme clarity at all times. 3.7 All taping shall be done during times of good visibility. No taping shall be done during periods of visible precipitation, or when more than 10 percent of the ground area is covered with snow, unless otherwise authorized by the Engineer. 3.8 The Owner shall have the authority to designate what areas may be omitted or added for audio -video coverage. 3.9 All tapes (cassettes and cases) shall be properly identified by tape number, location, and project name and municipality in a manner acceptable to the Owner. 3.10 A record of the contents of each tape shall be supplied by a run sheet identifying each segment in the tape by location. i.e., roll number, street or road viewing, tape counter number, viewing side, point starting from. traveling direction and ending destination 01535-2 I I I J J [I I I I I C I C C C I. ,1 • Division 01- General Requirements • ii 1 1 point. 3.11 Conventional wheeled vehicles cannot be used. 3.12 Any portion of the videotape recording not conforming to Specifications shall be rejected. 3.13 Any taped coverage not acceptable to the Owner shall be refilmed at no additional charge. The Contractor shall reschedule unacceptable coverage five (5) days after being notified. 3.14 All taping shall be performed by Contractor and reviewed prior to construction. 3.15 One original and two copies are to be provided. Original to Owner; one copy to Engineer; and one copy to Contractor. End of Section 01535 - Video Tape Recordings of Surface Conditions 01535-3 [1 I I [1 I I I I I I I I I I I Division 02 - Site Work I SECTION 02110 - CLEARING RIGHTS OF WAY, CUTTING AND REPAIRING FENCES PARTI- GENERAL 1.1 DESCRIPTION The City of Fayetteville has acquired both permanent and temporary construction easements for the water and sewer line construction. Insofar as possible and unless subsequent permission is obtained from the Owner, the Contractor shall confine his activities to the State and City rights -of -way and easements obtained by the City of Fayetteville. ' The contractor shall limit all activities to the rights -of -way and easements - the contractor shall not store any material, place any construction material or trench material, place any equipment or activities nor allow any workmen onto residential yards or drives. No trees or cultured plants shall be cut, trimmed or removed unless clearly shown on the plans, marked by the Engineer or approved by the City Engineer. Absolutely no trees, landscaping, vegetation, etc., shall be cut, pruned, or removed outside of easements and rights -of -way. All trees and other vegetation which is so marked and must be removed to perform the work, shall be removed and disposed of, or removed and saved, (as shown on the plans or in the contract documents) by the Contractor. No on -site burning shall be permitted. All protection of trees, trimming and repair of trees and plants shall be performed by qualified nurserymen or horticulturists in accordance with the City of Fayetteville's Ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION". PART 2- EXECUTION 2.1 CLEARING RIGHTS -OF -WAY Parts of construction are indicated on the Plans as being through lawns, planters, sidewalks, streets, parking lots, brush and undeveloped fields. ' There is not an extra pay item for the clearing of rights of way or for the disposing ofbrush, timber or other debris resulting from the clearing operation. A. BRUSH, TIMBERED AREAS, FIELDS Where construction is indicated on the Plans as being through brush, timbered areas, ' and fields of tall grass, the Engineer shall stake the centerline of the proposed pipe line. The Contractor shall clear the rights of way of brush and other debris and do such right of way construction as is necessary to provide an adequate working area. 1 02110-1 1 I In clearing right of way, the Contractor SHALL NOT REMOVE ANY TREES UNLESS CLEARLY MARKED TO BE REMOVED BY THE ENGINEER. Where water lines are to be constructed in close proximity to shade trees, ornamental trees or any other trees on this project, the Contractor will be expected to work near the trees without removing or damaging them. The Contractor shall construct a free- standing protective wooden pen, 8 feet tall, around all trees in close proximity to the work which are not to be removed. Protective pens shall be maintained around trees until final cleanup and seeding or sodding have been completed. All brush, timber and other debris required to be removed from the construction of the work shall be hauled from the site and disposed of at the option of the Contractor. Burning of brush will not be permitted on this project. B. LAWNS, GARDENS, AND OTHER WELL -KEPT AREAS Where construction is shown on the Plans as being through lawns, gardens, or other ' well -kept areas, the Contractor shall stake the general location of the rights of way, and shall provide line stakes. The Contractor shall then clear any debris from the rights of way. All shrubbery, garden areas, planters, flower beds, small trees (less than 4 inches in diametert and other items of landscape shall either be protected or shall be replaced at the Contractor's expense. Unless specifically noted otherwise in a special condition, the Contractor shall be responsible to fully restore the area to its original condition. No trees shall be shall be cut or removed unless clearly marked to be removed by the Engineer. All limbs and other debris requiring removal shall be hauled from the site and disposed of at the option of the Contractor. C. POWER LINES Where the Plans show a portion of the line to be laid adjacent to or under power lines, it shall be the responsibility of the Contractor to make any arrangements with the power company for "tying off' poles. It shall also be the responsibility of the Contractor to take whatever steps are necessary to provide for the safety of the workmen and equipment when working in the vicinity of these power lines. The Contractor is advised of the extreme hazard to personnel from equipment contact ' or near contact with conductors of the transmission line. It is strongly recommended that low profile construction equipment be used and that a minimum 15 feet vertical clearance be maintained between any equipment and transmission conductors. Unless the water line is specifically set out to cross within the limits of the power line right of way, the Contractor shall not alter or work within the limits of the existing power line right of way. Seventy-two (72) hours prior to any construction activities within the power line right-of-way, the Contractor shall notify SWEBCO. 02110-2 1 D. MISCELLANEOUS ' Several signs, mailboxes, posts, fences, and other obstructions are to be removed and ' replaced along the right-of-way. These shall be removed and protected. After pipe construction is complete, they shall be replaced in their original conditions. ' E. FENCES - CUTTING AND REPAIRING The Plans show fences to be crossed during the course of construction. Prior to the cutting of fences the Contractor shall install a brace post assembly in the existing fence on each side of the water line. The exact location for the brace post assembly shall be field determined. The tension of the existing fence shall not be reduced. The ' Contractor shall then construct temporary fencing so as to maintain livestock in the original pasture during the construction period. The Contractor's attention is called to the 24 -inch diameter water line Sta. 21+75 to 29+00 where the ' temporary fencing shall be so constructed to prevent livestock and other domestic animals from entering the construction area. ' After the pipeline has been installed, backfill placed and compacted, and excess material removed, the Contractor shall rebuild the fences across the right of way. Fencing shall be replaced according to the type of fence to be crossed during construction using new materials which are equal to or better than the original fencing materials. Where removal, replacement or repair of chain link, ornamental iron, wood, rock or masonry fence is required, the Contractor shall retain a qualified specialty contractor to perform the work. ' F. RESTORATION OF PROPERTY MARKERS ' Where property markers or public right of way markers have been disturbed or will be removed in the course of construction, the Contractor shall retain an Arkansas Registered Land Surveyor to witness the position of the marker prior to disturbance t or removal. After the completion of construction, an Arkansas R.L.S. shall be retained to restore all disturbed or removed markers to their original position. The Contractor shall be responsible for all safety requirements and for taking all steps necessary to assure the safety of the public and any livestock in the vicinity of the construction area. END OF SECTION 02110 I 02110-3 I I PART 1- GENERAL SECTION 02113 - SURFACE REMOVAL 1.1 DESCRIPTION The work to be included under this section of the Specifications shall consist of providing ' all materials, labor, equipment, tools, and incidentals necessary for removing surfaces within the limits of lawns, gardens, mowed, cultivated, or other well -kept areas or within the limits of any paved or unpaved driving surface. ' This specification does not apply to state or interstate highways or driving surfaces ' within railroad rights of way unless otherwise directed by the Engineer. 1.2 ALLOWABLE REMOVAL In all areas where water lines, air release valve manholes, and other appurtenances are to be constructed, the surface shall be removed prior to excavating the trench. There is no ' pay item for surface removal and surface removal shall be considered part of trench excavation. The allowable limits of removal are dependent upon the type of area in or through which construction occurs and are set out below. No payment for surface repair ' will be made outside the width of allowable removal. A. LAWNS, GARDENS, MOWED OR CULTIVATED AREAS AND OTHER WELL -KEPT AREAS In these areas, the Contractor shall excavate the top 6 inches of topsoil from the ' ditch line and store such along one side of the ditch line so that it does not become mixed with the remaining excavation which shall be stored on the other side of the ditch line. Any such topsoil which is allowed to become mixed with other ' trench excavations shall be replaced with topsoil approved by the Engineer at the Contractor's expense. 1 The width of allowable surface removal shall be the standard trench width as shown on the detail sheet of the Plans, or the depth of the trench to the existing water flow line at its deepest point, whichever is greater. The length of ground cover removed for the installation of pipe, fittings, manholes, or other appurtenances shall be the linear dimension of such structure plus 12 inches. 1 02113-1 I 1.3 B. WOODED AND ROCKY AREAS I In wooded or rocky areas the ground cover shall be removed as set out in paragraph A above except that the Contractor is not required to separate and store the top 6 inches of topsoil along the ditch line. C. DRIVING SURFACES Excavation within the limits of any driving surface, including paved and gravel ' streets or roads, driveways or parking areas shall be in accordance with the following specifications. The Contractor shall remove pavement and road surface as a part of the trench excavation, and the amount removed shall depend upon the width of trench ' specified for the installation of pipe, and the width and length of pavement area required to be removed for the installation of pipe, fittings, manholes, and other appurtenances. The Contractor shall use such methods, either drilling, chipping or sawing as will assure the breaking of the pavement along straight lines. The face of the , remaining pavement shall be approximately vertical. Driving surface pavement and road surfaces shall be removed to the dimensions ' set out below depending upon the type of driving surface to be removed. ASPHALTIC PAVEMENT REMOVAL Asphaltic pavements shall be removed in accordance with the dimensions set out below. A. REMOVAL OF PAVEMENT FOR PIPE CONSTRUCTION ' The width of asphaltic pavement removed along the normal trench line for the removal and/or installation of pipe, fittings, or other appurtenances shall be as shown on the detail sheet of the Plans. The length of the asphaltic pavement to be removed for the installation of pipe, fittings, or other appurtenances shall be the linear dimension of such structure plus 12 inches. ' B. REMOVAL OF PAVEMENT AROUND EXISTING VALVE BOXES AND OTHER APPURTENANCES A square cut shall be made in the pavement area extending 18 inches each side of , the valve box or other appurtenance. The pavement and underlying base and/or subgrade material shall then be removed to the depth necessary to expose the 02113-2 , [1 IrJ existing object. This material shall be hauled from the site and disposed of by the contractor. 1.4 CONCRETE PAVEMENT REMOVAL Concrete pavements shall be removed in accordance with the dimensions set out below. A. REMOVAL OF PAVEMENT FOR PIPE CONSTRUCTION ' The width of concrete pavement removed along the normal trench line for the removal and/or installation of pipe, fittings, or other appurtenances shall be as shown on the detail sheet of the Plans. ' The length of the concrete pavement to be removed for the installation of pipe, fittings, or other appurtenances shall be the linear dimension of such structure plus 12 inches. ' B. REMOVAL OF PAVEMENT AROUND EXISTING VALVE BOXES AND OTHER APPURTENANCES A square cut shall be made in the concrete pavement area extending 12 inches each side of the valve box or other appurtenances. The pavement and underlying ' base and/or subgrade material shall then be removed to the depth necessary to expose the existing object. This material shall be hauled from the site and disposed of by the contractor. ' 1.5 UNPAVED DRIVING SURFACES Gravel, dirt, or other unpaved driving surfaces shall be removed as follows. A. REMOVAL OF SURFACE FOR PIPE CONSTRUCTION The width of unpaved surface removed along the normal trench line for the installation of pipe shall be the standard trench width as defined on the detail sheet of the Plans plus 24 inches on each side of the trench. The length of unpaved surface removed along the normal trench line for the ' installation of fittings or other appurtenances shall be the dimension of such structure plus 12 inches. ' 1.6 SIDEWALK AND CURB AND GUTTER REMOVAL ' Sidewalk and curb and gutter shall only be removed as shown on the plans or at the direction of the Engineer. I 02113-3 H The width of concrete removed when so directed shall be the standard trench width as shown on the plans plus a minimum of 18 inches on each side of the trench to the next existing joint. 1.7 ADDITIONAL SURFACE REMOVAL Wherever, in the opinion of the Engineer, existing conditions make it necessary or advisable to remove additional surfaces, the Contractor shall remove it as directed by the Engineer. No extra compensation will be allowed for the extra surface removal. ' However, additional payment will be made at the unit price bid for the appropriate surface repair/replacement item as set out under the Methods of Measurement and ' Payment Section of these Specifications. However, if the Contractor removes or damages pavements beyond the limits specified ' above without approval of the Engineer, such surfaces shall be replaced or repaired at the expense of the Contractor. I END OF SECTION 02113 I I I I I I C 02113-4 , H I SECTION 02222 - EARTHWORK FOR UTILITIES PART I - GENERAL 1.1 DESCRIPTION ' A. Scope: Specifications for the stripping of topsoil and vegetation, excavation, trenching, bedding, filling, backfilling, compaction, and related work in ' connection with the installation of water mains, gravity sanitary sewers, storm sewers, and force mains are included in this Section. ' B. Definitions 1. Excavation: Removal of earth and rock to form a trench for the installation of a water main, gravity sanitary sewer, storm sewer, or force main. 2. Earth: Unconsolidated material in the crust of the Earth derived by ' weathering and erosion. Earth includes: (a) Materials of both inorganic and organic origin; (b) Boulders less than 1/3 cubic yard in volume, gravel, sand, silt, and ' clay; (c) Materials which can be excavated with a backhoe, trenching machine, drag line, clam shell, bulldozer, highlift, or similar excavating equipment without the use of explosives, rock rippers, rock hammers, or jack hammers. ' 3. Rock: A natural aggregate of mineral particles connected by strong and permanent cohesive forces. Rock includes: (a) Limestone, sandstone, dolomite, granite, marble, and lava; (b) Boulders 1/3 cubic yard or more in volume; (c) Materials which cannot be excavated by equipment which is used to remove earth overburden without the use of explosives, rock rippers, rock hammers, or jack hammers; (d) Materials which cannot be excavated with a backhoe, trenching machine, drag line, clam shell, bulldozer, high -lift, or similar excavating equipment without the use of explosives, rock rippers. rock hammers, or jack hammers. ' 02222-1 J 4. Undercutting: Excavation of rock and unsuitable earth below the bottom of the pipe or conduit to be installed in the trench. 5. Subgrade: Undisturbed bottom of a trench. 6. Bedding: Earth placed in trench to support pipe and conduit. , 7. Backfill and Fill: Earth placed in trench from the top of bedding to finished grade, or to subbase of pavement. 1 8. Topsoil: Earth containing sufficient organic materials to support the ' growth of grass. 1.2 QUALITY ASSURANCE A. The blasting supervisor shall have no less than five (5) years experience in explosive demolition and excavation. The blasting supervisor and crews shall ' have all appropriate licenses for the handling and use of explosives. B. A Blasting Monitoring and Control Program shall be developed by the Contractor, and submitted to the Engineer, prior to the commencement of blasting operations. 1. The Blasting Monitoring and Control Program shall indicate the blasting area, the charge locations, number of explosive rounds at each charge location, the maximum charge per delay in pounds, and the maximum charge per round in pounds. 2. All blasting shall be in accordance with the City of Fayetteville ordinance which limits hours and requires notification and Section 01314 - USE OF EXPLOSIVES. 1.3 SUBMITTALS ' A. Submittals shall be as specified in the General Conditions. B. Submit the following: I. Materials test reports. ' 2. Blasting supervisor's experience record. 3. Blasting Monitoring & Control Program. 4. Storage procedures for explosives. I 02222-2 ' H 1.4 JOB CONDITIONS A. All information given in the Contract Documents, including drawings relating to borings, materials encountered, and rock elevations, is from surveys performed by other consultants. Such information is furnished only for the information and convenience of the Contractor. The Engineer does not warrant or guarantee that the materials and conditions encountered during construction will be the same as indicated by the boring samples or by information shown on the drawings. B. Existing storm sewers, sanitary sewers, water mains, gas mains, electric ducts, telephone ducts, steam mains and other underground structures, lines, and their house connections have been shown on the plans according to the best available information. The exact location and protection of these facilities and structures, their support and maintenance in operation during construction (in cooperation with the proper authorities), is the responsibility of the Contractor in the performance of his contract. PART 2- PRODUCTS 2.1 BEDDING All pipe bedding materials shall be: A. "Grit" as locally manufactured from crushed limestone. All "grit" material shall be durable crushed aggregate with a maximum particle size of 5/16 inch and a maximum percentage passing the no. 200 sieve of 10 percent. I B. Sand. Sand.shall consist of clean, hard, durable uncoated grains free from lumps, clay and organic materials. All (100%) of "sand" shall pass a no. 8 sieve. 1 2.2 BACKFILL I A. General: Backfill shall be earth of such gradation and moisture content that the soil will compact to the specified density and remain stable. Unsuitable materials shall not be used. 1 B. Cover Material: Pipe cover material shall be the same materials as bedding materials and applied as described in Part 3 Execution of this Section. I I I C. Granular Backfill - Special Backfill: All crushed stone base shall be Class 7 Aggregate Base Course as specified in Table 303-1, page 186, in section 303 AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION." Edition of 1996, published by the Arkansas State Highway and Transportation Department. 02222-3 I I Crushed stone base course shall be compacted to a minimum of 95 percent of Modified Proctor Density (ASTM D1557-78). Group Symbols Typical Names GW - Well -graded gravels and gravel -sand mixtures, little or no fines GP - Poorly graded gravels and gravel -sand mixtures, little or ' no fines SW - Well -graded sands and ' gravelly sands, little or no fines SP - Poorly graded sands and gravelly sands, little or no fines D. Gravel Backfill: When the material excavated from the trench is suitable for granular backfill, the Engineer reserves the right to order, in writing, the use of this excavated material in place of the granular backfill specified to be paid for as a separate pay item. E. Suitable Excavated Materials as Backfill: Excavated material shall be used when earth backfill is specified on the plans or where granular backfill is not specifically specified, provided that such material consists of loam, clay, or other materials which, in the judgement of the Engineer, are suitable for backfilling. Unsuitable backfill or frozen backfill material shall not be used. Suitable backfill shall be the following soils, classified by the Unified Soil Classification System, ASTM D-2487: , Group Symbols Typical Names GW - Well -graded gravels and gravel -sand mixtures, little or no fines GP - Poorly graded gravels and gravel -sand mixtures, little or no fines GM - Silty gravels, gravel -sand -silt mixtures GC - Clayey gravels, gravel -sand -clay mixtures SW - Well -graded sands and gravelly sands, little or no fines ' SP - Poorly graded sands and gravelly sands, little or no 02222-4 , I ' fines SM - Silty sands, sand -silt 1 mixtures SC - Clayey sands, sand -clay mixtures ML Inorganic silts, very fine sands, rock flour, silty or clayey fine sands CL Inorganic clays of low to medium plasticity, gravelly ' clays, sandy clays, silty clays, lean clays IF. Unsuitable Materials: Materials which are unsuitable for backfill include stones greater than 8 inches in their largest dimension, pavement, rubbish, debris, wood, metal, plastic, and the following soils, classified by the Unified Soil Classification ' System, ASTM D-2487: Group Symbols Typical Names CL - Organic silts and organic silty ' clays of low plasticity ME Inorganic silts, micaceous or diatomaceous fine sands or silts, elastic silts CH Inorganic clays of high plasticity, fat clays OH - Organic clays of medium to high plasticity PT - Peat, muck, and other highly organic soils G. Slurry Pourable Backfill: Slurry pourable backfill used for backfill around sewer and water mains under City streets is a low strength concrete as specified in Paragraph 1.37, Section 01100. H. Hillside Backfill: Hillside backfill is a cherry, clay backfill for water and sewer mains under State Highway pavement as specified in Paragraph 1.38 - HILLSIDE FILL - SECTION 01100 - GENERAL PROJECT REQUIREMENTS. I. Cellular Concrete: Light weight cellular concrete may be used for filling of abandoned sewers as a grouting mixture for filling voids and as a substitute for backfill concrete in tunnels or casing pipes. The cellular concrete shall be produced by blending preformed foam with cement -sand grout slurry to produce a concrete having a fresh weight per cubic foot of not less than 75 pounds. ' 02222-5 PART 3 -EXECUTION ' 3.1 EXISTING UTILITIES, STRUCTURES, AND PROPERTY A. All poles, fences, sewer, gas, water or other pipes, wires, conduits and manholes, railroad tracks, buildings, structures and property along the routes of water mains, force mains, and sewers shall be supported and protected from damage by the Contractor. B. Movable items such as mail boxes may be temporarily relocated during construction. Place movable items in their original location immediately after backfilling is completed, unless otherwise shown on the drawings. Replace movable items which are damaged during construction. C. The Contractor shall proceed with caution in the excavation and preparation of ' trenches so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall be responsible for , the repair of utilities and structures when broken or otherwise damaged. D. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate ' to determine the location of underground structures, the Contractor shall make explorations and excavations for such purpose. E. Wherever sewer, gas, water, or other pipes or conduits cross the trench, the Contractor shall support said pipes and conduits without damage to them and without interrupting this Contract. The manner of supporting such pipes, etc., shall be subject to the approval of the utility involved. F. When utility lines that have to be removed or relocated are encountered within the areas of operations, the Contractor shall notify the Engineer in ample time for the necessary measure to be taken to prevent interruption of the service. G. The Contractor shall so conduct the work that no equipment, material, or debris will be placed or allowed to fall upon private property in the vicinity of the work unless he shall have first obtained the property owner's written consent thereto and shall have shown said written consent to the Engineer. H. All excavated material shall be piled in a manner that will avoid obstructing sidewalks and driveways. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear or other satisfactory provisions made for street drainage, and natural watercourses shall not be obstructed. I 02222-6 , I. All streets, alleys, pavements, parkways, and private property shall be thoroughly cleaned of all surplus materials, earth, and rubbish placed thereon by the Contractor. 3.2 CLEARING ' A. Clear and remove logs, stumps, brush, vegetation, rubbish, and other perishable matter from the project site as required to perform work. ' B. Do not remove or damage trees that do not interfere with the work. Completely remove trees required to be removed, including stumps and roots. Properly treat damaged trees which can be saved. C. Debris from the tree removal, including trunk, branches, leaves, roots and stumps, shall not be buried or burned on the job site, but must be completely hauled away and disposed of at the Contractor's expense. ' 3.3 STRIPPING AND STOCKPILING OF TOPSOIL A. Strip topsoil and vegetation from the excavated areas. Clean topsoil may be stockpiled for reuse as the upper 6 inches of the areas to be seeded. B. Do not intermix grass, weeds, roots, root mat, brush, and stones larger than ' 3 inches with stockpiled topsoil. Dispose of root contaminated topsoil. ' 3.4 PAVEMENT AND WALK REMOVAL A. Remove existing pavement and walks from the excavated areas. Remove excavated asphaltic and concrete materials from the job site as these materials are excavated. ' B. The width of pavement removed along the normal trench for the installation of pipe and structures shall not exceed the width of the trench by more than 12 inches on each side of the trench when the amount of pavement removed is less ' than 75% of the total existing pavement width. Remove all existing pavement when the excavation requires the removal of 75% or more of the total existing pavement width. ' C. Remove walks completely when excavation is along the length of a walk and requires the removal of part of the walk. Remove walks to existing joints in the walks when excavation crosses walks. If there are no joints in an existing walk, the width of walk removed shall not exceed the width of the trench by more than 12 inches on each side of the trench. ID. Use methods to remove pavement and walks that will assure the breaking or cutting of pavement and walks along straight lines. The face of the remaining I 02222.7 H pavement and walk surfaces shall be approximately vertical. Methods are described within Section 02113. 3.5 EXCAVATING A. General: After stripping of topsoil and vegetation, perform excavations of every description regardless of material encountered within the grading limits of the project to lines and grades as indicated on the drawings or as otherwise specified. 1. Materials removed below the depths indicated without specific direction of the Engineer shall be replaced at no additional cost to the Owner, to the indicated excavation grade with satisfactory bedding materials placed and compacted. B. Dewatering: Keep excavations free from water until the water mains, force mains, sewers, structures, and appurtenances to be constructed in the excavations are completed and will safely withstand forces from water. Provide sufficient dewatering equipment and make satisfactory arrangements for the disposal of the water without undue interference with other work, damage to property, or damage to the environment. 1. Operate dewatering equipment ahead of pipe laying and keep the water level below the pipe invert until the pipe is secured by backfill. C. Trenching: Trees, boulders, and other surface encumbrances, located so as to create a hazard to employees involved in excavation work or in the vicinity thereof at any time during operations, shall be removed or made safe before ' excavating is begun. 1. Do not open more than 100 feet of trench in advance of the installed pipe, , unless otherwise directed or permitted by the Engineer. Excavate the trench within 6 inches of full depth for a distance of at least 30 feet in ' advance of the pipe laying, unless otherwise directed or permitted. 2. Contractor shall be responsible for the determination of the angle of repose of the soil in which the trenching is to be done. Excavate all slopes to at , least the angle of repose except for areas where solid rock allows for line drilling or presplitting, or where shoring or trench box is to be used. 3. Sides, slopes, and faces of all excavations shall meet accepted engineering requirements by scaling, benching, barricading, rock bolting, wire meshing, or other equally effective means. Give special attention to slopes which may be adversely affected by weather or moisture content. .1 02222-8 , P. 4. Flatten the trench sides when an excavation has water conditions, silty materials, loose boulders, and areas where erosion, deep frost action, and ' slide planes appear. 5. Shoring, sheeting, trench box, or other means shall be used to support ' sides of trenches in hard or compact soil when the trench is more than 5 feet in depth and 8 feet or more in length. Sides of trenches shall include embankments adjacent to trenches. In lieu of shoring, the sides of the ' trench above the 5 -foot level may be sloped to preclude collapse, but shall not be steeper than a I -foot rise to each 1/2 -foot horizontal. Provide a bench of 4 feet minimum at the toe of the sloped portion of the trench wall when the outside diameter of the pipe to be installed is greater than 6 feet. 6. Use diversion ditches, dikes, or other suitable means to prevent surface water from entering an excavation and to provide adequate drainage of the area adjacent to the excavation. Do not allow water to accumulate in an ' excavation. If possible, the grade should be away from the excavation. 7. Excavations shall be inspected by a competent Contractor's representative ' after every rainstorm or other hazard -increasing occurrence, and the protection against slides and cave-ins shall be increased, if necessary. Is. Do not store excavated or other material nearer than 4 feet from the edge of any excavation. Store and retain materials as to prevent materials from falling or sliding back into the excavation. Install substantial stop log or ' barricades when mobile equipment is utilized or allowed adjacent to excavations. 9. The width of trenches in earth for water main pipe, sewers, basin connections, house connections, and other drains up to and including 33 inches in internal diameter shall provide a clearance of not less than I8 inches or more than 10 inches on each side of the pipe. Trenches for pipe larger than 33 inches in internal diameter shall provide a clearance of not less than 10 inches or more than 14 inches on each side of the pipe. 10. The maximum clear width of trenches in earth for manholes shall be the greatest external width of the structure plus the space necessary for the construction and removal of the forms and construction of masonry work. 11. The design of the water main; force main, and/or sewer pipe and structures is predicated upon the width of trench specified in this Article. The Contractor shall be responsible for the provision and installation, at his own expense, of such remedial measures as may be directed by the Engineer, should the trench width limits specified in this Article be exceeded. ' 02222-9 L 12. Test the air in excavations in locations where oxygen deficiency or gaseous conditions are possible. Establish controls to assure acceptable atmospheric conditions. Provide adequate ventilation and eliminate sources of ignition when flammable gases are present. Attended emergency rescue equipment, such as breathing apparatus, a safety harness and line, and basket stretcher, shall be readily available where adverse , atmospheric conditions may exist or develop in an excavation. 13. Provide walkways or bridges with guardrails where employees or equipment are required or permitted to cross over excavations. 14. Provide ladders where employees are required to be in trenches 4 feet deep ' or more. Ladders shall extend from the floor of the trench to at least 3 feet above the top of the excavation. Locate ladders to provide means of exit without more than 25 feet of lateral travel. 15. Provide adequate barriers and physically protect all remotely located excavations. Barricade or cover all wells, pits, shafts, and similar , excavations. Backfill temporary wells, pits, shafts, and similar excavations upon completion of exploration and similar operations. D. Quicksand: Carry on the work with utmost vigor and proceed with the work expeditiously when running sand, quicksand, or other bad or treacherous ground is encountered. Install bedding to support the pipe as directed by the Engineer. , E. Blasting: Removal of rock from the excavation may be facilitated by the use of controlled explosives. 1. Blasting supervision and Blasting Monitoring and Control Programs shall ' meet the requirements of this Section. 2. Storage procedures for explosives shall be developed by the Contractor , and submitted to the Engineer before explosives are brought to the job site. 3.6 SHEETING A. The Contractor shall be responsible for construction means, methods, techniques, and procedures, and for providing a safe place for the performance of the work by ' the Contractor, Subcontractors, suppliers and their employees, and for access use, work, or occupancy by all authorized persons. B. The Contractor shall be solely responsible for all obligations prescribed as ' employer obligations under Chapter XVII of Title 29, Code of Federal Regulations. Part 1926, otherwise known as "Safety and Health Regulations for Construction." 02222-10 , 1 C. Adequate supporting systems, such as sheeting, shoring, piling, cribbing, and ' bracing shall be furnished and installed by the Contractor as required to protect existing buildings, utilities, and property from damage during the progress of the work. ' 3.7 STORAGE AND REMOVAL OF EXCAVATED MATERIAL ' A. Suitable excavated material required for filling and backfilling operations may be stockpiled in on -site locations as approved by the Engineer, until the material is ready to be placed. B. Remove unsuitable materials from the job site as unsuitable materials are excavated. Remove surplus suitable materials from the job site as trenches are backfilled. ' 3.8 TEMPORARY PLUGS Prevent foreign matter from entering pipe while it is being installed. Do not place debris, ' tools, clothing, or other material in the pipe. Close the open ends of pipe by watertight plugs when pipe laying is not in progress. Remove any earth or other material that enters pipe, lateral pipe, or appurtenances through any open pipe end. Remove earth and other ' materials at no additional cost to the Owner. 3.9 BACKFILLING WATER MAIN TRENCHES A. Backfilling of water main and force main trenches shall meet the requirements of ANSUAWWA C600, unless otherwise specified in this Section. B. Do not backfill trenches and excavations until all utilities have been inspected by the Owner's representative and until all underground utilities and piping systems ' are installed in accordance with the requirements of the specifications and the drawings. Required hydrostatic tests may be applied to the line either before or after the trench is backfilled, subject to the approval of the Engineer. ' C. Place and tamp bedding and backfill in a manner which will not damage pipe coating, wrapping, or encasement. ' D. Material from the trench subgrade to top of pipe bedding zone shall be as given in Part 2 of this Section or as shown on the Plans. Place bedding by hand or approved mechanical methods in layers of 6. inches loose depth. Compact bedding by hand tamping or with a power operated hand vibrating compactor. ' Deposit bedding in the trench for its full width on each side of the pipe simultaneously. ' 02222-I1 L I E. Place pipe bedding cover material from the centerline of the pipe to 6 inches over the pipe. Compact pipe bedding cover material to the density required to allow backfill over the pipe bedding cover material to be compacted to the density specified in this Article. F. Do not use the following materials for backfill: ' I. Unsuitable materials; 2. Frozen materials; 3. Materials which are too wet or too dry to be compacted to the densities ' specified in this Article. G. Trenches State Highway Right -of -Way Requiring Special "Hillside" Backfill When Specified: Where excavation occurs within the right-of-way of a state highway, all areas within 5 feet of the pavement edge or under proposed sidewalks and highway pavement trenches shall be backfilled with Special "Hillside" Backfill. Backfill any trench specifically indicated on the drawings with Special Backfill or as directed by the Engineer. Place Special Backfill in lifts. Compact each lift of backfill to not less than 95% of the maximum dry density as determined in accordance with AASHTO T99, Method A to the elevation of the proposed pavement subgrade. Compaction shall be by hand , tamping or approved mechanical tamping devices, or in larger excavations by approved rollers. Do not compact backfill by puddling, unless permitted by the ' Engineer. H. Trenches Requiring Slurry Backfill When Specified: Where the edge of the ' trench is 5 feet or less from the edge of the existing or proposed city roadway pavement and trenches across city roadways, or in areas to be paved or subjected to traffic, the trench shall be backfilled with Special Slurry Backfill. Backfill any trench specifically indicated on the drawings with Special Slurry Backfill or as directed by the Engineer. The Slurry "pourable" backfill shall be poured as not to breach the integrity of the pipe bedding material, and the trench filled to the subgrade of the proposed or existing street. Trenches in and across driveways and parking lots: Where the edge of the trench ' is 5 feet or less from the edge of the existing or proposed driveway or parking lot pavement and trenches across existing or proposed driveways and parking lots, the trench shall be backfilled with Class 7 Aggregate Base course as specified in Table 303-1, page 186 section 303 AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION," Edition of 1996, published by the Arkansas State Highway and Transportation Department. All areas beyond 5 feet shall be backfilled in the manner specified in the following paragraph. 02222-12 - , I i J. Trenches in Traveled Pavements: All cuts and trenches in paved streets or other paved areas shall be backfilled within suitable excavated material unless granular backfill is specifically indicated on the plans or ordered by the Engineer to within 12 inches of the street surface. The remainder of the trench is to be filled with ' crushed stone and compacted in place, prior to opening the street to traffic. The Contractor shall maintain the trenches, adding crushed stone and grading as necessary, until sufficient settlement has taken place and final restoration is made. K. All pipe, regardless of type and material composition of the pipe, shall be bedded with a minimum of 6 inches below the pipe to a minimum of 6 inches over the top of the pipe the full width of the trench. Bedding material shall be placed in maximum of 6 inch lifts and compacted with mechanical tamping equipment. ' The Contractor shall use special care under pipe haunches and fittings. ' 3.10 BACKFILLING SANITARY SEWER A. Do not backfill trenches and excavations until all utilities have been inspected by ' the Owner's representative and until all underground utilities and piping systems are installed in accordance with the requirements of the specifications and the drawings. ' B. Place and tamp bedding and backfill in a manner which will not damage pipe coating, wrapping, or encasement. ' C. Bedding and backfill procedures for sanitary sewers shall be as specified in Section 02740 for the applicable pipe material. ' D. Do not use the following materials for backfill: 1. Unsuitable materials; 2. Frozen materials; ' 3. Materials which are too wet or too dry to be compacted to the densities specified in this Article. 3.11 CLEANUP AND MAINTENANCE A. Cleanup the job site as backfilling is completed. Remove excess earth, rock, bedding, materials, and backfill materials. Remove unused piping materials, structure components, and appurtenances. Restore items moved, damaged, or ' destroyed during construction. Grade area to be restored. Leave backfill mounded over trenches which are not backfilled with Special Backfill. Cleanup and restoration specified in this paragraph shall be completed within 1,000 feet of ' 02222-13 L excavation and as specified in SECTION 02487 - PIPELINE CLEANUP AND SEEDING. B. Restoration of grass, bushes, trees, and other plants shall be completed by ' Contractor to original condition. C. Restoration of pavement and walks shall be specified in Section 02500, Paving and Surfacing. A temporary driving surface, such as crushed stone, shall be compacted in place in the trench area as backfilling is complete. Cold -mix asphalt patching material may be used as a temporary driving surface at the Contractor's option or when specifically called for in the plans or specifications. Temporary pavement shall not be more than 1,000 feet behind the excavation. When no ' existing pavement remains after excavation, a temporary compacted aggregate surfacing may be provided instead of the permanent pavement or a temporary cold -mix asphalt pavement. When the pavement is asphaltic concrete, placement ' of the asphaltic concrete surface course may be delayed until all other heavy construction is completed. D. Maintain the job site until the work has been completed and accepted. Fill trenches which settle when settlement is visible. Restore items damaged by construction or improper restoration. Keep dust conditions to minimum by the ' use of water, salt, calcium chloride, oil, or other means. PART 4- MEASUREMENT AND PAYMENT 4.1 DESCRIPTION , Refer to Section 01110 - Methods of Measurement and Payment, unless otherwise ' described for each item in each section. Crushed stone base course shall be measured and paid by the unit as established in the Bid schedule. If no separate bid or pay item exists for crushed stone base course then all crushed stone base course will be subsidiary and no separate payment will be made. NO SEPARATE PAYMENT shall be made for pipe bedding material, complete as ' shown and specified. END OF SECTION 02222 i I 02222-14 , 1l r f SECTION 02310 - PIPE BEDDING MATERIAL REV (REVISED 18 OCTOBER 1995) PART I - GENERAL. The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies and incidentals necessary for the completion of pipe bedding material as shown on the contract plans and herein specified. ' PART 2- MATERIALS All pipe bedding materials shall be: (1) ASTM D2774 - maximum particle size 1/2 inch. Contractor shall furnish laboratory data documenting compliance with ASTM D2774 requirements prior to placing of bedding material, or (2) "Grit" as locally manufactured from crushed limestone. All "grit" material shall be durable ' crushed aggregate with a maximum particle size of 5/16 inch and a maximum percentage passing the no. 200 sieve of 10 percent, or ' (3) Sand. Sand shall consist of clean, hard, durable uncoated grains free from lumps, clay and organic materials. All (100%) of"sand" shall pass a no. 8 sieve. PART 3- EXECUTION. All pipe, regardless of type and material composition of the pipe, shall be bedded with a minimum of 6 inches below the pipe to a minimum of 6 inches over the top of the pipe the full width of the trench. Bedding material shall be placed in maximum of 6 inch lifts and compacted with mechanical tamping equipment. The Contractor shall use special care under pipe haunches and fittings. 1 PART 4- TESTING AND SUBMITTALS. ' The Contractor, prior to delivery of material, shall furnish the supplier's certificates of compliance with these specifications. PART 5- PAYMENT. NO SEPARATE PAYMENT shall be made for pipe bedding material, complete as shown and specified. END OF SECTION 02310 02310-I I ' SECTION - 02413 POLYETHYLENE ENCASEMENT PART 1 -GENERAL ' The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for polyethylene encasement of pipe, fittings, valves and other appurtenances as shown on the Plans and hereinafter specified. PART 2- MATERIALS Polyethylene Encasement. Polyethylene shall be in conformance to ANSUAWWA C105, latest revision. The polyethylene film shall have a minimum nominal thickness of.008 inch (8 mils), and shall be provided in either flat tube or sheet form, at the option of the Contractor. ' PART 3 -LOCATION Polyethylene encasement shall be provided on all ductile iron pipe and all ductile iron or gray iron fittings, without regard to pipe material or type. Polyethylene encasement shall be provided on all metal pipe, fittings, hydrants, valves, and all buried metal of any accessory or appurtenance, without regard to the material type. PART 4- CONSTRUCTION Polyethylene encasement shall be installed in accordance with ANSI/AW WA Cl 05, latest revision, for either Method A, B or C installation. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. I ' END OF SECTION 02413 I I I 1 02413-1 I SECTION 02414 - PIPE DETECTION TAPE PART 1 -GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for pipe detection tape as shown on the Plans or Specifications and hereinafter specified. PART 2- MATERIALS The detectable tape shall be "detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to. all known alkais, acids, chemical reagents and solvents ' found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 1/2 pounds/1 inch x 1000 feet. I 1] I I I H I I I The tape shall be color coded and imprinted with the message as follows: Type of Color Utility Code Legends Water Safety precaution Caution Buried blue Water line Below Sewer Safety green Caution Buried Sewer line Below PART 3- LOCATION AND CONSTRUCTION. Pipe detection tape shall be provided in all trenches for water line and sewer line construction. Installation shall be permanufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. END OF SECTION 02414 02414-1 I SECTION 02450 - AIR/VACUUM, GATE VALVES AND BUTTERFLY VALVES PART1-GENERAL The work to be included under this section of the Specifications shall consist of providing all ' materials, labor, equipment, tools, supplies, and incidentals necessary for the installation of gate valves and butterfly valves. The work shall include every item of construction necessary for a complete and acceptable installation as shown on the Plans and hereinafter specified. PART 2 -MATERIALS Valves specified in this section are intended for buried use on water distribution lines and for use as auxiliary valves for fire hydrants. Unless otherwise shown on the Plans, all valves 12 inches (nominal diameter) and larger shall be butterfly valves. All valves smaller than 12 inches (nominal diameter) shall be resilient seated gate valves. 1. Catalog Data and Assembly Drawings. For all gate valves, butterfly valves and valve boxes hereinafter specified, the manufacturer shall furnish to the Engineer prior to delivery, catalog data, including illustrations and a parts schedule giving the material ofwhich parts are made, in sufficient detail to serve as a guide in the assembly and disassembly of the valve as well as in ordering repair parts. The manufacturer shall also submit three sets of certified ' drawings for approval by the Engineer, showing the principal dimensions, construction details, and materials used for all parts of the valve. All valves shall be furnished in accordance with the certified drawings after they have been approved by the Engineer. ' 2. Gate Valves (0-200 psi Working Pressure). Unless otherwise shown on the plans, all gate valves furnished and installed shall be resilient seated type, non -rising stem gate valves, in ' conformance with the requirements of AWWA C509, latest revision, for "Resilient Seated Gate Valves, 3 Through 12 NPS, for Water and Sewage Systems." All gate valves shall be designed for a minimum of 200 psi working pressure. All gate valves shall be M&H, AWWA C509 Resilient Seated Gate Valves or approved equal (Waterous, Muller, Clow...). a. Stem Seal. All gate valves shall have "O" ring stem seals. The "O" ring stem seal shall be s designed that the seal above the stem collar can be replaced with the valve under pressure in the full -open position. b. Valve Ends. All gate valves shall have standard mechanical joint ends unless tapping valves, valves with flanged ends, or valves of a special nature are indicated on the Plans. ' c. Operation. • All buried gate valves shall be designed for operation with a nominal 2 inch square operating nut. The standard direction of opening shall be open left ' (counterclockwise) as viewed from the top. Where shown on the Plans or specified, handwheels in conformance to AWWA C509 shall be provided. ' d. Protective Coating. The interior and exterior of the valve body, bonnet and seal plate 02450-1 shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest ' revision. e. Testing. The valve shall be tested in accordance with AWWA C509, latest revision. f. Affidavit of Compliance. The manufacturer shall furnish to the Engineer prior to delivery, an affidavit stating that the valve and all materials used in its construction conform to the requirements of AWWA C509 and AWWA C550, latest revisions, and that all tests specified therein have been performed and that all test requirements have been met. 3. Butterfly Valves. All butterfly valves furnished and installed shall be Class 250B in conformance with the requirements of AWWA C504, latest revision, for "Rubber Seated Butterfly Valves." All butterfly valves shall be groundhog type, as furnished by Henry Pratt Company, or approved equal. a. Body. The valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally cast mechanical joint ends unless alternate valve ends are indicated on the Plans. Body thickness shall be in strict accordance with AWWA C504, latest revision, Class 250B. ' b. Valve Seats. All butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows. , 1) Valves 20 inches (nominal diameter) and smaller shall have bonded seats which are simultaneously molded in, vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. 2) On valves 24 inches and larger, all seats shall be of a synthetic rubber compound. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption'and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. Manufacturer shall certify that rubber seat is field replaceable. c. Valve Discs. Valve discs shall be as follows. 1) Valves 12 inches through 20 inches nominal diameter: Valve discs shall be constructed of alloy cast iron ASTM A-436, Type I. 2) Valves 24 inches nominal diameter: Valve discs shall be cast iron with a stainless steel seating edge. 02450-2 3) Valves 30 inches through 48 inches nominal diameter: Valve discs shall be ductile iron with a stainless steel seating edge. d. Valve Shaft and Bearings. The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant and self-lubricating. e. Operator. The valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. The operator shall be designed for operation with a nominal 2 inch square operating nut for use with a T -wrench. ' Operators shall be designed to open with a counterclockwise rotation of the operator nut. If. Protective Coating. All valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. I g. Testing. The valve shall be hydrostatically tested at 250 psi for leakage in accordance with AWWA C504, latest revision. h. Affidavit of Compliance. The manufacturer shall furnish to the Engineer prior to delivery, an affidavit stating that the valve and all materials used in its construction conform to the requirements of AWWA C504, latest revision, and that all tests specified therein have been performed and that all test requirements have been met. 4. Outside Coating. Unless noted otherwise on the Plans, all butterfly valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. Bituminous coatings are not allowed. Where valves are specifically shown and detailed on the plans to be painted, the following specification for factory primed valves shall apply: Factory Primed Valves. Unless otherwise shown on the Plans, all exposed valves within the limits of structure walls or any valves exposed above ground shall be delivered to the job site factory blasted, cleaned and primed with one coat ofKop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or approved equal. I5. Valve Boxes. All buried valves shall be equipped with valve boxes. Valve boxes shall be an assembled unit composed ofthe valve box, extension stem, and aself-centering alignment ring. All moving parts of the extension stem shall be enclosed in a housing to prevent ' contact with the soil. Valve box assembly shall be adjustable to accommodate variable trench depths. ' The entire assembly shall be made of minimum 1/4" heavy wall high density polyethylene. All components shall be joined with a permanent locking design. The valve box top section shall be adaptable to fit inside a standard valve box upper section. 1 The stem assembly shall be of a telescoping design that allows for variable adjustment length. The material shall be galvanized steel square tubing. The stem assembly shall have ' a built-in device that keeps the stem assembly from disengaging at its fully extended length. ' 02450-3 The extension stem must be torque tested to 1,000 foot pounds. Valve box shall be American Flow Control Trench Adapter, or approved equal. The manufacturer shall submit three sets of drawings prior to delivery for approval by the Engineer, showing the principal dimensions, construction details, and materials used in construction of the valve box. 6. Concrete. All concrete used for the placement of valve box collars shall be in conformance to the Concrete section of these Specifications. Tapping Sleeve and Valve. The Contractor shall provide and install tapping sleeves and tapping valves designed for use on 200 psi water line pipe at the locations shown on the Plans. The tapping sleeve and valve shall be mechanical joint. The tapping sleeves shall be JCM Type 432 (lines 6" - 12") JCM 412 (12" lines and above), or approved equal. The valve shall be as specified above and shall have mechanical joint flanges. 8. Curb Stops: Buried valves 2 -inch and smaller shall be curb stops. Curb stops shall meet the applicable requirements of AWWA C800, ASTM B-62 for 85-5-5-5 composition bronze, and USAS B2.1. Curb stops shall be Mueller H-10283, or Ford B l I Series. 9. Air and Vacuum Valves: Air and vacuum valves shall be as follows: Size Specification % Apco No. 141 WD, Val-Matic 100DWS, or equal I" Apco No. 142WD, Val-Matic 101DWS, or equal 2" Apco No. 144WD, Val-Matic 102DWS, or equal 3" Apco No. 146WD, Val-Matic 103DWS, or equal 4" Apco No. 1604/152, Val-Matic 104DWS, or equal 6" Apco No. 1606/153, Val-Matic 106DWS, or equal PART 3- CONSTRUCTION I I I I L L L I I 11 All valves shall be installed at the locations shown on the Plans or at the direction of the Engineer, and shall be installed in accordance with the detail sheet of the Plans and these Specifications. Valve Installation. Gate and butterfly valves shall be installed in accordance with AWWA C600, latest revision, Sections 3.3 and 3.6, and with either AWWA C504 or AWWA C509, as applicable, latest revisions (appendices included), the manufacturer's recommendations, and these Specifications. Visual Inspection. Prior to installation, all valves shall be visually inspected for defects, and any foreign material in the valve interior removed. I I 02450-4 I ' 3. Valve Boxes. A valve box as specified shall be provided for each valve used in a buried service application. The valve box shall be installed so as not to transmit shock or stress to the valve. The valve box shall be centered and plumb over the operating nut of the valve ' with the box cover flush with the surface of the finished surface. The valve box shall be backfilled evenly around its perimeter with select material. The material shall be hand tamped so that the ground will not settle after placement of the concrete collar. ' 4. Valve Box Collar. All valve box lids shall have an 18 inch square concrete collar placed around them. The collar shall be centered on the valve box lid and shall be 6 inches thick. ' The top of the pad shall be flush with the top of the box and the surrounding ground or roadway surface. Valve box collars shall not be constructed until every item of cleanup has been completed. ' 5. Dead Ends. Valves located at the end of pipelines shall have ductile iron plugs or caps with or without blowoff cocks as shown on the Plans. All dead end valves shall be restrained or blocked as shown on the Plans. ' 6. Air and Vacuum Valve Chambers A. Air and vacuum valve chambers shall be have a diameter as specified in the drawings ' and be either cast -in -place concrete or precast concrete manhole barrels with cast -in -place or precast concrete flat slab tops. Precast manhole barrels shall meet the requirements of ASTM C478. B. Air and vacuum valve chamber access frames and cover shall be Neenah R -1915-G, or equal. Cast the word "WATER" in each cover. ' END OF SECTION 02450 I 11 I r I 1 ' 02450-5 SECTION 02472 - FIRE HYDRANTS PART1-GENERAL The work to be included under this section of the Specifications shall consist of providing all materials, labor, equipment, tools, supplies, and incidentals necessary for the construction of fire hydrant assemblies. The work shall include every item ofconstruction necessary for a complete and acceptable installation as shown on the Plans and hereinafter specified. PART 2- MATERIALS 1. Catalog Data and Assembly Drawings. For all fire hydrants, auxiliary gate valves and valve • boxes hereinafter specified, the manufacturer shall furnish to the Engineer prior to delivery, catalog data, including illustrations and a parts schedule giving the material of which parts are made, in sufficient detail to serve as a guide in the assembly and disassembly of the fire hydrant as well as in ordering repair parts. The manufacturer shall also submit three sets of ' certified drawings for review by the Engineer, showing the principal dimensions, construction details, and materials used for all parts of the valve. All valves shall be furnished in accordance with the certified drawings after they have been reviewed by the Engineer. 2. Fire Hydrants. All fire hydrants furnished and installed on this project shall be dry barrel hydrants in conformance with AWWA C502, latest revision, for "Dry Barrel Fire Hydrants," ' and shall be designed for a working pressure of 200 pounds per square inch gauge. Pressure class 200 fire hydrants shall be three-way, painted white above the ground line with reflective paint 7216 3M. Approved fire hydrants are Mueller Centurion hydrants, Catalog ' No. A-423 or Waterous 5 1/4" WB67-90. a. Hydrant Inlet. The hydrant shall have a 6 inch mechanical joint inlet in conformance to the dimensions shown in ANSI/AWWA C110/A21.10, latest revision. ' b. Main Valve Openings. Three-way hydrants shall have a 5-1/4 inch valve opening. ' c. Fire Hydrant Connecting Pipe. The connecting pipe shall be ductile iron pipe as specified elsewhere in these Specifications. Three-way hydrants shall have 6 inch connecting pipes. d. Hydrant Barrels and Extensions. All fire hydrants shall be equipped with a two-piece barrel having a flange at the ground line. The pipe shoe shall be designed for a ' minimum 42 inch bury. However, the Contractor shall provide extensions (Mueller A-320 or equal) as necessary to set the hydrants to the proper elevations at each location. e. Nozzles. Three-way hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4 inch pumper nozzle. If. Operating Nut. The operating nut shall be a nominal 1-1/2 inch pentagon, National Standard operating nut designed to open left (counterclockwise). ' g. Safety Stem Coupling and Safety Flange. All fire hydrants shall be equipped with a safety stem coupling and flange which are intended to fail upon vehicle impact without damage to the stem or main valve. ' h. Testing. All fire hydrants shall be tested in accordance with AWWA C502, latest revision. 02472-1 Affidavit of Compliance. The manufacturer shall furnish to the Engineer, prior to delivery, an affidavit stating that the fire hydrant and all materials used in its construction conform to the requirements ofAWWA C502, latest revision, and these Specifications, and that all tests specified therein have been performed and that all test requirements have been met. 3. Auxiliary Gate Valves. Valve Boxes, and Valve Box Collars. All fire hydrant installations shall have auxiliary gate valves, valve boxes, and valve box collars meeting all provisions specified elsewhere in these Specifications. 4. Connecting Pipe. The fire hydrant assembly shall have a connecting pipe between the mechanical joint end of the auxiliary gate valve and the fire hydrant. The connecting pipe shall be of the length shown on the Plans and shall be a locked hydrant adapter so that no joint separation will occur under pressure. 5. Concrete. All concrete used for reaction backing and valve box collars shall be in conformance with the Concrete section of these Specifications.. There is no additional pay for concrete for reaction backing or for valve box collars. 6. Polyethylene encasement and Pipe Detection tape. Polyethylene encasement and pipe detection tape shall be provided as specified in Sections 413 and 414. PART 3- CONSTRUCTION All fire hydrants shall be installed at the location shown on the Plans or at the direction of the Engineer and shall be installed in accordance with the detail sheet of the Plans and these Specifications. I. Examination of Material. Prior to installation, all hydrants shall be inspected for direction of opening, cleanliness of inlet elbow, handling damage, and cracks. 2. Placement. All hydrants shall stand plumb within a tolerance of 1/8 inch horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper nozzle facing the curb. Hydrants shall be set to established grade with the nozzle centerline at least 18 inches above the ground, unless otherwise directed by the Engineer. 3. Location. Unless otherwise shown on the Plans, the hydrants shall be placed as follows. a. When placed beyond the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 6 inches nor more than 12 inches from the gutter face of the curb. ' b. When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within 6 inches of the sidewalk. 4. Connection to Mains. Each hydrant shall be connected to the main with a 6 inch ductile iron pipe branch and independent 6 inch gate valve as shown on the Plans. The 6 inch branch of ' the main line fittings shall be equipped with retaining lip and swivel gland for positive 02472-2 , ' restraint without tie rods. Is. Hydrant Drainage in Pervious Soil. Wherever a hydrant is set in soil that is pervious, drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with coarse sand from the top of the concrete reaction backing to at least 6 ' inches above the waste opening in the hydrant, and to a distance of 1 foot around the elbow. No drainage system shall be connected to a sewer. 6. Hydrant Drainage in Impervious Soil. Wherever a hydrant is set in clay or other impervious soil, drainage shall be provided at the base ofthe hydrant by placing coarse gravel or crushed stone mixed with sand from the top of the reaction backing to at least 6 inches above the waste opening in the hydrant, and to a distance 3 feet around the elbow. No drainage system shall be connected to a sewer. 7. Reaction Backing. The bowl of each hydrant shall be braced against unexcavated earth at the end of the trench with concrete reaction backing as shown on the Plans or directed by the Engineer. IN NO CASE SHALL THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS. I h I I I I I J I Li H END OF SECTION 02472 ' 02472-3 I ' SECTION 02487 - PIPELINE CLEANUP AND SEEDING ' PART1-GENERAL Cleanup shall be considered an important part ofthis project, and adequate equipment and qualified personnel shall be applied to this phase of the work from the very beginning of the project. Seeding and placing of straw mulch shall not be done during the period of June 15 through September 15. ' There is no separate pay item for cleanup, and this work shall be considered subsidiary to the unit price bid for pipe. There are generally four classifications of cleanup to be used on this project, as set out below. I H I I LI I H I I [1 I Class I Cleanup. Areas of construction within lawns, gardens, or other well -kept areas, including street rights of way that are kept as lawns by adjacent landowners. Class II Cleanup. Areas of construction within fields, meadows and street rights of way which are mowed or cultivated (gardens excepted). Class III Cleanup. Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it is not practical for the area to be cultivated. Special Cleanup. Unless otherwise noted under paragraph B.4 of this Specification, no special cleanup will be required. PART 2- METHOD OF CLEANUP The method of cleanup for each of the classes defined above shall be as set out below. Class I Cleanup - Lawns, Gardens. Etc. The trench shall be backfilled in accordance with the Pipe Specifications. After the topsoil has been replaced to the same depth as adjacent undisturbed areas over the damaged areas, the Contractor shall proceed immediately to hand rake the entire construction area to remove all rock 1/2 inch or larger in diameter. If the topsoil is unusable or an insufficient quantity remains, the contractor shall place new topsoil to a depth specified by the Engineer. New topsoil will be paid for according to the unit bid price. Debris of every type shall be removed and all damaged tree limbs shall be pruned. After the area has been raked and accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet, using the following seed mixture (percent expressed in terms of weight). Lawn Fescue 40% Blue Grass 30% Rye Grass (Annual) 30% During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be 02487-1 I rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Straw mulch consisting of good grade clean straw, free ofweeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. Where the existing ground cover does not contain any of the grasses as set out in the seed mixture above (Bermuda grass, Zoysia, etc.), the Contractor shall be responsible for cutting, removing stockpiling and saving the existing sod on the job site. After constructing the water line and backfilling the trench, the sod shall be replaced to a condition equal to or better than that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible for providing and installing new solid sod of the existing type to complete the cleanup. Class II Cleanup - Fields, Meadows. Etc. The trench shall be backfilled in accordance with the Pipe Specifications. After the backfill is completed and the surface over the trench left slightly rounded, the area shall be machine raked to remove all rock to a condition equal to the existing surface on the better side of the adjacent existing right of way. All excess , excavated material shall be removed from the site, including excess material which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it were a part of the actual trench excavation. Seeding and fertilizing of these areas is required using the seed mixture and application rates set out below (percent expressed in terms of weight). Field Fescue 40% , Rye Grass (Annual) 40% White Clover (Common) 20% After the area has been accepted, it shall be seeded at the rate of 0.15 pounds per 100 square , feet. During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Where the existing field grass is Bermuda, or other type not specified above, the Contractor shall place such topsoil as required, and shall seed with the existing type grass so that an equivalent ground cover will be provided. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. 3. Class III Cleanup - Steep Wooded or Rocky Areas. The trench shall be backfilled in accordance with the Pipe Specifications. After the trench backfill is complete, all damaged brush of every type shall be cut just below ground surface and all damaged limbs shall be 02487-2 , I ' trimmed. All brush and debris shall be disposed ofby the Contractor and the entire area shall be machine raked so that the area of construction is in a condition equal to the existing surface on the better side of the existing adjacent right of way. ' The area of the trench line shall then be seeded and fertilized at the rate of 0.15 pounds per 100 square feet using the same seed mixture, fertilizer and application rates as set out under Class II cleanup, except that tall fescue (Kentucky 31) shall be used in place of field fescue. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over ' seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. ' 4. Special Cleanup and Restoration Requirements. All work which is performed in the street as required and shown on the plans, shall be left in a clean and neat manner in accordance with the plan details. The contractor shall clean, remove and dispose of any excess material and leave the trench ready for repairs by the City. 5. All Areas. All work within the construction area shall be cleaned to the satisfaction of the Owner. In general, all rocks, trash or rubbish of any nature shall be removed from the site of the work. During construction, the Contractor shall at all times keep work areas in a clean, neat and workmanlike condition. Excess pipe, excavation, brush and materials of construction shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials after basic construction is completed will not be tolerated. If the trench should settle while the Contractor is still on the job or within one year of the ' project completion date, the Contractor shall make the required repairs at no additional cost to the Owner in accordance with the continuing responsibility provisions of these Specifications. Failure of Contractor to make necessary repairs during the one year period ' will be cause for Owner to make or contract for such repairs and invoice the Contractor for all costs. ' 6. Restoration of Damaged Surfaces and Property. Where any pavement, trees, shrubbery, fences, poles or other property and surface structures have been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry out the ' requirements ofthe contract documents, state laws, municipal ordinances, or through failure to employ usual and reasonable safeguards, such property and surface structures shall be replaced or repaired at the expense of the Contractor. ' 7. Access after Construction. Unless otherwise directed, all areas shall be graded after construction so as to be accessible by four wheel drive vehicle. END OF SECTION 02487 ' 02487-3 I 1 SECTION 02500 - PAVING AND SURFACING PART1-GENERAL 1.1 DESCRIPTION 1. Scope: Furnish and install pavement, walks, and curbs and do related work necessary to complete work shown or specified. 2. Codes, specifications, and standards referred to by number or title shall form a part of this specification to the extent required by the reference thereto. Latest revisions shall apply, unless otherwise shown or specified. 3. Reference Specification (For Projects Located in Arkansas): Except as specifically modified in this specification, paving and surfacing operations and materials will comply with applicable sections of 1993 Arkansas Department of ' Transportation's Standard Specifications, including current revisions thereto. 4. Definitions ' 1. Abbreviations: a. AHTD - Arkansas Department of Transportations' Standard Specifications. b. AASHTO - American Association of State Highway & Transportation Officials. ' c. ACI - American Concrete Institute. d. ASTM - American Society for Testing & Materials. ' 2. Rock: A natural aggregate of mineral particles connected by strong and permanent cohesive forces. Rock includes limestone, sandstone, dolomite, granite, marble, and lava. 3. Subgrade: The prepared and compacted soil immediately below the pavement or walk system and extending to such depth as will affect the structural design. ' 4. Subbase: The layer of specified or selected material of designed thickness placed on a subgrade to support a base course, binder course, and/or surface course. I 02500-1 I 5. Base Course: The layer of specified or selected material of designed thickness placed on a subgrade or subbase to support a binder and/or surface course. , 6. Binder Course: The layer of specified or selected material of designed thickness placed on a base course to support a surface course. 7. Surface Course: The layer of specified or selected material of designed thickness placed on a binder or base course to perform as a wearing course. 1.2 QUALITY ASSURANCE 1 A. Testing Laboratory Services: The Contractor shall employ and pay for the services of an independent testing laboratory (unless otherwise noted) to perform ' specific services and necessary field density tests to demonstrate to the satisfaction of the Engineer that proper compaction is obtained and that the proper asphalt and concrete mix designs are in compliance with the specifications. ' B. Mixing Plant and Equipment: Prior to placing any hot asphalt concrete pavement, or Portland cement concrete pavement, the Contractor shall provide the Engineer , the name and location of the bituminous or concrete mixing plant and the type and composition of mixes the Contractor proposes to use in the work. Mixing plants and equipment shall meet the requirements of AHTD. ' C. Tolerances: Paving and surfacing shall comply with the tolerances specified in Division 400 (bituminous) and Division 500 (501.05 and 501.10 (concrete) of , AHTD. 1. Subgrade and subbase shall be within 1/2 -inch of dimensions indicated on ' drawings. 1.3 SUBMITTALS , A. Submittals shall be as specified in the General Conditions. B. Submit the following: I. Name and location of bituminous mixing plant or concrete ready -mix , plant. 2. Type and composition of proposed materials and mixes. 3. Certified copies of reports of tests specified in this Section and required by the referenced standards. , 4. Certificates of Compliance certifying compliance with the referenced specifications and standards. 02500-2 ' 1.4 JOB CONDITIONS A. Do not place paving and surfacing materials on a wet surface or when weather conditions would prevent the proper construction of paving and surfacing. B. Do not place aggregates on frozen subgrade. Do not place aggregates when air temperature is below 35°F. C. Do not place bituminous prime coat or tack coat when air temperature is below 60°F. Do not place bituminous mixtures if any part of the roadbed from the subgrade to 3 inches below the subgrade is 32°F or lower. Do not place bituminous mixtures on any existing concrete or bituminous surface where temperature is 25°F or lower. Do not place bituminous mixtures when the air temperature is 45°F or lower. D. Discontinue placing concrete when a descending air temperature away from ' artificial heat reaches 40°F, and do not resume placing concrete until an ascending air temperature away from artificial heat reaches 35°F. E. Do not place paving and surfacing materials when natural light is not sufficient to properly observe work or operations. 1.5 CONSTRUCTION ENGINEERING The Owner will furnish the Contractor with necessary information relating to lines and ' grades, including temporary bench marks and reference points. The Contractor will be responsible for setting necessary construction stakes to establish the specified roadway line and grade. The Contractor shall be held responsible for the reasonable preservation of reference points set by the Engineer. Re-establishment of reference points due to the Contractor's negligence will be done by the Contractor at his own expense . 1.6 GRADE ADJUSTMENT OF EXISTING STRUCTURES A. When grade adjustment of existing structures is required, the manhole frames, covers, and gratings, and the gas and water valve boxes and covers, shall be removed and reconstructed to grade as required. B. On resurfacing work, the castings and boxes shall be adjusted to grade after the last binder course has been laid and before placing the surface course. C. All castings, frames, and valve boxes adjusted to grade shall be done in advance of the final paving and shall be paid for by the Contractor as part of the project, unless specifically identified as an item for payment in unit price contracts. I 02500-3 I I 1.7 CONTRACTOR'S ORGANIZATION A. The Contractor shall have a competent supervisor on the site during the progress of the work who shall act for the Contractor in all matters concerning the work. He shall have the authority to receive directions and to act upon directions for the Owner through the Owner's authorized representative. B. The Contractor shall keep available on the site a set of Plans and Specifications in good condition. TRAFFIC CONTROL The Contractor shall plan construction operations such that existing local traffic access can be maintained and shall maintain during the construction such barricades, lights, flagmen, and other protective devices as appropriate, whether specified for the project or required by the local governing authority. Traffic control devices used for maintenance of traffic shall comply with the current edition of the Arkansas Manual on Uniform Traffic Control Devices. PART2-PRODUCTS 2.1 MATERIALS A. PRIME AND TACK COATS Prime and tack coat material shall be EPR-1 PRIME emulsified petroleum resin prime as manufactured by Blacklidge Emulsions, Inc., Gulfport, Mississippi, or equal. The application rate shall be approximately 0.25 gallon per square yard applied as recommended by the manufacturer. Application equipment and procedures shall be as set forth in Section 403 of the 1991 Edition of the Arkansas State Highway Department Standard Specifications. 2.2 BITUMINOUS MATERIALS A. HOT -MIXED, HOT -LAID ASPHALTIC CONCRETE The hot -mix asphalt surface course shall conform in composition to the weights and gradation of Type 2 asphalt as set forth under Section 407, page 216, of the 1993 Edition of the Arkansas State Highway Department Standard Specifications, using asphalt cement viscosity grade AC -30. 2.3 REFERENCED ASPHALT MATERIALS AND CONSTRUCTION I I I I I I 11 I I I 1I C The following Specifications are hereby referenced and made a part of these ' Specifications. These Specifications are contained in the "Standard Specifications for 02500-4 I I I Highway Construction," Edition of 1993, published by the Arkansas State Highway Commission. The page numbers given below refer to pages in these "Standard ' Specifications for Highway Construction." These Specifications are available for inspection in the Engineer's office, or may be obtained from the Arkansas State Highway Department, Little Rock, Arkansas, and are set out below. Asphalt Pavement. Part 400 Pages Prime and Tack Coats and Emulsified Asphalt 1 in Base Course, Section 401 ......................................... 185-189 Materials and Equipment for Prime Tack and ' Asphalt Surface Treatments, Section 403 ............................... 195-201 Asphalt Concrete Hot -Mix Surface Course, Section 407 ................... 215-218 Materials and Equipment for Asphalt Concrete Hot -Mix Binder and Surface Courses, Section 409 ........................ 229-243 Construction Requirements for Asphalt Concrete Hot -Mix Binder and Surface Courses, Section 410 ....................... 244-255 2.4 PORTLAND CEMENT CONCRETE A. CONCRETE Concrete shall be as defined elsewhere in these Specifications. ' B. REINFORCING STEEL ' Reinforcing steel shall be as defined elsewhere in these Specifications. C. CRUSHED STONE BASE ' Crushed stone base shall be in conformity with the gradation and hardness requirements as set forth under Section 303 of the 1993 Edition of the Arkansas Highway Department Standard Specifications, aggregate base course, Class 7. The crushed stone supplier shall submit certificates stating that the materials provided are in conformance with these specifications. ' D. CURB AND GUTTER JOINT SEALER Curb and gutter joint sealer shall be either Type 1, Type 2, or Type 3 in accordance with Section 501 of the 1993 Edition of the Arkansas State Highway Department Standard Specifications. 02500-5 C 1 2.5 REFERENCED CONCRETE MATERIALS AND CONSTRUCTION The following Specifications are hereby referenced and made a part of these ' Specifications. These Specifications are contained in the "Standard Specifications for Highway Construction," Edition of 1993, published by the Arkansas State Highway ' Commission. The page numbers given below refer to pages in these "Standard Specifications for Highway Construction." These Specifications are available for inspection in the Engineer's office, or may be obtained from the Arkansas State Highway Department, Little Rock, Arkansas, and are set out below. 1 DIVISION 500 RIGID PAVEMENT Pages SECTION 501 through SECTION 512 ......................... 271 - 324 DIVISION 600 INCIDENTAL CONSTRUCTION I SECTION 609 DROP INLETS AND JUNCTION BOXES .......... 368 - 371 SECTION 633 CONCRETE WALKS AND STEPS ............... 438 - 438 SECTION 634 CURBING ........................... 440 - 443 DIVISION 800 STRUCTURES SECTION 802 CONCRETE FOR STRUCTURES ................ 561 - 614 SECTION 804 REINFORCING STEEL FOR STRUCTURES ....... 616 - 623 All concrete for this project shall conform to the above referenced "Standard Specifications for Highway Construction," Edition of 1993, published by the Arkansas State Highway Commission with the following specific exceptions: 1. All concrete shall be ready -mix type concrete. The Contractor shall not batch or mix concrete. 2. Class "AA" concrete is hereby defined as a concrete with a minimum 28 day compressive strength of 4200 psi. Class "AA" concrete shall be used for all City of Fayetteville concrete paving and concrete street repairs 3. Class "A" concrete is defined as a concrete with a minimum 28 day compressive strength of 3,000 psi. Class "A" concrete shall be used for constructing manholes and other structures, concrete driveway repair, sidewalk repair and curb and gutter repair, reaction backing, pipe encasement, and where otherwise directed by the Engineer. 4. All concrete shall have air entrainment added at the ready -mix plant by the 1 concrete supplier. Concrete for paving shall have air entrainment of 6 % +/- 1 02500-6 t 1 I 1/2 % (4.5 to 7.5 percent). All other concrete shall have air entrainment of 3 to 6 percent. 5. No other admixtures, including calcium chorlide, shall be permitted. PART 3- EXECUTION 3.1 GENERAL A. The Contractor is responsible to provide equipment, workmanship, and materials required to achieve a finished product which meets these specifications. B. Use compaction equipment suitable to the material being placed. Compacting equipment shall include at least one piece of equipment capable of providing a smooth even surface on the pavement surface course. I. C. Prior to placing paving and surfacing materials, shape subgrade to grades and cross-section required to produce finished pavement grades and cross -sections shown on drawings. ' D. Do not place paving and surfacing material before subgrade is reviewed and accepted by the City Engineer and/or City Representative. Do not place paving and surfacing materials on a frozen or muddy subgrade. E. Compact subgrade to not less than 95% of its maximum density as determined in 1 accordance with AASHTO T-99. See specification Section 02501 "Principles and Standards of Roadway Design" for further compaction and testing requirements. IF. Provide adequate drainage at all times to prevent water from standing on subgrade, pavement, or walks. ' 3.2 ASPHALT CONSTRUCTION A. PAVEMENT REMOVAL, PIPE PROTECTION COVER AND BACKFILL The pavement shall be removed, pipe protection cover placed, and trench backfilled in accordance with the appropriate Pipe Specification. All pavements which have been removed or damaged shall be repaired in accordance with these Specifications depending upon the type of pavement existing prior to construction. No payment for repair will be made for pavements damaged outside the width of allowable removal set out elsewhere in these Specifications. Li H 02500-7 I I B. ASPHALTIC PAVEMENT REPAIR The existing pavement shall be saw -cut and removed to a point 18 inches beyond ' the trench line limits, and brought to grade 3 inches below the top of the existing pavement. This area shall then be resurfaced by applying asphaltic cement prime coat at the rate of 0.25 gallons/square yard, followed by a minimum of 3 inches of hot -mixed, hot -laid asphaltic concrete, laid to an elevation matching the existing finished grade. The hot -mixed, hot -laid asphaltic concrete shall be compacted to 92 percent of theoretical density. One nuclear densometer test per asphaltic patch or repair shall be performed. The asphaltic pavement repair shall be deemed acceptable By the Engineer upon a passing nuclear densometer test at a location as directed by the Engineer. The cost of determining the compacted density shall be at the expense of the Contractor. Any unacceptable patch or repair shall be replaced and/or recompacted and retested at the Contractor's expense. C. UNPAVED DRIVING SURFACE REPAIR After the trench has been backfilled as set out elsewhere in these Specifications, the surface shall be brought to the existing grade with additional crushed stone base. I 3.3 HOT ASPHALT PAVEMENT A. General: This work shall consist of constructing one or more courses of hot , asphalt concrete (HAC) or hot asphalt emulsion (HAE) pavement as either a base, binder, wedge leveling, or surface course on a prepared base in accordance with these specifications and in reasonably close conformance with the lines, grades, thicknesses, and typical cross sections shown on the plans or established by the Engineer. , I. If the required finished depth of any course is to exceed three times the top size of the aggregate used as shown by actual screen analysis, the course shall be constructed in two or more lifts as directed. 2. Job mix formulas (mix type) shall be as indicated on the drawings, without exception, unless otherwise approved in writing by the Engineer. 3. Materials and construction requirements shall comply with the ' requirements of AHTD Sections 401 through 418. B. Prime Coat: If the previously constructed course is granular, a prime coat will be required. 02500-8 , L I i 1. Apply prime coat uniformly at a rate of 0.25 gallon per square yard, unless ' otherwise specified. 2. Apply prime coat with a pressure distributor. Temperature of prime coat shall not exceed 150°F. 3. Squeegee excess prime coat from the subbase surface. Correct deficient or skipped area. ' 4. Prime coat shall be placed in accordance with AHTD Section 403. C. Base Course: Place and spread bituminous base mixture with a bituminous paver. ' In areas inaccessible to a paving machine, place and spread bituminous base mixture by other acceptable mechanical or hand methods. I1. Mixture at time of spreading shall have a temperature within the following ranges: Asphalt Material in Mixture Temperature Range AE -60 200°F to 240°F AP -52 40°F to 300°F AP -42 30°F to 285°F AP -32 25°F to 270°F AC -20 240°F to 300°F 2. Compact base course to a uniform density in accordance with AHTD ' Sections 406 (HAE) or 407 (HAC). D. Tack coat shall be placed on existing bituminous or concrete surfaces before a ' new lift of bituminous material is added. Apply tack coat uniformly at a rate of 0.25 gallon per square yard. 1. Patch and clean existing surface. The surface shall be free of irregularities and shall provide a reasonably smooth and uniform surface to receive the tack coat. Remove and replace unstable corrugated areas with suitable patching materials. 2. Tack coat shall be placed in accordance with AHTD Section 403. ' 02500-9 I E. Binder Course: Place binder used for wedging or leveling, approaches, and feathering by mechanical methods or acceptable hand methods for placing and spreading in accordance with AHTD Section 406. , 1. Temperature requirements for the binder course shall be the same as those ' specified herein for base course. F. Surface Course: Place surface course on base or binder course or tack coated existing surface. Place and spread the bituminous surface mixture with a bituminous paver. In areas inaccessible to a paving machine, place and spread bituminous surface mixture by other acceptable mechanical or hand methods. 1. Mixture at time of spreading shall have a temperature within the following ranges: ' Asphalt Material in Mixture Temperature Range AE -60 200°F to 270°F ' AP -52 40°F to 300°F AP -42 30°F to 285°F AP -32 25°F to 270°F 1 AC -20 240°F to 300°F 2. Placement of hot asphalt pavement shall conform to AHTD Sections 406 ' (HAE) or 407 (HAC). 3.4 SEAL COAT AND COVERING AGGREGATE (CHIP & SEAL) A. Application rates shall be as follows: i Cover Rate of Aggregate Gal. at Application Bituminous No. 60°F per Sq. Yd. Aggregate Material Seal Type Size Pounds 1 -Single 23 24 12-15 0.12- 0 1 ' .16 I 02500-10 1 I L I I Cover 1 - Single Application 23,24 12-15 0.12-0.16 2 - Single Application 12 14-17 0.29-0.33 5 - First Application 11 16-20 0.36-0.40 Second Application 12 16-19 0.33-0.37 1 3.5 I I I I L I I [1 I I A. Seal coat and covering aggregate shall be placed in accordance with ISHSS Section 407. PORTLAND CEMENT CONCRETE PAVEMENT A. General: Portland cement concrete pavement shall consist of a coarse aggregate base (if required) and a reinforced or unreinforced Portland cement concrete surface, as shown on the drawings. Pavement cross-section shall be as shown on drawings. B. Aggregate Base Course: Where an aggregate base course is shown or specified, it shall be constructed in accordance with this specification. C. Concrete Pavement: Portland cement concrete pavement operations and materials shall comply with AHTD Section 501, unless otherwise specified. Alternate equipment to that specified in AHTD Section 501 shall be allowed provided that line, grade, surface, smoothness, and other requirements of the specifications are met. The equipment used shall be subject to the approval of the Engineer. The Contractor shall develop and submit to the Engineer a proposed mix design to meet the requirements of this specification. No concrete shall be placed prior to approval of the mix design by the Engineer. Expansion and contraction joints shall be installed as indicated on the drawings. Expansion joints shall be required whenever new concrete abuts fixed objects or existing concrete surfaces, whether or not shown on the drawings. 3. Keyway construction, load transfer devices, tie bars, and slab and ear reinforcement shall be installed as indicated on the drawings. 4. Unless otherwise shown on the drawings, the final finish of concrete pavement shall be by brooming, as set out as Method I in AHTD Section 501.04 (k), to form a transverse skid -resistant finish. 02500-11 I 5. The Contractor shall always have materials available to protect the surface ' of concrete against rain. These materials shall consist of burlap, curing paper, or plastic sheeting. 6. New concrete pavement shall be protected by the Contractor until opening to traffic is approved by the Engineer. It shall not be opened to traffic until the field -cured concrete has attained a flexural strength of 550 psi, or a compressive strength of 3,500 psi. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Before opening to traffic, the pavement shall be cleaned. 3.6 WALKS , A. Walks shall consist of an aggregate subbase and a reinforced concrete surface. Use No..24 fine aggregate for subbase, unless otherwise shown. Concrete shall be Class "A" concrete as specified above. B. Subbase shall be 2 inches thick, and concrete shall be 4 inches thick, unless , otherwise shown. C. Compact subbase to not less than 95% of maximum dry density as determined in ' accordance with AASHTO T-99. D. Proportion, mix, and place concrete as specified. Walks shall have a broom ' surface finish. Edge all outside edges of walk and all joints with a 1/4 -inch radius edging tool. E. Unless otherwise shown on the drawings, walks shall be divided into sections not more than 5 feet in length by dummy joints formed by a jointing tool with 1/4 -inch radius. F. Form construction joints around all abutting structures and appurtenances such as manhole, utility poles, hatches, and hydrants. Install 1/2 -inch thick premolded expansion joint filler in construction joints. Expansion joint material shall extend for the full depth of the walk. , G. If existing sidewalk is to be removed and replaced with new side -walk or new sidewalk extended from existing sidewalk, the existing sidewalk shall be removed to the nearest joint of suitable quality or as directed by the Engineer. H. Concrete walks shall be in accordance with AHTD Section 604. I 02500-12 , I 3.8 CURBS A. The construction of curbs, combination curb and gutter, and integral curb and gutter shall be in accordance with these specifications and as shown on the plans ' and shall be in reasonably close conformance with the lines and grades shown on the plans or as directed by the Engineer. ' B. Excavation for curbs shall be made to the required depth, and the subgrade or base upon which the curb is constructed shall be compacted to a firm, even surface to not less than 95% of maximum dry density as determined in accordance with AASHTO T-99. C. Concrete for curbs shall be Class A, as specified previously for Concrete Pavement. D. The curbs shall be constructed by the use of wood or metal forms; or, if approved ' by the Engineer, the curb may be constructed using a curb slipform machine. Forms, if used, shall be straight, free from warped or bent sections, and shall extend for the entire depth of the curb and shall be securely held in place so that no deviation from alignment and grade will occur during placement of concrete. The concrete shall be consolidated by vibration or other acceptable methods. The top of the curb shall be floated smooth and the top outer comer rounded to a 1/4 -inch radius. E. The face, top, and gutter of curbs shall not have deviations or irregularities of more than 1/4 -inch when checked with a 10 -foot straightedge. F. Construction joints shall be placed at 10 -foot intervals, unless otherwise shown or directed by the Engineer. The joint shall be uniform, of 1/8 to 1/4 inch in width, and to a depth of approximately 2-1/2 inches. The joint may be saw cut or formed by approved removable strips providing a straight joint at right angles to the ' length of curb. Joints shall be filled with specified bituminous joint filler material. Construction joints shall be formed around all abutting structures such as inlets and shall be as specified previously. G. As soon as possible after placing and finishing of concrete, the curbing shall be moistened and kept moist for three days, or cured with the use of a specified membrane compound. ' H. If existing curb is to be removed and replaced with new curb or new curb extended from existing curb, the existing curb shall be removed to the nearest joint of suitable existing curb or as directed by the Engineer. ' 3.8 LANE STRIPING Contractor shall stripe new parking areas with standard white road paint. ' 02500-13 [Ti I 3.9 TESTING , A. The Contractor, under the Engineer's supervision, shall take samples and make tests as hereinafter listed for each 40 cubic yards of fresh concrete or fraction thereof placed on the project, but not less than one set for each day's concrete placement. It shall be the Contractor's responsibility to collect all samples, prepare casting specimens, protect, cure, transport, and pay for all costs associated with testing. The project inspector shall inspect the preparation of all specimens. B. Slump Tests: Tests for slump shall be made at the place of deposit and in , accordance with ASTM C-143. Tests shall be made periodically, when cylinders are made, and as often in the opinion of the Engineer when a change in consistency of the concrete mix is noted. The Contractor shall have a slump cone at the job site at all times when concreting operations are in progress. Unless otherwise noted or specified, the slump shall be within the limits of 1 to 4 inches. C. Compression and Strength Tests: Each test shall consist of four standard 6 -inch by 12 -inch cylinders; two cylinders to be tested at the age of seven days and two cylinders at the age of 28 days. Samples shall be taken, cured and tested in accordance with latest ASTM standards. D. When the ultimate compressive strength of any cylinder falls below the specified i strength for the class of concrete specified, the design mix and water content shall be adjusted to produce the specified strength for concrete that is subsequently placed. In addition, the Engineer may order additional curing for that portion of the structure where the questionable concrete has been placed. E. In the event that such additional curing does not give the strength required, as ' determined by load tests made in accordance with ACI 318, or cored cylinder tests, and if such tests indicate the necessity, the defective parts shall be removed and replaced, or shall be reinforced as directed by the Engineer, at the Contractor's expense, including the expense of the tests. F. Unless specifically noted above, the referenced "Standard Specifications for Highway Construction," Edition of 1993, published by the Arkansas State Highway Commission will control. G. Concrete Test Requirements: The Contractor shall make the following tests at no additional cost to the Owner. Make tests as specified in this Article and requested by the Engineer. Perform tests in accordance with the following ASTM Specifications: I 02500-14 ' I ' ASTM Test Specification Slump C 143 ' Air Content C 173 Test Cylinders C 31 or C 513 ' Core Samples C 42 Fly Ash C311 1. Measure air content each time test beams or cylinders are to be made and at any other time requested by the Engineer. The field test may be omitted if the air content is known prior to taking samples. The field test may not be omitted if fly ash is used in the mix. 3.10 PROTECTION A. Maintain compacted aggregate subbase and surface true to line and grade and required density. Maintain subbase until prime coat is placed. Maintain surface until job is complete. ' B. Do not permit vehicular traffic of any kind on any bituminous course until the bituminous mixture has hardened sufficiently not to be distorted beyond specified tolerances. Remove any foreign material which is on the surface of any course ' before the course is rolled or any subsequent course is placed. C. Do not permit traffic on concrete walks until concrete has developed sufficient strength not to be marked or damaged. D. Concrete pavement shall be protected as outlined in Article 3.5, paragraph C, of 'this specification. E. Repair or replace damaged pavement and walks to the satisfaction of the Engineer. 3.11 CLEANING ' Clean job site of rubbish, excess material, temporary buildings, structures, and equipment. Restore damaged property. I I 02500-15 PART 4- PAYMENT AND MEASUREMENT Measurement and payment shall be as defined in the Bid Proposal and/or as specified elsewhere in these specifications. Refer to Section 01110 Methods of Measurement and Payment. END OF SECTION 02500 02500-16 SECTION 02660 - WATER MAINS PART 1 -GENERAL 1.1 DESCRIPTION A. All pipe, fittings, valves, hydrants, and appurtenances shall be as shown on ' drawings and such drawings and specifications shall be submitted to the City Utility Superintendent for approval prior to any construction. All pipe, fittings, valves, hydrapts, and appurtenances shall be new and unused, unless otherwise directed by the Engineer. B. Codes, Specifications, and Standards: Codes, specifications, and standards referred to by title or number shall form a part of this specification to the extent required by the references thereto. Latest revisions shall apply in all cases. C. Definitions 1. Abbreviations ' (1) ANSI - American National Standards Institute. ' (2) ASTM - American Society for Testing & Materials. (3) AWWA - American Water Works Association. ' 2. All pipe, fitting, and valve size and all references to pipe diameter on the drawings or in the specifications are intended to be nominal size or diameter, and shall be interpreted as such. ' PART 2 -PRODUCTS 2.1 WATER MAIN PIPE AND FITTINGS ' A. Ductile Iron Water Mains 1. Ductile Iron Pipe shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids," AWWA Standard C151, latest revision, and shall be t designed to withstand contacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a soil density of 120 pounds per cubic foot and Type 3 standard laying conditions. 2. Ductile iron pipe shall be designed in accordance with the requirements of 02660-1 I 0 "Thickness Design of Ductile Iron Pipe", ANSI/AWWA C150/A21.50-91, effective March 1, 1992. 3. Joints and joint materials for ductile iron pipe shall conforn to ANSI/AWWA CI05/A21.4. 4. All ductile iron fittings shall conform to the requirements of ANSI/AWWA CI 53121.53, latest revision, for Ductile Iron Compact Fittings. ' 5. Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable sections of ANSI/AWWA C151/A21.51 and , ANSI/AWWA C1 I0/A21.10. All restrained joint pipe shall be "TR Flex," as manufactured by U. S. Pipe, "FlexRing" joint as manufactured by ' American Ductile Iron Pipe, or equal. 6. Swivel joint fittings shall have a retainer lip and swivel rotatable gland for , positive restraint without tie rods. Restraint joints shall be used where testing will be done against closed valves, etc. 7. Flanged pipe and fittings shall be in accordance with the requirements for ' "Flanged Ductile Iron Pipe with Threaded Flanges," ANSI/AWWA C 115/A21.15, latest revision. 8. Bolts and gaskets shall meet the requirements of ANSI/AWWA Cl i 1/A21.11, latest revision, for "Rubber -Gasket Joints for Ductile -Iron ' Pressure Pipe and Fittings." 9. All ductile iron pipe and ductile iron pipe fittings shall have a standard ' thickness cement mortar lining in conformance to ANSI/AWWA C104/A21.4. 10. All ductile iron pipe shall have a bituminous exterior coating unless ' otherwise specified. Exposed pipe may be required to have a factory prime coat consisting of one coat of Kop-Coat 240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal. The bituminous coating shall be approximately I mil thick and shall be factory applied to the outside of all pipe and fittings. The finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. 11. Joint lubricant shall be provided by the pipe manufacturer, and applied as ' per the manufacturer's recommendations. Polyvinyl Chloride Pipe Water Mains ' 02660-2 I 1. Pipe ' (1) PVC pipe 2 inches in size shall be manufactured in accordance with ASTM D-2241. PVC pipe 6 inches through 12 inches in size ' shall be manufactured in accordance with AWWA Specification C900 and shall have a DR of 14. PVC pipe larger than 12 inches in size shall be manufactured in accordance with AWWA ' Specification C905 and shall have a DR of 18. (2) The plastic material used in making the pipe shall be clean, virgin, Cell Classification 12454B PVC compound conforming to ASTM Resin Specification D-1784, latest revision. Clean, reworked material generated from the manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. Nominal laying lengths shall be 20 feet. ' (3) Joints for 2 -inch plastic pipe shall conform to ASTM Specification D-3139. Joints for plastic pipe 6 -inches through 18 -inches shall ' conform to AWWA C900. Joints for plastic pipe larger than 18 inches shall conform with ASTM Specifications AWWA C905. 2. Fittings: (1) Fittings for PVC pipe 2 -inches in diameter shall comply with ' ASTM Specification D-3139, "Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals". ' (2) Fittings for PVC pipe 6 -inches and larger shall conform to the specifications given for ductile iron pipe. All fittings joints shall have joint restrainers EBBA Iron, mega -lug (or approved equal). 2.2 DETECTABLE TAPE See Section 02414 - PIPE DETECTION TAPE 2.3 TRACER WIRE Tracer wire shall be 14 gauge coated copper for underground burial. ' 2.4 SERVICE CONNECTION MATERIALS Materials for water main taps, service lines, and meter box assemblies shall be: Copper Pipe .......................................... Type K soft copper 02660-3 I 3/4" Corporation Stop .......................... Mueller B-25008 ' 3/4" U Branch, 7.5" width .................... Mueller H-15363 5/8" x 3/4" x 12" meter yoke ................ Mueller H-1402 3/4" Tail Piece ...................................... Mueller H-14222 18" Cast Iron Flat Meter Lid ................ C-109, Crouch Foundry 18" x 24" PVC Meter Box, , #501824.30T, .275 wall thickness ................................... Mueller / McCullough Tapping saddles for PVC and Ductile Iron shall be as manufactured by Mueller and ' Romac respectively. 2.5 TAPPING SLEEVES ' 2.6 Tapping sleeves shall be designed for 200 psi and shall be JCM Type 432 for pipe six (6) ' inches through twelve (12) inches and JCM 412 for pipe greater than twelve (12) inches, or approved equal. Tapping sleeves shall be vinyl coated. TAPPING SADDLES ' A. Design and manufacture tapping saddles for a working pressure of 250 psi. ' Saddle bodies shall be ductile iron. Saddle straps shall be corrosion resistant steel alloy. Saddle gaskets shall be positively confined O-ring gasket. The sleeve dimensions shall be such that the• sleeves will not leak when installed on cast iron, ductile iron, or polyvinyl chloride pipe with outside diameter shown in AWWA Standards. Each saddle used for making a wet connection shall have a ' branch connection with a flange end. The inside diameter of each branch shall be oversized to permit entry and exist of tapping machine cutters. B. Each flange shall have a recess to center a tapping valve. Recesses shall meet the , requirements of MSS SP -60. Flange dimensions and drilling shall meet the requirements of ANSI B 16.1. C. Each saddle used for making a dry connection shall have a branch connection with a flange or mechanical joint end. Flange dimensions and drilling shall meet ' the requirements of ANSI B 16.1. Nuts, bolts, and gaskets for flange joints shall meet the requirements of ANSI/AWWA C110. Nuts and bolts shall be cadmium plated. Gaskets shall be full face and shall be red rubber, or equal. Mechanical ' joints and accessories shall meet the requirements of ANSUAWWA C111/A21.11. D. Gaskets used to seal joints between saddle bodies and tapped pipes shall be O-ring , type, circular in cross section. and made of natural or synthetic rubber with a Durometer Hardness of 70 t 5. 02660-4 ' 2.7 1 ' 2.8 STEEL ENCASEMENT PIPE A. Encasement pipe for water mains shall be constructed of either spiral or straight welded steel and shall be sized as follows: Water Main Size (inches) Minimum Encasement Pipe Size (inches) Minimum Wall Thickness (inches) ASTM/AWWA Specification 4 - 6 12 0.250 ASTM A53 8 16 0.250 AWWA C102 12-16 24 0.250 AWWA C102 18 30 0.312 AWWAC102 20-24 36 0.312 AWWA C102 36 48 0.375 AWWA C102 48 60 0.375 AWWAC102 PIPE BEDDING MATERIALS A. Pipe bedding materials shall be as specified in Section 02310 - PIPE BEDDING MATERIAL 2.9 INSPECTIONS AND TESTING PROCEDURES A. All field tests required for a project shall be witnessed by the City in the presence of the Engineer of Record and the Contractor. The City representative shall be one of the Public Works Construction Inspectors. The Contractor's representative shall be the foreman or superintendent on the job. The Engineer of Record may be represented by an authorized and qualified representative. B. The City requires a 24 hour notice on all tests. Calls to the City for the purpose of setting test times shall be made by no later than 10:00 ANI for test on the following day. C. Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot be reasonably scheduled so that a representative of the City can be present, the Engineer of Record will witness the test and certify to the City the results. ' 02660-5 II I D. In no case shall a test be made without the presence of the Engineer of Record and the Contractor. It is the responsibility of the Engineer of Record and/or the Contractor to coordinate the scheduling of tests with the City and with the other parties involved. E. The tests generally associated with water line construction are: (1) The pressure testing of tapping sleeve installations (2) The pressure testing of lines, after installation (3) The bacteriological (Bac-T) testing ' (4) Fire Hydrant tests F. Generally, no Contractor or Engineer of Record involvement is required in the taking of samples for the Bac-T test except that the Contractor is responsible for the proper flushing of the line prior to samples being taken by the City. However, the City may require the presence of the Contractor or Engineer of Record when questions have been raised as to the methodology or techniques used in the sampling process. G. Bac-T samples are sent to the State Department of Health for testing. Results obtained by the City shall be forwarded to the Engineer of Record either by fax or by mail immediately upon receipt by the City. H. Lines failing the Bac-T tests shall be re -sampled as soon as practicable. If a line ' fails three (3) consecutive Bac-T tests, the line must be re -chlorinated before Bac-T samples can be taken again. The City shall not be responsible for the rescheduling of failed Bac-T tests. I. The fire hydrant test shall consist of checking the operation of the fire hydrant ' valve and flowing the fire hydrant. This shall be done after the pressure test has been completed and the fire hydrant valve shall be left in the open position. J. All equipment, materials, and labor required for testing shall be furnished by the , Contractor at his expense. K. A DISCHARGE PERMIT FOR ALL TESTING WATER AND ' DISINFECTION WATER MUST BE OBTAINED PRIOR TO BEGINNING TESTS. ' I 02660-6 ' ' PART 3- EXECUTION 3.1 INSPECTION Inspect water main pipe, fittings, valves, hydrants, and appurtenances prior to installation. Promptly remove damaged or unsuitable products from the job site. Replace damaged or unsuitable products with undamaged and suitable products. 3.2 LAYING OF WATER MAINS A. All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. For ductile iron pipe, ANSUAWWA C600 shall apply. For PVC pipe, ASTM D-2774 shall apply. B. All water mains which cross sewers shall be laid to provide a minimum of 18 inches positive vertical clearance as measured from bottom of pipe to top of ' pipe. At all crossings, the water line pipe shall be adjusted to provide one full length of water line pipe over the sewer line with both joints located. as far as possible from the sewer line. A ten (10) foot separation shall be maintained ' between water lines and sewer lines where those lines run parallel to each other. C. Care shall be taken not to exceed the manufacturer's recommendations on the degree of deflection allowed per joint of pipe. A pipe bend shall be installed where necessary to maintain conformance to those recommendations. ID. Pipe, regardless of type, shall be laid on 6 inches of bedding material and shall be covered to a depth of 6" over the top of the pipe with the same material. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be ' hand tamped around and over the pipe. E. Reaction backing shall be installed at all points of unbalanced pressure. Required ' area of undisturbed soil for backing purposes shall be calculated based on the bearing strength of the soil (2000 pounds/square foot) maximum allowable unless proven otherwise by soil tests) and on a working pressure of 200 psi. Calculations ' shall take into account pressures due to water hammer. Sufficient concrete shall be used to properly transfer load from the fitting to the undisturbed soil in a uniform manner and without exceeding the strength of the concrete. The fitting shall be wrapped with 8 mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All bends, tees, etc. shall remain open until inspected by the City. IF. The transition from 6 -inch pipe to 2 -inch pipe shall be by means of a tapped 2 -inch plug. ' G. All 12 -inch or smaller ductile iron 90 degree bends, tees, hydrant shoes, and other valves within 30 feet of a plug or reducer shall have retainer glands. ' 02660-7 E E H. Where ductile iron pipe is being laid, polyethylene encasement shall be installed ' in accordance with ANSI/AWWA C105, latest revision, for either Method A, B, or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the. polyethylene film. All iron fittings and all other iron appurtenances shall be wrapped with polyethylene. I. Pipe detection tape shall be provided in all trenches for water line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. J. A trace wire shall be laid adjacent to all PVC installations and shall be looped around the pipe at least once per joint and connected to all valves and fittings. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details. A tracing test may be required prior to final acceptance. K. Maximum pipe cover shall be 60 inches under normal conditions. Cover greater than 60 inches shall be allowed for short distances where required by field conditions. No hydrants shall be allowed where lines are greater than 60 inches deep. Minimum pipe cover shall, be 36 inches. Cover shall be measured from the top of the pipe barrel and shall be further defined as: (1) Land Level Normal to the Direction of the Pipeline: Cover shall be measured from the top of the barrel of the pipe to the top of the existing natural ground surface. (2) Cut Sections: Cover shall be required and shall be measured from the top of the pipe barrel to the planned grade. (3) Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted prior to laying the water line. (4) Along and Under Streets: The Cover along streets shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. Cover under streets shall be measured from the top of the subgrade. L. Minimum elevation for service lines under streets shall be 30 inches below the planned subgrade. That depth shall be maintained to a point at least 5 feet outside of the curb, storm sewer line, or sidewalk. Service lines shall be wrapped with polyethylene .in areas where a grit or other bedding material is not required. 02660-8 ' I M. Reasonable amounts of water for flushing, testing and disinfecting water lines will be supplied by the City. The work shall be coordinated to ensure that it will not be carried on during periods of high water usage. Water valves on the existing water system shall only be operated by, or under the direct personal supervision of the City of Fayetteville Water Department. N. After completion of construction of all water lines or sections thereof, the ' Contractor shall flush, test and disinfect the new water lines as set out below. (1) Flushing: The Contractor shall fill and flush the newly constructed lines ' and visually check all combination air release and vacuum valves, blow -off valve assemblies, line valves, and fire hydrants to assure proper operation. (2) Hydrostatic Testing: All pipe on this project shall be tested as set out in AWWA C600, latest revision. Tests will be conducted only after the line is completed, including all taps and meter settings as required and the backfill completed. These tests shall be performed by the Contractor in the presence of the City Inspectors and the Engineer of Record. The ' Contractor shall furnish all necessary pressure gauges, meters, and pumps and make all taps and connections. Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Before applying the test ' pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. Test pressure shall be the greatest of 150 percent of the static pressure or 200 psi, whichever is greater. The developer shall provide all pumps or other equipment necessary to maintain the test pressure within ±5 psi at ' the test point for a period of two hours. Fire hydrant valves shall be open during the pressure test. ' (3) Leakage: The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to ' maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. The leakage for water pipe shall be within the limits set out in AWWA C600, latest revision. No pipe installation will be accepted until the ' leakage is less than the number of gallons per hour as determined by the formula: I 02660-9 I L= (S)(D)(Pa.5) ' 133,200 L = allowable leakage, in gallons per hour; S = length of pipe tested in I feet; D = nominal diameter of the pipe, in inches; and P = average test pressure (psi). Should any test of pipe laid disclose leakage greater than that specified, the leak shall be located and repaired and the line shall be re -tested. All visible leaks shall be repaired regardless of the amount of leakage. (4) Disinfection: After successful pressure testing, the line(s) shall be flushed velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C601, latest revision, for "Disinfecting Water Mains," continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. The contractor shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations of chlorine. Such disposal shall be in accordance with all applicable EPA and ADPC&E regulations. O. After sterilization is complete, the Contractor shall then flush the sterilizing solution from the lines, and -the treated water lines will then be placed into service. P. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. No water meters shall be set until the samples have been approved in writing by the State. 3.3 Q. Water lines that dead end shall have a blow -off assembly located on the last joint of pipe as shown on the water line detail sheet. The last joint shall be blocked. Valves on dead end lines shall be placed on the next to last joint if possible and shall be restrained. ' CONNECTING TO EXISTING MAINS A. The Contractor shall locate existing mains horizontally and vertically and verify ' the exact size of existing mains. Locate existing mains sufficiently in advance of making connections to allow ample time for making changes in the connection location and size. Backfill excavation immediately after main is located and 02660-10 measured. ' B. Make each wet connection with a tapping valve and tapping sleeve. Install and hydrostatically test each tapping valve and tapping sleeve assembly prior to tapping existing water main. Inspect each tapping valve prior to tapping existing ' water main. Open and close tapping valves, and inspect tapping valves in opened and closed positions to ensure all parts are in working condition. Inspect each tapping valve immediately before connecting tapping machine to ensure the ' tapping valve is open. Install watertight plug on the tapping valve outlet and backfill excavation if existing water main is not tapped within 48 hours after installing tapping valve and tapping sleeve or tapping saddle assembly. Install ' watertight plug on the tapping valve outlet and backfill excavation if new water main is not connected to tapping valve within 48 hours after making tap in existing water main. ' C. Make each dry connection with fittings and valves indicated on the drawings. Furnish and install sleeves required to complete connections. All required pipe, ' fittings, valves, tools, and equipment shall be at the connection site prior to starting connection. Wash interior of new pipe, fittings, and valves with a solution containing 50 mg/I of chlorine prior to making connection. Make ' connections at night and on weekends when required. The Owner will operate existing valves. Install sufficient water main and restrain joints so existing water mains can be up in service immediately after connection is completed. Inspect joints and eliminate leaks immediately after connection is completed and existing mains are put in service. Install watertight plugs on open ends of pipe and valves, and backfill excavation if new water main is not connected to dry connection ' within 48 hours after completing dry connection. 3.5 PIPE TRENCH EXCAVATION See paragraph 3.5, SECTION 02222 - EARTHWORK FOR UTILITIES 3.6 PIPE TRENCH BACKFILL See paragraph 3.9, SECTION 02222 - EARTHWORK FOR UTILITIES ' 3.7. CLEAN-UP ' Cleanup shall be as specified in SECTION 02487 - PIPELINE CLEANUP AND SEEDING. END OF SECTION 02660 I ' -02660-11 I SECTION 02731 - SANITARY SEWER CONSTRUCTION PART1-GENERAL 1.1 Scope This Section governs all work, materials and testing required for installation of gravity pipelines of the respective types and sizes shown on the Drawings for the particular location and conforming to the requirements of these specifications. All pipelines shall be constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 1.2 Description Sanitary sewer construction shall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the Contract Documents. 1.3 Revisions of Standards ' When reference is made to a Standard Specification i.e. ASTM, ANSI, AWWA, MCIB, the Specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to Bidders, except as noted on the Drawings or in the Specifications. PART 2- MATERIALS 2.1 General I 11 I I I Ii H This section governs materials required for pipeline construction. A. Requirements Furnish pipe of materials, joint types, sizes, and strength classes indicated and specified. Higher strengths may be furnished at the Contractor's option, at no additional cost to the Owner. B. Manufacturer The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific material. C. Testing Testing shall be performed by the manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner, Engineer, or an independent testing laboratory. The Contractor shall provide three (3) copies of certified test reports indicating that material does conform to the specifications. I 02731-1 H D. Handling I The manufacturer and contractor shall use equipment and methods adequate to protect the pipe, joint elements and prevent shock contact of adjacent unit during moving or storage. Damaged sections that cause reasonable doubt as to their structural strength or watertightness will be rejected. 2.2 Pipe, Fittings, Joints, Coatings and Linings A. General ' Furnish pipe and fittings of materials, joint types, sizes, strength classes, coatings and linings as indicated and specified. Rubber couplings shall be Fernco., Shear Ring type, DFW/HPI Non -Shear type, or equivalent. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. B. Ductile -iron pipe and fittings shall be Class 50 conforming to ASNI A21.51, except as otherwise specified herein. 1. General ' Furnish maximum pipe lengths normally produced by the manufacturer, except for fittings, closures, and specials. 2. Joints i Mechanical and push -on joints for pipe and fittings shall conform to the requirements of ANSI A21.11. Flanged joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.10. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be allowed. 3. Fittings Fittings shall be in accordance with ANSI/AWWA C 110/A21.10 and shall have a pressure rating of not less than that specified for the pipe. Fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe with mechanical joints shall have mechanical joints. Fittings for pipe with push -on joints shall have either mechanical joints or push -on joints. I I H 02731-2 F] 1 4. Coatings ' Where required pipe and fittings shall be furnished with exterior bituminous coating conforming to ANSI A21.51. I. 5. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings shall conform to ASTM D-3034 for pipes 4 inches through 15 inches in diameter. SDR 26 Polyvinyl Chloride (PVC) sewer pipe and fittings shall conform to ASTM D-2241 for pipes 18 inches in diameter. 1) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, closures and specials. 2) The pipe shall be made of PVC plastic having a cell classification of 12454 B as defined in ASTM D 1784. The resin portion of the copolymer compounds shall contain a minimum of 90 percent vinyl chloride and the compounding ingredients shall not exceed 10 percent by weight. The compounding ingredients may consist of lubricants, stabilizers, non poly (vinyl chloride) resin modifiers, and pigment ' essential for processing, property control, and coloring. Certification of resin compounding shall be provided by the pipe manufacturer prior to shipment to the job site. One test to verify resin compounding may be required by the Owner or Engineer. The test shall be performed by an independent testing laboratory to which the Owner has no objection and shall be performed on a sample of pipe obtained from the job site. The test shall be performed at no additional cost to the Owner and shall be performed in I. accordance with ASTM D 817 - Ash Determination for pipe manufactured with primarily noncombustible compounding ingredients. 3) Pipe shall have an integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26. 4) Joints shall conform to ASTM D 3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal ' (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F 477. Natural rubber gaskets will not be allowed. 5) Fittings defined as wye connections suitable for assembly to four (4) inch or six (6) inch building service lines shall be bell -end with a minimum wall thickness conforming to SDR 26 and shall be furnished ' by the pipe manufacturer. Tee fittings shall be DIP as previously specified. ' d. Polyvinyl Chloride (PVC) Plastic Water Pipe The pipe material shall be Polyvinyl Chloride (PVC) meeting the 02731-3 H requirements of ASTM D 1784, with a cell classification of 12454-B. The standard Dimensional Ratio for the pipe will be DR] 4 (Class 200) conforming to AWWA 900. e. Non -Metallic Water and Sanitary Sewer Pipe Detection 1. The detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 1/2 pounds/1" x 1000'. 2. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Precaution Blue Sewer Safety Green Sewer Line Below PART 3 - INSTALLATION 3.1 General Legends Caution Buried Water Line Below Caution Buried Li 1, I Li I I I I I A. Install pipelines in accordance with the applicable reference standard listed below and as specified herein. ' 1. ASTM D 2321 - PVC Solid Wall, PVC Composite Wall. 2. AWWA C 600 - Installation of Ductile Iron Water Mains and Appurtenances. I 2. Site Preparation and Excavation ' a. Site preparation shall be as specified in Section 02110. b. Excavation shall be as specified in Sections 02113 and 02222. c. All existing lines which are to be abandoned shall be internally inspected to ' identify locations of all existing service connections. 3. Pipe Embedments , a. Install a minimum of 6 inches of crushed limestone pipe bedding at all 02731-4 I ' locations except where the pipe is encased in concrete. I b. Place pipe bedding below and on the sides of the pipe as indicated in the typical trench details on the Drawings. IC. Compact bedding and dig bell holes for bell and socket pipe so that the pipe is uniformly supported for its entire length and will be true to line and grade after installation. ' d. After each pipe has been brought to grade. aligned, and placed in final position, extend the crushed limestone bedding to the pipe spring line. Shovel slice sufficient bedding material under the pipe haunches and on each side of the pipe to hold the pipe in proper position during subsequent pipe jointing, bedding, and backfilling operations. crushed limestone embedment material shall then be added to a compacted depth of twelve (12") inches above the top of pipe. e. Place pipe that is to be concrete encased in proper position on temporary supports consisting of wood blocks or bricks with wood wedges. When necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. If. Place concrete for embedment or encasement uniformly on each side of the pipe and deposit at approximately its final position. Do not move concrete more than five (5) feet from its point of placement. 4. Pipe Laying I. a. Pipe laying shall not proceed if the trench width as measured at the top of • pipe exceeds the maximum allowable trench width. If this occurs the Contractor shall provide, to the approval of the Engineer better bedding for ' the pipe or pipe of sufficient strength to provide safe supporting strength. b. Store and handle pipe and fittings with care to prevent damage thereto. Do ' not use hooks to transport or handle pipe or fittings. Do not drop pipe or fittings. c. Rejected pipe and fittings shall be marked and removed from the Project Site at no cost to the Owner. Examine pipe and fittings for soundness and specification compliance prior to placement in the trench. d. Clean joint contact surfaces prior to jointing. Use lubricants, primers, or ' adhesives as recommended by the pipe or joint manufacturer. • e. Pipe laying normally shall begin at the lowest point. f. Unless otherwise required, lay all pipe straight between manholes. Excavate bell holes for each pipe joint. When jointed, the pipe shall form a true and smooth pipeline. 02731-5 H g. Plug pipelines at the end of each day's progress. Utilize plugs or other , positive methods of sealing at all times to protect any existing system from entrance of stormwater or other foreign matter. Contractor shall reconnect the existing active service connections and activate the sewer line as directed by the Engineer. 5. Building Service Laterals a. Unless otherwise noted on the plans, all active service connections on sewer segments to be abandoned or removed and replaced shall be connected to the proposed sanitary sewer. Contractor shall be responsible for locating service ' connections prior to construction. b. Install tees at an angle of no more than forty-five (45) degrees or less with pipe springline, for pipe sizes 8 through 21 inch diameter. c. Reconnection of building service shall include replacement of 4 linear feet of ' service lateral. d. Install Building service lines with a straight alignment and at a uniform grade not less than one (1) percent unless otherwise specified. Embedment shall be same as main sewer. When a building service line grade exceeds twenty (20) percent, pipeline anchors shall be installed as required for anchors, with the first anchor not more than twelve (12) nor less than seven (7) feet upstream of the wye. e. Maintain an accurate record for submittal to the Engineer of location, size and direction of each tee, saddle and/or location, size and length of each building service line. Locations shall use the pipeline stationing as shown on the Plans, or the distance from the first downstream manhole. £ Contractor shall verify by testing all service connections to determine if they ' are active or inactive. Only active services shall be connected to the existing sanitary sewer system. Inactive services shall be plugged with hydraulic cement. In addition, the Contractor shall be responsible for any liability associated with the accidental plugging of active services. g. All service laterals shall be inspected by the Owner's Representative prior to reconnection to the replacement sewers. If the service laterals are found to be in a deteriorated condition in the opinion of the Owner's Representative, then the Contractor shall replace the service lateral to the property line as directed by the Owner's Representative. h. All service laterals shall be tee connections. Extension of Service Laterals , Service laterals which require a connection to the relief/replacement sewer greater 02731-6 than four (4) feet in length, measured horizontally, shall be considered a service lateral extension. The service location for all abandoned, replacement, or relief ' sewer shall be determined prior to excavation. The extension pipe shall be laid to provide sufficient slope to the new sanitary sewer 'not less than two (2) percent unless otherwise specified. All building lateral extensions on private property shall be made by a licensed Master plumber. 7. Anchors Anchor pipelines in accordance with the table below: PIPELINE ANCHORS Percent Center to Center ' of Grade Max. Spacing (Feet) 0-20 Not Required 20-35 36 35-50 24 ' >50 16 The anchor shall be made of concrete or other material approved by the Engineer. Concrete anchors shall have a minimum thickness of twelve (12) inches. The anchor shall extend not less than one (1) foot into undisturbed earth on the sides and bottom and one (1) foot above top of pipe. In incompressible material, the ' above dimensions may be six (6) inches each side and bottom. The anchor shall support a joint fitting. 8. Connection of Pipes of Dissimilar Materials Connect different pipe materials using proprietary transition couplings, that will provide permanent and watertight connections which will withstand the hydrostatic test pressure. I I I I 9. Sewer Pipe and Water Main Separation Sanitary sewers, house sewers or storm drains that are laid in the vicinity of pipe lines designated to carry potable water shall meet the following conditions. a. Parallel Installation - Sewers and Water Mains 1) Normal Conditions - Any sanitary sewer, storm sewer or sewer manhole shall be located at least ten (10) feet in all directions from water mains, whenever possible; the distance shall be measured from edge to edge. 2) Unusual Conditions - Where the ten (10) foot separation cannot be achieved, the vertical separation shall be a minimum of two (2) feet between outside diameters and the horizontal separation shall be a 02731-7 I minimum of four (4) feet. The sewer shall be located below the water 1 main. b. Crossings - Sewers and Water Mains 1) Normal Conditions - A vertical separation of at least 18 inches shall be maintained between any potable water supply and sanitary sewers. 2) Unusual Conditions - When local conditions prevent a vertical separation as described above, the water main can be relocated. 10. Drainage Course Crossing ' Pipelines that cross well-defined drainage courses and have less than three (3) feet of cover shall be ductile iron or concrete encased. The length of ductile iron pipe or ' concrete encasement shall be as indicated, or if not indicated, as specified by the Engineer. 1 11. Polyethylene Wrapping Polyethylene material for pipe encasement and all ductile iron pipe shall meet the ' requirements of ANSUAWWA C -105/A21.5-82, or latest revision thereof. 12. Non -Metallic Water and Sanitary Sewer Pipe Detection Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed above non-metallic pipe. Installation of detectable tapes shall be per manufacturer's recommendation and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the line. 13. Backfill I Backfill trenches as specified in Section 02740. Clay dams or concrete dams (1500 psi minimum) shall be placed at locations as shown on the Contract Drawings, or as directed by the Engineer. 14. Testing Test new sanitary sewers in accordance with Section 02739. , 15. Bypass Pumping Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures. 16. Abandonment of Existing Manholes 02731-8 r L ' a. Prior to the abandonment of a manhole, Contractor shall verify that no existing services will be affected. b. The top of the manhole shall be lowered to an elevation at least 24 inches below final grade. c. All pipes shall be plugged with hydraulic cement, to a minimum depth of 1 foot. After the cement has set, the manhole shall be filled with thoroughly tamped sand or Class 7 Base. Surface restoration shall be compatible with surrounding surface. d. Frames and covers shall be removed from the site. 17. Pipe Plugging and Sanitary Sewers to be Abandoned a. Prior to the plugging of a sewer segment, Contractor shall verify that no ' existing services will be affected. b. Physically remove sanitary sewer pipe outside of the manhole for a minimum ' distance of one foot. c. Fill pipe for a minimum length of one foot with hydraulic cement. Fill void outside of manhole with hydraulic cement, and repair manhole wall. 18. Clay Dams ' Clay dams shall be per detail shown on drawings. IPART 4- MEASUREMENT AND PAYMENT Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. Sewer Pipe Sewer pipe of the respective type, size, and/or strength including specified pipe embedments (other than concrete), and testing will be paid for at the Contract Unit Price per linear foot of pipeline actually required and installed, measured along the centerline of the pipeline from center of manhole to center of manhole. This item ' includes costs for location of existing services, excavation, existing pipe removal and disposal (for open cut only), furnishing and placing pipe embedment materials, tees, furnishings and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, making connections to manholes, backfill, testing, and any resulting restoration and repairs and incidental and appurtenant work required Ito complete the item. Restoration in paved areas will be paid for in accordance with the Bid Schedule for the various applicable items affected by the sewer construction. I 02731-9 2. Trench Depth I Depth categories for payment purposes shall be zero to six feet and four foot increments for pipe depths greater than six feet. Trench depth shall be measured from the surface of the ground to the flow line of the pipe. Exceptions to this section include boring and jacking where no depth categories for payment purposes shall be applicable. 3. 4. 5. 6. Connect Service Laterals I Payment for connection of service laterals to the proposed replacement/relief sewer shall be at the Contract Unit Price indicated. Payment shall include 4 linear feet of ' the service lateral which may be required to connect the service lateral to the proposed replacement/relief sewer. Payment shall also include trench backfill, restoration and testing. Extension of Service Laterals Payment for extension of service laterals from the initial four (4) feet of lateral shall be at the Contract Unit Price indicated. Payment shall include the length of service lateral required to extend the service lateral to the proposed replacement/relief sewer, trench backfill, restoration and testing. Installation of Service Lateral Cleanout ' Payment for installation of service lateral cleanouts shall be at the Contract Unit Price indicated. Payment shall include furnishing and installation of the cleanouts. Internal Television Inspection , Payment for cleaning, pre -television and post -television inspection shall be at the Contract Unit Price indicated. 7. Concrete Encasement of Sewer Pipe Payment for installation of concrete encasement where indicated on the plans or as directed by the Engineer, shall be at the contract price per cubic yard. Payment shall include all labor, materials, and form work necessary to perform the work. , 8. Pipe Plugging and Sanitary Sewers to be Abandoned. Pipe plugging and abandoning of sanitary sewers 10 feet or less in length shall be incidental to the Contract. , 9. Clay Dams Payment for clay dams shall be at the Contract Unit Price indicated and shall include all labor and materials necessary to complete the work. I 02731-10 10. Sewer Main Pipe The unit price for sanitary sewer pipe replacement shall be eligible for 60 percent after the replacement is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION 02731 1 I H 1 1 I. I. 02731-11 I ' SECTION 02732 - CONCRETE STRUCTURES ' PART 1 -GENERAL 1.1 Description This section describes the installation of new cast -in -place concrete manholes, and precast manholes, and other miscellaneous structures. 1.2 Furnish the labor, materials, equipment, tools, and services required for the installation of the concrete work required on this project. 1 PART 2- MATERIALS 2.1 Coal -Tar Epoxy Paint Kop Coat "Bitumastic Black Solution," Tnemec, "46-450 Heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. 2.2 Non -Shrink Grout Grout shall be non -shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be ' not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the City's Representative. 2.3 Flexible Gaskets Openings for each connecting pipe shall be circular with a compression type flexible ' rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible ' gaskets shall be A-Lok, Presswedge, or equal. 2.4 Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS -S -210A. The material shall show no signs of deterioration for a period of 30 days when immersed in ' solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135°F for a period of five days. Bitumastic Gasket Material shall be GS/5 Precast Concrete Sealant or CS -102 Con Seal, EZ-STIK, or equal. Trowelable bitumastic 'material shall be GS -702 compound or equal. ' 2.5 Precast concrete grade adjustment rings shall conform to the requirements of ASTM C- 478 and shall be one continuous structure. To accommodate steep surface grades, non- uniform precast adjustment rings may be manufactured so that they are two -inches deep Ion one side and three -inches deep on the opposite side. In no instance may any non - 02732 -1 J uniform precast adjustment rings be less than two -inches thick or be of multiple piece ' construction. Adjustment rings of uniform thickness must be at least two inches thick. 2.6 Frames and Covers , Manhole frames and covers shall conform to ASTM A48, Class 35 or better, for gray iron, and shall have a tensile strength of 35,000 psi. The cover shall have pick bars or pick slots. Each cover shall set flush with the rim of the frame and shall have no larger than a 1/8 -inch gap between its outside edge and the inside of the frame. All bearing surfaces shall be machine finished. Frames and covers shall be Vulcan V-1342-1 or approved equal. 2.7 Manhole Inserts Inserts shall not be used on manholes with pipes greater than 12" in diameter. The manhole insert shall be manufactured from corrosion resistant material suitable for atmospheres containing hydrogen sulfide and diluted sulfuric acid and other gasses associated with wastewater collection systems. The body of the insert shall be made of ultra high density, high molecular weight polyethylene copolymer virgin Marlex 50100 or equal meeting ASTM specification designation D1248 Class A, category 5, type III, with a minimum impact brittleness temperature of -180 degrees F. The thickness shall be a minimum 0.187 (3/16") inches. Each insert shall have no larger than a 1/8" gap between its outside edge and the inside of the frame. The gasket shall be made of closed cell neoprene, and shall be installed by the manufacturer and shall have a pressure sensitive adhesive on one side. It shall be attached to the weight bearing surface of the dish. A lift strap shall be placed on the rising edge of the bowl with the center of the rivet being within 2 inches of the top of the bowl. It shall be 1" wide polypropylene web. The strap shall be attached by means of a stainless steel rivet and a stainless steel 3/4" backup washer. All cut edges of the strap are seared to insure against raveling. Ventilation is provided by a valve located within four inches of the vertical edge of the ' bowl. The valve allows a maximum release of 5 gallons of water per 24 hours and is not effected by debris that will collect in the bottom of the dish. The valve must have a filter ' fabric outer covering. It must vent sewer gas at one psi or less. The valve shall be installed by the manufacturer at the factory. The valve shall have a threaded shank which is screwed in. ' The insert shall have proof of durability in traffic impact loads. This shall be documented with an engineer certified proof test passing H-20 loading." , I 02732-2 r , I 2.8 Steps Manhole steps will not be required. 2.9 Cast -in -place (Monolithic) Concrete Manholes ' The design of standard manholes shall be the responsibility of the Contractor. Sketches of all manholes indicating complete details of the proposed design shall be submitted to ' the Owner's Representative for review prior to ordering material and/or construction. Cast in place construction will be considered for circular manholes only unless appropriately designed with reinforcing steel. The concrete for circular manholes shall be ' reinforced with wire mesh conforming with this document. The minimum sidewall thickness shall be 8 inches or one -eighth the inside diameter whichever is greater. The base thickness of manhole below the underside of flow channel shall vary, depending on the diameter, the depth of manhole, whether base is reinforced or not and on the type of joint occurring between base slab and wall. The minimum base thickness shall be 8 inches or 1/8th the manhole diameter plus 1/30th of the manhole depth, whichever is ' greater. 1. Foundations of manholes for sanitary sewer shall be concrete of a minimum compressive strength of 4000 psi at 28 days. The invert channels shall be smooth, accurately shaped, and in accordance with the plans. Where changing line sizes occur, the crowns (top insides) of the pipe should be matched unless otherwise ' approved by the City's Representative. The invert of the manholes shall be shaped and smooth so that no projections will exist. Flow channels will be formed in the ' inverts so that the manhole will be self-cleaning and free of areas where solids may be deposited as sewage flows through the manhole from all inlet pipes to all outlet pipes. Where the pipe can be laid continuously through the manhole, the pipe can ' be placed in the base. After the construction of the manhole, the pipe can be trimmed by cutting out the top half after the concrete base is constructed and has cured sufficiently. If it is not possible to lay the pipe continuously through the ' manhole base, the invert may be poured and formed directly in the concrete of the manhole base. The invert floor shall have a minimum slope of 1" per foot unless noted otherwise. The manhole invert shall extend from wall to wall. The minimum ' thickness for all bases shall be eight (8) inches. Reinforce bases with #4 bars at 12 - inch centers each way. Tie and place reinforcing steel above the midpoint. The minimum cover over the reinforcement shall be two (2) inches. When the connecting pipelines are required to have concrete embedment, extend reinforcing steel not less than twenty (20) bar diameters into the manhole base. 2. Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. ' 3. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. I 02732-3 I 4. In the event that groundwater is present during the pouring of a cast -in -place ' manhole foundation, a pump shall be used to remove the groundwater. Prior to pouring, the subgrade shall be stable, free from muck and groundwater. After the concrete foundation has been placed, the pump shall continue to run for at least two (2) hours to enable the concrete to obtain its initial set. 5. Cast -in -place concrete manholes shall have a minimum inside diameter at the base , of four (4') feet and an inside diameter at the top of the cone section of not less than twenty-four (24") inches unless specified otherwise herein. The manhole shall have a minimum wall thickness of eight (8") inches and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one -quarter (1/4") inch in depth. Concrete used for the manhole barrel and cone section shall be a minimum compressive strength of 4000 psi at 28 days, with a slump of five (5") inches to seven (7") inches during the placement. Concrete shall not be so dry as to cause extensive honeycombing. During the placement of the concrete in the ' manhole barrel forms, thorough vibrating shall be completed at two (2') foot intervals. If cold joints are necessary because of a time lapse of more than one hour between placements then a concrete bonding adhesive shall be applied to the existing concrete. A concrete collar at least four (4") inches thick shall extend a minimum of eight (8") inches above and below the new joint around the outside of the manhole. If honeycombing of the barrel of the manhole is found to be present after removal of the forms, such honeycombing shall be repaired as directed by the Owner's Representative. Any form marks on the inside wall shall be smoothed and grouted as directed. Curing compounds or covers may or may not be used at the option of the Contractor to protect the concrete to prevent cracking during the curing process and to protect the manhole during freezing temperatures. The manhole shall not be backfrlled for at least two (2) working days after forms have been removed or a minimum of three (3) working days after the concrete has been placed. 6. Reinforcing steel used in design of reinforced manhole foundations shall conform , to ASTM A 615, Grade 60, deformed bars. 7. Welded steel wire fabrics for cast -in -place manholes shall conform to ASTM 185. ' 8. Manhole bases shall be integral cast. The diameter of the integral base pad shall be eight (8) inches greater than outside diameter of the manhole. 2.10 Precast Concrete Manhole Sections 1. Manholes shall conform to ASTM C 478 and as specified herein. 2. Concentric cones shall be utilized when manhole depth exceeds six feet. , 3. Reinforced concrete flat -top sections shall have a 24 -inch diameter opening and be a minimum eight inches thick in non -traffic areas and a minimum ten inches thick in traffic areas. Reinforce flat -top sections with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel below the mid point. The minimum cover over the reinforcement shall be two (2) inches. 4. Openings for each connecting pipe shall be circular with a compression type 02732-4 1 Li flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall be A-Lok or equal. ' 5. Preformed and trowelable bitumastic joint sealants shall be Kent -seal, Ram-Nek, EZ-STIK, or equal. The minimum dimension of preformed material shall be one- half (1/2) inch square. 6. Do not deliver precast concrete sections to the job until representative concrete cylinders have attained a strength of at least 80 percent of the specified minimum. ' Inspect precast concrete sections when delivered. Cracked or otherwise visibly defective units will be rejected. ' 2.11 Shallow Manholes ' Shallow manholes will be used where manhole depth is four (4) feet or less. All shallow manholes shall be constructed as per detail sheet. Frame and lid with pick slots shall conform to Note #2 shown on detail sheet. PART 3- EXECUTION 4.1 General ' Install manholes of the respective types at the designated locations with flowlines at elevations to match existing. I 4.2 Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 18 inches in diameter. ' 4.3 Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U"- shaped channel approximating the lower one-half (1/2) cross section of the connecting pipelines and extending upward three -fourths (3/4) of the inside pipe ' diameter in a "U" -shape. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. Also form inverts to provide self-cleaning by sloping normally two (2) inches from manhole wall to edge of "U" channel with a smooth ' finish. 4.4 Pipe Stubs ' I. Install pipe stubs for future connections at locations, angles, elevations, and of materials as shown on the Drawings. ' 2. Install each pipe stub with the bell of the pipe abutting the outside manhole wall, or ' the joint if other than a bell, as near the manhole wall as is practicable but not more than two (2) feet from outside manhole wall for later connection thereto. I 02732-5 4.5 Pipe holes at manholes shall be permanently sealed watertight after installation of the ' connecting pipelines. 4.6 Construct connections to existing manholes in conformance with this section. Excavate , around the existing manhole so as not to disturb the manhole. The manhole wall shall be removed for no greater diameter than required to insert new pipe. Drop manholes shall have an inside drop connection. Reshape manhole invert and channel to accept the flows from the new pipe. Chip the existing invert to a rough new surface and install a new channel and invert the entire side where the new pipe enters. Take care to prevent brick or other foreign material from entering the existing downstream sewer. Retrieve such debris. After the new pipe is installed, completely fill and render permanently watertight the void around the new pipe with a grout conforming to the material specifications , herein. 4.7 Manhole Adjustments ' 1. Provide new manholes with a maximum of one (1) foot of adjustment ring(s) underneath the casting. I 2. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint , material, minimum 1/2 -inch thick, in two concentric rings along the inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not , specifically accepted by the Owner's Representative may be used to obtain final surface elevation of the manhole frame. 3. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 -inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 4. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation directed by the Engineer. 4.8 Apply two coats of coal -tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. L _, 02732-6 I 4.9 Testing ' Test manholes in accordance with Section 01120. Concrete testing for poured -in -place manholes shall consist of a minimum of one slump test and three concrete cylinders per truckload of concrete used for the manholes and collars. One cylinder shall be tested for ' compressive strength at seven days, one at twenty-eight days, and one shall be a spare. 4.10 Formwork 1. Vertical concrete surfaces shall be formed. The underside of slabs and beams shall ' be formed except where the concrete is placed against the ground. Sloping surfaces shall be formed unless otherwise authorized by Owner's Representative. ' 2. Construct and erect forms so that the concrete will have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. 3. Formwork, shoring, and bracing design shall meet the requirements of ACI 347. ' 4. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished ' work shall be flush within 1/32 -inch. Forms for plane surfaces shall be such that the concrete will be plane within 1/8 -inch in four ft. Leading edges of concrete shall lie within 1/4 -inch as measured from a 10 -ft template. 5. Provide as -cast smooth form finish for formed concrete surfaces that are to be exposed to view, or that are to be covered with a coating material other than cement plaster applied directly to the concrete. 6. Produce smooth form finish by selecting form material to impart a smooth, hard, ' uniform texture and arranging them orderly and symmetrically with a minimum of seams. 7. Repair and patch defective areas with all fins and other projections completely removed and smoothed. ' 4.11 Reinforcement 1. Reinforcing steel shall be placed in accordance with ACI 301 and ACI 318. When concrete is placed, reinforcing shall be free of rust, scale, or other coatings that will affect the bond. Reinforcement shall be accurately placed, adequately supported, ' and secured in position at intersections with annealed wire not less than 16-ga or with clips. Reinforcement shall be supported to keep it away from exposed surfaces. Nails or other devices shall not be driven into forms to support reinforcement. 02732-7 I 2. Provide the following concrete cover unless otherwise shown on the drawings: ' Bottom face of slabs 1 inch Top face of slabs 1 1/2 inches 4.12 Placing Concrete 1. General a. Do not place concrete until forms have been oiled, reinforcement has been fastened in position, form ties at construction joints have been retightened, and embedments and openings have been placed and anchored. , b. Remove debris from the space in which concrete is to be placed. Convey concrete from the mixer to the place of final deposit by methods which will prevent separation or loss of materials. The free fall of concrete shall not exceed three feet. , 3. Consolidating a. Consolidate concrete with mechanical vibrating equipment and provide stand by equipment. Apply vibration directly to the concrete. Vibration shall be sufficient to cause flow or settlement of the concrete into place. Apply vibration at the point of deposit and in the freshly placed concrete. It shall be of sufficient duration to accomplish compaction and embedment of ' reinforcement and fixtures. b. Supplement vibration by forking and spading by hand in the comers and angles of forms and along form surfaces while the concrete is plastic under the vibratory action. 4.13 Curing Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: a. Curing with burlap, cotton, or mats kept continuously wet, or by keeping forms continuously wet. b. Waterproof paper curing. Lay four inches at seams and seal with tape. , c. Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a finish treatment of any kind. Submit manufacturer's descriptive data of curing compounds for approval. i I 02732-8 I IPART 4- MEASUREMENT AND PAYMENT ' Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 4.1 Standard Manhole 1.. The manhole depth shall be determined by measuring from top of casting to the ' invert at the center of the manhole. Payment will be made at the contract unit price for the applicable type, size, and depth for each manhole. Such payment and price shall constitute full compensation for all labor, materials, equipment, and for the ' performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, waterproofing, concrete masonry, reinforced concrete, precast sections, internal ' drop pipe, backfilling, connection of any sewers, conduits, disposal of excess material and restoration. ' 2. Payment for a standard manhole will be in accordance with the contract prices as follows: ' a. A unit price to cover the construction of one standard manhole of the diameter and type indicated as specified in SECTION 01110 - METHODS ' OF MEASUREMENT AND PAYMENT, per vertical foot measured to the nearest 0.1 foot. ' 4.2 Concrete Collars Payment for a concrete collar shall be included in the Contract Unit Price for paved frame and grade sealing. I IEND OF SECTION 02732 I I I I I 02732-9 I C] SECTION 02737 - MANHOLE TESTING IPART I - GENERAL ' 1. Scope ' This section describes manhole testing to effectively confirm the watertight integrity of new manholes and existing manholes following infiltration related repairs and inflow related repairs. 2. Description a. Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. ' b. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. ' 3. Testing, Observations and Guarantee Period a. The testing required shall be performed by the Contractor at all new manholes and documented to the satisfaction of the Engineer. ' b. Testing shall not be performed on a specific manhole until all work has been completed for that specific manhole. IC. Any new manholes that are observed to be leaking by the Engineer shall be subject to additional repairs and retested by the Contractor at no additional cost to the Owner. PART 2 - Materials Not specified. PART 3 -EXECUTION ' I . Infiltration Testing a. All new manholes shall be vacuum tested by the Contractor in the presence of ' 02737-1 n-- I the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible. b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporally plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop - connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 -inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H (10"H - 9"H) (MIN:SEC) DEPTH OF M.H. (DEPTH IN FT.) 48" M.H. 60" M.H. 72" M.H. 0 - 20' :40 :50 1:00 22' :44 :55 1:06 24' :48 1:00 1:12 26' :52 1:05 1:18 28' :56 1:10 1:24 30' 1:00 1:15 1:30 ADDITIONAL 2' DEPTHS -ADD FOR EACH 2' :04 :05 :06 c. Manhole vacuum levels observed to drop greater than I -inch of mercury (Final vacuum less than 9 inches of mercury) will have failed the test and will require additional construction work. The Contractor shall make the necessary repairs at no additional compensation for only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. I I I L I I [1 I I I I I I I 11 02737-2 1 I F1 2. Inflow Testing ' a. All new manholes shall be dyed water tested. Manholes shall be dye water tested in the presence of the Engineer. The dye test shall consist of applying ' a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten (1O)minutes. ' b. Manholes observed to be actively leaking will have failed the test and will not be acceptable. Manholes failing the test will require additional construction work by the Contractor at no additional compensation. The Contractor shall be responsible for only those manholes where connections have been made, or newly constructed. The manhole shall then be retested as described above until a successful test is made. D. Measurement and Payment No contract unit prices are established for manhole testing. However, specific sections of 'the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. END OF SECTION 02737 I I I I I I I 02737-3 I SECTION 02739 - SANITARY SEWER CONSTRUCTION TESTING PART I - GENERAL 1. Scope This Section governs the furnishing of all labor, equipment, tools and materials, for the performance of acceptance tests. ' 2. Description ' The Contractor shall furnish all materials, water, equipment, labor and reports for the required tests. All pipelines, including repaired building service lines shall undergo and pass tests to determine the soundness and workmanship regarding ' alignment, grade, infiltration, exfiltration and/or pressure. Pipelines which do not conform to the project requirements shall be repaired and/or replaced along with all appurtenant work necessary to complete the entire work according to the Contract ' Documents at no additional cost to the Owner and shall be retested until the pipeline is of a condition meeting the project requirements. Results of each test shall be recorded by the Contractor in aneat, professional manner and three (3) copies shall be submitted to the Engineer. Test shall be performed after backfill and compaction operation has been completed and in the presence of the Engineer. ' Testing for acceptability of the sanitary sewers shall be conducted by: ' a. Internal Inspection b. Infiltration Test c. Low Pressure Air Test (Exfiltration) d. Deflection Test At a minimum either the low pressure air test or the infiltration test, in addition to ' internal inspection, shall be required for acceptance of the sanitary sewers. Deflection testing shall be required for polyvinylchloride pipe. Where the new sewer constructed replaces an existing sewer with active service connections, only ' internal inspection during high groundwater conditions shall be required. The Engineer may require individual joints to be pressure tested. If all joint test results conform to the specified leakage then the cost of the test will be paid for by the ' Owner. If any joint test results do not conform to specified leakage, then the cost of the test and repairs required to properly install the pipe will be paid for by the Contractor and at no additional cost to the Owner. ' PART 2 - MATERIALS ' 02739-1 i! I Not specified. I PART 3- EXECUTION Alignment and Grade Check alignment, grade and visible infiltration by methods of visual internal inspection; and by television inspection. Laser equipment is recommended to test the pipe grade and alignment. ' a. Visual Internal Inspection 1) Clean pipe of excess mortar, joint sealant and other dirt and debris prior to inspection. 2) Inspect sewer by flashing a light between manhole and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned, displaced, or , broken pipe and the presence of visible infiltration or other defects. b. Internally inspect each line segment utilizing a closed circuit color television camera in the presence of the Engineer. In addition, provide a video tape of the sewer line to the Engineer with tapes to become the property of the Owner following completion of testing. c. If pipe sags or uneven flowlines are observed, the Contractor shall repair or replace the defective segment and retest the segment. 2. Infiltration ' ,Conduct infiltration tests on sewers before acceptance by the Owner. For sewers with a diameter less than twenty-four (24) inches, the infiltration-exfiltration shall not exceed one hundred (100) gallons per day per inch of nominal diameter per mile of sewer line for any section of the system. For sewers with a diameter twenty-four (24) inches or greater, infiltration-exfiltration shall not exceed six thousand (6,000) gallons per day per mile of pipe. Install weirs or other suitable flowrate measuring devices adequate to determine to the satisfaction of the Engineer that the specified infiltration limit is not exceeded for the reach of gravity sewer where evidence of infiltration is discovered. Where the specified infiltration limit is exceeded, repair or replace the defective reach of pipeline. Following repair of defective reaches of pipeline. remeasure infiltration flowrates and make additional repairs until an acceptable infiltration flowrate is 02739-2 ' [1 I I achieved. 3. Low Pressure Air Testing of Gravity Systems (Exfiltration) ' a. Test manholes in accordance with Section 02737. b. Pipelines ' Test each section of gravity pipeline between manholes and/or structures after backfilling, separately with equipment and methods as outlined below. ' 1) Contractor shall perform air tests for all pipe sizes unless the pipe is of concrete construction. Concrete pipe must pass a weir test. ' 2) Furnish facilities required including necessary piping connections, test pumping equipment, pressure gauges, bulkheads, regulator to avoid ' overpressurization, and miscellaneous items required. ' a) The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce air into the line being tested through suitable valves and fittings, so that ' the input air may be regulated. The second tap will be fitted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer pipe. Additional valve and fitting ' will be incorporated on the tap used to check internal pressure so that a second test gauge may be attached to the internal pressure tap. The pressure test gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. I b) The pressure test gauge shall meet the following minimum specifications: J I I I I Size (diameter) Pressure Range Figure Intervals Minor Subdivisions Pressure Tube Accuracy Dial Pipe Connection 02739-3 4-1/2 inches 0-15 psi 1 psi Increments 0.05 psi Bourdon Tube or diaphragm Plus or minus 0.25% of maximum scale reading White coated aluminum with black lettering, 270 degree arc and mirror edge Low male 1/2 -inch N.P.T. I I Calibration data shall be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data shall be available to the Engineer whenever air tests are performed. 3) Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. , 4) Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps for connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 psig. After reaching 4.0 psig, throttle the air supply to maintain between 4.0 , and 3.5 psig for at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check plugs to detect any leakage. If plugs are found to leak, bleed off air, tighten plugs, and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig, begin timing to determine the time required for pressure to drop to 3.0 psig. If the time, in seconds, for the air pressure to decrease from 3.5 psig to 3.0 psig is greater than that shown in the table below, the pipe shall be presumed free of defects. Pipe Required Time Minimum , Size per 100 LF Required Time 8" 76 sec. 227 sec. 10" 119 sec. 283 sec. 12" 171 sec. 340 sec. 15" 267 sec. 425 sec. 18" 384 sec. 510 sec. 21" 523 sec. 595 sec. 24" 684 sec. 680 sec. 27" 865 sec. 765 sec. 30" 1,068 sec. 851 sec. 33" 1,293 sec. 935 sec. , If air test fails to meet above requirements, repeat test as necessary after leaks and defects have been repaired. Prior to acceptance all constructed sewer lines shall satisfactorily pass the low pressure air test. 02739-4 , I 5) In areas where groundwater is known to exist, install a one-half (1/2) inch diameter capped pipe nipple, approximately ten (10) inches long, through manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line acceptance test, determine ground water level by removing pipe cap, blowing air through pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertical and a measurement of height in feet of water shall be taken after the water stops rising in this plastic tube. Divide the height in feet by 2.3 to ' establish the pounds of pressure that will be added to all readings. 4. Deflection Test ' Polyvinyl chloride pipe shall be tested for deflection as outlined below: a. 100 percent of the polyvinyl chloride sewers shall be tested for deflection. b. A five (5) percent "GO -NO-GO" Mandrel Deflection Test shall be performed on all PVC, HDPE, and PVC Composite gravity sanitary sewer pipe. These pipes shall be mandreled with a rigid device sized to pass five (5) percent or ' less deflection (or deformation) of the base inside diameter of the pipe. The mandrel (GO -NO-GO) device shall be cylindrical in shape and constructed with nine (9) or ten (10) evenly spaced arms or prongs. The mandrel diameter dimension "D" shall be equal to the inside diameter of the sanitary sewer. Allowances for pipe wall thickness, tolerances of ovality (from heat, shipping, poor production, etc.) shall not be deducted from the "D" dimension I, but shall be counted as part of the 5 percent deflection allowance. As an example, the dimensions for the mandrel shown in Figure 1-9.3 for ASTM D- 3034 PVC pipe shall be as listed in Table 1-9.2. Each pipe material/type ' required to be Mandrel tested shall be tested with a mandrel approved by the pipe manufacturer and meeting the requirements of this Section. The "D" mandrel dimension shall carry a tolerance of ±0.01 inches. The mandrel shall be hand pulled through all sewer lines. The contact length (L) shall be measured between points of contact on the mandrel arm. The ' length shall not be less than as shown in Table 1-9.2. The Contractor shall provide proving rings to check the mandrel. Drawings of mandrels with complete dimensions shall be furnished by the Contractor upon request for each diameter and specification of pipe. c. Individual lines to be tested shall be so tested no sooner than 30 days after ' they have been installed. Id. Wherever possible and practical, testing shall initiate at the downstream lines ' 02739-5 and proceed towards the upstream lines. e. No pipe shall exceed a deflection of 5 percent. f. Where deflection is found to be in excess of 5 percent of the original pipe diameter, contractor shall excavate to the point of excess deflection and carefully compact around the point where excess deflection was found. The line shall then be retested for deflection. If the deflected pipe fails to return to the original size (inside diameter) the line shall be replaced. PART 4- MEASUREMENT AND PAYMENT No contract prices are established for Sanitary Sewer Construction Testing. END OF SECTION 02739 02739-6 I ' SECTION 02740 - SEWER TRENCH BACKFILL P L. PARTI- GENERAL 1. This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material shall be used by the Contractor without approval by the Engineer. PART 2- MATERIALS 1. Trench Foundations Materials: Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. Trench foundation material shall only be used where unsuitable soil conditions are encountered under sewers before the depth of standard embedment. 2. Embedment: a. Embedment material shall be 1-1/2 inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse ' to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and Transportation Department classification "Class -7 Base" shall qualify as embedment material. b. Grit Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 -inch. 3. Trench Backfill: Trench backfill will be divided into the general classification as follows: a) Trenches State Highway Right -of -Way Requiring Special "Hillside" Backfill When Specified: Where excavation occurs within the right-of-way of a state highway, all areas within 5 feet of the pavement edge or under proposed sidewalks and highway pavement trenches shall be backfilled with Special "Hillside" Backfill. Backfill any trench specifically indicated on the drawings with Special Backfill or as directed by the Engineer. Place Special Backfill in lifts. Compact each lift of backfill to not less than 95% of the maximum dry density as determined in accordance with AASHTO T99, 02740-1 I Method A to the elevation of the proposed pavement subgrade. Compaction , shall be by hand tamping or approved mechanical tamping devices, or in larger excavations by approved rollers. Do not compact backfill by puddling, unless permitted by the Engineer. b) Trenches Requiring Slurry Backfill When Specified: Where the edge of the trench is 5 feet or less from the edge of the existing or proposed city roadway pavement and trenches across city roadways, or in areas to be paved or subjected to traffic, the trench shall be backfilled with Special Slurry Backfill. Backfill any trench specifically indicated on the drawings with Special Slurry Backfill or as directed by the Engineer. The Slurry "pourable" backfill shall be poured as not to breach the integrity of the pipe bedding material, and the trench filled to the subgrade of the proposed or existing street. c) Trenches in and across driveways and parking lots: Where the edge of the trench is 5 feet or less from the edge of the existing or proposed driveway or parking lot pavement and trenches across existing or proposed driveways and parking lots, the trench shall be backfilled with Class 7 Aggregate Base course as specified in Table 303-1, page 186 section 303 AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION," Edition of 1996, published by the Arkansas State Highway and Transportation Department. All areas beyond 5 feet shall be backfilled in the manner specified in the following paragraph d) Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than 12 inches, and other deleterious materials. Suitable material may be ' obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. ' PART 3- DESCRIPTION I The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and excavation around structures shall be backfilled to the original surface of the ground. b. The Contractor shall be responsible for all damage or damages which might occur as a result of the settlement of trench or other backfill made by him in the fulfillment of these Contract Documents, within and during a period of • two (2) years from and after the date of final acceptance thereof by the 02740-2 , I I [l I I I Owner, including the cost to the owner of all claims of damages filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. 2. "Pavement Areas" shall be defined as all streets, paved alleys, parking areas, driveways, curbs and gutters, and sidewalks. PART 4- EXECUTION Ii. General a. Remove trash and debris from the excavation prior to backfilling. I C I C I I I I I Backfilling trenches and excavations to the original ground surface unless otherwise indicated on the Drawings. c. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. d. Do not backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material, rubbish or other deleterious substances. e. The backfill material shall be placed in lifts. Each lift shall be compacted to the required density prior to the next lift being placed. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. 2. Backfilling in Street Right -of -Way and Pavement Areas a. Backfill trenches under and within 2 feet of all existing and proposed pavement, driveway pavement, sidewalk, and curb and gutter using granular trench backfill. b. Granular trench backfill shall consist of the following: Class 7 crushed limestone conforming to the reference standard. ' c. Compaction Method [] I Granular trench backfill shall be mechanically compacted in layers of twelve inches loose measure. Each layer shall be firmly compacted to 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor Test). Material may be compacted by tamping or by using surface vibrators in such 02740-3 a manner as not to disturb or injure the pipe. At least 48 inches of cover over , sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. e. Temporary Paved Surface Provide cold mix asphalt at a minimum depth of 2 inches for a riding surface in all sewer trenches in paved areas. 3. Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Backfill trenches using acceptable job excavated materials or as directed by the Engineer. b. Backfill in layers of eighteen inches maximum and mechanically compact to 90 percent of maximum density as defined by ASTM D 1557 (Modified Proctor test). c. Place a minimum of 18 inches of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend on foot from each side of the pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. 4. Testing All density tests shall be performed by per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at intervals along the trench not to exceed 300 linear feet, to assure a minimum density of 95 percent Proctor. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed pipe. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. Any compaction tests performed by the Engineer as described above will be performed by the Engineer personnel at the Owner's expense and will not be charged to the Contractor. 02740-4 I b. The cost of providing access to the level of trench backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be tested by the Owner. c. Trench compaction tests not conforming to specified densities shall be paid for ' by the Contractor at no additional cost to the Owner. 5. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the Contractor in the performance of work under these Contract Documents have not been properly filled, or where ' settlement has occurred at any time prior to the completion of the entire work covered by these Contract Documents, to the extent that the top of the backfill is below the original ground surface, such trenches shall be refilled and backfill surface compacted ' and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns damaged by reasons of such settlement, and the repair thereof, shall be replaced. ' PART 5- MEASUREMENT AND PAYMENT 1. Payment for the work in this Section will be included as part of the unit price and lump ' sum bid amounts stated in the Proposal. 2. Payment for trench foundation material will be based on the Contract Unit Price per ' cubic yard based on the quantity per linear foot for the respective size of conduit shown on the maximum trench width chart indicated on the drawings. Additional material necessary because the trench is wider than the maximum width indicated, ' shall be at the contractors expense and not measured. No measurement and payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals ' necessary to furnish material at. trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide for a stable base for the pipe. This item is to provide for unstable base encountered in the progress of the work and shall be used only at the direction of the Engineer. ' 3. No separate payment will be made for protecting, repairing and/or replacing existing culverts. 4. All costs involved in performing the trench compaction tests made by independent ' laboratories shall be included in the price bid for Trench Compaction Tests, and will include all required compaction tests per location. 5. No separate payment will be made for the 2 inches of cold mix asphalt placed in sewer trenches in the pavement areas. 1 END OF SECTION 02740 I 02740-5 I I L J I -1 I I I I I I I Li I I I Division 16 - Electrical I SECTION 16010 ELECTRICAL GENERAL PROVISIONS 1.0 GENERAL 1.01 GENERAL CONDITIONS IA. All the Contract Documents will be on file at the office of the Owner's Representative and shall be examined by all the bidders. Failure to examine all documents shall not relieve the Contractor of responsibility. Failure to examine all the documents shall not be used as a basis for an increase in the Contract ' Price or change in the Contract Schedule. B. The following are hereby made a part of this Section and the Contract ' Documents and shall be complied with in every respect. 1. General Conditions and Requirements ' 2. Special Provisions 3. The Electrical Drawings and Specifications under this Section 4. The Drawings and Specifications of other sections of this contract, as well as supplements or addenda issued thereto 5. Information to bidders and pertinent documents issued by the Owner's Representative. IC. Furnish all work, labor, tools, superintendence, material, equipment and operations necessary to provide for a complete and workable electrical system as defined by the Contract Documents. D. Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be met for installing the work and adjust bid accordingly. ' E. It is the intent of the Contract Documents that upon completion of the electrical work, the entire system shall be in a finished, workable condition. ' F. All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may be shown on the Drawings but not called for in ' the Specifications, shall be performed by the Contractor as if described in both. Should work be required which is not set forth in either document, but which work is nevertheless required for fulfilling of the intent thereof, then the Contractor shall perform all work as fully as if it were specifically set forth in the Contract ' Documents. G. The definition of terms used throughout the Contract Documents shall be as specified by the following agencies: 1. Underwriters Laboratories ' 2. National Electrical Manufacturers Association 3. American National Standards Institute 4. Insulated Power Cable Engineers Association 5. National Electrical Code ' 6. National Fire Protection Association 06.032 ELECTRICAL GENERAL PROVISIONS ' 16010-1 08/28/99 I H. The use of the terms "as (or where) indicated", "as (or where) shown", "as (or 1 where) specified", or "as (or where) scheduled" shall be taken to mean that the reference is made to the Contract Documents, either on the Drawings or in the Specifications, or both documents. The use of the words "furnish", "provide", or "install" shall be taken to mean that the item or facility is to be both furnished and installed under Division 16, unless stated to the contrary that the item or facility is to be either furnished under another Division or under another Contract, furnished under this Division and installed under another Division or under another Contract, or furnished and installed under another Division or under another Contract. 1.02 2.0 2.01 06.032 PERMITS AND CODES A. Secure all permits, licenses, and inspection as required by all authorities having ' jurisdiction. Give all notices and comply with all laws, ordinances, rules, regulations and contract requirements bearing on the work. ' B. The minimum requirements of the electrical system installation shall conform to the latest edition of the National Electrical Code, as well as state and local codes. C. Codes and ordinances having jurisdiction and specified codes shall serve as minimum requirements, but, if the Contract Documents indicate requirements which are in excess of those minimum requirements, then the requirements of the Contract Documents shall be followed. Should there be any conflicts between the Contract Documents and codes, or any ordinances, report these with bid. ' PRODUCTS STANDARDS A. All materials and equipment shall conform to the requirements of the Contract Documents. They shall be new, free from defects, and they shall conform to the following standards where these organizations have set standards: 1. Underwriters Laboratories (UL) 2. National Electrical Manufacturer's Association (NEMA) 3. American National Standards Association (ANSI) 4. Insulated Cable Engineers Association (ICEA) 5. Association of Edison Illuminating Companies (AEIC) B. All material and equipment of the same class shall be supplied by the same manufacturer, unless specified to the contrary. C. All products shall bear UL labels where standards have been set for listing. D. When the Contractor provides a product for this project he shall be bound by the terms and conditions of the Contract Documents. The Contractor shall agree to warrant and to be liable for the merchantability and fitness of his product to the applications to which his product is applied under the Contract Documents. ELECTRICAL GENERAL PROVISIONS 16010.2 08/28/99 , [I 2.02 SHOP DRAWINGS AND SUBMITTALS A. Shop drawings and submittals shall comply with General Conditions specified herein. B. Shop drawings shall be taken to mean detailed drawings with dimensions, schedules, weights, capacities, installation details and pertinent information that will be needed to describe the material or equipment in detail. IC. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers and manufacturer's name. D. Submit for reviews all shop drawings and submittals as specified herein. E. Review of submittals or shop drawings shall not remove the responsibility for furnishing materials or equipment or proper dimensions, quantity and quality, nor will such review remove the responsibility for error in the shop drawings or submittals. IF. Failure to process submittals or shop drawings on any item specified shall make the Contractor responsible for the suitability for the item. The Contractors responsibility for non -submitted items shall not be relieved although the item Installed appears to comply with the Contract Documents. G. The Contractor shall assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or ' submittals. No work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, the Contractor shall resubmit until they are accepted by the Engineer. Such procedures will not be cause for delay. H. Submittals and shop drawings shall be compiled from the manufacturer's latest product data. The Contractor shall report all conflicts between the ' manufacturer's data and the Contract Documents on each submittal where conflicts occur. Failure to clearly report all conflicts shall be cause to return the shop drawings for re -submittal partially or completely unchecked at the Engineer's discretion. I. Shop drawings and submittals will be rejected and returned unchecked if the ' specific items proposed are not clearly marked, or if the General Contractor's approval stamp is omitted. ' J. When requested, furnish samples of materials for acceptance review. If a sample has been reviewed and accepted, then that item of material or equipment installed on the job shall be equal to the sample. If it is found that the installed item is not equal, then the Contractor shall replace all such items with the accepted sample equivalent at no increase in Contract Price, and without delaying the Construction Schedule. Determination of equality of any item installed shall be made by the Engineer. 2.03 ACCEPTANCE AND SUBSTITUTIONS I 06.032 I ELECTRICAL GENERAL PROVISIONS 16010-3 08/28199 I A. All manufacturers named are a basis as a standard of quality and substitutions of ' any equal product will be considered for acceptance. The judgement of equality of product substitution shall be made by the Engineer. B. Substitutions after award of Contract shall be made only within sixty (60) days after the notice to proceed. Furnish all required supporting data. The submittal of substitutions for review shall not be cause for time extensions. I C. Where substitutions are offered, the substituted product shall meet the product performance as set forth in the specified manufacturer's current catalog literature, as well as meeting the details of the Contract Documents. D. The details on the drawings and the requirements of the Specifications are based on the first listed material or equipment. If any other than the first listed material or equipment is furnished, the Contractor assumes responsibility for the correct function, operation, and accommodation of the substituted item. Neither increase in the Contract Price nor delays in the Contract Schedule shall be allowed for changes in the work or re -work due to the use of other than first listed materials. E. Substitutions of products under other sections may occur. Make necessary adjustments and additions to work under Division 16 to accommodate those substitutions. Such adjustments and additions shall be performed in compliance with Division 16 Specifications without an increase in the Contract Price or extensions of time in the Contract Schedule. F. Energy efficiency of each item of power consuming equipment shall be considered one of the standards for evaluation. 3.0 EXECUTION 3.01 CUTTING AND PATCHING A. Cutting and patching required under this section shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth. B. Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. C. Where openings are cut through masonry walls, provide lintel or other structural support to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent damage to masonry. D. Where large openings are cut through metal surfaces, attach metal angle around the opening. E. Patch concrete openings that are to be filled with non -shrinking cementing compound. Finish concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. F.Cutting or drilling of structural steel is prohibited without written permission on a case - by -case basis. 3.02 WATERPROOFING 06.032 ELECTRICAL GENERAL PROVISIONS 160104 08/28/99 1 L1 Provide waterproof flashing for each penetration of exterior walls and roofs. 3.03 CONSTRUCTION REQUIREMENTS A. Except where specifically noted or shown, the locations and elevations of ' equipment are approximate and are subject to small revisions as may prove necessary or desirable at the time the work is installed. Locations changed substantially from that shown on the drawings shall be confirmed with the ' Engineer in advance of construction. B. Where equipment is being furnished under another Division, request from ' Engineer an accepted drawing that will show exact dimensions of required locations or connections. Install the required facilities to the exact requirements of the accepted drawings. IC. All work shall be done in the best and most workmanlike manner by qualified, careful electricians who are skilled in their trade. The standards of work required throughout shall be of the first class only. D. Unless shown in detail, the Drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways, nor do they show all ' offsets and fittings. The Contractor shall install the raceway system to conform to the requirements of the NEC and shall conform to the structural and mechanical conditions of the construction. E. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged, rough -cut will not be acceptable. ' F. Cabling inside equipment shall be carefully routed, trained and laced. Cables so placed that they obstruct equipment devices will not be acceptable. IC. Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that equipment is held in a rigid, tight -fitting manner. ' 3.04 EQUIPMENT PROTECTION A. Provide suitable protection for all equipment, work and property against damage ' during construction. B. Assume full responsibility for material and equipment stored at the site. ' C. Conduit openings shall be closed with caps or plugs during installation and made watertight. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt and debris. ' D. Equipment shall be covered and tightly sealed against entrance of dust, dirt and moisture. 3.05 COOPERATION WITH WORK UNDER OTHER DIVISIONS 1 06.032 ELECTRICAL GENERAL PROVISIONS ' 16010-5 08/28/99 I 3.06 3.07 3.08 3.09 06.032 A. The Contractor shall cooperate with all other trades to facilitate the general progress of their work. Allow all other trades every reasonable opportunity for the installation of their work and the storage of their materials. B. The work under this section shall follow the general building construction closely. Set all pipe sleeves, inserts, etc., and see that openings for chases, pipes, etc., are provided before concrete is placed or masonry installed. Obtain electrical materials such as elbows and boxes that are placed in concrete well before the concrete is placed. The Contractor's failure to obtain approved materials in time shall not be a reason to allow a substitution, or an increase in Contract Price, or delays in the Construction Schedule. C. The Contractor shall work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of equipment to avoid interference with lines as required to maintain proper installation of other work. D. The Contractor shall make such progress in work that will not delay the work of other trades. Schedule the work so that completion dates as established by the Engineer are met. Furnish sufficient labor or work overtime to accomplish these requirements. INSTALLATION OF WORK UNDER ANOTHER DIVISION A. Verify the electrical capacities of all motors and electrical equipment furnished , under other sections, or furnished by the Owner. Request wiring information from the Engineer if wiring requirements are different from that specified under this Section. Do not make rough -ins until equipment verification has been received. B. Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous items of electrical equipment that are not integrally mounted with the equipment furnished under other divisions. All such equipment shall be securely mounted and adequately supported in a neat and workmanlike manner. CHANGE ORDERS A. Change orders shall each be itemized in detail to include quantities of materials and labor. Change order documentation shall include Contractor's markups, equipment rental, overhead, and profit. B. Pricing of change orders shall be done in compliance with the latest edition of ' "Means Electrical Cost Data" and pricing shall not exceed values tabulated therein. CONTINUOUS SERVICE OF EXISTING CIRCUITS AND SYSTEMS ' Continuous service shall be maintained on all existing circuits and equipment affected by the work shown on the Contract Documents, except where the Owner will permit outage for a specific time. Obtain Owner's written permission before removing any circuit from continuous service. Where duration of proposed outage cannot be tolerated by the Owner, provide temporary connections or generation as required to maintain service. CLEAN-UP , ELECTRICAL GENERAL PROVISIONS 16010-6 08/28/99 , I A. Remove all temporary labels, dirt, paint, grease and stain from all exposed equipment. Upon completion of work, clean equipment and the entire installation to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. B. Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer or with an approved paint. C. The Contractor shall clean interiors of each item of electrical equipment. At ' completion of work, all equipment interiors shall be free from dust, dirt and debris. ' 3.10 TESTS A. Test all systems furnished under Division 16 and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the system. B. Make all circuit breaker and protective relay adjustments and settings. C. Make the following minimum tests and checks prior to energizing the electrical• equipment: Ii. Check all wire and cable terminations for tightness. Torque in accordance with UL requirements. 2. Test all wiring as specified in 16120. ' 3. Test grounding system as specified in Section 16450. 4. Set all transformer taps as required to obtain the proper secondary voltage. ' 5. Carefully check all interlocking, control and instrument wiring for each system to ascertain that the system will function properly as indicated by schematics, wiring diagrams or as specified herein. 6. Mechanical inspection of all low voltage circuit breakers, disconnect ' switches, motor starters, control equipment, etc. for proper operation. 7. The Contractor shall provide all instruments and equipment required for the above tests. 3.11 RECORD DRAWINGS A. The Contractor shall keep one separate set of blue -line prints for making construction notes and mark-ups beginning at the start of the job and updated continuously during the progress of the job . ' B. The Record Drawings shall show conduit routing and wiring runs as constructed and shall clearly identify each. C. Record all deviations from the Contract Documents. D. Submit set of marked -up drawings for review. The final payment will not be ' made until the review is complete. 3.12 OPERATIONS AND MAINTENANCE MANUALS 06.032 ELECTRICAL GENERAL PROVISIONS ' 16010-7 08/23/99 A. B. C. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on each item of equipment. These manuals shall include detailed instructions and maintenance as well as spare parts lists. Submit copies for review as specified herein. Preliminary Operations and Maintenance Manuals shall be included with the initial shipments. END OF SECTION 06.032 ELECTRICAL GENERAL PROVISIONS 16010.8 08/28/99 I I I I fl I I I El SECTION 16110 RACEWAYS 1.0 GENERAL 1.01 SCOPE A. This section shall include raceways, enclosures, supporting devices ancillary fittings and appurtenances. Furnish and install the complete raceway systems as shown on the Drawings and as specified herein. B. Raceway is a broad -scope term that shall be defined by the National Electrical Code under Article 100. C. Power conduits include those containing branch circuits or feeder circuits conductors providing power to any item of equipment. D. Control conduits contain circuits that carry discrete signals initiated by contact closures that energize relay coils or other devices. E. Instrumentation, signal or communication conduits contain circuits that carry DC analog signals or low voltage digital signals over copper wire. 1.02 APPLICATIONS 1 I 06.032 A. Except as otherwise shown on the Drawings or otherwise specified, all underground and in -slab conduit raceways shall be of the following type: 1. All conduits that contain power or control conductors installed below grade on imbedded in concrete shall be schedule 40 PVC. 2. All conduit bends to grade shall be PVC coated steel. 3. All conduits that contain instrumentation, signal or communication conductors installed below grade on imbedded in concrete shall be plastic coated rigid galvanized steel conduits. 4. Conduits exiting concrete envelopes, concrete walls, concrete slabs or masonry walls shall be PVC coated rigid steel and shall be installed such that the conduit exits perpendicular to the concrete envelope, wall, and slab or masonry wall. B. Except as otherwise shown on the Drawings, or otherwise specified, all above grade or exposed conduit raceways shall be of the following type: 1. All conduits that contain power, control, instrumentation, signal, communication circuits shall be a rigid aluminum conduit system. C. Conduit systems are defined as follows: Rigid aluminum conduit system: 16110-1 RACEWAYS 08/28/99 I a. Conduit: Rigid aluminum , b. Conduit Bodies: Cast aluminum c. Device Boxes: Cast aluminum d. Conduit support materials: All -thread rods, bolts, screws, nuts, washers, concrete anchors, conduit straps, miscellaneous hardware and slotted channel shall all be fabricated from stainless steel. it* 2.0 2.01 06.032 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals for the following: 1. Rigid Metallic Aluminum Conduit 2. Plastic -coated Rigid Steel Conduit 3. Rigid Non-metallic Conduit 4. Liquid -tight Flexible Conduit 5. Liquid -tight Fittings 6. Conduit Bushings 7. Conduit Bodies ' 8. Conduit Sealing Fittings 9. Cast Metal Boxes 10. Tape Products 11. Wiring Devices 12. Supporting Devices and hardware 13. Labels 14. Grounding Devices 15. Foam Sealant 16. Fire Stop PRODUCTS ' RACEWAYS , A. Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no more than 0.02% copper content. All conduit couplings shall be threaded aluminum. All such conduit shall be listed with UL and comply with UL -6 and ANSI C80.5. Aluminum conduit shall be New Jersey Aluminum, or equal. B. Rigid galvanized steel conduit shall be hot -dip galvanized inside, outside, and over all threads. All such conduit shall comply with UL Standard UL -6, Federal Specification WWC-581-D, ANSI C90.1, and NEMA RN1-1980. Rigid steel conduit shall be Triangle, Republic or equal. ' C. Plastic coated rigid steel conduit shall comply with above specifications for rigid steel conduit. The conduit shall have 40 -mil thick heat -fused PVC coating over outside and 2 mil coat of fully catalyzed phenolic inside. The inside coat shall have the chemical resistance of the outer coating and shall not dissolve in lacquer thinner. All couplings shall be equipped with PVC sleeves that extend one pipe diameter or 2" -whichever is less, beyond the end of the coupling. All plastic coated conduit shall conform to NEMA Standard #RNI-1974 (Type A) and such conduit shall be Robroy "Plastibond Red", or equal. I RACEWAYS 16110-2 08/28/99 I 1 1 1 I D. Non-metallic rigid conduit shall be Schedule 40 PVC. Such conduit shall be UL listed for 90 degrees C and shall conform to NEMA TC-2 and UL -651 standards. Furnish Carlon, Sedco, or equal. Furnish manufacturer's approved solvent for joining couplings. E. Liquid -tight flexible conduit shall consist of hot- dipped galvanized, flexible interlocking steel core with thermoplastic cover, integral copper ground wire (through 1-1/4" trade size) and shall be OZ/Gedney "Flexi-Guard", or equal. Liquid tight flexible conduit shall be temperature rated for 75 -degree C conductors. 2.02 CONDUIT FITTINGS A. Field -installed conduit hubs for sheet metal enclosures shall be PVC -coated malleable iron or aluminum body with recessed neoprene sealing ring, threaded NPT insert, and shall be, T&B 370 AL series, or equal products by OZ/Gedney. Fitting materials shall match conduit system materials. B. Rigid conduit shall be aluminum. Fitting materials shall match conduit system materials. C. Rigid metallic conduit grounding bushings shall be malleable iron or aluminum body with threaded hub, bakelite insulated throat, and tin-plated copper ground lug. Furnish OZ/Gedney type ABLG, or equal. Fitting materials shall match conduit system materials. D. Liquid -tight flexible conduit fittings shall be PVC -coated steel or aluminum body. with internal locking ring and ground cone plus external ground wire fitting. Furnish straight or angle connectors as required Fitting materials shall match conduit system materials. All such connectors shall be OZ/Gedney, or equal. E. Rigid metallic conduit expansion/deflection fittings shall consist of PVC -coated galvanized malleable iron hubs with heat -fused epoxy coating, flexible neoprene joining sleeve banded to hubs with stainless steel bands, and with internal bonding jumper and guide cones. Furnish Crouse -Hinds type "XDHF" or equal. 2.03 CONDUIT BODIES AND BOXES A. Conduit bodies and pulling fittings shall be aluminum. Fitting materials shall match conduit system materials. Cast metal outlet boxes, pullboxes, and junction boxes whose volume is smaller than 100 cubic inches, and cast metal device boxes, shall be sand-cast, copper - free aluminum . 2.04 PULL AND JUNCTION BOXES A. Pull boxes and junction boxes shall be sheet metal enclosures, NEMA 4X rated, made from 316 stainless steel construction with closed -cell neoprene gaskets in the covers. All hardware latches, hinges. and hinge pins shall be 316 stainless steel. Provide boxes with integral mounting lugs. 2.05 LABELS 06.032 16110-3 RACEWAYS 08/26/99 I A.. Buried conduit marking tape for marking path of secondary buried conduits shall , be four (4") inch nominal width strip of polyethylene with highly visible, repetitive marking "BURIED CONDUIT' or similar language, repeated along its length. B. Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back and shall have "DANGER (VOLTAGE) - DISCONNECT ALL SOURCES OF POWER BEFORE ENTERING". Letters shall be highly visible red color on white background. 2.06 SUPPORTING DEVICES A. Mounting hardware, nuts, bolts, lock washers, and washers, shall be Grade 316 stainless steel. 2.07 MISCELLANEOUS MATERIAL A. Conduit pull -cords for use in empty raceways shall be glass -fiber reinforced tape with foot -marked identification along its length. Furnish Thomas, Greenlee, or equal products. B. Plastic compound for the repair of PVC -coated products shall be PVC in liquid 1 form that sets -up semi- hard upon curing. Furnish Rob Roy "Rob Kote", Sedco "Patch Coat", or equal. Spray -on PVC repair materials are prohibited. Use repair materials provided from the manufacturer of the PVC -coating being repaired. Do not use repair materials from one manufacturer on the coating of another manufacturer. 3.0 EXECUTION 3.01 RACEWAYS A. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. The conduit system shall have the appearance of having been installed by competent workmen. Conduit runs shall be level, or perpendicular, shall be installed parallel to building lines and parallel to one other conduits. Conduit bends shall be symmetrical and concentric. Conduit that is kinked, out of round, damaged, or deformed in any way, will not be accepted. Conduit that is inadequately supported or carelessly installed will not be accepted. Conduit runs that.have more than NEC maximums without intermediate pull or junction boxes will not be accepted. B. Raceways shall be installed for all wiring runs, except as otherwise indicated. , C. Conduit sizes, where not indicated, shall be NEC code -sized to accommodate the number and diameter of wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade -size shall be minimum size conduit. D. Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall , be made parallel to the lines of the structure. Conduit shall be installed such that it does not create a tripping hazard or an obstruction for headroom. 06.032 RACEWAYS 16110-4 08/28/99 ' I ' E. Empty conduits shall have pull -tapes installed. Identify each, terminus as to location of other end and trade size of conduit. Use blank plastic waterproof ' write -on label and write information on each label with waterproof ink. Cap exposed ends of empty conduit with plastic caps. F. Conduit runs into boxes, cabinets and enclosures shall be set in a neat manner. ' Vertical runs shall be set plumb. Conduits set cocked or out of plumb will not be acceptable. 3.02 CONDUIT BODIES AND BOXES A. Conduit bodies such as "LB", 'T', "GUAT", etc., shall be installed in exposed runs of conduit wherever indicated and where required to overcome obstructions and to provide pulling access to wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. GUA series pulling bodies rather than LB fittings and the like, shall be used for splicing purposes as well as pulling access. 3.03 RACEWAY SUPPORT A. All raceway systems shall be adequately and safely supported. Loose, sloppy and inadequately supported raceways will not be acceptable. Supports shall be installed at intervals not greater than those set forth by the NEC, unless shorter intervals are otherwise indicated, or unless conditions require shorter intervals of supports. ' END OF SECTION I I I I I I 1 06.032 RACEWAYS 16110-5 08/28/99 I SECTION 16120 WIRE AND CABLE 1.0 GENERAL 1.01 SCOPE ' This section shall include wire and cable, terminating devices, splice kits, labeling, and appurtenances. I1.02 SUBMITTALS AND SHOP DRAWINGS Process catalog submittals for the following: 1. Power and control cable 2. Instrument cable 3. Conductor Connectors ' 4. Tape Products 5. Labels ' 2.0 PRODUCTS 2.01 WIRE AND CABLE A. All conductors shall be soft -drawn annealed copper, Class B stranding that meets ASTM B-8. Copper conductors shall be tin -coated, except as otherwise ' specified. B. Single conductor cable for power, control, and branch circuits shall have cross- ' linked polyethylene insulation, rated for 600 volts. Cable shall be NEC type XHHW. All such cable shall be rated for wet or dry use. Cable insulation shall be color -coded with factory pigmented colors below size #6 AWG. Color -coding shall be as specified under Part 3 of this section. Cable shall be as manufactured ' by Southwire or equal. 2.02 CONNECTORS ' A. Insulated spring wire connectors, "wire -nuts", for small building wire taps and splices shall be plated spring steel with thermoplastic jacket and pre -filled ' sealant. Connector shall be rated for 600 volts, 75 degrees C continuous. Furnish King Technology, or equal. B. Connectors for control conductor connections to screw terminals shall be crimp- ' type with vinyl -insulated barrel and tin-plated copper ring -tongue or spring -fork style connector. Furnish T&B "Sta-Kon", 3M "Scotchlok", or equal. Install connectors with the manufacturer's ratcheting type crimp tool. ' C. Terminal strips for miscellaneous field terminations of control and instrumentation circuits shall flat terminal connectors for spring fork or ring lugs. ' Terminal assembly shall accept #22 to #12 wires. Terminal block shall be Square D NEMA type 600 -volt rated blocks, Class 9080, type GA6 or equal. 06.032 WIRE AND CABLE 16120-1 08128/99 ' I 2.03 INSULATING PRODUCTS , A. Tape products shall be furnished as hereinafter specified and shall be Plymouth, I Okonite, 3M, or equal. B. General-purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive type, "Slipknot Grey", 3M Scotch 33+, or equal. C. Insulating void -filling tape and high voltage bedding tape shall be stretchable ethylene propylene rubber with high -tack and fast fusing surfaces. Tape shall be rated for 90 degrees C continuous, 130 degrees C overload, and shall be moisture -proof. Void filling tape shall be "Plysafe", 3M Scotch 23, or equal. D. High temperature protective tape shall be rated 180°C continuous indoor/outdoor, stretchable, self -bonding silicone rubber. High temperature tape shall be Plysil #3455, 3M Scotch 70, or equal. 1 2.04 LABELS A. Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color. , Colors shall be as hereinafter specified. Tape shall be Plymouth "Slipknot 45", 3M Scotch #35, or equal. B. Numbered wire marking labels shall be PVC sleeve -type markers, T&B, Brady, Ray Chem, or equal, machine printed, slip-on or heat shrink type. Wire markers requiring any type of adhesive for attachment are not acceptable. ' 2.05 MISCELLANEOUS MATERIAL A. Cable grips shall be grip -type stainless -steel wire mesh with machined metal 1 support. Provide aluminum metal supports for aluminum conduit systems, and PVC -coated wire supports for PVC -coated conduit systems. See SECTION 16110 RACEWAYS. Furnish Kellems, Appleton, or equal products. ' B. Wire pulling compound shall be non -injurious to insulation and to conduit and shall be lubricating, non- crumbling, and non-combustible. Pulling compound shall dry to a film that acts as a lubricant in the event the wire must be removed. Furnish Gedney "Wire- Quick", or equal. 3.0 EXECUTION 1 3.01 POWER AND CONTROL CABLE ' A. Power and control conductors shall be sized as shown and where no size is indicated, the conductor size shall be #12 AWG for power circuits #14 AWG for 120 -VAC control circuits, and #16 AWG for instrumentation circuits. B. Equipment grounding conductors shall be installed with type XHHW or THHN insulated stranded copper conductors and the insulation color shall be green in sizes up to and including #10 AWG. C. Color coding shall be as follows. Non -factory color coded cables shall be marked 06.032 WIRE AND CABLE 16120-2 08128/99 I ' with specified color tape. Use the following colors: CONDUCTOR 120/240V 480V SYSTEMS SYSTEMS ' Phase A or L1 Black Brown Phase B or L2 Red Orange ' Phase C N/A Yellow ' Neutral White N/A Ground Green Green D. Branch circuits may be spliced for receptacle, lighting and small non -process associated appliance loads inside appropriate junction boxes. ' E. All feeders shall be installed without splice. F. All process power, control, or instrumentation conductors shall be installed I. without splice. 3.02 GROUND WIRING IA. Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 of NEC, except where higher standards of grounding have been specified. ' 3.03 LABELING A. Labels requiring adhesives to attach are not acceptable. in addition to labeling ' requirements as specified throughout this Section, install wiring and raceway labeling as follows: Ii Apply numbered wire marking labels to control wiring terminations for each termination in each item of equipment. Use PVC sleeve type labels. ' 2. Apply numbered wire marking labels to power and control wiring terminations in motor control centers, panelboards, and at outlets, to identify circuit numbers. Use PVC sleeve type labels. 3. Apply numbered wire marking labels to each signal wire termination in each instrument junction box, and in each item of equipment served by instrumentation circuits. Use PVC sleeve type labels. 4. Apply write -on identification labels to wiring sets in each motor control center, and in each pullbox and junction box. Show wire sizes, conduit size, and line and load information. Use waterproof plastic write -on labels with nylon tie -wraps. ' 3.04 TESTING 06.032 WIRE AND CABLE 16120-3 08/28/99 A. Each run of 600V class power and control wiring shall be tested prior to connection of line and load. Make tests with 1000V dc hand -crank or motor driven ohmmeter. Each run of wiring shall be tested phase -to -phase and/or phase -to -neutral, and phase -to -ground. Test results for each test shall be equal to or greater than 25,000,000 ohms with 1000V dc applied. All tests shall be made in the presence of the Owners representative or Engineer. B. Test all runs of signal wiring with 250V dc megger. Insulation values shall meet or exceed 1,000,000 ohms per 100 feet (cable to shield). C. The contractor shall replace and retest any conductor that fails to meet the specified tests. END OF SECTION 06.032 WIRE AND CABLE 16120-4 08/28/99 I SECTION 16199 ' MISCELLANEOUS 1.0 GENERAL 1.01 SCOPE A. This section shall include wiring devices, remote pilot operator (RPO) devices, control stations, miscellaneous control panels, panelboards, and equipment stands. B. Furnish and install all such devices and completely connect and wire each device. 1.02 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals for the following: ' 1. Wiring Devices 2. Wiring Device Covers ' 3. Wiring Device Boxes 4. RPO Devices 5. Control Stations 6. Terminal Strips B. Submit shop drawings for control panels. ' 2.0 PRODUCTS 2.01 WIRING DEVICES A. All wiring devices shall be specification grade and shall meet NEMA WD -1 requirements. Color shall be brown, unless otherwise indicated. ' B. Cover plates for wiring devices shall be Appleton FSK series unless otherwise noted on the drawings. Boxes shall be Appleton type FD, cast metal, raised -lid type. Furnish integral mounting feet where called for on the drawings. ' C. Furnish the following miscellaneous wiring devices: 1. Single -pole, single -throw, 20A toggle switch shall be Arrow -Hart #1221, or equal. 2. Single -pole, double -throw (three-way) 20A toggle switch shall be Arrow - Hart #1223, or equal. ' 2.02 TERMINAL STRIPS IA. Terminal strips for installation in junction boxes and the like shall be 600 volt, rated for 25 amps with tin- plated copper box lugs. B. Furnish Allen-Bradley type 1492-HJ812 or equal in quantities as required. 06.032 MISCELLANEOUS ' 16199-1 08128/99 3.0 EXECUTION 3.01 WIRING DEVICES A. Install wiring devices where shown and support each box to wall with stainless steel hardware into typical drilled expansion shields. B. Set each wiring device with axis plumb and install with yoke screws so as to adequately support each device. 3.02 TERMINAL STRIPS A. Install terminal strips as hereinbefore specified. Mount to enclosures or backpans with stainless steel hardware. B. Label each terminal directory with numbers corresponding to wire numbers landed. END OF SECTION 06.032 MISCELLANEOUS 16199-2 08/29/99 I SECTION 16210 EMERGENCY GENERATOR AND AUTOMATIC TRANSFER SWITCH I PART 1.0 GENERAL ' 1.01 DESCRIPTION OF SYSTEM A. Provide a Standby power system to supply electrical power in event of failure of normal supply, consisting of a liquid cooled engine, an AC alternator, a separately mounted automatic transfer switch and system controls with all necessary accessories for a complete ' operating system, including but not limited to the items as specified hereinafter to be installed by the Contractor. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Conform to N.E.C. and applicable inspection authorities. ' 1.03 MANUFACTURER QUALIFICATIONS A. This system shall be supplied by GENERAC or an approved equal who has been regularly engaged in the production of engine -alternator sets, automatic transfer switches, and associated controls for a minimum of fifteen years, thereby identifying one source of supply and responsibility. ' B. To be classified as a manufacturer, the builder of the generator set must manufacture at minimum engines or alternators. ' C. The manufacturer shall have printed literature and brochures describing the standard series specified, not a one of a kind fabrication. ' 2.0 PRODUCTS I I I I I C1 2.1 Engine A. The prime mover shall be a liquid cooled, diesel fueled, naturally aspirated engine of 4 - cycle design. It will have a 4 cylinder block with a minimum displacement of 3.0 liters (184 cubic inches), with a minimum rating of 40 BHP. The unit requires a minimum rated output of 25.0kW at an operating speed of 1800 RPM. B. The engine is to be cooled with a unit mounted radiator, fan, water pump, and closed coolant recovery system providing visual diagnostic means to determine if the system is operating with a normal engine coolant level. The radiator shall be designed for operation in 110 degrees Fahrenheit, 43 degrees Celsius ambient temperature. C. The intake air filter with replaceable element must be mounted on the unit. Full pressure lubrication shall be supplied by a positive displacement lube oil pump. The engine shall have a replaceable oil filter with internal bypass and replaceable elements. Engine coolant and oil drain extension must be provided to outside of the mounting base for cleaner and more convenient engine servicing. A fan guard must be installed for personnel safety. 06.032 EMERGENCY GENERATOR I 16210-1 06/17/99 D. The engine shall have a battery charging DC alternator with a transistorized voltage regulator. Remote 2 -wire starting shall be by a solenoid shift, electric starter. ' E. Engine speed shall be governed by mechanical governor to maintain alternator frequency within +/- 5% from no load to full load alternator output. Steady state regulation is to be 0.5%. F. The engine fuel system shall be designed for operation on No. 2 diesel fuel. A secondary fuel filter, water separator, manual fuel priming pump, fuel shutoff solenoid and all fuel lines must be installed at the point of manufacture. G. Sensing elements to be located on the engine for low oil pressure shutdown, high coolant ' temperature shutdown, low coolant level shutdown, overspeed shutdown and overcrank shutdown. These sensors are to be connected to the control panel using a wiring harness ' with the following features: wire number labeling on each end of the wire run for easy identification, a molded rubber boot to cover the electrical connection on each sensor to prevent corrosion and all wiring to be run in flexible conduit for protection from the environment and any moving objects. , H. The engine shall have a unit mounted, thermostatically controlled water jacket heater to aid in quick starting. It will be of adequate wattage as recommended by the engine manufacturer. The contractor shall provide proper branch circuit from normal utility power source. I. Provide the following items installed at the factory: ' 1. Provide an automatic dual rate battery charger manufactured by the engine -generator set supplier. The automatic equalizer system shall monitor and limit the charge current to 10 amps. The output voltage is to be determined by the charge current rate. The charger must have a maximum open circuit voltage of 35 volts and be protected ' against a reverse polarity connection. The battery charger is to be factory installed on the generator set. Due to line voltage drop concerns, a battery charger mounted in the transfer switch will be unacceptable 2. The unit will provide means for attaching a flexible coupling between the engine radiator and the building cooling air discharge duct. 3. A heavy duty lead acid battery set shall be provided by the generator set manufacturer ' of adequate voltage and amperage capacity to start and operate the engine. Provide all intercell and connecting battery cables as required. 4. The manufacturer shall supply its recommended stainless steel, flexible connector to couple the engine exhaust manifold to the exhaust system. J. The fuel system shall include a 47.0 gallon double walled (with tank rupture alarm), UL approved, stub up, base mounted fuel tank. It shall have the structural integrity to support the engine -generator set. Minimum features shall include all welded construction, a lockable fuel filler cap, fuel gauge, low fuel level alarm, fuel line check valve and fittings for fuel supply, return, fill and vent. This tank must be supplied and warranted by the engine- ' generator set manufacturer and be factory installed. K. The following equipment is to be provided by the engine -generator set manufacturer and shipped loose with the unit: ' 06.032 EMERGENCY GENERATOR 16210-2 06117/99 , 1. The manufacturer will supply its recommended flexible fuel line to connect the engine Ito the external fuel source. On stationary applications the fuel line shall match the fuel fitting on the unit base rail and have braided stainless steel covering with brass fittings. 2.2 ALTERNATOR A. The alternator shall be a 4 -pole revolving field type, 12 lead, wired for 120/240 VAC, three ' phase, with the ability to be connected to 208Y/120V-3 phase -60 Hz upsized to a rating of 30 KW to support the required SKVA with a brushless exciter. Photosensitive components will not be permitted in the rotating exciter. The stator shall be direct connected to the ' engine to insure permanent alignment. The generator shall meet temperature rise standards for Class "H" insulation, operate within Class "F standards for extended life. All leads must be extended into an AC connection panel. The alternator shall be protected by ' internal thermal overload protection and an automatic reset field circuit breaker. B. One step load acceptance shall be 100% of nameplate rating and meet the requirements of NFPA 110 paragraph 5-13.2.6. The generator set and regulator must sustain at least 90% of rated voltage for 10 seconds with 250% of rated load at near zero power factor connected to its terminals when equipped with direct or brushless excitation. 300% short circuit current must be selectable on units equipped with permanent magnet exciters. Generators equipped with permanent magnet exciters not allowing the selection of the short circuit current ratings are not allowed. C. A solid state voltage regulator designed and built by the engine -generator set manufacturer must be used to control output voltage by varying the exciter magnetic field to provide ±1% regulation during stable load conditions. Should an extremely heavy load drop the output ' frequency, the regulator shall have a voltage droop of 4 Volts/Hertz to maximize motor starting capability. The frequency at which this droop operation begins must be adjustable allowing the generator set to be properly matched to the load characteristics insuring ' optimum system performance. Additional rheostats for matching generator voltage, droop, and stability characteristics to the specific load conditions must be available. D. The voltage regulator must contain a limiting circuit to prevent output voltage surges in excess of 125% of rated voltage during generator set operation. On loss or near loss of the voltage sensing signal, the voltage regulator must be capable of shutting down to prevent an overvoltage condition from occurring. It must have a second mode of operation allowing ' 300% of rated current to flow through the electrical distribution circuit(s) for ten (10) seconds under the same conditions. Voltage regulators not capable of selecting either mode of operation are not acceptable. LED indication will be provided on the regulator to ' monitor the sensing (yellow), excitation (green), and output circuit (red). E. A NEMA 1 panel that is an integral part of the generator set must be provided to allow the installer a convenient location in which to make electrical output connections. An isolated neutral lug must be included by the generator set manufacturer to insure proper sizing. IF. The electric plant shall be mounted with vibration isolators on a welded steel base that shall permit suitable mounting to any level surface. IC. A thermal magnetic UL listed main line circuit breaker rated at 80 amps must be mounted in the AC connection panel. The line side connections are to be made at the factory. A system utilizing a manual reset field circuit breaker and current transformers is ' unacceptable. 06.032 EMERGENCY GENERATOR 16210-3 06/17/99 I 2.3. CONTROLS ' A. All engine alternator controls and instrumentation shall be designed, built, wired, tested and shock mounted in a NEMA I enclosure to the engine -generator set by the manufacturer. It shall contain panel lighting, a fused DC circuit to protect the controls and a +/-5% voltage adjusting control. This panel must be able to be rotated 90 degrees in either direction for correct installation. B. The engine -generator set shall contain a complete 2 wire automatic engine start -stop control which starts the engine on closing contacts and stop the engine on opening contacts. A cyclic cranking limiter shall be provided to open the starting circuit after eight attempts if the engine has not started within that time. Engine control modules must be solid state plug-in type for high reliability and easy service. C. The panel shall include: analog meters to monitor AC voltage, AC current and AC frequency with a phase selector switch, an emergency stop switch, an audible alarm, , battery charger fuse, and a programmable engine control and monitoring module. D. The programmable module shall include: a manual, off, auto switch; four LEDs to indicate 1) Not In Auto, 2) Alarm Active, 3) Generator Running, 4) Generator Ready; a data entry keypad and a digital display panel. E. The module will store and display all pertinent unit parameters including: 1. Generator Status Current unit status in real time 2. Instrumentation Real time readouts of the engine and alternator analog values * Oil pressure * Coolant temperature * Fuel level (where applicable) * DC battery voltage * Run time hours 3. Generator Commands , Current engine start/stop status 4. Alarm Status Current alarm(s) condition * High or low AC voltage * High or low battery voltage * High or low frequency * Low or pre -low oil pressure * Low water level * Low water temperature * High and pre -high engine temperature * High, low and critical low fuel levels (where applicable) * Overcrank ' * Overspeed * Unit not in "Automatic Mode" *8 user programmable digital channels *4 user programmable analog channels 5. Alarm Log Memory of last fifty alarm events 6. Operating parameters Access to and manipulation of the current operating parameters and alarm limits 06.032 EMERGENCY GENERATOR 16210-4 06/17/99 ' 7. Software Information ' Version information and module display test function F. The panel must be accessible by PC based software via standard RS232, RS485 or ' modem. The software must display the module face, be updated in real time and allow for complete access to all module functions. Communication output and its software must be fully compatible and allow for incorporation into an existing control program. ' G. The following equipment is to be provided by the engine -generator set manufacturer and shipped loose with the unit: H. Provide an alarm annunciator panel for remote mounting with the following signals indicating status and possible malfunction. The annunciator must have the capability of programming the audible alarms as follows: LAMP LEGEND LIGHT AUDIBLE Pre -Alarm High Water Temperature Yellow Selectable Pre -alarm Low Oil Pressure Yellow Selectable High Coolant Temp/Low Coolant Level Red Yes Low Oil Pressure Red Yes Low Coolant Temperature Yellow Selectable Low Fuel Yellow Selectable High Battery Voltage Yellow No Not In Auto Red Yes RPM Sensor Loss Red Yes ' Over speed Red Yes Low Battery Voltage Yellow Yes Overcrank Red Yes Generator Power Yellow No Normal Utility Power Green No System Ready Green No Alarm Switch Off Red No 1 Generator Running Yellow No Battery Charger Failure Yellow Selectable Emergency Stop Red Yes Communications OK Green Yes The panel shall have an ALARM switch that when moved to the OFF position silences the audible alarm. A TEST/RESET switch must be included to verify the lights are functional and reset any condition after if has cleared. The remote annunciator shall have a factory installed switch with the capability of starting, and stopping the standby generator set from the annunciator panel. 2.4 UNIT ACCESSORIES A. Weather protective enclosure: The engine -generator set shall be factory enclosed in a heavy gauge steel enclosure constructed with 12 gauge corner posts, uprights and ' headers. The roof shall aid in the runoff of water and include a drip edge. The enclosure shall be coated with electrostatically applied power paint, baked and finished to manufacturers specifications. The enclosure is to have large, hinged doors to allow access to the engine, alternator and control panel. The doors must lift off without the use of tools. ' Each door will have lockable hardware with identical keys. Padlocks do not meet this specification. 06.032 EMERGENCY GENERATOR ' 16210-5 06/17/99 Li B. Exhaust silencer(s) shall be provided of the size as recommended by the manufacturer and shall be of critical grade. The silencer(s) shall be mounted on the weather protective enclosure with solid brackets. It shall be connected to the engine with a flexible, seamless, stainless steel exhaust connection. A rain cap will terminate the exhaust pipe. All components must be properly sized to assure operation without excessive back pressure when installed. C. The following equipment is to be provided by the engine -generator set manufacturer and ' shipped loose with the unit: 1. Spring type vibration isolators to mount between the mounting base and pad to , eliminate noise, reduce transmitted vibration and provide earthquake protection. E. Unit to be provided with unit mounted load bank for exercising. Load bank shall be ' mounted to radiator of engine -generator set. Load bank shall be manufactured by Avtron, Simplex, or approved equal. Load bank shall be rated 25 kW. 2.5 TRANSFER SWITCH ' A. Furnish the automatic transfer switches to automatically transfer between the normal and emergency power source. B. The automatic transfer switches covered by these specifications shall be designed, tested, and assembled in strict accordance with all applicable standards of ANSI, U.L., IEEE and NEMA. C. Manufacturer shall submit shop drawings for review, which shall include the following, as a , minimum: 1. Descriptive literature 2. Plan, elevation, side, and front view arrangement drawings, including overall dimension, weights and clearances, as well as mounting or anchoring requirements and conduit entrance locations. , 3. Schematic diagrams. 4. Wiring diagrams. , 5. Accessory list D. Manufacturer 1. The transfer switch manufacturer shall employ a nationwide factory -direct, field service organization, available on a 24 -hour a day, 365 days a year, call basis. 2. The manufacturer shall include an 800 telephone number, for field service contact, affixed to each enclosure. 3. The manufacturer shall maintain records of each transfer switch, by serial number, for a minimum 20 years. 06.032 EMERGENCY GENERATOR 16210-6 06/17/99 ' I [,I ' E. General Construction 1. The automatic transfer switch shall be furnished as shown on the drawings. Voltage and continuous current ratings and number of poles shall be as shown. 2. On 3 phase, 4 wire systems, utilizing ground fault protection; a true 4 pole switch shall be ' supplied with all four poles mounted on a common shaft. The continuous current rating and the closing and withstand rating of the fourth pole shall be identical to the rating of the main poles. ' 3. The transfer switch shall be mounted in a NEMA 3R enclosure, unless otherwise indicated. Enclosures shall be fabricated from 12 -gauge steel. The enclosure shall be sized to exceed minimum wire bending space required by UL 1008. ' 4. The transfer switch shall be equipped with an internal welded steel pocket, housing an operations and maintenance manual. 5. The transfer switch shall be top and bottom accessible. I 6. The main contacts shall be capable of being replaced without removing the main power cables. I7. The main contacts shall be visible for inspection without any major disassembly of the transfer switch. ' 8. All bolted bus connections shall have Belleville compression type washers. All busses shall be tin plated copper. 9. When a solid neutral is required, a fully rated bus bar with required AL -CU neutral lugs 'shall be provided. 10. Control components and wiring shall be front accessible. All control wires shall be ' multiconductor 18 -gauge 600 -volt SIS switchboard type point to point harness. All control wire terminations shall be identified with tubular sleeve -type markers. ' 11. The switch shall be equipped with 90 degrees C rated copper/aluminum solderiess mechanical type lugs. ' 12. The complete transfer switch assembly shall be factory tested to ensure proper operation and compliance with the specification requirements. A copy of the factory test report shall be available upon request. F. Automatic Transfer Switch I1. The transfer switch shall be double throw, actuated by two electric operators momentarily energized, and connected to the transfer mechanism by a simple over center type linkage. Minimum transfer time shall be 400 milliseconds. 2. The normal and emergency contacts shall be positively interlocked mechanically and electrically to prevent simultaneous closing. Main contacts shall be mechanically locked 06.032 EMERGENCY GENERATOR ' 16210-7 06/17/99 I in both the normal and emergency positions without the use of hooks, latches, magnets, or springs, and shall be silver -tungsten alloy. Separate arcing contacts with magnetic blowouts shall be provided on all transfer switches. Interlocked, molded case circuit breakers or contactors are not acceptable. 3. The transfer switch shall be equipped with a safe external manual operator, designed to , prevent injury to operating personnel. The manual operator shall provide the same contact -to -contact transfer speed as the electrical operator to prevent a flashover from switching the main contacts slowly. The external manual operator shall be safely operated from outside of the transfer switch enclosure while the enclosure door is closed. G. Automatic Transfer Switch Controls , 1. The transfer switch shall be equipped with a microprocessor based control system, to provide all the operational functions of the automatic transfer switch. The controller shall ' have two asynchronous serial ports. The controller shall have a real time clock with Nicad battery back up. 2. The CPU shall be equipped with self -diagnostics that perform periodic checks of the memory I/O and communication circuits, with a watchdog/power fail circuit 3. The controller shall use industry standard open architecture communication protocol for , high-speed serial communications via multidrop connection to other controllers and to a master terminal with up to 4000 ft of cable, or further, with the addition of a communication repeater. The serial communication port shall be RS422/485 compatible. 4. The serial communication port shall allow interface to either the manufacturer's or the , owner's furnished remote supervisory control. 5. The controller shall have password protection required to limit access to qualified and authorized personnel. ' 6. The controller shall include a 20 character, LCD display, with a keypad, which allows access to the system. 7. The controller shall include three phase over/under voltage, over/under frequency, phase sequence detection and phase differential monitoring on both normal and emergency sources. 8. The controller shall be capable of storing the following records in memory for access either locally or remotely: a. Number of hours transfer switch is in the emergency position (total since record reset). b. Number of hours emergency power is available (total since record reset). c. Total transfer in either direction (total since record reset). d. Date, time, and description of the last four source failures. , e. Date of the last exercise period. f. Date of record reset. ' 06.032 EMERGENCY GENERATOR 16210-8 06/17199 , I ' H. Sequence of Operation 1. When the voltage on any phase of the normal source drops below 80% or increases to 120%, or frequency drops below 90%, or increase to 110%, or 20% voltage differential between phases occurs, after a programmable time delay period of 0-9999 seconds factory set at 3 seconds to allow for momentary dips, the engine starting contacts shall ' close to start the generating plant. 2. The transfer switch shall transfer to emergency when the generating plant has reached ' specified voltage and frequency on all phases. 3. After restoration of normal power on all phases to a preset value of at least 90% to 110% of rated voltage, and at least 95% to 105% of rated frequency, and voltage differential is below 20%, an adjustable time delay period of 0-9999 seconds (factory set at 300 seconds) shall delay retransfer to allow stabilization of normal power. If the emergency power source should fail during this time delay period, the switch shall automatically ' return to the normal source. 4. After retransfer to normal, the engine generator shall be allowed to operate at no load for a programmable period of 0-9999 seconds, factory set at 300 seconds. I. Automatic Transfer Switch Accessories 1. Programmable three phase sensing of the normal source set to pickup at 90% and dropout at 80% of rated voltage and overvoltage to pickup at 120% and dropout out at ' 110% of rated voltage. Programmable frequency pickup at 95% and dropout at 90% and over frequency to pickup at 110% and dropout at 105% of rated frequency. Programmable voltage differential between phases, set at 20%, and phase sequence ' monitoring. 2. Programmable three phase sensing of the normal source set to pickup at 90% and dropout at 80% of rated voltage and overvoltage to pickup at 120% and dropout out at 110% of rated voltage programmable frequency pickup at 95% and dropout at 90% and over frequency to pickup at 110% and dropout at 105% of rated frequency. Programmable voltage differential between phases set at 20%, and phase sequence ' monitoring. 3. Time delay for override of momentary normal source power outages (delays engine start signal and transfer switch operation). Programmable 0-9999 seconds. Factory set at 3 seconds, if not otherwise specified. ' 4. Time delay to control contact transition time on transfer to either source. Programmable 0-9999 seconds, factory set at 3 seconds. ' 5. Time delay on retransfer to normal, programmable 0-9999 seconds, factory set at 300 seconds if not otherwise specified, with overrun to provide programmable 0-9999 second time delay, factory set at 300 seconds, unloaded engine operation after retransfer to ' normal. 6. Time delay on transfer to emergency, programmable 0-9999 seconds, factory set at 3 ' seconds. 7. A maintained type load test switch shall be included to simulate a normal power failure, 06.032 EMERGENCY GENERATOR 1 16210-9 06!17/99 keypad initiated. 6. A remote type load test switch shall be included to simulate a normal power failure, remote switch initiated. 9. A time delay bypass on retransfer to normal shall be included. Keypad initiated. 10. Contact, rated 10 Amps 30 volts DC, to close on failure of normal source to initiate engine starting. 11. Contact, rated 10 Amps 30 volts DC, to open on failure of normal source for customer , functions. 12. Light emitting diodes shall be mounted on the microprocessor panel to indicate: switch is ' in normal position, switch is in emergency position and controller is running. 13. A plant exerciser shall be provided with (10) 7 day events, programmable for any day of the week and (24) calendar events, programmable for any month/day, to automatically exercise generating plant programmable in one minute increments. Also include selection of either "no load" (switch will not transfer) or "load" (switch will transfer) exercise period. Keypad initiated. ' 14. Provision to select either "no commit" or "commit" to transfer operation in the event of a normal power failure shall be included. In the "no commit position," the load will transfer to the emergency position unless normal power returns before the emergency source has reach 90% of it's rated values (switch will remain in normal). In the "commit position" the load will transfer to the emergency position after any normal power failure. Keypad initiated. 15. Six auxiliary contacts rated 10 Amp, 120 volts AC (for switches 100 to 800 amps) 15 amp, 120 volts AC (for switches 1000 to 4000 amps), shall be mounted on the main shaft, three , closed on normal, and three closed on emergency. All contacts will be wired to a terminal strip for ease of customer connections. 16. A three phase digital LCD voltage readout, with 1% accuracy shall display all three separate phase to phase voltages simultaneously, for both the normal and emergency source. , 17. A digital LCD frequency readout with 1% accuracy shall display frequency for both normal and emergency source. 18. An LCD readout shall display normal source and emergency source availability. J. The following accessories shall be available by simple activation, via the key pad, if required. 1. Include (2) time delay contacts that open simultaneously just (milliseconds) prior to transfer in either direction. These contacts close after a time delay upon transfer. Programmable 0-9999 seconds after transfer. 2. A block transfer function shall be included, energized from a 24VDC signal from the ' generator control switchgear, to allow transfer to emergency. 3. A load shed function shall be included, energized from a 24VDC signal from the generator ' control switchgear, to disconnect the load from the emergency source when an overload 06.032 EMERGENCY GENERATOR 16210-10 06/17/99 ' condition occurs. 4. A peak shave function shall be included, energized from a 24VDC signal from the generator control switchgear. This function will start the emergency generator and ' transfer the ATS to the emergency source reducing the utility supply to the building. After the peak shave signal is removed, the transfer switch will retransfer to the normal supply, bypassing the retransfer time delay. ' K. Approval I1. As a condition of approval, the manufacturer of the automatic transfer switches shall verify, that their switches are listed by Underwriters Laboratories, Inc., Standard UL -1008 with 3 cycle short circuit closing and withstand as follows: ' RMS Symmetrical Amperes 480 VAC 3 Cycle Closing Current Limiting 'Amperes and Withstand Fuse Rating 100-400 42,000 200,000 ' 600-800 65,000 200,000 1000-1200 85,000 200,000 1600-4000 100,000 200,000 2. During the 3 cycle closing and withstand tests, there shall be no contact welding or damage. The 3 cycle tests shall be performed without the use of current limiting fuses. The test shall verify that contacts separation has not occurred, and there is contact continuity across all phases. Test procedures shall be in accordance with UL -1008, and testing shall be certified by Underwriters' Laboratories, Inc. 3. When conducting temperature rise tests to UL -1008, the manufacture shall include post - endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. 4. The microprocessor controller shall meet the following requirements: • Storage conditions - 25 degrees C to 85 degrees C • Operation conditions - 20 degrees C to 70 degrees C ambient • Humidity 0 to 99% relative humidity, noncondensing Capable of withstanding infinite power interruptions Surge withstand per ANSI/IEEE C -37.90A-1978 5. Manufacturer shall provide copies of test reports upon request. 3.0 EXECUTION 3.1 A. B. 06.032 FACTORY TESTING Before shipment of the equipment, the engine -generator set shall be tested under rated load for performance and proper functioning of control and interfacing circuits. Tests shall include: Verify that all safety shutdowns are functioning properly. 16210-11 EMERGENCY GENERATOR 06/17/99 I C. Single step load pick-up per NFPA 110-1996, Paragraph 5-13.2.6. D. Transient and voltage dip responses and steady state voltage and speed (frequency) ' checks. 3.2. OWNER'S MANUALS . Three (3) sets of owner's manuals specific to the product supplied must accompany delivery of the equipment. General operating instruction, preventive maintenance, wiring diagrams, schematics and parts exploded views specific to this model must be included. 3.3 INSTALLATION , A. Contractor shall install the complete electrical generating system including all fuel connections in accordance with the manufacturer's recommendations as reviewed by the Engineer. 3.4. SERVICE ' A. Supplier of the electric plant and associated items shall have permanent service facilities in this trade area. These facilities shall comprise a permanent force of factory trained service personnel on 24 hour call, experienced in servicing this type of equipment, providing warranty and routine maintenance service to afford the owner maximum protection. Delegation of this service responsibility for any of the equipment listed herein will not be considered fulfillment of these specifications. Service contracts shall also be available. 3.5. WARRANTY A. The standby electric generating system components, complete engine -generator and instrumentation panel shall be warranted by the manufacturer against defective materials and factory workmanship for a period of 12 months. Such defective parts shall be repaired or replaced at the manufacturer's option, free of charge for travel and labor. The warranty period shall commence when the standby power system is first placed into service. Multiple warranties for individual components (engine, alternator, controls, etc.) will not be acceptable. Satisfactory warranty documents must be provided. Also, in the judgment of the specifying authority, the manufacturer supplying the warranty for the complete system must have the necessary financial strength and technical expertise with all components supplied to provide adequate warranty support. 3.6. STARTUP AND CHECKOUT A. The supplier of the electric generating plant and associated items covered herein shall provide factory trained technicians to checkout the completed installation and to perform an initial startup inspection to include: . Ensuring the engine starts (both hot and cold) within the specified time. 2. Verification of engine parameters within specification. Set no load frequency and voltage. 4. Test all automatic shutdowns of the engine -generator. Li [li I I I H I ri 06.032 16210-12 EMERGENCY GENERATOR 06/17/99 5. Perform a load test of the electric plant, ensuring full load frequency and voltage are ' within specification by using building load. 3.7. SUBMITTALS A. Provide seven complete sets of Engineering Submittal for approval, prior to production release, showing all components, in addition to the engine and generator. Submittals shall include compliance with these specifications. I I I I I 3.8. SUBSTITUTIONS A. The emergency power system has been designed to the specified manufacturer's electrical and physical characteristics. The equipment sizing, spacing, amounts, electrical wiring, ventilation equipment, fuel and exhaust components have all been sized and designed around GENERAC equipment. Should any substitutions be made, the contractor shall bear responsibility for the installation, coordination and operation of the system as well as any engineering and redesign costs which may result from such substitutions. Alternate equipment suppliers shall furnish equipment submittals 14 days prior to bid date for approval to bid. As part of the submittals, the substitute manufacturer shall supply as a minimum engine, alternator and control panel wiring diagrams and schematics. A separate list of all printed circuit boards with part numbers and current pricing must also be included. 3.9 AUTOMATIC TRANSFER SWITCH 06.032 A. Automatic Transfer Switches shall be provided with adequate lifting means for ease of installation of wall mounted enclosures. B. Tighten assembled bolted connections with appropriate tools to manufacturer's torque recommendations prior to first energization. END OF SECTION EMERGENCY GENERATOR 16210-13 06/17/99 I I 1.0 GENERAL ' 1.01 SCOPE SECTION 16450 GROUNDING SYSTEMS IA. Furnish and install complete grounding systems in accordance with Article 250 of the National Electrical Code as shown on the Drawings and as specified herein. ' B. Provide ground mat grounding electrode system as shown on the drawings and as specified herein. 1.02 SUBMITTALS Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which shall include: 1. Ground well casings 2. Ground rods ' 3. Terminal lugs and clamps 4. Exothermal welding materials 5. Ground cable 6. Ground connection hardware 2.0 PRODUCTS 2.01 GROUNDING ELECTRODES A. All ground mat grounding electrodes and grounding electrode conductors shall consist of tin plated stranded copper. B. All ground rods shall be copper clad steel products, 5/8" diameter x 8 foot long, t unless otherwise indicated. Ground rods shall be Blackburn #6258, or equal. Provide heavy duty ground rod clamps equal to Blackburn #GG58 where vertical. connections are installed and #GUV where U -bolt connectors are installed to ' serve horizontal connections. 2.02 GROUNDING DEVICES A. Connectors shall be furnished as specified under Section 16120. B. Conduit grounding bushings shall be furnished as specified under Section 16110. ' C. Equipment grounding conductors shall be furnished as specified under Section 16120. D. Flush cast metal grounding plates shall consist of bronze body with flat plate on top and bolted clamp connector on bottom. Furnish OZ type "VG", or equal flush ' connectors. Each such connector shall be furnished with silicon bronze connector bolts for installation of top -mounted grounding connectors. GROUNDING 16450-1 8/28199 I E. Exothermal welding kits shall be "Cadweld" products as manufactured by Erico. Molds, cartridges, powder, and accessories shall be as recommended by the manufacturer. 2.03 GROUND TEST WELLS A. Ground test wells shall be furnished each ground rod for the purpose of field ' testing the ground mat system. B. Ground test wells shall each consist of ground rod with connector attached to a , #4 upcomer from the ground mat and contained within an access well with labeled top. C. Ground test well enclosures shall be Brooks product #3RT series, or equal. Enclosures shall be 10 1/4" diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" in top of cover. 3.0 EXECUTION 3.01 GROUND MATS A. Install ground mat around the perimeter and under the new foundations as shown. Use #4 AWG tin-plated copper stranded conductor for the ground mat. Install upcomer with indicated wire sizes of tin-plated copper conductors. Exothermally weld all connections. B. Install #4 upcomers from ground mat to each mains. Install "VG" flush floor connector to serve each upcomers and run #4 stingers from top side of each "VG" to ground bus in each main. 3.02 TRANSFORMER A. Bond transformer neutral to cabinet. B. Install grounding electrode conductor from each transformer neutral to system ground and to local electrodes as shown. 3.03 INSTRUMENTATION PANEL Install #4 upcomer from ground mat to instrument panel to establish single point ground for instrumentation system. Install "VG" flush floor connector to serve instrument panel and run #4 insulated ground wire from top side of "VG" to ground bus in instrument panel. 3.04 WIRING SYSTEMS GROUNDING A. All equipment enclosures, motor and transformer frames, metallic conduit systems and exposed structural steel systems shall be grounded. B. Equipment grounding conductors shall be run with all wiring. Sizes of equipment grounding conductors shall be based on Article 250 of the N.E.C. except where GROUNDING 16450-2 8/28/99 El C I I H H C I I C [. I I I I larger sizes may be shown. Bond each equipment -grounding conductor to the equipment grounds at each end of each run. C. Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external bonding jumpers. Use liquid tight connectors integrally equipped with suitable grounding lugs. D. Where conduits enter into equipment free of the metal enclosure, install grounding bushing on each conduit and bond -bushing lug to equipment ground bus. E. Where conduits enter equipment enclosures, equip each penetration inside with grounding bushing. Install bonding jumper from each grounding bushing to ground bus. F. Equipment enclosures that do not come furnished with a ground bus, install ground lug in each enclosure that shall be bonded to the metal cabinet or back pan of the enclosure. G. Separately derived systems shall be each grounded as shown and shall comply with Article 250 of the NEC except where higher standards are shown. 3.05 TESTING A. All exothermic weld connections shall successfully resist moderate hammer blows. Any connection which fails such test or if upon inspection, weld indicates a porous or deformed connection, the weld shall be remade. B. All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds which do not meet this requirement shall be remade. C. Test the ground resistance of the system. All test equipment shall be furnished by Contractor and be approved by Engineer. Test equipment shall be as manufactured by Biddle or approved equal. Dry season resistance of the system shall not exceed five ohms. If such resistance cannot be obtained with the system as shown, provide additional grounding as directed by Engineer. IGROUNDING END OF SECTION 16450-3 8128199 E1 I I I I I I I I I I H C I I I Appendix A: Boring Log I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 fayeaeaie.Prkxxx Md1EUPNp CDN JLTING ENGINEERS.Iflr U Rca. Mn 1 LATE NO. 1 LOG OF BORING NO. B-1 F'i a Ovra RJN GROUP. INC. MCE Barra No.: FY992219 I I pewgon NIGMdAY%5WATERatd5EWERR[WCATiON DateDded ! 12.1993 t 1h1r11 FAYETTEHI.L.AAK►Na*3 MrMiOrirl 5117:ttnsa+v) Rtltttdt¢Yer n.wATNEJ0NEs,�.C. brrgLraottt 155T�199fYa '.FU D (: 0 0 0 • r1 Desaipton Ot Material E ° L a 7 a 1 ; ; OF 3 IColor.TSDe)AaswPiCa�aaal I v 4 a e aUd W a m u H e =.i i. e, 4 D AsphStSurlace 1 9 { a Finn Brown and Ten C1aywAh Cbefi d £ands)) Gravel ' i { I t 25 I I i i I I I 33 { , Zt Softto SOi8rown and Gray SII4I Clay 5.0 I • I Ii I it 4 10 { 5 53n 1' II I I I I I END OF BORRJG 10.0 Carokam Depor 9 42 Feet Ddt To Wae Fidt t5Ieet togged ey. T. C1eaw LOG OF BO NG NO. B-2 Pmect Ow RAC' GROUP. INC M[E Rvd Nt?: R99',1R19 Be¢i__ MIUAY S5 WATER and SEWER RELOCATION B#e Oriod Lowim FAYETTEW!L,ARWWSAS Me4 JD*d 51lriattruwa PmKEn*w RWAYNEJONES,P.E. BoirGLv.WL I&i1BSTA21,e .214.°IT F a j W 4 a d a k I- . i t 12 c z 0 He Desa Qf Material ; = I a ltion , i s ? (Calal�oeldaimre6CaeisMnv) ° = V = r l e O 3 i o • I Q _ _ ••I DO W m 0 W _ S J S n ON Topsoil I i I I 17 I ( I ` a ainTan&kvC1av%tS&dstoneGrari ISlidBrand II I I Sort DarkBrmmWetredShale1e 1 p i 24 i i • I I Mecum Hard Dark. Gray ShSe :: 3 5N11 .... I I 5.0 ( I l iI 4 50fr ::': I I 5 5074" -::: I I I i END OF BUM I I too LoacknnDeoer 933FM Depth ToWaN+Fn4 4.OFW Logged By: T L`,Ffa II _� Fnt. M 5as MMRI.°11D CONSIATING ENGINEEPS.INC. LMtRo±Marn M 4TC tin, a fL,lILIIV. L I 1 1 1 1 1 1 I 1 I 1 1 ' 1 /F :/i 1 .I .,. •. , ,. ':' .Pl.r " II 1 I � 1 . . p, t I . II IIIlllllll ..... E: •:r . I. r . I' r. • ::_! I qq?:•; d• I _'f'e fT_L°2 I I1 •- ',- .'t _q• l:. n r1/u// nuvnu .I.... u1/I//I/ . • w r •' . r t d r •r uuvlu. 1 .I: r e , "I/.III/II vyll .II I//I/ •'1 III/II//I. •1 11 MCEUA40 CONSULTING ENGINEERS, INC. U Pod.4karas PLATE W0. 3 - - --- : • •,. 1 , .n. I • II 11111 Ip LEGS :1 cee! i rep?c« 2, rig -f' '--•.- �SGE2 �ni : r :� •' . . I I %rri•:f Yi d.. E_itt E'= EE E. rL%t• ----, c%c:•Ee II aleeeulr. MtxtSd5 MCMAND CONSULTING ENGINEERS. NC Ulm F'Caic PJWF . C U I I I C Li I I I I C C PLATE W. 4 II LOG OF BOI*NG NO. B-5 PwOct Owner RIN GROUP. WC MCE Raecs No.: Fi 993819 Oe ccwt HIGHWAY ? WP.TER id SEWER RELOCATION Date Dti f itto'.: 19 A IILKwc FAYETTEHuf,Af4� 6AS MedndDi ed 511tinewacAue F, aEngwc R.WAYNEJDNES,P.E. BairgLocooac 11`.:iIigAlV+!5•41XR a H _ a LL t 0 0 [ 1 X i / 4i a -4. Z •0 De5CIiptWn Of Mateaal r I. I. 1 J 7 L 0 i E = Kotr,T9oeldoeazctCasseutgj ; � z a 0 U - D r 0O W A o 0 c WllHut r J o J Il I 4 i s . J : LL a A OH Topsoil a. firm uc Stlty, Send' Clay 15 I G Firm Dark Brown m Clay wit Sends�ne Grayel 2 B I t. Fiay&idlaiSdtyOay 3 7 { 50 i I 4 5N1 Mem=HardDerkGrayShele :: I� _ 5 Wt3- ` _ =I . rRSusal 9.1 Feel ' I Llnxsbne END OF BORING 1a� CandlemOAdr 90Feet De*ToWamFFwa 7.5 FM Lo99edBy: F.Retx.4 < Mtt .EUAMO WNSUU1NG ENGINEERS,INC LO7!Fr1i,Atkaw PLATE NO. 5 LOG OF BOFRVG NO, B -S RdeaDws.. RJNGROLF.INC. M(fhoRaNp.: FTi014 .I Ovwm NIGNWA:'265WATER"smRRELorgn OxcOiiod Jub20.1! Lmom FAYETTEt. , c.ARt NSAS HedaOded `L :' �xmrt � PwieaEngr>Qe: R.WAYNEJONES,PI. ParL,: ";N n, -TA44144'-.1-474 LT 4 LL c z p c Description Of Material E - o (Cdar.Typelapeae6Caro�sw�y) u a E ; 7 ! 110 W ° m l0 J I O 1l J O M1Tfflhiei Topsoil I I I I t a ! l Medium Stiff Bm+m, Ten and Red SPIN Sandy CCYSt Sandsbrte Gravel I 2 15 u Wan, Gray SBrown! Si ft Caer 5.o 3 � I I I I 4 17 I Ten LJunmaMd Silly Clay A ith Sendsiene Grarei I I I I Very SK Gray, Brown and TanM YClaywtihShale 5?? 10.0 in I I I 15.0 I i I I I I I i r' 5Cu'iu I I I I I •SMde medimHardGm :::: I I II EFCOFBORIIJG I I 20.0 Cardeem Oeopt 1 S S3 Fen De>Mh To Wa Fn$ thy Lceo i & 1. Cram McQFIUNO CONSULTING ENGINEERS.RJr. Lit4: Fo{ ?fli≤as FLATS NOO. R I. , 1, 1. , •,. 1• • Ito 1 . rS , I .: ::, 1 IIIIIIIII 11 'F• F$ . • 11: a 1 :' •- 1 J: Isu F: - I 'Ge �e , .. ,1 �r.,v:1 t: . a]CtT:. 1. @ rt %fet2 __ - ..t :Y 0. E' • S.p' ..Sq. Lc:E ii ii Fame* rkxtus McQEUJ)ID CONSULTING ENGINEERS. INC. Lowe, v.AAWL:x FUTE NO. : 1 1 11 SI V. 1111111111 ,Iitzm I I I f. . .I I i. It I. I 1 1 1 'ff� J4�e ` L acr. iE�dr5. _c r` 'F�61 _ °c=1.11 jut .7 Cl GGEee _•r'h'jh''j, -. . G GGG[ rrr -%e Ef 1 r..... • ltd - .I 1 ... .. .� 1 .I ,IflIUI,....: Fasnnlie.Maras MCIUMO CQNSIATM ENGINEERS.INC I.rd. R•?;� 1-. fl ITCFIO 0 f LO.IL 11.4 V 1I I 1' 1 I 1 1 I 11 LOG OF BORING NO. B-9 Plow 0 era: RJN GROUP. INC. MCE Rcrect Ncc FY393819 Dna000a HIGWAY 265 WATER "SEWER RELOCATlDN Gx* Ott J#! ?E,1339 Loc-. FAYETTEVILLE ARIWNSAS MedodOded 5Ile:(rerir_ s it F,aeuEn�er+ R.WAYNEJONES.P.E. Earc�Laaoar H::Y165T;, a'?l? 74.6'LT 4 p •; o f 0.O D E e o I 4 l 3 t p 0 W e N n Desai lion Of Material f ILda.TymMoi%n 6 1al Y I e 0 F _ I = I rt J _ e 4 • e - e 4 h F - e J hi LL j ? to 5.0 10.0 15.0 200 1 3 4 53s C 7 8 11 26 19 5y11 5016" OH a ITo i i f I I I I I j j I MadAnnS9dSmxmandTanSip'Cay CL SM&MandTanStyClayvasandstoneGmel yil CL Yery SU Brown aid Tan Silt)r Clan with Weahered Shale a R,� Bmwn aM Tan Shy Clay wCh Weaihered Median Hard to Herd Gray Weathered `Ghat? _ - -_- END OF EOPoNG I' Cann D!orh 1S5Feec DeAToWamFirafl Dry Lc9 6y T.rOesry li YCQELIMJO CONSULTING ENGINEERS, INC. I19eRit$. A ea! PLATE NO. 9 I I LOG OF BORING NO. B-10 ftwo�rxc RJNGROUP.INC. MCEFmwNo.. FrKGx,1q pesrrpatc HICKWW:E$WATERadSEWERRELOZ:TION ES&Jt* .1 DDie Loaoart FAYETTENl1E,AA1WlSI1S � P 1En AYNER.WJONES.P.E Bamglopcort Mh1i"T:. 1c 4?ili ., 1 Y. 4 z 0 o C 1 1 Description Of Material . I=; C c O F c L c a i 1 0 F (COh,Tfglf�OR1R��J761GNW) r:' a a C ; J _ U c 0 i I 1 1 1 j / 0 m I: ; I a a a u0 m o m m IIIIHH OH Topso�I ! I 1 13 / I ' _ CL Medium Sort Brain, Tan endRed':drayNlys*,1.1&.! I I aMediumShOtoStillf�ed,TenendG�Srt�ar 2 5 p1 I i 5.0 3 10 4 D CL YegSVioMW=HardBrownandTant.wm*dt)a; wdh weathered Sheie I 540 10.0 s 51A11l CL Medium Hard &awn end Tan SdtYuey + I Me6annHerd Brawn, Tan end Gmy wee6Iemd Sheie I ISO ` - 7 50f17 _ UiD OFBQRMG I I I I I I II I mo CM"MOeo[h ISOFW 00110wxeRi& 0n 1o99h169 1OQSY Faeaei. su MaEUMCD16uUINGENGINEERS.INC RI LTCLL-. ifl 375R 16Ox 236Y1A1W I C I 11 I I I I C I I I H P Li I I 11 [I H I I I I I I I I I Appendix B: Easement and Side Letters I FAYETTEVILLE 1 THE CITY OF FAYETTEVILLE. ARKANSAS 1 August 11, 1999 1 Edward J. & Verla C. Franklin 340 Crossover Road Fayetteville, AR 72701 IRE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 21 Side Letter Dear Mr. and Mrs. Franklin: In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. 1 o All of the trees and shrubs within the permanent and temporary construction easement areas are to be protected by the contractor. No trees within the 1 easement areas are to be removed as part of this project. Plans are to bore while working near the maple and sycamore trees (southwest portion of your property just north of the driveway). If necessary, any roots which may need Ito be cut will be clean cut to minimize damage. Contractor is to notify you if he has to remove any part of the planter box 1 (within right of way) prior to the Arkansas Highway and Transportation Department's work so that you can salvage plants and bulbs. However, we would advise that this plant material be removed prior to any construction 1 work, if possible. The areas of the permanent and temporary easements will be smoothed, 1 strawed and reseeded at the end of construction to restore to as good or better condition as found before the start of construction. If you have any further concerns or comments, please feel free to call either Ed Connell 1 at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, 1 Jim Beavers City Engineer 113 WEST MOUNTAIN 72701 501 521-7700 FAX Sol 575-8257 • UTILITY EASEMENT MAP 1 Il I ' I I SA.f/UBL FR4NCE NE4L I II I C. NODS[ I V 1 I o oh Ia R ti I� • I \ 'ii SEt/4.SEI/4 I> S£C710N 14 V k T -f6 -N • R-JO0 W /IWS IVAIA UK tK ILY wI v as w nc AO ACQC Lal •y ] ,r NAB WATER ' 51 \ >, Ne6'II92T C WYMAN ROAD +� CesvNAvl • I N85' 2'C NATER an w 102.1]' I O P � \ 0 a z ' • Y ISM EDNARD & 41771.1 FR4NXI.IN Zill ? !'!;;:? I TEE • o n ?1 a e = �. ., w I NWSE Q ; Q A0 I u � • A 0/W E� i1 IW BY6T Li LOT i1 ' se+•° Ofl lea°' :!E. FARH SU90/V/S/ON v I 1) 11 I CA. & SLSIL SF—Y7t7N I Z a� ` I I CONCI ii uaitzfl B 20C m x Z a ( I mNc omE p°. I I ] & III �� I Iv ' I = C I I I# ≥I v I I I O NWg Hi Scale.• 5 w I Ifl 7J= OF 64SL:YLNT PZUUNZ%7 UTQJ7'r orll vi 0/N I I £579 SQ.J7(O.OI ACRL) OtEgc WA. °M TZVPOR4RY CONSTRUCl10N ZUFW 7 :. X91 Sp.FT. (0.09 ACRL'Sf I FAYETTEVILLE 1 THE CITY OF FAYETTEVILLE, ARKANSAS August 18, 1999 1 Edward J. & Verla C. Franklin 1 340 Crossover Road Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 21 1 Side Letter #2 Dear Mr. and Mrs. Franklin: 1 As per your discussion with Hotly Jones, representative for the City 1999, the following items need to be taken into consideration: p of Fayetteville on Monday, Y. August 16, All reasonable efforts will be made to avoid damage to tree root structures; however, if within a three year period following completion of the project, should either the maple or the sycamore temporary construction easement area) cease to live as a direct result of such water line ' construction, the CityOfsuc (within the will remove said tree and stump from the property. Subsequent removal of either of these trees would also entail some compensation. The City cannot 1 adequately compensate you for the loss of any mature the following proposed compensation would allowyou, at your d sc discretion have a local nurs however, plant similar trees (2" diameter) as a substitute for the trees that would be removed: Ii - 12" maple Nursery installation - 2@3150 $ 300 1 150 $ 450 1 - 411 sycamore = 1 @ $150 Nursery installation $ 150 1L 75 $2 Total Potential Compensation for Landscape Damages 75 1 Either $ 675 part or all of this amount is payable only upon removal of eith trees. If you have any further Concerns or comments oddard at 444-3407. Incerely, r m Beavers Ity Engineer I/jsg 1 WEST MOUNTAIN 72701 501521-7700 FAX 501 575-AJS7 er (or both) of these please feel free to call either Ed Connell at 444-3415 or Jill UTILITY BASEMENT AMP 71 ® EASEMENT TRACT NC. 27 31 EDIIARD R PERU FR a=V 9 �I W .SA,VUEL FR NCE NE4L I a Haug I o 23 o a s I HOJ u = ❑ t o 1:1 N �'e0 NW CORNER z S£ 714 , SE 114 SECTION 14 vi r -Is -N , R -3o -w W \ K7/ RNI L1L _ ' 6D IN LAC a 10 AGK L1K 2 NA1FA ' NA1 J V es'moz ` WYMAN ROAD (ASPRu. TJ be I- --- C WAIEA Ql ' LIK m � / ne5' 2'[ 3 j, Dyq ::? _ — wc•u•1z•c K� Aiv LAl cc�� aaK Tam 1 � � � F / B ED,YARD & VERU FR4NXLN cc 1q"--�-�--- LOT U se3•osroz•v 1aar !✓.E. FARM TUBDIV/SIGN C.A. N i•LSIE SEX7t7N I I O 'C I CONC 0PM A�72 B 2�C 0, I I C & ICI I 0o II II I o n0Us[ Scale: 1 ""=40' R 10u0 W Slzc• Or EASEM•NT PSRZ"ZVT UTQI7Y EA.SI'MEiYT 1.572 SQFT (O OI TG/POR y COIYS7RUCTION EASEYr.NT l,I3I SO.rT (0.05 ACR?S) 1 W 6" WATER 1 S I " GAS N W CROSSOVER ROAD (ASRh LT) GAS p G v " S4'19'02'E IT > � 1 0 38.69' PERMANENT EASEMENT i p F TEMPORARY CON UCTION 8, IGRgppjNG EASEMEM y \ > 1 m> In s rn I. Z > Z mmy fl 1• A O m In Z� pa ~W ScD 8' > Boa b O N "my 1 c II' a x o 9 ^Z7 v. 2' REE o z u o �? > v m ^ o <_ 1 APPLE e z 3 1 xI. c z yLTh h 1' MAPLE 9 ,I p1 I TWIN 1" REDBUD e p b 1" APPLE e O , Z < ry ' o N V + 1 PIN n y I MBER BE 1 + II m. DUPLEX 18 S>i I f�. •L 2555 & 2557 I NI j. 1 h� � c❑ � >I , CONC. D W a l 1 � W � pl 1 I- I I.: V_ 1 -iAYETTEVILLE 1 THE CITY OF FAYETTEVILLE. ARKANSAS August 20, 1999 1 1 Richard L. & Ethel L. Mayes 10 N. Crossover Fayetteville, AR 72701 IRE: Highway 265 Water/Sewer Relocations Job No. 97043 1 Tract No. 30 Side Letter Dear Mr. & Mrs. Mayes: 1 In reviewing the plans for the above mentioned project some special items need to be taken into consideration. 1 Construction of the water line will necessitate the remova within the permanent easement area. I of certain trees Th1 the loss of trees and other vegetation; h City te eriest , there are tio avoid mestwhand en circumstances leave no other choice. compensate you for the loss of any The City h cannot andscated 1 areas; however, the following mature mtrees that are in landscaped similar trees as a substitutfor the treed es that compensation thave tlo beo removedyou to : i 2-1"mimosa r@$100 $ 200 The City does not encourage the planting of new trees in the specified 1 easement area. permanent easement area because such trees inhibit the future use of said 1 The 20" elm in the 12 foot diameter wooden planter (within the temporary construction easement area) is to be protected by the contractor. 1 If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, 1 Jv Im Beavers 1 City Engineer 1 JB/jsg 13 WEST MOUNTAIN 72701 501 521-7700 FAX 501 575-8257 -C. Ill i w L4r IW b I I� W I r8 '•I r / e I Ilr b N \I ', 1 _ , I Il y I r I PR4.OSC •! v .. 1 r .• 1 ' ! } 1.{M0STLY ELY TREES' IN OLD FENC° ROW > • tj GRA4ET)r ., • c /� 11 Y • i r1 / '�1 _IF _ 1 • • �.,I id ! SI > ,• 1 IVra 1 1 . r♦ '.�rr ♦ l n T Ar♦ 'Li t• ♦ I 14 1 . � n rll' M0SA 1) r 1 r :;;r/':t 'tf .-• c J III\ . I. ;:. �1 •, •. - 1 . '• �JI I W fi r{ •. C MIM05 I' r�' •� !A I\ r ,. L.�•i *11McsA` \'.:✓.1111r fn.��Al ELM'IN + ola •` > VIr \�iiAi.> ,r e i. w 1 1 a.\..,1' •' r MO00EN PLANTER 1 1 r n t ♦ N' .11Vyf ♦•f r 1 AI 4 4 1.• M > 1 _' V. j. •__,._ _ ye a '1 1If .n• Y 1 ?1 , ,• r. •. v ; %.I•,,l Zr: 1,:' wV rri:n • �.C rl li \ G .Jti. 1 pn a hJ ♦ � �'<( (1 .4 A { l i t X15 1 •r r ♦ _ >IY N OPY ,{J! 1 Y ♦ f.I . ♦ 1 • - >t [ r I31 a t . � \ ri rI H I'r J I ,r lw , II ) l ♦ \:. 1 , ♦ , ' S C.,'..It YIC '\�A'f ` I vrr,pr.C r P > V. 1• ♦pV 3 r r > 1 jY \V 1 I r I4Yr L." I r IOt.11is LL LII 1"r 1 0 r J � •f I. ry < Y� e J , i . rt a , _•I_.. . [ .. 3�t� \ 1 J : E!C4 .• ETXEl AL9 ,5• > 1 3• • 1 I 11 CII ♦ _I I 4' L� II ' \rr \ 11 r �� ♦ Li i. w l,.v>h Yl O to ., lr rIrI. • • iJ r v t \v "v ♦ r s •. f. ill 41 / [r1 �1 ' \ \ � L J'r '' .t •J .r v .iv4ra• r /� .-• ♦ . .CRPVEL D� C' ' • \ r w $ ' • v3 > \r )�41I• f♦tfl\ .. • .J' ♦ '•I.....................a............-.:..e41'.,'.___;'.I>"r l`. (nT'lT it • vtV• i)Q• 1. iii r VI v ^' ♦ • Y ,:All. -N:' .1 1 �{• . I Ia •T1: 1 .T.. )b • C i... I. : ( !• r Y r Yirf Yi f r[ I / 1 rl'' .v J v • �4 .it F` • • • J• • r } rr• I 1' Y{l{r\II Ir1 'T H wE'TMICKC•A)005 ' I I - N ! N I v � . .1 P NOTE PUE 1: 20 VI0E.'• -. _ „ • " :,THE SOUTHERLY PORTION I r l I• 7S NOT '•HATCHED. SCCAUS I •,j l "IT 0VERL dPS AN r?•1••r 1,.E .. . . I FAYETTE VILLE 1 1 THE CITY OF FAYETTEVILLE, ARKANSAS July 21, 1999 i Geraldine S. Bond, Trustee Paul & Geraldine Bond Revocable Trust 4070 E. Huntsville Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations ' Job No. 97043 Tract No. 7 Side Letter 1 Dear Mrs. Bond: As per a discussion with Holly Jones, representative for the City of Fayetteville, on Tuesday, July 20, 1999, the following is a list of concerns expressed relating to the construction of the proposed water/sewer relocation project as it crosses your property: ' Contractor is to be aware that water and sewer lines from the house at 2390 1 Huntsville Road cross the permanent and temporary easement areas. Any damage done to these lines will be repaired as expediently as possible to avoid any undue inconvenience to the property owner and/or their tenant. 1 If you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill Goddard at 444-3407, or in their absence, Sid Norbash, Project Engineer, at 575-8205. 1 Sincerely yours, - • Jim Beavers City Engineer JB/jsg I I 113 WEST MOUNTAIN 72701 501 521-7700 FAX cm 575-g257 I 1 1 1 UTILITY EASEMENT MAP t�5-14'44-E 1/4.1/4 O -w 'CASF..NF.NT TRACT NO 7 PAUL & CSRALDJJP BOND REVOCABLE TRUST! nvr N a u / w Scale: / N N Fjr2 RGNG I 8UL48Ic g 4x8 O F PAUL & CERgLDINE BOND 1 N _ �V 4 7 1 peg _ �_ — OP�� � 28' TEE x 0231 ₹ 1e c l _ _yam I JL19' - PVT \ S82'J]'lt'v 92.88' 9}18. J13J S]4'10'te^2 . 1B REBM k CM ARKANSAS HIGHWAY 16 Mro R®M k cw ARID ROM k CAR, 1 TNx i� KY RN (y( u H fl I � ti 8xttbxc /2409 S/ZF OF flS£A/ENT .I P'R'VA y7 &7pr 2,547 Sp.)7 (0.06 ACRES) TT.IIPOILIRY CONSTRUCTION G(SZV,,,7 2.543 Sp.fl (0.06 ACRES,, AM]8 ROM * GP PAT ' `4 - r,1 11; V ILL THE CITY OF FAY I_ ARKANSAS July 12, 1999 ' Kathleen M. McClain & Loretta M. McClain ' 2340 E. Huntsville Fayetteville, AR 72701 ' RE: Highway 265 Water/Sewer Relocations Job No. 97043 ' Tract No. 6 Side Letter Dear Ms. and Mrs. McClain: As per a discussion with Hotly representative Wednesday, July 7, 1999, the following is a list of concerns expressed relating to the construction of the proposed water/sewer relocation project as itcrosses for the City of Fayetteville on your property: ° Secure temporary fencing will be put in place along the northern edge of the temporary construction easement before construction starts to allow proper containment of and security for the dogs. Contractor will contact Kathleen ' McClain at 444-6283 to arrange for placement of the temporary fence. that the dogs access fenced area from front door of house.) fence will remain in place until all construction is co (Note relocations and highway This temporary ' 9 y widening p Pion of the water/sewer fence will be reset, in as good or betterr condition, along the new north tright of way line. If you have any further concerns or comments, please contact Ed Goddard at 444-3407, or in their absence, Sid Norbash, Project Engineer, ,at 1575 8205. ' X15 Jill Sincerely yours, I Jim Beavers City Engineer JBisg I 0 WEST MOUNTAIN 72701 501 521-7700 FAX 501 575-8257 vl1LITY EASEMENT AMP E4SEbsNT TRACT NO. 6 1 LORETlA N AcCL4LV & XAT11LEf.N N NcCLA/N ❑ I. SIZE 07 EASLVLNT PERMANENT O7IL/]Y LtSEA/EN - 4231 SQ.F1: (0.10 ACRES) TGD'ORARY CVNSTRUCTION L4SLMENT 4233 SQ./7 (0.10 ACRES) Scale: 1 LORL7TA N NCCL4. y & .C4 N eueywc ... ' TXl,EEN N NcCL41 Raba 1 O 8r W N '� BUIpMe � /t]a0 .D u N • n v Nb� p\ �0� 'T»'pA 6 N '27.41•[ 120.• S/ 2a TCE N4151•) ... ........ ........... ..v.r 2a TCC 9:: rrt�0=[D vaA CIr! :%:..:i5i: �. v:::....::..:n:...... NO2•D91'�F — :..:.at...:: ......-cc-:::.:c:.'.-x: .r....... T •IBIS :..��B22 rq 5 nu Nez'3rn'[ izTxa 1 20� •n9L'=_NTBarol•C zBT1>' T � Me.'➢1'. 'r T7a5k5 'C M AMID kmM k CM 8t' SBl' N DCD RN LOC — M o . V � 1 N� W ARKANSAS 1 INIGH W 16 1 `AMip B• TQ CWC POST _ I�I ' 1 vtDINC BN DINC eM29 #2301#2301rt 1 1 1 1 � lA Y . i 'I'TE VILLE THE CITY OF FAY I_ ARKANSAS August 23, 1999 Gladys L. Spillars Estate 'c/a Carl M. & Norma Jean Osborn 3048 Strawberry Road ' Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations ' Job No. 97043 Tract No. 8 Side Letter ' Dear Mr. and Mrs. Osborn: As per your discussion with Holly Jones, representative for the City of Fayetteville, on Wednesday, August 18, 1999, the following is a list of concerns expressed relating to the construction of the proposed water line as it crosses your property: ' P The contractor will be required to contact you at least three (3) days prior to entering your property because the fields are used to pasture cattle. [Phone number: (501) 442-9320.] For adequate protection of your cattle, we request they be moved to an area ' away from the construction. However, if this is not possible, security will be maintained by the contractor. A secure temporary fence will be put in place ' prior to construction work. Any fencing now in place which may be temporarily removed for the construction of the water line will be replaced in as good or better condition as first found. If you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill Goddard at 444-3407, or in their absence, Sid Norbash, Project Engineer, at 575-8205. Sincerely yours, Jim Beavers City Engineer JB/jsg WEST MOUNTAIN 72701 501 521.7700 FAX 501 575.8257 £4SRA/g 7 TR4CT NO 6 UTILITY L'ASEMENT 1w CARL .!r NORA4 OSBORN I d4575iDd AOSSIONMY C FILCD 990]]124 I 1� BApr15T r;NT/ 1 C%IS]ING ]0' UTILM GSCKM I I I��yI� ^9 2IIIO fi� S) ��. ]7 T2' NIT29'25 C ......._ BfJT In any I MC _ ? ivIHwst C #420 N]9 I 20A I F:N U) W � Scale: 1"=40' Z Imo, S=r Of &4SE7p.N7 I S ?Lt1c4.%zyy' war 7,616 SQ.f7. (0.17 ACR&) I y: TrAP17R4RY CORSTRUC77ON &4S&Yiw7 I 6, 656 SQ1T. (0.16 ACRES) I SW COR14ER SE 1/1 SECTION I4 T -15—N , R —JO —W 15442' I FAY.ETTEVILLE 1 THE CITY OF FAYETTEVILLE, ARKANSAS 1 July 29, 1999 1 Reba Rogers 1 Jerry and Inola Rogers 2329 E. Huntsville Road 1 Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations ' Job No. 97043 Tract No. 10 Side Letter ' Dear Ms. Rogers and Mr. and Mrs. Rogers: ' As per your discussion with Holly Jones, representative for the City of Fayetteville, -on Tuesday, July 27, 1999, the following is a list of concerns expressed relating to the construction of the proposed sewer line as it crosses your property: 1 As per the 30" Ash tree, within the temporary construction easement area Itoattached drawing), all reasonable efforts will be made to avoid damage to the trees root structures; however, any tree roots encountered are to be clean cut by saw to minimize damage. 1 The City of Fayetteville agrees to pay you $400.00 now for potential damage to this tree (upon the execution of the proposed Water/Sewer Easement 1 document left with you on July 27, 1999). If within the two year period following completion of the project, should this ' tree cease to live as a result of such construction, the City will remove said tree and stump from the property, and pay you an additional $600.00. ' If you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill Goddard at 444-3407, or in their absence, Sid Norbash, Project Engineer, at 575-8205. 1 Sincerely yours, Jim Beavers 1 City Engineer JB/jsg 1113 WEST MOUNTAIN 72701 501521-f00 FAX 501 5758257 NW CORNER 7/4 UTILITY EASEMENT MAP NW 7�0 NE SECTION 2J T -76-N , R -JO -W ' ELSEVEYT TRACT NO. !0 nee•76•��•t rvr JTRRYY &BINOLA ROCF.ROCRS • SIZc OT LASE4ENT ' PL AaAe4T O77U7p £;47 2,890 SO.IT. (0.06 ACRD 7Z7/PORARO CONSZR!/CTION GSLww.NT - _u 2,829 SQ.J7. ('.06 ACRLS1 Scale: LORZ7TA .V. )/cCL UN & K4THLEEN .V. d/cCLAIN 'H O UN➢o O ' Ga PAUL & CPR4LDZvE BOND eu.nao � a a - V y- 5 -- — — — L yr Da — V _ � V � __ _ i' �� NR_✓ V LM � D.a - �ryt(D VIICf ➢[ J'c V - NL ' �- 16 • HIGHWAY .,.,,,, ARKANSAS i II IN823 1D DN 11K ________ � .t qa � / • MD)'0]'S�'V ..._ iu'a�9•v l Srl V Y ' �y wD•erD� � 9aeo �z9r SSA / — o i a - SS .. iNa=D Kvn L �� 4 / c I i ' R -4 _..'H II Iza ra .4.rs i • NORIU OSBORN — — �_ _ _ _ _ _ — / a3I S' ' O it f=l ° RZiu c LSMi CHARLES ' 1 R HOE'S 1\ " REBA ROCEZS I ' JERRY & LVOL4 ROCERS I. UI) I FAYETTEVILLE 1 THE CITY OF FAY_E TEVILLE, ARKANSAS 1 July 14, 1999 Edward Charles Hayes 2409 Huntsville Road Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 11 1 Side Letter Dear Mr. Hayes: 1 In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. 1 The City of Fayetteville is requesting a twenty -foot wide permanent water/sewer easement across your property adjacent to the south side of the Highway 16 right of way (please see Offer Letter dated July 14, 1999). Although construction of the sewer line relocation in conjunction with 1 this project will be only on the west side of your property, we are requesting the easement extend to your east property line for possible future water/sewer lines (see attached drawing). There are two trees within this permanent easement area —they will not be removed as part of this project; 1 however, we are offering the following compensation for possible future damage and/or removal: 1 -18" Elm 1 1 - 5" Cedar = 4 @ $150.00 each _ $ 600.00 = 1 @ $150.00 each =150.00 Standard nursery installation (50% of tree purchase) _ $ 750.00 375.00 Total Proposed Compensation for Potential Landscape Damages = $1,125.00 Future use of this permanent easement area is a distinct possibility and, if so, these two 1 trees would be removed. This proposal allows compensation now for a future loss (which may or may not occur). The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot adequately 1 compensate you for the loss of any mature trees that are in landscaped areas; however, the above proposed compensation would allow you, at your discretion, to have a local nursery plant similar trees (2" diameter) as a substitute for the trees that would be removed. 1 If you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill Goddard at 444-3407, or in their absence, Sid Norbash, Project Engineer, at 575-8205. 1 Sincerely yours, Jim Beavers City Engineer 113 WEST MOUNTAIN 72701 501 521-7700 FAX 501 575-8257 U.. �11Lt11 SJ &JNlrifVJ JIA EASEAlENT 7R4 CT NO. 11 SJZC OP GfSEAd'NT I EDIYARD CXARL47 &4YES ' P64ALfNGNT UTEJ77 GISL.V1.JYT 4.181 SQ.17. (0.10 ACRES) T"PORARY CONSTAVCTJON ns.c 2'NT 4.170 SQ.17. (0.10 ACRL7) Scale: U. zu1nc lz�vo =G lC] &GO PAUL E BOND i II �111y) r¢LX— --�� . ,wmR Mau U NORALA JEAN OSBORN N I La B RLD,NG 12428 I 2 7A Lo ---za TCL— v m ate_ CL \m aanx&uo EDUARD G'L4RLES K4YES RUINS J I ! I I ' i I PAL&G4 'I _ I - LI Ii -- I - GM ' a N82'37'll.( 92.0 931._0 GM �6u� 0 N E 90N1J oll — - - I I GM �� (� IwM •16'59'E N62' 1659i 4.04 AHTD REBAR & AHTD RE9 ARK NWi U y'-.... H AHTDI lRE9AR & CAP ,I. N8 '34' 80.59'. G ' �' GM . ' O 78 EL 36" PL o i BUI G I�• #240 i I ED 4RD HA ELES HA YES 1 1 I i1 r -x i L l 1 J1V IL.LL THE CITY OF FAYETTEVILLE. ARKANSAS August 23, 1999 Edward Charles Hayes 2409 Huntsville Road Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 11 Side Letter #2 Dear Mr. Hayes: I I I I I I I In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. This letter supersedes and replaces the previously sent Side Letter (dated July 14, 1999). The City of Fayetteville is requesting a twenty -foot wide permanent water/sewer easement across your property adjacent to the south side of the Highway 16 right of way (please see Offer Letter dated July 14, 1999). Construction of the sewer line relocation in conjunction with this project will be on the west side of your property. The water line relocation (which is predominantly within the right of way) will cross into this same permanent easement on the east side of your property. There are two trees within this permanent easement area which may be removed as part of this project; thus, we are offering the following compensation for possible damage and/or removal: -18" Elm - 5" Cedar = 4 @ $150.00 each = I @ $150.00 each Standard nursery installation (50% of tree purchase) Total Proposed Compensation for Potential Landscape Damages $ 600.00 150,00 $ 750.00 = 375.00 $1,125.00 Additional future use of this permanent easement area is a distinct possibility and, if so, these two trees would be removed. This proposal allows compensation now for a future loss (which may or may not occur). The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot adequately compensate you for the loss of any mature trees that are in landscaped areas; however, the above proposed compensation would allow you, at your discretion, to have a local nursery plant similar trees (2" diameter) as a substitute for the trees that would be removed. If you have any further concerns or comments, please contact Ed Connell at 4443415, Jill Goddard at 444-3407, or in their absence, Sid Norbash, Project Engineer, at 575-8205. Sincerely yours, Jim Beavers City Engineer WEST MOUNTAIN 72701 501 521-7700 FAX 501 575-8257 S2E O/' EASLNdwr PEXANJ.Y &72Y L4SENEM .. • 4,101 SQ.J7. (0.10 ACRZ•Sf TL OR1RY CONSTRUCT/ON Z4SZ&Th7 £770 SQ.17. (0.10 ACRLS) Scale. 1 "=40' EASE,ili'NT TR4C7 NO. JJ EDlYARO CHARLES £AYES =I NORV4 JEAN OSSORN N BUIDIN(i' euanuc g Race i-JDsiDa 2 O 7A PAUL & GERALD/NE ROAD I _ _ — 1 ` a I[C tlK— — — -- -- 0 20' — — 4i V IK "CV M ` 'RQ6IiD vAI[R L —V G� _lam Ky RN lRfr,$$-s+ d \ro R®AR Y CAP Mro RCOM Y CAP Kom k CM ARKANSAS HIGHWAY MroR®MNeAa J-'O"L.O £ Zt tS'S £4 YES RAINS N O O, Cu PAL&GR4j L:::: 92.08' �- 04.10' BOND N82't659'E I 0 AHTD REBAR & ARK HWY 16 (ASPHALT) AHTD REBAR & CAP - GM �NI �g?'16'59'E pG.04 AHTD REBA GM 1 978" EL • __�_ _". 4 / 36` PL . BUI G #240 -S L�- EDJK4RD CK4R1ES HA YES 80.59' I FAYETTEVILLE 7 L. THE CITY OF FAYETTEVILLE. ARKANSAS July 19, 1999 Gerald M. & Donna Ward 2596 E. Huntsville Fayetteville, AR 72701 IRE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 14-A Side Letter LI I I I I H I I I I I Dear Mr. and Mrs. Ward: In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. Construction of the water line will necessitate the removal of certain trees and shrubs within the permanent easement area and some within the temporary construction easement area. The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot adequately compensate you for the loss of any mature trees that are in landscaped areas; however, the following proposed compensation will allow you, at your discretion, to have a local nursery plant similar trees (2" diameter) as a substitute for the trees that will have to be removed (see attached drawing for detail): Within the Permanent Fasem( 1 - 4 pine = 1 1 5" pine =1 1 -4" sweet gum = 1 1- 1" maple* = 1 1 - 4" sweet gum = 1 2 - bushes* =2 Da @ $150 @ $150 @ $150 @ $100 @ $150 @ $50/each mage to Hedge = ( May be possible for contractor to move/transplant) Within the Temporary Easement: 1 - 7 pine =2@$150 1-5"pine =1@$150 1 - 311 pine = 1 @ $150 2-6"pine =4@$150 Subtotal Nursery installation Total Proposed Compensation for Landscape Damages $ 150 $ 150 $ 150 $ 100 $ 150 '$ 100 $ 400 $ 300 VJDaLQ PPTtEr.. $ 150 $ 150 I 600 iLEJ-to4l �t) T�nl $21400 `MaG2 4CC 600 $3,000 � oU V 113 WEST MOUNTAIN 72701 501 521.7700 FAX 501 575-8257 ILL PC. Mr. and Mrs. Ward Side Letter, Page 2 of 2 The City does not encourage the planting of new trees in the specified permanent easement area because such trees inhibit the future use of said easement area. If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, Jim Beavers City Engineer JBisg UJJLJY'7 EASEMENT MAP SASS.NENT TRACT No. J44 CSRALD & DONNA HARD al.a• NW CORNER NE 1/4 , NE 1/4 S£CTrt7N 2J T -t6 -N , R -JO -W LOT 39 LOT 37 A PART OF £07 37 OF H'4 ANDERSON FAIW SUDDJYISJON Scale: 1 "=40' 47S or P4SSYSM FSRAGM.M O77Q7? ncrvnn 2.525 SQ.Fl. (0.06 ACRa7) TSALFOR4RY COASTRUC77ON £43r21Pfl 2.525 SQJ7 (0.06 ACRLS) GERALD & DONNA 7YARD 14A / / 2p RET/W SECTION LINt PARKING a NFAEMI BIJIVISIOR L ' THE CITY OF FAYETTEVILLE. ARKANSAS August 11, 1999 1 ' Gerald M. & Donna Ward 2598 E. Huntsville Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 14-A Side Letter #2 Dear Mr. and Mrs. Ward: In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. The City regrets the removal of any trees; however, please keep in mind that new trees may be planted within the temporary construction easement area after the project is finished. Replacement planting could help alleviate erosion problems like the trees currently there. The City does not encourage the planting of new trees in the specified permanent easement area because such trees inhibit the future use of said easement area. But use of the temporary construction easement terminates upon completion and acceptance of the project by the City. We opted for the removal of pines within the temporary easement area, if necessary, in order to avoid damage to the hedge as much as possible. If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, Jim Beavers City Engineer JB/jsg '119 WEST MOUNTAIN 72701 501 521.7700 FAY 9nl S 7C.nnc- v 41L11 1 Ch)GJY1LJV1IWA)-' £4SEA/ENT TRACT NO. 14A CZE4LD & DONNA T/ARD LOT 39 rus.lv�i.[ SECTION LINE LOT 37 NW CORNER NE 1/4 , NE 1/4 SECTION 2J T -76—N , R —JO —W A PART OF LOT 37 OF XS. AA'DERSON FARM SUBDJV'S10N U. Scale"=40' eN ry Sill OF fl.sfl&%r P&GGNF17 UT6ilr EASL v 7 2,323 SQ.FT. (0.06 ACRES) TL7lP0R4RY COA5 RUC7TON EASEMENT 2,525 SQl7: (0.06 ACRES) GERALD & DONNA WARD 14A / // .4 SGf / / 267 s / / �N i_-t; �Mi' td / / / J � �0[ Sbp•���bJ / � 1✓ A S ARKANS /v - RET/W PARKING I FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS August 5, 1999 ' Ora Murrel Alderson, Trustee Carl & Ora Alderson Trusts 458 Crossover Road Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 20 Side Letter ' Dear Mrs. Alderson: In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. ' Construction of the water line will necessitate the removal of certain trees and shrubs within the permanent easement area and some within the temporary construction easement area. The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot adequately compensate you ' for the loss of any mature trees that are in landscaped areas; however, the following proposed compensation will allow you, at your discretion, to have a local nursery plant similar trees (2" diameter) as a substitute for the trees that will have to be removed (see attached drawing for ' detail): 1 - 12" pine =2@$150 $ 300 ' Nursery installation 150 Total Proposed Compensation for Landscape Damages $ 450 ' The City does not encourage the planting of new trees in the specified permanent easement area because such trees inhibit the future use of said easement area. ' If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, ve�cr�ir�. ILn�: I/lY�. 1L���YZSU[[ ,OLC La Jim Beavers " hn1cC (wSrT Tu City Engineer ' JBljsg O 11�cD Tv 113 WEST MOUNTAIN 72701 501 521.7700 FAX 501 575-8257 i 1L111 LAS�'I�IET AMP Fe gN7 2Z4C7 NO. 20 em R pDCDX CARL & 024 ALDL'RSON O20B +rAGcotu cLAN2r2N & ooP . SCAE DM 1 I �CINLA 77LLL'R S (tic ___ DM V LOr �2 N8329'23'E LOr 4I I I NBSDA37•E 0 a I I I I ol I I I l.!E. ANDERSON FARH 4 9991 I SVDD/V!S/ON MOUSE N2D 20A L 9i777 M.O. JI7LLZL4IS or+ 85IN'2B'E I 10.00' u� S. Ni GRAta. DM P u m S85'1A'28'V CARL & 024 ANDERSON ,V.E. ANDERSON FARH SVJDIV/S/ON sv cavezR car .t V.£. An gssy TARN SLBQ I I I S83'2o'21'v < I� 0.08' u Fq aA� DOy AY > 2AY. x /CND & ✓EANN/E fIAR4/S C" <m Scale: l"=40' D S/7! 07 £ASCJO.AT �' t I _ PERyA,yEyr U7L I i dASdI�y7 2.027 SQ.JT. (0.05 ACWs) I 7ENPORARY COVS7TUC270N ZUZV7 �' 2, 027 SQll. (0.05 ACRrS) THE CITY OF FAYETTEVILLE ARKANSAS August 5, 1999 1 ' Betty M. 0. Williams 420 S. Crossover Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 ' Tract No. 20-A Side Letter Dear Ms. Williams: In reviewing the plans for the above mentioned project, some special items need to be t taken into consideration. Construction of the water line will necessitate the removal of certain trees and shrubs within the permanent easement area and some within the temporary construction easement area. ' The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot adequately compensate you for the loss of any mature trees that are in landscaped areas; however, the following proposed diameter) as a substitute for the trees that will have to be removed (seat your discretion to have a local e attach d ant similardrawing trees for detail): 1-1211 sweet gum = 2@s150 1- 9" ma le p =2@$150 $300 ' Subtotal 300 Nursery installation $ 600 Total Proposed Compensation for Landscape D 900 ' amages $ 900 The City does not encourage the planting of new trees in the specified permanent easement area because such trees inhibit the future use of said easement area. If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. ' Sincerely yours, ' Jim Beavers City Engineer 1 JB/jsg 1i WEST MOUNTAIN 72701 501521-7700 FAX 501 575-8257 UTILITY E1q flf 1vT AIAP 14SEME'NT TRACT NO. 204 .82`177 if 0. A7LLL4A/S S/_ OP EASE"VENT PERNAh'Ell,' U77LITY £ASEVEM 1.265 SG1T. (0.09 ACRES) I I I TF.NPORIRY CONSTRUCT/ON E4SE••VXA7 W 1= < I II (21 L265 SQ.fl (O.o9 ACRES) zl < f I I B i p 1340 C�AN.1 DM E01E Wo O < I CWP * 0.LL 0/w jJJ I o I o I 2 - W I DEON1/ v I I ZpC Scale: 1""=40' Y £ZSn1G N o f I I Rm OJRVE W 4372 a _ _ CONC o I u e I I talc DRIK NDA 0 N ri C.A. B ELS/f.' St'XP071 yl 195 D0D3•c I I N 10.0WS03'03TTV W I I II GT I.VALCOLM CJ✓LYTONos V7RCJNL4 TULLER '--4 fl !CIe YK DM' W ,� I N0l•OA•37"E .D0' Ii' G'I N83'OA'5TE (Fi CM1CIX GRAVEL D/'R LOT V 35.7V LOT II N032923'E I r� 09.J3' L1 _ a ❑ Y I __x 10TEE I I � _I f✓.E.ANLEERSONFARH SU911JVISION I i o P O < l BETTY M.O. !VJLLJAMS I s I Iseruze I I 2I C �j � � S83'lA'20'v 10.00' RZY XI I I I I $� ` I I N E fFAVFy DMfl I Im u i c 14 1I C4J1 4 OR4 ALpSXSON I I I I H H I I I I Q O Cu N O 1N33 3e'si �04'1T020E;'.� .. I1 El ¢ a F FAYETTEVILLE 1 1 THE CITY OF FAYETTEVILLE, ARKANSAS 1 August 11, 1999 Betty M. O. Williams 420 S. Crossover 1 Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations 1 Job No. 97043 • Tract No. 20-A Side Letter #2 Dear Ms. Williams: As per your discussions with Holly Jones, representative for the City of Fayetteville, on 1 Monday, August 9, 1999, the following is a list of concerns expressed relating to the construction of the proposed water distribution line as it crosses your property: 1 > Any damage to the sidewalk and/or driveway will be repaired by the contractor to as good or better condition as found before the start of construction. 1 P All reasonable efforts will be made by the contractor to avoid removal of the two trees discussed in the Side Letter dated August 5, 1999. Plans are now Ito bore near these trees for the least amount of damage to the tree roots as possible. However, the 9" maple closest to the existing pavement will most likely still be removed at this time so that you will not have to arrange for its removal (at your expense) at a future date. The hope is that the 12" sweet gum will be unharmed and remain in place. As per your inquiry, enclosed are copies of information regarding the sewer tap at your property. Apparently, this connection was requested in 1980 by a previous owner. The tap was made at that time; thus, your property is currently connected to the City sewer system. 1 If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, 1 JIm Beavers City Engineer 1 JB/jsg 113 WEST MOUNTAIN 72701 501 521-7700 cnv r-. c -c ^^c-. I UTILITY EAS 7ME T AMP L4SEMENT TRACT NO. 20.4 BL77Y A.O. HILLUMS 31 ₹ z _ O d• < I aiv t SEAL DM I F 0 i I N I W / r 0 nC SEPNNING V n I RM CUR.E a e P C. J r I I W G W . O I N N I N I W I LSTiA[ / y 4I su,rro,t&qi .al 26 `I D: I � I IO®It SELL DM u I C 33.72' � I I I CONC CCHC. DMVE i O NIX1SF R /390 Qu,.EI, DM S4r O/• £LSLUENT PERWNENT 0771177 EASLM7 1.265 SQ.17 (0.03 ACR6•S) 72•MPORAR7 CONSTRUCTION L4SL'Mdiy7' 1.265 SQ.1T. (0.03 ACRES) \.j Scale: I "=40' C.A. & ELSIE szrmA AIALCOLM CLAN7ON & YIRCINL4 TULLER LO/ 42 N83'OA57E NeS2923'E D � 1 rl I 89.33' l..J % I h I. IC ICE LIE ANBEPPSON FARH I m SUB1JlVIS/ON < a I NWSE 20A I` RE77'Y M.O. WILLIAMS I © I , 1 a 1 b DR .0 anJE I I i:a I se3•u•ze•v F I 'ii. I `1 Sz3'f1'28'v IO.W' 1 � c ez X1I >; I We N I 1 = C I chi o = I CRAH1 DM I I ro a 2 rn I � N 1 -t W m N a20 I�i r I w 6 1 CARL & OR4 ALD6RSON 1 FAYETTEVILLE 1 THE CITY OF FAYETTEVILLE. ARKANSAS August 5, 1999 Malcolm Clanton and Virginia K. Tuller 390 S. Crossover Fayetteville, AR 72703 1 RE: Highway 265 Water/Sewer Relocations 1 Job No. 97043 Tract No. 20-8 Side Letter Dear Mr. Clanton and Ms. Tuller: In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. Construction of the water line will necessitate the removal of certain trees and shrubs 1 within the permanent easement area and some within the temporary construction easement area. The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City cannot adequately compensate you 1 for the loss of any mature trees that are in landscaped areas; however, the following proposed compensation will allow you, at your discretion, to have a local nursery plant similar trees (2" diameter) as a substitute for the trees that will have to be removed (see attached drawing for 1 detail): 1- 16" maple - 3@$150 $ 450 1 - 14" maple = 3@$150 $ 450 1 1-14"maple =3@$150 $ 450 1- 15" maple = 3@$150 450 1 Subtotal $1,800 Nursery installation $ 900 Total Proposed Compensation for Landscape Damages $ 2,700 1 The City does not encourage the planting of new trees in the specified permanent easement area because such trees inhibit the future use of said easement area. 1 If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. 1 Sincerely yours, 1 Jim Beavers City Engineer I 113 WEST MOUNTAIN 72701 501521-7700 Cp V 'ml S—c.nOe7 LIIILil Y LASEJ1ENT MAP F_4SEALENT TRACT NO. BOB AL4LCOLAL CL4N7CN & YIRCJNL4 7W/FR IU" • oy 3I C, I ORP 1 SEAL OI W ski W I REQNNINC N Y cxsnmc IR/M WRK e_ 0' F 0'; I W lW I m n n F< e —I N I El Li £Q -nf BxADl GRU.RT• Ht26I I I = CHIP k SEAL 0/M W ` J5.72' N83'2925'E i C. x %T I i I I I- I IP I 'Li Iz 1' I I x I ; I O I 1 a I I. Ali b I I I I I I to l I Ig I I O v' N SIZE Of L4SSALENT ?ERVANL'NT UJ7LD7 £4SLVEM Ol0 SQ.FI: (0.02 ACRES) 7EALPOR4RY CONSTRUCT/ON £4Sfl. 690 SQ.n (0.02 ACRL'S) 6OI r VdXL1 . II B I. I qq MWSE ' o CONC 4340 ui CONC % LONG DRIVE N7x B T I I I f0' TCE D NWSE R Poo CRAVR D/M Scale: I "=40' C.A. & ELSIE SEA'TO,: AALCOLAL CL4A7oN 20B & YWRCINL4 TULLE?. 4! NRS'0v57'E J/ O M.E. 4N0ERSON FARN SU99JV/SION 20A SZ777' AL C. i#7LLL4•Vs S85'IA'29'V u I�� N F�ll CARL & C LI ALDERSON CHIP & SEAL PARKING CON C FILED 59033124 ) PROPOSED 24' WA %EP, EXISTING 30' UTILITY EASEMENT i r ,Es.y .t7ON • ,9Y662 A m A > n�z \ Ln m c Z Z ft• Oc\ I N EXIS INC CUf EXIS INC R/W LINE S0S06'SS'E 0 ____________ 4 I a D _ m n Ph wA L 2" GAS O—� 2 -GM _C o G UT m f _ > p ENT CONSTRUCTION & e0 TEMPO EASEMENT O \ . m ' GRADING PORCH - m D I> _ zn ^ m 9 I ii _ l 1 m D m m Z `n L^I_. o n z O fD' z •\ = A - N u O N 0 vvI 2 m m rn O z 4 4 C G7 P1 IIL IIIJU`'il N m CJ X n l I v N C ri I FAYETTEVILLE i 1 THE CITY OF PAVE ii ARKANSAS I August 11, 1999 1 Malcolm Clanton and Virginia K. Tuller 390 S. Crossover 1 Fayetteville, AR 72703 RE: Highway 265 Water/Sewer Relocations 1 Job No. 97043 Tract No. 20-B Side Letter #2 Dear Mr. Clanton and Ms. Tuller: 1 As per your discussions with Holly Jones, representative for the City of Fayetteville, on Monday, August 9, 1999, the following is a list of concerns expressed relating to the construction of the proposed water distribution line as it crosses your property: 1 I> Prior to construction, the contractor will carefully remove and store the rocks within the walkway to the front porch. These will be stored on your property (at your direction) outside of the easement areas. They will then be replaced 1 after the soil has settled to restore the walkway to as good or better condition as found before the start of construction. 1 P All reasonable efforts will be made by the contractor to avoid removal of all four maple trees discussed in the Side Letter dated August 5, 1999. Plans are now to bore across the yard for the least amount of damage to the tree 1 roots as possible. However, if the trees appear as if they will still be significantly damaged by construction, they will be removed at this time so that you will not have to arrange for their removal (at your expense) at a future date. Any damage to the rock retaining walls is to be repaired by the contractor. 1 If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, Jim Beavers City Engineer 1 I 113 WEST MOUNTAIN 72701 501 521-7700 UTILITY EASEMENT AMP EASEMENT 724 C? NO. 209 MALCOLM CLIM%ON & Y7RC/NL4 Turf 'R SIZE O/' CASEMENT PERMANENT 077L?Y L4SGVEM 616 SQ./7: (0.02 ACWS) I. I i TEMPORARY CONSTRUCTION L4SS.i2•NT I M I w < �� I 690 SQ.??(0.02 ACRES,) <�I ` 0 z I41 21 al Z I�SaI SD' ci WI < < I I B <I a a I I MMS[ I 440 N ; a0 4KL 0/'i' CONC I K C I alp kssx DM I pg o } I 3 2 I to q I ' / I I 20C Scale: J"=40' W 6WNMINC P]$DND c pryer% I I R/N DURK a CONC 4372 p j I o I I CCNG DRrvC W N>4 m CA. & ELSIE SE•i'TOA Jr I W o r ri o IN;Z' 3'DJ'C " C I o < ?m' S85'03'03"/ W I i. 0 I_l0'TR ":". T MALCOLA( CL4NTON ` 9I e• MDII$[ 2 0 B & 26 �I R N;0 O YIRC/NIA TULLP.R CNpI k SEN. D/R W Imo D/R tar 42 N85'04.57E C I 35.72' 9tR% C LOT !/ N852923'E 89.33' I I t00D' ❑ % I I J✓.E. ANOE.PSON FARM I I I I fl/fl/VISION < ; I I r0 to � a I Li— t 20A I c Ig I < < I I BET/Y N.0. X7/.LIAMS e I II I I i I I 'I S83'IP29'V 0 I Y I I Nx I:; I 3l I i< iI I x C U I <R I OA4 D/R N u I UI I IW (o m < I m a I I� I i l I I CARLa- OR4 ALOERSON C I FAYETTEVILLE 1 I I H C I I I I I I I I H I I THE CITY OF FAYETTEVILLE, ARKANSAS August 11, 1999 G.A. Sexton, Trustee of the G.A. Sexton Revocable Trust, and Elsie D. Sexton, Trustee of the Elsie D. Sexton Revocable Trust P.O. Box 4275 Fayetteville, AR 72702 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 20-C Side Letter Dear Mr. and Mrs. Sexton: In reviewing the plans for the above mentioned project, some special items need to be taken into consideration. Plans are now to bore near the two pin oaks for the least amount of damage to tree roots as possible. No trees or shrubs on your property are to be removed as part of this project. The contractor will be limited to working within a permanent easement area west of the rail fence. Neither the fence nor any plant material inside of (east of) the fence are scheduled to be removed. No temporary construction easement is being requested in order to confine all construction work to being west of the fence. All of this is to be noted on the construction plans. If you have any further concerns or comments, please feel free to call either Ed Connell at 444-3415 or Jill Goddard at 444-3407. Sincerely yours, Jim Beavers City Engineer I 113 WEST MOUNTAIN 72701 501 521-7700 UTILITY EASEMENT MAP EASF.A/&NT TRACT NO. SOC C.A. & ELSIE SEXTON \ ttRNER NE 1/4 T -16-N , R -JO -W I IJ <ti 1K - Lam- .-- aD RN tK CY -- 10 ACR[ Lit MATER L z• olo ROAD ,3/ (ASPHALT) WYMAN x i �- 11 Rl ppv. > rl e I = ap&SUL I D/r 'as _ ii Is N MS Li I I t o ` I t r CMDID SEAL D/R ' L SIZE OF &ASA'WEAT PERYAN&NT tMZITr EA.SEA/EA'T 659 SQ.FT. (0.02 ACRCS) TEMPORARY CONSTRUCNON EASEA¢'NT NONE B CONC, CONC. DwvE 03TL 037485'03'03 y 698' C04CRE1E 0RK 2°;'747 F/B LOT 41 WE TARN ANIJERSON SUBDfVISION CA. & ELSIE SEXTON 20B AGLCDLM CUNIDN t F7RChVU TULLCR I Scale: 1 "=40' w z 0 • U St OV08 ei3AOSSO 3 3J VM .9 ' v�M nad 3NIl M/2i 03A8n3 8 II Q Cu N 0 (U U IN Z Q ZLu m O it ih m 0 sLu a o �rn o d 6W = o zZ co W o � z a r OOOM l Z o U — — CD Fgaod 331 ,01 — _ f •� + 331 ON X d V {� W J J (1TdHdSV) OVO-d 83AOSS083 M 3.8S,90.SOS IX3 I Z Z K Z N U m W \ K 3NI-I M/a 9N1ASIX3 All .0E 9NIISIX3 831 V 6Z Q3SG ll_a _1,I IIYt LJI _JU% 02 FAYETTEVILLE 1 THE CITY of FAY£TT.ViLLE, ARKANSAS August 31, 1999 James Randal Wilson 1 124 N. Crossover Road Fayetteville, AR 72701 RE: Highway 265 Water/Sewer Relocations Job No. 97043 Tract No. 32 Side Letter Dear Mr. Wilson: As per your discussion with Holly Jones, representative for the City of Fayetteville, on Monday, August 30, 1999, the following is a list of concerns expressed relating to the construction of the proposed sewer line as it crosses your property: 1 1 1 1 1 1 1 1 1 1 1 The contractor will be required to contact you ((501) 575-61871 at least three (3) days prior to entering your property before any preliminary work and/or construction starts. This is to allow you adequate time to move your dogs to a backyard location. Per your request, g� temporary fencing in the front around the easement areas will be put in place. Any of the existing chain link fence taken down for construction will be put back in as good or better condition after completion of the sewer line installation. Construction of the sewer fine will necessitate the removal of certain trees within the permanent and temporary easement areas. The City tries to avoid damage to and the loss of trees and other vegetation; however, there are times when circumstances leave no other choice. The City hereby offers $300.00 in landscape damages for these various small trees. The City does not encourage the planting of new trees in the specified permanent easement area because such trees inhibit the future use of said easement area. if you have any further concerns or comments, please contact Ed Connell at 444-3415, Jill Goddard at 444-3407, or in their absence, Sid Norbash, Project Engineer, at 575-8205. Sincerely yours, J� !m Beavers City Engineer JB/jsg 113 WEST FAOU\'TAIN 72?01 $01 527." 700 FAX 501 575-82257 UTILITr" E.4Sgggb'T .MAP £4SLVF,t7 TR4fl NO. 32 7v1ISS N fl/SON SJi7 Of fl7 L($T _ PdR/SUM17 47=77 rt5p"LNJ' 628 SQJT, (007 ACR15) I l I TSUPORARJCO %v7RUCTJO.N £4 SWX47 I1,2949 SG FT (009 ACR2S) ' 1 j 3� .CfJ I.VJdRPN/S&S' . flhIE � 1 I tnT • SOB a £4737 Ira4.1AVzl • I i i IIII N8f•�1'W'e I 1 'i I ee 1c: "S4.VES & JpLsON I P .C DEETRPA TH DRI VI z�:o• i A.vcx� C Ash r AccqSRr & NWOGN I I Li 11 I I I Li I I I I I [] I I I I Appendix C: OSHA Regulations I 29 CFR Ch. XVII (7-1-92 Edition) 1] I I J I I I J I I J J J I I 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 ap- plicable, and 29 CFR part 1911. SOURCE: 54 FR 45959. Oct. 31. 1989, unless otherwise noted. § 1926.650 Scope, application, and defini• tions applicable to this subpart (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Excava- tions are defined to include trenches. (b) Definitions applicable to this subpart. Accepted engineering practices means those requirements which are compatible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylin- ders (crossbraces) used in conjunction with vertical rails (uprights) or hori- zontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. I I L I J I 1] C1 I I I II I I I I H I Occupational Safety and Hoollh Admin., Labor 110' l it'�IIIIJ tit, nl'liiiti S\?I('IIII 1Ii(ItI S a melhod of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces between levels. Cave-in means the separation of a macs of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or sup- port system, and Its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or other- wise injure and immobilize a person. Competent person means one who is capable of identifying existing and predictable hazards in the surround- ings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authoriza- tion to take prompt corrective meas- ures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth remov- al. Faces or sides means the vertical or inclined earth surfaces formed as a result of excavation work. Failt-re means the breakage, dis- placement, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental re- lease or failure of a cross brace. Protective system means a method of protecting employees from cave-ins. from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems. and other systems that provide the neces- sary protection. § 1926.650 li« Hill III( ml. an Int ii:,t tl .t : I l V. ins: tlr working surface that is used to gain access to one point from another, and is constructed from earth or from structural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a professional engineer in the state where the work is to be performed. However, a professional engineer, reg- istered in any state is deemed to be a "registered professional engineer" within the meaning of this standard when approving designs for "manufac- tured protective systems" or "tabulat- ed data" to be used in, interstate com- merce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a structure that is able to withstand the forces imposed on It by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be either premanufactured or job -built in accordance with y 1926.652 (c)(3) or (c)(4). Shields used in trenches are usually referred to as "trench boxes" or "trench shields." - Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an excava- tion and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with differ- ences in such factors as the soil type, environmental conditions of exposure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex. 219 C § 1926.651 c:naliun ;s serured :cninst caving -In or movement by rock bolts or by another protective system that has been de- signed by a registered professional en- gineer. Structural ramp means a ramp built of steel or wood, usually used for vehi- cle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shoring. which provides support to an adjacent structure, underground In- stallation, or the sides of an excava- tion. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is great- er than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to 15 feet (4.6 m) or less (measured at the bottom of the excavation), -the excavation is also con- sidered to be a trench. Trench box.. See "Shield." Trench shield. See "Shield." Uprights means the vertical mem- bers of a trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced. in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651. General requirements. (a) Surface encumbrances. All sur- face encumbrances that are located so as to create a hazard to employees shall be removed or supported, as nec- essary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility in - 29 CFR Ch. XVII (7-1-92 Edition) stall:uions. such a. si .rr, (rirhunr, fuel, electric, water lines, or any other underground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to es- tablish the location of the utility un- derground installations prior to the start of actual excavation. When utili- ty companies or owners cannot re- spond to a request to locate under- ground utility installations within 24 hours (unless a longer period is re- quired by state or local law), or cannot establish the exact location of these Installations, the employer may pro- ceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility installations are used. (3) When excavation operations ap- proach the estimated location of un- derground installations, the exact lo- cation of the installations shall be de- termined by safe and acceptable means. (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as neces- sary to safeguard employees. (c) Access and egress —(1) Structural ramps. (1) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members connected together to prevent dis- placement. (iii) Structural members used for ramps and runways shall be of uni- form thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at - L I I I I I I I I I I L L L I I 220 I. I I I H I I I H L I I I iH lu I I I I I Occupational Safety and Health Admin., Labor Inrlii•d In a uuuuur to prevcnl trip- ping. (v) Structural ramps used In lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- rations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated In trench excavations that are 4 feet (1.22 m) or more In depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Employees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suit- able garments marked with or made of reflectorized or high -visibility materi- al. (e) Exposure to failing loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling materials. Operators may remain in the cabs of vehicles being loaded or unloaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the operator during loading and unloading operations. (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to approach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the ex- cavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres —(1) Testing and controls. In addition to the requirements set forth in subparts D and E of this part (29 CFR 1926.50- 1926.107) to prevent exposure to harmful levels of atmospheric con- taminants and to assure acceptable at- mospheric conditions, the following re- quirements shall apply: (i) Where oxygen deficiency (atmos- pheres containing less than 19.5 per- cent- oxygen) or a hazardous atmos- phere exists or could reasonably be ex- § 1926.651 pcctod to c.xl>t. such as in excavations In landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres In the excavation shall be tested before em- ployees enter excavations greater than 4 feet (1.22 m) In depth. (Ii) Adequate precautions shall be taken to present employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory protection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable levels, testing shall be conducted as often as necessary to ensure that the atmosphere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavaticris, shall wear a harness with a life -line securely attached to it. The lifeline shall be separate from any line used to handle materials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the excava- tion. (h) Protection from hazards associ- ated with crater accumulation. (1) Em- ployees shall not work in excavations in which there is accumulated water. or in excavations in which water is ac- cumulating, unless adequate precau- tions have been taken to protect em- ployees against the hazards posed by water accumulation. The precautions necessary to protect employees ade- quately vary with each situation, but - 221 -f § 1926.651 could Include special support or shield systems to protect from cave-ins. water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevent- ed from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from en- tering the excavation and to provide adequate drainage of the area adja- cent to the excavation. Excavations subject to runoff from heavy rains will require an inspection by a competent person and compliance with para- graphs (h)(1) and (h)(2) of this sec- tion. (1) Stability of adjacent structures. (1) Where the stability of adjoining buildings, walls, or other structures is endangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or retaining wall that could be reason- ably expected to pose a hazard to em- ployees shall not be permitted except when: (I) A support system, such as under- pinning, is provided to ensure the safety of employees and the stability of the structure: or (ii) The excavation is in stable rock: or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by 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 29 CFR Ch. XVII (7-1-92 Edition) to protect employees from (he po>Sible collapse of such structures. (j) Protection of employees from loose rock or soiL (1) Adequate protec- tion shall be provided to protect em- ployees from loose rock or soil that could pose a hazard by falling or roll- ing from an excavation face. Such pro- tection shall consist of scaling to remove loose material; installation of protective barricades at Intervals as necessary on the face to stop and con- tain falling material: or other means that provide equivalent protection. (2) Employees shall be protected from excavated or other materials or equipment that could'pose a hazard by falling or rolling into excavations. Pro- tection shall be provided by placing and keeping such materials or equip- ment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a combination of both if necessary. (k) inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmos- pheres, or other hazardous conditions. An inspection shall be conducted by the competent person prior to the start of work and as needed through- out the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These inspections are only required when employee exposure can be reasonably anticipated. (2) Where the competent person finds evidence of a situation that could result in a possible cave-in, indications of failure of protective systems. haz- ardous atmospheres, or other hazard- ous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Fall protection. (1) Where em- ployees or equipment are required or permitted to cross over excavations. walkways or bridges with standard guardrails shall be provided. I I 1 I I Li I I H I H I I U L! 222 I [1 I I I I I L I J Li I I I I Occupational Safety and Health Admin., Labor tai Atituuatt b:u;,tI f)tl)>I(:tl prole(' Ilan shall be provided at all remotely located excavations. All wells. pits. shafts, etc.. shall be barricaded or cov- ered. Upon completion of exploration and similar operations, temporary wells, pits, shafts. etc., shall be back - filled. C 14'_I;, L",1 Hcyu ire flu' ft s for prol cctl e systems. (a) Protection of employees in ezra- rations. (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: (ii Excavations are made entirely in stable rock: or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the'system. (b) Design of sloping and benching systems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1): or, in the alterna- tive, paragraph (b)(2): or, in the alter- native, paragraph (b)(3), or, in the al- ternative, paragraph (b)(4), as follows: (1) Option (1) —Allowable configura- tions and slopes. U) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical (34 degrees measured from the horizontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)—Detennination of slopes cnd conficurations using Ap- pendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems. shall be determined in accordance with the conditions and requirements 1926.652 sit (III I:I .i;•..t I Itl it t :. A liiitl I I' subpar(. (3) Option t3) —Designs using other tabulated data. (1) Designs of sloping or benching systems shall be selected from and be in accordance with tabu- lated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the fo:lo\t .n (A) Identification of the paranu'ters that affect the selection of a sloping or benching system drawn from such data: (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes deter- mined to be s:,;e: (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective system from the data. (iii) At least one copy of the tabulat- ed data which identifies the registered professional engineer who approved the data, shall be maintained at the jobsite during construction of the pro- tective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a regis- tered professional engineer. (1) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered pro- fessional engineer. (ii) Designs shall be in written form and shall include at least the follow- ing: (A) The magnitude of the slopes that were determined to be safe for the particular project; (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered professional engineer approving the design. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon request. (c) Design of support systems, shield systems, and other protective systems. 223 1926.652 Dc�itns of support syslrnis shield sys• terns, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the require- ments of paragraph (c)(1): or. In the alternative. paragraph (c)(2): or, In the alternative. paragraph (c)(3): or. In the alts rnative. paragraph (c)(4) as fol- lows: (1) Option (f) —Designs using appen- dices A. C and D. Designs for timber shoring in trenches shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and C to this subpart. De- signs for aluminum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section. but if manufac- turer's tabulated data cannot be uti- lized. designs shall be in accordance with appendix D. (2) Option (2) —Designs Using Manu- facturer's Tabulated Data. (i) Design of support systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all specifications, recommendations, and limitations issued or made by the man- ufacturer. (ii) Deviation from the specifica- tions. recommendations. and limita- tions issued or made by the manufac- turer shall only be allowed after the manufacturer issues specific written approval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, 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 tabulated data (i) Designs of support systems. shield systems, or other pro- tective systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: 29 CFR Ch. XVII (7-1-92 Edition) (A) Identtfication of the parameters that affect the selection of a protec- tive system drawn from such data; (B) Identification of the limps of use of the data; . (C) Explanatory Information as may be necessary to aid the user In making a correct selection of a protective system from the data. (iii) At least one copy of the tabulat- ed data, which identifies the regis- tered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made available to the Secretary upon re- quest. (4) Option (4) —Design by a regis- tered professional engineer. (i) Sup- port systems; shield systems, and other protective systems not utilizing Option 1, Option 2 or Option 3, above, shall be approved by a registered pro- fessional engineer. (ii) Designs shall be in written form and shall include Ilk following: (A) A plan indicating the sizes, types, and configurations of the mate- rials to be used in the protective system: and (B) The identity of the registered professional engineer approving the design. - (iii) At least one copy of the design shall be maintained at the jobsite during construction of the protective system. After that time, the design may be stored off the jobsite. but a copy of the design shall be made avail- able to the Secretary upon request. (d) Materials and equipment. (1) Ma- terials and equipment used for protec- tive systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a manner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is damaged, a competent person shall ex- amine the material or equipment and evaluate its suitability for continued I I I I I [I I I I I I I E E J riI I I 224 [1 I I 11 I Li 1] I I I I I I [1 I Occupational Safety and Health Admin., labor l Ist'. 11 liltkJI II In trill I)('I:.0 II (Ill l It ll assure the material or equipment Is able to support the Intended loads or is otherwise suitable for safe use, then such material or equipment shall be removed from service, and shall be evaluated and approved by a regis- tered professional engineer before being returned to service. (c) Installation and removal of sup- port —(1) General. (I) Members of sup- port systems shall be securely connect- ed together to prevent sliding, falling, kickouts. or other predictable failure. (it) Support systems shall be In- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support system. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the sup - .port system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slowly so as to note any indication of possible failure of the remaining mem- bers of the structure or possible cave- in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support systems from excavations. (2) Additional requirements for sup- port systems for trench excavations. (1) Excavation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and there are no indica- tions while the trench is open of a pos- sible loss of soil from behind or below the bottom of the support system. tii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Employees shall not be permitted to work on the faces of sloped or benched Subpt. P, App. A 1'xt:t\;111i•t 1> iLt lt'\t'ls above UI111'r t111- ployers excopt when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(1) General. (1) Shield systems shall not be subjected to loads exceeding those which the system was designed to withstand. (ii) Shields shall be Installed in a manner to restrict lateral or other hazardous movement of the shield in the event of the application of sudden lateral loads. (iii) Employees shall be protected from the hazard of cave-ins when en- tering or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled. removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Excavations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is de- signed to resist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P -SOIL CL{SSIFICATIOPi (a) Scope and application —(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when & sloping or benching system is de- signed in accordance with the requirements set forth in 1192_6.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for excavations is designed as a method of protection from cave-ins in ac- cordance with appendix C to subpart P of part 1926, and when alurninum hydraulic shoring is designed in accordance with ap- pendix D. This Appendix also applies If other protective systems are designed and selected for use from data prepared in ac- cordance with the requirements set forth In Ii 1926.652(c), and the use of the data Is 225 I Subpt. P, App. A prrdlratrd on the use of thr soil clrosl(Ica fort system set forth In I his appendix. (b) Dciinihons. The definitions and exams pies given below arc based on. In whole or in part. the following: American Society for Testing Materials (ASTM) Standards D853- 85 and O2488: The Unified Soils Classifica- tion System. The U.S. Department of Agri- culture (USDA) Textural Classification Schrmr: and The National Bureau of Stand- ards Report BSS -121. Cc❑anted soil means a soil in which the particles are held together by a chemical agent, such as calcium carbonate, such that a hand size sample cannot be crushed into powder or individual soil particles by linger 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 sidrslopes. 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. Dri 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. Lc,cred system means two or more dis- tinctly different soil or rock types arranged In layers. Micaceous seams or weakened planes L• rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels dampMoist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohesive material will exhibit signs of cohesion between particles. picstic means a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume change. Sc:uratcd 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- strumer.ts such as a pocket penetrometer or sheep vane. Soil clasrification system means, for the purthis subpart, a method of catego- riztnpg soilose of and rock deposits in a hierarchy of Stable Rock. Type A. Type B, and C, l:. decreasing order of stability. The cate- 29 CFR Ch. XVII (7-1-92 Edition) g(rlrs art' detrrminrd bated on an analysis of the properties and performance charac- terls;ics of the dvposlta and the environ- mental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain Intact while exposed. S:.brnerpcd soil means soil which is under- water or is free seeping. T-„pe A means cohesive soils with an un- confined compressive strength of 1.5 ton per square foot (tsf) ( 144 kPa) or greater. Exam - pies 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: (ii The soil is fissured: or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects: or (iii) The soil has been previously dis- turbed; or (iv) The soil is part of a sloped, layered gr system where the layers dip into the excava- tion on a slope of four horizontal to one ver- tical (4H:1V) or eater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (I) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt. silt loam, sandy loam and. in some cases, silty clay loam and sandy clay -loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined 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 excavation on a slope less steep than four horizontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (U Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less: or (it) Granular soils including gravel, sand. and loamy sand: or Uii) 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 Type a slope of tour horizontal to one vertical (4H:1 V) or steeper. G I I I [1 I I I I I I r I Li 226 I I I I I I I I I I I I I I I I I Occupational Safety and Health Admin., labor t In rq'i:li,t ,.,::.):••>IIII S('Y11 L'(l; II II aI Ir. the' load per Will krl'a at which a soil will fail In compression. It can be determined by laboratory testing, or e:•tlnlated in the field using a pocket penetrometer. by thumb pen- etrallun tests, and other methods. Wet soil means soil that contains slgnlfl- rantly more moisture than moist soil. but In such a range of values that cohesive materl- al will slump or begin to flow when vibrated. Granular material that 'cold exhibit cohe- sive properties when moist will lose those cohesive properties when wet. (C) Ricuirnr:rnts—(1) Class(flcatlon of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as St:,ble Rock. Type A. Type B. or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Bcsis of classtticction. The cla-csifica- tion of the deposits shall be made based on the results of at least one visual and at least one manual analysis. Such analyses shall be conducted by a competent person using tests described in paragraph (d) below; or in other recognized methods of soil classifica- tion and testing such as those adopted by the America Society for Testing Materials, or the U.S. Department of Agriculture tex- tural classification system. (3) Visual and r..anuel analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this appendix. shall be designed and con- duced to provide sufficient quantitative and qualitative information as may be nec- essary'to identify properly the properties. factors, and conditions affecting the classifi- cation of the deposits. (4) Layered systems. In a layered system. the system shall be classified in accordance with its weakest layer. However, each layer may be classified Individually where a more stable layer lies under a less stable layer. (5) Recfasstficction. If, after classifying a deposit, the properties, factors, or condi- tions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Accep(cble risua! and manual tests. — (1) Visual tests. Visual analysis is conducted to determine qualitative information regard- ing the excavation site in general, the soil adjacent to the excavation, the soil forming the sides of the open excavation, and the soil taken a; samples from excavated mate- rial. (i) Observe samples of soil that are exca- vated and ;oil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that 1s primarily composed of fine-grained material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. Subpt. P, App. A 111' 1';. : %t >I,Il IL It Is I \I II\iat II S,III Iha' remains In chumps when P\ralaled is cohcshe. Sol] that breaks up easily and does not slay 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 mater]Rl. If chunks of soil spall off a vertical side, the soil could be fl. cured. Small spalls arc evl- dvnrr of moving ground and are indications of potentially ha:tardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the excava- tion to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened excava- tion for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the ex- cavation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) b.'anLal tests. Manual analysis of soil samples is conducted to determine quantita• tive as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil Into a ball and attempt to roll it into threads as thin as b. -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 LLInch thread can be held on one end without tear- ing, the soil Is cohesive. (ii) Dry strength, If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, It may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb pene• tration test can be used to estimate the un- confined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTLM) Standard designation D2488 —"Standard Recommend- ed Practice for Description of Soils (Visual - 227 Lj Subpt. P, App. S Alanuat I'rocrdure) i T)pe A stIts with an unconfined compressive strength of 1.s Isf 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 1st can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an und'sturbed soil sample. such as a large clump of spoil, as soon as practicable after excavation to keep to a ml- minurn the effects of exposure to drying In- fluences. If the excavation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed ac- cordingly. (Iv) Other strength jests. Estimates of un- confined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shear• vane. (v) Drying Lest. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximate- ly one inch thick (2.54 cm) and six inches (15.24 cm) In diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has significant cohesive material content. The soil can be classified as a unfissured cohe- she material and the unconfined compres- sive strength should be determined. (C' If a sample breaks easily by hand. it is either a fissured cohesive material or a granular material. To distinguish between the two, pulvert;,e the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the ma- terial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P -SLOPING AND BENCHING (a) Scope cnd application. This appendix contains specifications for sloping and benching when used as methods of protect- ing employees working In excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench - 29 CFR Ch. XVII (7-1-92 Edition) lug prvtrct't s)stc:ns is to bt perfvnurd In accordance with the requirements set forth In § 1926.652(bu2). (b) De/tnit(ons. 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 surh phe- nomena as the development of fissures in the face of or adJacent to an open excava- tion; the subsidence of the edge of au 1 exca- vation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation: the spall- ing of material from the face of an excava- tion: and ravelling. i.e.. small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an excavation and trickling or rolling down into the excavation. Maximum allotrcble slope means the steepest incline of an excavation face that is acceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an excavation is open. (c) Requirernents—(l) Soil classification. Soil and rock deposits shall be classified in accordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope. The maxi- mum allowable slope for a soil or rock de- posit shall be determined from Table B-1 of this appendix. (3) Actual slope. (1) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an actual slope which is at least S4 horizontal to one vertical (½H:1V) less steep than the maximum allowable slope. till) When surcharge loads from stored material or equipment, operating equip- ment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be eval- uated in accordance with § 1926.651(1). (4) Con.•'icurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure S-1. C I I I I L C1 I I I I I I 228 Occupational Safety and Health Admin., labor Subpt. P, App. B IIA I I Y. i MAXIMUM ALLOWABLE SLOPES I I I I I I I I StilL OR ROCK TYPE 1r A•IM uM ALLOWABLE SLOPES (H:V)til f OR LXCAVAIIONS LESS THAN 20 FEET r, I r' STABLE ROCK VERTICAL(9) TYPE A 1 1 3/4:1 (53°) 1 Y PE 6 1:1 (45°) TYPE C l': 1 (34°) 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 raxirum allowable slope of 1/2H:IV (63') is allowed in excavations in Type A soil that are 12 feet (3.67 n) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:IV (53'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. ' Figure B-1 Slope Configurations ' (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soiL 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of %:1. I I I I I I 229 Subpt. P, App. 5 29 CFR Ch. XVI1 (7-1-92 Edition) SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less to depth shall have a maximum allowable slope of 4x:1. 12' Max. Ai 1/2 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of � to 1 and maximum bench dimensions as follows: 230 Occupational Safety and Health Admin., Labor Subpt. P. App. B SIMPLE BENCH 20' Max. 5' Max. / / L' Max. // •1L.J/ I MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower portions shall have a maximum vertical side of 35 feet. ' 8' Max. 3i. ..ax. i ' UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a mr.>.imum vertical side of 35 feet. 1 I. ' 12' Max. 3½' Max. 1 231 I Subpt. P, App. B 29 CFR Ch. XVII (7 1-92 Edition) I 1,1NSUP1'0RTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 12 FEET IN DEPTH All exraeatiOns 20 feet or less In depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slop^ of i.:1. The support or shield system must extend at least 18 Inches above the top of the vertical side. Support or shielZs�yLstem 1 t, 1. 20Max. F I 3/.. Min. Total height of vertical side SUPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under 41926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 232 Occupational Safety and Health Admin., Labor Subpt. P, App. B This bench allowed in cohesive soil only. 1 l 20' Max 7 1 4 S. / ' Max. SINGLE BENCH This bench allowed in cohesive soil only 20' Max. 4' Max: • Max. I MULTIPLE BENCH 3. All excavations 20 feet or less In depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system ,• ical side 233 Subpl. P. App. 5 29 CFR Ch. XVII (7-1-92 Edition) VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in 11926.6521b). 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%:l. 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 1'h:1. Support or shield system 'n' Max. Z 1 _ 1 1�Z l8" Min. !Total height of vertical side 234 Occupational Safety and Health Admin., Labor Subpt. P, App. B VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted In 4 1P26.652(b). B-1.1 Excavations Made In Layered Soils 1. All excRvatlons 20 feet or less In depth made In layered soils shall have a maximum allowable slope for each layer as set forth below. 19 OVER A C OVER A - C OVER a 235 I Subpt. P, App. C A OVER B A OVER C B OVER C 29 CFR Ch. XVII (7-1-92 Edition) ' A C 1 tS 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 infor- mation that can be used timber shoring is provided 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 protec- tive systems is to be performed in accord- ance with I1926.652(c)(1). Other timber shoring configurations: other systems of support such as hydraulic and pneumatic systems: and other protective systems such as sloping, benching, shielding, and freezing systems must be designed in accordance with the requirements set forth in 11926.652(b) and 11926.652(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 classification method set forth in appen- dix A of subpart P of this part. (c) Presentation of Informatio1L Informa- tion Is presented in several forms as follows: (1) Information Is presented In tabular form in Tables C-1.1, C-1.2. and C-1.3. and Tables C-2.1, C-2.2 and C-2.3 following I I I H I I I I n Ll I I I U L 236 I [] I I I J I I I I I I I I [1 I I I Occupational Safety and Health Admin., labor I•a: I[I.II'II ,cI it (III IIIWt nttIx. Ewell table prr.rnls the nllnhnnm slus of timber mem- bers to use in a Alluring system, and each table routRhts data only for the particular suil ypr In which the excavation or portion of the excavation is made. The data are ar- ranged to allow the user the flexibility to select from Rilluing several acceptable con. figurations of members based on varying Ihr horizontal spacing of the rrossbraces. Stable rock is exci npt from shoring require- ments and therefore, no dRtR are presented for this condition. t2) Information concerning the basis of the tabular data and the limitations of the dhta is presented in paragraph (d) of this appendix. and on the tables themselves. (3) Information explaining the use of the tabular data is press -rated in paragraph (e) of t hi appendix. (4) Information illustrating the use of the tabular data is presented in paragraph U) of this appendix. (5) Miscellaneous notations regarding Tables C-1.1 through C-1.3 and Tables C- 2.1 through C-2.3 are presented in para- graph (g) of this Appendix. (d) Basis and limitations of the data. —(1) Dimensions of timber members. (U The sizes of the timber members listed in Tables C- 1.1 through C-1.3 are taken from the Na- tional Bureau of Standards (NBS) report, "Recommended Technical Provisions for Construction Practice in Shoring and Slop- ing of Trenches and Excavations." In addi- tion, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by existing codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal dimensions of the timber. Employers want - trig to use nominal size shoring are directed to Tables C-2.1 through C-2.3. or have this choice under I 1926.652(c)(3), and are re- ferred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not intended that the timber shoring specifica- tion apply to every situation that may be experienced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be designed as specified in 4 1926.652(c). (ii) When any of the following conditions are present, the members specified in the tables are not considered adequate. Either an alternate timber shoring system must be 'designed or another type of protective system designed in accordance with 11926.652. Subpt. P, App. C lA) \rhea loads Imposed b) s(nutun , or by htorrd material ad)acrnl to the trench weigh in excess of the load imposed by a two -foot soil surcharge. The term "adja. cent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 18) When vertiral loads imposed on cross braces exceed a 240 -pound gravity load dis. tribut ed on a one foot section of the center of the cruvbrace. (C) When surcharge loads are present from equipment weighing in excess of 20.000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical: or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shoring system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are spec- ified for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be in- stalled and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spacing of crossbracing is avail- able, the horizontal spacing of the cross - braces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and ver- tical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spacing of the uprights can be read from the appropriate table. (f) Ezcrnples to Illrutrate the Use of Tables C-1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, for acceptable arrange- ments of timber can be used. Arrangement #1 Space 4x4 crossbraces at six feet horizon- tally and four feet vertically. Wales are not required. 237 I Subpt. P, App. C SI•ar,' J . N rll1t a hl:. nl >rn list I1 1'hls arrntwttnenl Is ronuunnly railed skip shoriin.• Arr(I rl Ur ❑t r1t( P2 Spare 4 • 6 crossbt'Rres at eight feet horl- znnuttly and four I( el vertically. Spare 8 - 8 wales at four fret terueally. Spare 2 - 6 uprights at four fret honzon- I ally A era ?IQ( rrlrn ( P3 Spare 6 - 6 crosshraces at 10 feet horizon- tallc and four fet•I vertically. Space 8 • 10 wales at four feet vertically. Space 2 • 6 uprights at five feet horizontal- ly. Ana n9cnlrn( P4 Sp.tce 6 - 6 crossbraces at 12 feet horizon- tally and four feet vertically. Space 10 - 10 wales at four feet vertically. Spaces 3 - 8 uprights at six feet horizon- tally. (2) £:ample 2. A trench dug In Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #1 Space 6x6 crossbraces at six feet horizon- tally and five feet vertically. Space 8, 8 wales at five feet vertically. Space 2>.6 uprights at two feet horizontal- ly. Arrangement #2 Space 6>:8 crossbraces at eight feet hori- zontally and five feel vertically. Space 10x10 wales at five feet vertically. Space 2x6 uprights at two feet horizontal- ly. Arrangement #3 Space 8x8 crossbraces at 10 feet horizon- tally and five feet vvertically. Space 10x 12 wales at five feet vertically. Space 2 x 6 uprights at two feet vertically. (3) Ezampte 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #1 Space 8,8 crossbraces at six feet horizon- tally and five feet vertically. Space 10x1^_ wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. 29 CFR Ch. XVII (7-1-92 Edition) 1' spare P - 10 cre�lt%rarez ft rltall frrl horn ZUII!a!IY atld (nt I. k t % r rI I(11 v. Spnrr 12 . 12 wales a' five feeI vertically. Position 2 - 6 upnghts in a close sheeting em; (n:urat lon unless water prrsstlre must be resisted. Tight n!ii'f-f:ng must be used where water must be retained. 41 Lit in pie 4 A 1-cnch dui :n Type C soil is 20 feel deep and it feel '& di. The size and sparing of nlen.bers for tllr section of trench that is over 15 feet in d• pill is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8 - 10 crossbraces a; six feet hori- zontally and five feet vertically. Space 12 - 12 wales at five feet vertically. 1'sr 3 - 6 tight sl ceting. Use of Tables C-22.1 through C-2.3 would follow the same procedures. (g) Notes for all Tables 1. Member sizes at spacings other than in- dicated are to be determined as specified in 1192_6.652(c). "Design of Protective Sys- tems.-' 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three Inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to resist the lateral pressure of water and to prevent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as possi- ble between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet. uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bottom of the trench shall not exceed 36 inches. tkrhen mudsills are used, the vertical distance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the ver- tical spacing of crossbraces is four feet. place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet. place the top crossbrace no more than 2.5 feet below the top of the trench. I I I I I I L I I I I I L 238 [1 Occupational Safety and Health Admin., labor - d ri 7 u G C r. 1. C N .1 W N o —. - a = N 1 L — u w J S - CI 1 X - in U 1v n c O Subpt. P, App. C i U C ti N J C 1aIT� O N a r r S i u it K J Ir Q J C Na C E • — 1 V • K C r r n l V z Q 1 Q Q Q Q Q < G L . C r N w ^t O O O O O O N2 J- .+. C C «. C C 6 O O C '<D K K X x x Vl v C 2 C O .O .C C ¢ O: 1' u - o z� u w W Q 4 v < < v v < Q Q Q < Q O O O C W 10 .O 10 .O C C C C in X X x X X x X X IK X Y, C C 10 C 1O 10 1.J 10 1O 1O C C O O W N C 1O C 1O IO C C C C C C C W 6 X X x X X x X X X f[ x O 10 1O 10 C 1O 1.0 10 C u C C O u - C .- C .C IO 10 V' to .a tO C T X x x x K X x x x x x =—. C C Q C .C < b 10 'C ' C � r C F- < C `C Q .O in 10 .O C O 10 X x X x 1-C x X % x Q < C Q Q 10 10 10 C O O C - C<C 1O C C 10 C 10 'C C C X x x X X X x X X X X C < v C C Q Q 10 to. 'C IO C 6 W U ^ O C r O O O C O O O O O O O O — L) W �- I- ,- r r r r •- r r �- w O CN 10 C O N t. C O j W C C C 6 C C 1 .. C C_ C_ C_ �• C C U _ N • 1� O - W O L O 2 w N O O O O N .,+ C O ati w W W . - N J O C W 1- — 6 239 Subpt. P. App. C • rl I- - Id -I N Si i. rl CW — L Z I x U I,-' v Z W N L U z s rl L �+ FI O In 29 CFR Ch. XVII (7-1-92 Edition) 7. 7 < .. - � r r. Y. X % r• o• r. T. C _ C_ •C •D .C • y X X % • C •n n en H- - 7L -. I.:.. O C C N O N N 3 NZ C - - G - - • - - x % % x % x x X x V. J C C C C O C O 1 C .- Z N r Y L a N In � < L � V C C V. % X X 3 J J J m m IO C _ -...- J C Ic ¢ s C m m - yl - X X C X X X X X .C J L C C C m m v. - C-;,- J C s s C X % X % % % X x J .; C J C C J s x C J s C C C — z .C IC X X x X IC % % x •T J J `C '0 C J C C J .O J J C C X X X X % IC X % X C .C .O - C .C C 6 — O NZI- O O o a O -- O O --Z _ O O C O •C C CO J C O t - U L: .C C<w L L Y L L V J L 6 O > O V O J N Z 7 _ _J1 Lt — Y - H .: L Ir li 0 0 N O O C • Occupational Safety and Health Admin., Labor Subpt. P. App. C L 4 V1 ✓ J i • C Y. N C.-- F W I• i J - < r C J J ft C �IY % X Y. X % % C✓ "l. R .c aI Y2 N F -F JI + _ i J ¢ N 1 v V' a e. fl N N N __ m .. ^ _ _ _ •- G m N X X X % X X a ry C �. ry C F- G •_ — -. Z Y Ul - ,,_ F • C ac Ir' . x c S C1 FI I )C O C C C O ` X X x X X X — N I , _ — — &1 J_ _ n F .C O O O w m ... F N m - .. - _ X X X x x x r> l — m C m m m m 'L U ¢ to <U O O a C _= c x x x X x x C- __ S 4 S S ¢ ¢ =.. = - O C C > L _In •-2C % L X X X x X J c �O m m m m ¢ o v E O C O 3C _ x x x % x % i_ J _ .. y F OF O C _. _ p _ _ C J -- F �- F F KZ Y c. S ¢ C t m r N .C U C 6 L _ 4r C._ L u J J_ J _ L ... -Lug_ Y1_ L 00 #t OO i0 ,0 1r O 5 - 'l. L- _ N Z Jl Z O V. J: Z n Z a s - a S O O •C C O O z — 241 I Subpt. P, App. C 4 F- 6 is r L1 2 � Q N = v S S G U ZI O� II L',Yq zN S, I C• NI _n Z� 6 r (L C F 0 f -I N 29 CFR Ch. XVII (7-1-92 Edition) T r t ). L O C J C O N I , I C Z t- C 1- u m r' e., c y X X % J J I V _ X % X C r r -, r ♦ i -I-- L Z 9 .f d :-G: Y < ✓ N T C C C ✓ O. C C — r COL iCt X X % X X S C C C t4 G .C C C 6 I --I- v r J .T .t .1 .T .l :4 j _ 4 .C .C .C .C .C 'C L .C 'C C C A .C X % % J C C C .C .C .C .C J '0 .C N C S .C .C .C .C .C .C .C .C C v X .C X X X X X % X X X X X C C v C C Z .O C .C � H u u % X X X Y, ` ` X X % X % S Z X J , V <, S J C ` r L v S J l H s o v a .C C C C .C .C .C .C .C IC-- a u J :J •O v `: v a .%T C .0'XC •0 •C C J < G .C J C .C .O L .C .C' % % ~ X X X % X X % X X X F C - F V H C Z NZ .. F- 4C- H -- F- F - F C C C Y .C C '1' -C = C _ L L _ 1 L _ __ V. V. V p O _ F .. I I C1 I Li L I L 11 L I ri I I 242 Occupational Safety and Health Admin., Labor Subpf. P. App. C L V X •C J N J J ¢ F J 0 r V.C . •J N W n -S W ,.:>C x J '.. n J J O O O J X % x x • R n N J J W • L L C C C C C') N� V O Y. X % ^� L u n9., J J •- L L F C W v a L' J N I-- N J1 .l 11 J` i. In 7 N iLa. N W • D G J . /l - Y r C = W a N y O O C a ` s O r r ¢ s X X )C Y. X Y. C y 1'' X X C C O C ¢ O ry 1- N U s C _ rvl L S - E Z - .7.1- E U N N N N In N 6 ♦ N L' V W N N N - L r W Ir '4 - i r_ >..- _ N -. 1 % I. L X X X X X X X X X C N z y, J •0 'C L '0 C C C C C r J v I C n c I-.0 O N C N C C C C C C L r N •O 'C •O x x X X X X J J L L X X X L C C L C ¢ -- J •C •O ) J_ La J: O 2 W O F 1.-a- 2 P L S L •O C C C C S _ ¢ = x X x x X X X x X r_ C J C L L ¢ .: L ¢ J V -- -0 J L C C C C C PJ •G d L x X x x X x u E L SC X x L L •o L •c C I - fl a v u E 30 J .p C L C C C C C — X % x X % X Y. X IC J J J J L •C L C 'C C — W � • V O O C O C O O O O - J: L tr L 6 VC _ L_ L L C a F U- s C L 2 W C C r J O W Q O W W N C C H — - I— ry C C L F — H ^+ 243 Subpl. P, App. C 1_. G H M = -I I- L T I -f N CI —' 1 1 tl C C 'l. L 2 U CI F N 29 CFR Ch. XVII (7-1-92 Edition) U J < v — W i 3 C G x x r. r, x x K A r r C O • •=� �' J J• N u'• N N N L G J L :a. •l. C ry O N W J m X X X X N XC v m C C O F— -- V. C C C m m m ^ 'C X x X X % C—- m m m m m m C O G m m m x v % X % X X �X x Y: m 9 m -m m m m _ X X x X X x C C m e m SLi.O _CI— 'p .p J CU X it X X % X X _ y '0 .C L •C m m r J G_ ` m m m X x X x X x X x L .C .C •C .C C C r _ L XU L .C C O Y m Y .C Y Y C G G ti. _ Y U .. U J Y J J -— it p y v L L L Y C L L VY 0 Y C L Y- i O V = 2 N2 N2 = — L Z J C O 0 N N O O JC C Y 4 C L v 244 [J I I Li [1 I I I I I I I I [1 I H I Occupational Safety and Health Admin., Labor AI'1'Et.'UIX D TO SURI'ART P —ALUMINUM HYDRAULIC SHORING FOR TRENCHES (a) Scope. This appendix contains Infor• mation that can be used when aluminum hydrnulic shoring is provided 0.9 a method of protection against ca%c-ins in trenches that do not exceed 20 feet (6.1m) in depth. This appendix must be used when design of the aluminum hydraulic protective system cannot t -c performed In accordance with § 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 first be determined using the soil clusification method set forth in appen- dix A of subpart P of part 1926. (c) Presentation of let/orniation. Informa- tion is presented in se%vral forms as follows: Cl) Information is presented in tabular form in Tables D-1.1, D-1.2. D-1.3 and E- 1.4. Each table presents the maximum verti- cal and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D-1.2 are for vertical shores n.Z-ypes A and B soil. Tables D-1.3 and D1.4 are for hori- zontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data Is presented In paragraph (d) of this appendix. (3) Information explaining the use of the tabular data Is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring: Typical installations" (d) Basis end limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Mod- ulus requirements in the D-1 Tables. Alumi- num material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (I) 2 -inch cylinders shall be a minimum 2 -inch inside diameter with a minimum safe work- ing capacity of no less than 18.000 pounds axial compressive load at maximum exten- sion. Maximum extension is to include full range of cylinder extensions as recommend- ed by product manufaturer. (II) 3 -inch cylinders shall be a minimum 3 - inch Inside diameter with a safe working ca• Subpl. P, App. D p::, It) of not ins:, tluarl iU.U0U i•.:::Id.:null compressive load at extenAunS as recom- mended by product manufacturer. (3) Limitation of application. (1) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced Jr. 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 Tables are not considered adtdua:e. 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 informa- tion are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D -l.1 and D- 1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D- 1.3 and D-1.4. The soil type must first be de- termined in accordance with the soil classifi- cation system described in appendix A to subpart P of part 1926. Using the appropri- ate table, the selection of the size and spac- ing of the members is made. The selection is based on the depth and width of the trench where the members are to be Installed. In these tables the vertical spacing is held con- stant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydraulic cylinder horizon- tal spacing is the same as the vertical shore spacing. 245 I Subpt. P. App. D (II F.rarnph, to 1!(us(ltlrr (hr ('se of (he Toblrs' (I) Example is A Irrnch dug In Type A soil Is 6 fret deep and 3 feet wide. From Table D-1.1: Find ver- (ical shores rind 2 inch diameter cylinders spat cd 8 fret on renter lot.) horti.untnlly. and 4 feel on renter (o.c.) vertically. (See Figures I & 3 for typical insta)lations.) (2) F.xkmplr 2: A trench is dug in Type B soil that does not require shorting. 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.r. horizontally and 4 feet O.C. v(•rtical- ty. (See Figures 1 & 3 for typical Installa- tions.) (3) A trench is dug in Type B soil that dory no rt•quire sheeting, but does experi- t•nct sunny mii•tu raveling of the trench face. The trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find -vertical shores and 2 inch diameter cylinder (with special overs- leeves as designated by footnote #2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertf- cally.plywood (per footnote (g)(7) to the D- 1 Table) should be used behind the shores. (See Figures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in previous- ly disturbed Type B soil, with characteris- tics of a Type C soil, and will require sheet- ing. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cyl- inders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3. 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug. in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. 29 CFR Ch. XVII (7-1-92 (dition) ern lralic. 3. 12 umber shrei mg Is ru•qutred at close .spari::g t-nically. (See Figure 4 (or typical Inslallal Ion ) (g) Footnotes, and grnrrai notes, for Tables D-1.1. D-1.2. D-1.3. and D-1.4. (1) For applications other than those listed in the tables. refer to 4 1926.6522(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 fet t, refer to : 1926,652t'(2' and § 1926652(cx3). (2) 2 inch d atnrter eyllnders, at this width, shall have structural steel tube (3.5 - 3.5 - 0.1875) el.ersireves. or structural oversleeves of manufacturer's specification. extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 Inch cylinders shall be a minimum 2 -inch inside diameter with a safe working capacity of not less than 18.000 pounds axial com- pressive load at maximum extension. Maxi- mum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3 -Inch cylinders shall be a minimum 3 - inch inside diameter with a safe work capac- ity of not less than 30.000 pounds axial com- pressive load at maximum extension. Maxi- mum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured center to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local raveling (sloughing of the trench face) be- tween shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D. item (d). for basis and limitations of the data. I I I I I [I I I I I I I I I I I 246 Occupational Safety and Health Admin., labor Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. I FIGURE NO. 2 / I W nA. ....AC / I w.w IAN YOU:/..1 In/n Arwpppl 401110 0III0Y1Al SPA[IIL SPACING It" It. I, II r[LIICAL .. S PACIaG .� A' MAY. L� 2' MAX. FIGURE NO. 3 VLAICAL4WM nTV•IC I Oa.O ♦4 )L4L01 0 v` S .O� I O \O VEA i1 CA' S r AC: NC A• MAY. 2 MAY. II IIICAL RAIL vEiI ICAL AAIL A ID'AUL IC c,t Iv0EA iD VE ET ICALLL SPACIIC A' MA'. Z' ILA'. FIGURE NO. 4 ALL pOd ..O *LLC UONIC w ITT• tAU [w Ii.KW //f{ M0112OITAL SPACING A a 'CET ICAL tAIL 2' MAX./'i I/ J •IouuL IC I C TL lint VENTICAL !I SPACING I, \ +IIAutIC C U.IYOEA PL,r000 x lD taut[C C ILIx0E1 247 Subpt. P, App. D a O O 1= c L •L.n � N �o u > C_ C_ C O s Ln 4 ¢ LU- Qz C_ ¢ r ¢ 2-0 z U ? C f 2' Q > V c G ¢ izz f O 29 CFR Ch. XVII (7-1-92 Edition) .' r M N O Z iL Ly, u�.l r? O > c . t>il - O N O � C (.,, p I C.. O^ I a t O . � > I .. O E C1 Cl I -. L v .- U ovu hm ` E E � Q Q K K n ccy ycy � 6 C t ¢ < n U V n0) N N u u u u. Z Z 248 Occupational Safety and Health Admin., Labor 5 C7 z C O , 2 LU t�UO`CL z O v F U U < F C < Z > } < C- 0 F L --• J < U U xr< < L G < I� = Z Z F ?OU °-? N < L < ZO -4 E i1 Subpt. P. App. D 0 Z 0 L L Op U..iOO., ��OR Cl J > r CN L' 0 7 O O �O F C C C C- G C C C cL C J C, iiiE u u ` ' e K K C 7 7 O Cy -C � G G u u a u u v h U - r4 v N u_ u 8 a C LLZZ r 249 Subpt. P, App. D z C ✓� :r C ti G •f - .J C C };.7 v: z z 29 CER Ch. XVII (7-1-92 Edition) N Z L . U y PC I 7 r N_ r S 0 O I I y� y Y r p F 7. Z Z 7. 7. Z 7. 7 Z F. - r. r. r. r. r. r. U C ry NZ O G C C C C r. C C P ri L - C r. C L ccs _ Vf I- 2 L _ - C ._ ri ri _ — C %% 7'Z % t7 Z 7. — n / — — — — — - — — r Z (j L "- U C n z C C C C C C r. C C O C s a r� .C s C r, P > L F O V, c r C Y y 3 c z z z z z z z z z N r't N t1 r. N rt r) c v C a C C C C r. C C W _ _ < x a ry 'C C r. .G 0E- - z • z O_ r O C r. C C r. C C t G Z r. r < r. r c r. r v 3 z — y < L - U F LLI t- C L:: O F r. L' r. - C — % O = C =C a c C F [1 I I I C I I I I I I I r I I C 250 Occupational Safety and Health Admin., Labor z O Quite; J Li L U } F z3� z Subpt. P, App. D t v - = J W Lj ri N / r ,-r, I. r. I. r. r. .�. r. r•. r. r. d } C v. C C v C Y. C a M _ _ t_ C r. f! a X r! rl N U c z Z f Z c ` U Q J F x C ... f .. r C O ? K L C Q v. r. Y. C C1 3 z z z z z z z z z z F y L v c Vt C r. v. G - • v z Z j v r C C C G Z - - cm 4v - I h C 3 - u? z < L O z C s C Et_z V t_r FC u"FY_. r.FG C O N s C D C 5 a > C C C 251 Subpt. P, App. E 29 CFR Ch. XVII (7-1-92 Edition) APPLNUI x E TV St'HI'ANT 1' —ALL :HNAl I %'Lb lU DINNER 111O11 I wU YI u Tg.' MA VERTICAL RAIL HYDRAULIC CYLINDER I yn VERTICAL ui SPACING IIM 4' MAX. 2' MAX. Figure 1. Aluminum Hydraulic Shoring I11,I1 ISI�I� I11�1�iq� Ci , l !� .ICI Ali! a r/errtNl O O O O Figure 2. Pneumatic/hydraulic Shoring 1 I I I I 252 Occupational Safety and Health Admin., Labor 1 Figure 1. Trench .I.icks (Sere .La. ks) Figure 4. Trench Shields Subpt. P, App. E 253 Subpt. P. App. F 29 CFR Ch. XV11 (7-1-92 Edition) APPENDIX F TO SUBPART }'-SELECTION OF PROTECTIVE SYSTEMS The following figures are a graphic summary of the requirements contained In subpart P for excavations 20 feet or less in depth_ Protective systems for use in excavations more than 20 feet In depth must be designed by a registered professional engineer In accordance with %1928.852(b) and (c). Is the excavation more than 5 feet in depth? Is there potential for cave-in? Excavation may be NO made with vertical sides. Excavation must be sloped, shored, or shielded. Slowing Shorin selected. select Go to Figure 2 Is the excavation entirely in stable rock? or shielding Co to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 1 1 1 1 254 Occupational Safety and Health Admin., labor SlopInF. ,.rl,ct ed a ti;; method of protection will soil clan,.ification be made in accordance with 31926.652 (b)? Excavation must comply with one of the following three options: Option 1: 51926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 11926.652 (b)(3) which requires other tabulated data (eee definiticr.) to be followed. Option 3: ,41926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Subpt. P, App. F Excav3tions must comply withi:9:t'.65'_ (b).(1) which ragcires a slope of 1H:1C 1. FIGURE 2 — SLOPING OPTIONS 255 I Subpt. P, App. F 29 CFR Ch. XVII (7-1-92 Edition) Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option I 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 ,51926.652 (c)(4) which requires the excavation to be designed by a regisr.ered professional engineer (e.g. any designed system). I 1] I I I [I I I I I I I I I I L I FIGURE 3 - SHORING AND SHIELDING OPTIONS 256 I I I L L I P Exhibit GC -A Dispute Resolution Agreement I. I LI I I I [.I I I I I I I L I I I I I I I ID I I I I I FJ fl EXHIBIT GC -A to General Conditions of the Agreement Between OWNER and CONTRACTOR For use with EJCDC No. 1910-8 (1990 ed.) DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions to the Agreement between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or 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 14.15) 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 to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days period will result in ENGINEER'S decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renderers 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 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3 Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. Exhibit GC -A-1 L 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 the arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5 Notwithstanding paragraph 16.4 if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a SubCONTRACTOR, either OWNER of CONTRACTOR may join such SubCONTRACTOR as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 as 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 may be 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 Association 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 shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. Exhibit GC -A-2 I I I I L I I L I I I I I I I I I I