HomeMy WebLinkAbout78-99 RESOLUTION•
RESOLUTION NO 78- 9 9
A RESOLUTION AWARDING BID NO. 99-52 IN THE AMOUNT
OF $102,313 AND A PROJECT CONTINGENCY AMOUNT OF
$10,000 TO TOMLINSON ASPHALT TO CONSTRUCT A 10' X
75' PREFAB STEEL BRIDGE ACCESSING GREATHOUSE
PARK; AND APPROVING A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section L That the City Council hereby awards Bid No. 99-52 in the amount of
$102,313 and a project contingency amount of $10,000; and authorizing 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
$16,000 increasing Bridge & Drainage, Acct. No. 4470 9470 5817 00, Project No. 98004 1 by
decreasing Building Costs, Acct. No. 4470 9470 5804 00, Project No. 97019 20. A copy of the
budget adjustment is attached hereto marked Exhibit "B" and made a part hereof.
.PASSED AND APPROVED this 15th day of .Tune , 1999.
1 -. 1 ,
•
ATTEST:
Heather Woodruff, City
Fred Hanna, Mayor
Cie eBed
•
•
r r
N T'.
L i
0 N
O'0
•
a
T
m
o
O N
N N N N N N m
w +
0 0 0 O w O N
0 0 0 0 0
o o O O O U O
w
O
0
u
a
t
V
D
9
N 0N
+
0 0 U
N N N N
W
8
O 0
8
8
8
N U U N N N N N
N
'1 0 - + gQN $$.!' r
0 8 0 0 0 0 0
o 0 0 0 0 0 0 0 0 0 0
O O O OIO 0 O O O
N
N
88
w NIN N U N
UI
a W
N O m O N* N
8 818 x 8 8 8
N
N
w W
22
88
Vs N N
0
0
K
03
mIU a
010 Ln
0
O m
m
G'
;l°
3
14
•
.0
0:010
K K K
1
O CT
* m
0
K
N N N m N m
A 901* N N P
8 81t 8 8
w N N w N w
08
8 8
N
0 N N
8 8 8
P O U VI m m
8 8 8 8 8 8
N NIN V) m N m N
I
+ NI W a+ W 0 N
O o' 0 N ppO O N OO O N
U p0 a Qa ppa O 0000 ppp pO
O 818 8 8 8;8 C O O O
N N N 41 N
w w or.
s
N
N
N
N +
thpW 0
80i
8
1910 N 000 N 00 N N
WI
8
wl o
o yI o 9, o 0 a 0Ia 0
sgss8ss000
N ,w N N w 4*
$ 8
8
N
N
8
8
N N
0 U N N
N V p pm +
op+ N O W
O m 9•N
8181,8 $is
1O
m
8
m
P
th
O O
8 8
3
g.
I' 6
w
c.gr
8
N N w
8w
O O O
8,8 8
N N m
+ ▪ m
m C)
w o
O O
8 8 8
N N N
oommm
0 0 0 0 0
0 0 0 0 0 0
8
w N N N
_ _ N W O m O
y0� qWQ+ a Wim m 0IN ; {T m N a a v
i5 S o xl�0'0 m o o m i 0$$ 3
g8818180o1oee0o008$
N N N Uiw N NIN N w Nlw
I I
y , C3IS
mIN S•mlm m U i(7 8aBI8 n
O� V U V m U
8�8I 8 N:8 018 818 8 81
N7N NImIN M N N
Wo iyNySII NgI'u I 00 ul$ o'g+
iNDN NDN N N. 0
NJ!
fo>l?
818 818;8 8IN8
88 8j8 8
N'N N
N N N
ti
0
mm
•_. g
0
U 1 "
8Im 3 0
3
U
0
8
q-
81
Bid Tabulation
for bids received May 25, 1999
tb
10
co CID
44
Q
Is
y
CD
tutby03
J y
ta
CL
COm
aadadi
`Wd90:£ 66-9Z-Aell `•4480 Ea 1,09`•'ouI `ee4eToossy 6uTueeuTBue I :A8'4+ue
E/C °Bed
m CO
m ,e
0
u
a
N
T m
N a w
aim a
a 1 A.
• a;
U v
a o
N as
i
1
N <
a a w
N�+
N
O
m
a
8
N
to
V
co
O
<<<
m ▪ S
a
D
F
uovipacoa well
a
m
0
8
N N
0 0
N a
64
a
O O a O
8828
01
m
La
a
N N
E
0 0
..
a m qwq�
k o Y
O S co co
a
N N N 8a a
T
O U O 0
O 0 0 0 0
a o 0 0
N a a a a
A
O N
8 8
m
0
8
a
i
eaN
a
S
O
N a a a a
5m
25 m a m m
O 0 0 0 0
0 0 0 0 0
a N a a W
+ O W
0)
m .i w m L.
O 0 a 0 oT
O O O 8 O
q
pUp TO{p W.A
W o W i
W
a:N a a:a
A
V a. N
m!V a Vm
m�1�0
pOo pO ap
y N�
8 of O O U
a a
N
a
a
000 0
oo 00
N N a
N
o N
O
8 p
N a
N O
V V A a
a • . a W o
W
9
8
R
a
N N N a a N
O.ypNpm m
c
8 8 01 8 8
0
N a N 64
N
N
w N
0 0 0 O a 0 co
8 8 8 8 8 N 8
• o
88
a
LO
m
U
a a a a a a
w m + N C
8 F
O o O
8 8 8 8 8
N N
W N +
o a OO
BgB$
a
8
N
A
8
a
8
m m
O O
N
{y}� 8A 8N
o O g
oomo
0 . O O O
N a
N
W N 0 a p?O >
8 • N 2 § m Sit §
0 0 0 0 0 0 0 0
a
eti
m
m
o
N
n;i
EN i
y
LIZw
1112.
1
CD
`•Wd40:£ 66-9Z•Aei9 4490 Ca L0gf'ouI `seletoossv BuTueeuTBu3 INAS 'y'9E
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1999
Department:
Division:
Program:
Public Works
Parks & Recreation
Sales Tax Capital
Date Requested
June 1, 1999
Adjustment #
Project or Item Requested:
$16,000 in the Greathouse Bridge
Replacement Capital Project.
Project or Item Deleted:
$16,000 from the Parks Maintenance
Complex Capital Project.
Justification of this Increase:
The additional funding is needed to cover
the bid cost of replacing the current
bridge located at Greathouse Park.
Justification of this Decrease:
Sufficient funding remains in
project to achieve objectives.
Increase Expen a (Decrease Revenue)
Account Name Amount Account Number Project Number
Bridge & Drainage 16,000 4470 9470 5817 00 98004 1
Decrease Expense (Increase Revenue)
Account Name Amount Account Number Project Number
Building Costs
16,000 4470 9470
5804 00 97019 20
Approval Signatures
Requested By Date
dit
Manager
1611.111
ad ad
De. nment free
L
Admin. Services Director
Nlaynr
Date
Date
Date
291)111liq,�
Date
Budget Office Use Only
Type: A B C D E
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blue Copy: Budget & Research / Yellow Cope: Reqz ester
CADATAV'ORMSVIA .AD ABA DJfJJ,, WK4
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1999
Department:
Division:
Program:
Public Works
Parks & Recreation
Sales Tax Capital
Date Requested
June 1, 1999
Adjustment #
Project or Item Requested:
S16,000 in the Greathouse Bridge
Replacement Capital Project.
Project or Item Deleted:
$16,000 from the Parks Maintenance
Complex Capital Project.
Justification of this Increase:
The additional funding is needed to cover
the bid cost of replacing the current
bridge located at Greathouse Park.
Justification of this Decrease:
Sufficient funding remains in
project to achieve objectives.
Increase Expense (Decrease Revenue)
Account Name Amount Account Number Project Number
Bridge & Drainage 16,000 4470 9470 5817 00 98004 1
Decrease Expense (Increase Revenue)
Account Name Amount Account Number Project Number
Building Costs
16,000 4470 9470 5804 00 97019 20
Approval Signatures
Requested By Date
Admin. Services Director
Date
2.84-5
Date
Date
Mayor Date
Budget Office Use Only
Type: A B C D E
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blear Copy: Budget & Research / Yellow Copy: Requester
QVJATAfORMSBA.ADABADJFJJR IVXJ
0
INSURANCE cuMpAIIIES 0
0
FIREMAN'S FUND INSURANCE COMPANY
THE AMERICAN INSURANCE COMPANY
NATIONAL SURETY CORPORATION
ASSOCIATED INDEMNITY CORPORATION
AMERICAN AUTOMOBILE INSURANCE COMPANY
Fat is? risk 78-9
Bond No. 11119461637
ARKANSAS STATUTORY PERFORMANCE
AND PAYMENT BOND
We Tomlinson Asphalt Company, Inc., Fayetteville, Arkansas
as Principal, hereinafter called Principal an National Surety Corporation, Chicago, Illinois
as Surety,
hereinafter called Surety, are held and firmly bound unto The City of Fayetteville, Arkansas
as Obligee,hereinafter called Owner, in the amount of -One Hundred Two Thousand Three Hundred
Thirteen and no/100
Do fg 102,313.00 1
for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by
these presents.
Principal has by written agreement dated
June 29, 1999
entered into a contract with Ovmer for Greathouse Park Bridge Replacement
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
This 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 'a"i. g 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 hdt 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, not 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.
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.
Executed on this 29th day of June 19 99
360308-10-87
TOMLII SON ASP P LW CO ANY, INC.
i
By
NATIIN % SURETY OIYPORATION
urety
Lin•. Frey, At o ne
y -in -Fact
FIREMAN'S FUND INSURANCE COMPANY
NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION
THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY
•
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: Thai FIREMAN'S FUND INSURANCE COMPANY. a California corporation, NATIONAL SURETY CORPORATION.
an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomesticated in Nebraska. ASSOCIATED INDEMNITY
CORPORATION. a California corporation, and AMERICAN AUTOMOBILE INSURANCE COMPANY, a Missouri corporation, (herein collectively called "the
Companies") does each hereby appoint WILLIAM W. BUSSEY, JR., DIANNE COWAN, HENRY NOOR, ALLEN
J. McDOWELL, JOHN GERETY, LINDA FREY, CAROLYN A. CORY and JOHN M. ELLIOTT,
LITTLE ROCK, AR.
their true and lawful Anomey(s)-in-Fact. with full power of authority hereby conferred in their name, place and stead. to execute- seal. acknowledge and deliver any and all
bonds, undertakings. recognisances or other written obligations in the nature thereof
and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seals of the Companies and duly
attested by the Companies' Secretary. hereby ratifying and confining all that the said Auomeyts)-in-Fact may do in the premises.
This power of attorney is granted under and by the authority of Anicle VII of the By-laws of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY
CORPORATION, THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE
COMPANY which provisions are now in full force and effect.
This power of attorney is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE
COMPANY. NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN
AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or by written consent, on the 19th day of March, 1995, and said Resolution has not been
amended or repealed:
'RESOLVED that the signature of any Vice -President. Assistant Secretary, and Resident Assistant Secretary of the Companies. andthe seal of the
Companies may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any cenifrcate relating thereto. by
facsimile, and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimile seal shall be
valid and binding upon the Companies'
IN WITNESS WHEREOF, the Companies have caused these, resents to be signed by their Vice -President, and their corporate seals to be unto affixed
this 7R day of ,Tannary i.
STATE OF CALIFORNIA
SS.
COUNTY OF MARIN
FIREMAN'S FUND INSU
NATIONAL SUR
THE AMERICAN 1NSU
OCIATED INDEMN
AM RICA UTOMOBILE INS
v,
On this 28 clay of January 1999 Y �� ALO
before me personal) came
E COMPANY
RPORATION
E COMPANY
CORPORATION
NCE COMPANY
to me known.
who, being by me duly sworn, did depose and say: that he is a Via -President of each company, described in and which executed the above instrument: that he knows the
seals of the said Companies; that the seals affixed to the said instrument are such company seals; that they were so affixed by order of the Board of Directors of said companies
and that he signed his name thereto by like order.
IN WITNESS WHEREOF. I, the day and year herein first above written.
ark'. Judy K. Bechtold
�V 1C Comm. #1009437
V 4 NOTARY PUBLIC - CALIFORN
i. SONOMA COUNTY - 111%%%
�. Comm. Exp. June 2, 2000 a
STATE OF CALIFORNIA
COUNTY OF MARIN
I. the undersigned, Resident Assistant Secretary of each company. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force
and has not been revoked; and furthermore that Article VB of the By-laws of each company, and the Resolution of the Board of Directors; set forth in the Power of Attorney,
are now in force.
SS.
ATE
Signed and sealed at the County of Marin. Dated the
29th day of June
360791-11-98
A4.i t— /1/ I ir�—
Rctiaem ArYWnI Saaeruy
i
STAFF REVIEW FORM
X _ AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
)ac -57894
MICRO]F!L MED
For the Fayetteville City Council meeting of June15,1999
FROM:
Kim J. Rogers
Name
Parks & Recreation Public Works
Division Department
ACTION REQUIRED:
Approval of a construction contract with Tomlinson Asphalt to furnish & install a 10'x75' prefab steel
bridge providing the only access to Greathouse Park. Construction will also include excavation of
the channel and concrete abutments. The contract amount is $102,313 with a project contingency
of $10,000 totaling $112,313.
COST TO CITY:
$$112114 $l l R nnn nn
Cost of this Request
1010-1505-02
2250-9250-5817-00
4470-9470-5817-00
Account Number
98004-1
Category/Project Budget
921 489 00
Funds Used To Date
$98.818 00
Remaining Balance
Greathouse Bridge
Replacement
Category/Project Name
Parke R Pnrroatinn
Program Name
Green Space/Parks Dev/
Sales Tax
Fund
�BLR E�W
Budget
Coo inator
x Budgeted Item
5(0
x Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accounting Manag16r
C—
....,'
Atto ley
s?v�
Purchasing Officer
Date
Date
5- a loo\
Date
GRANTING AGENCY:
ADA Coordinator Date
Iry€ernal Auditor Date
STAFF RECOMMENDATION:
Approval of this contract.
/,IFS if
on a Are
Iivi
part' t D . ect
Administ
ive Services Director
Dam C
£t 2849
Date
22
Date ,
Mayo
ate
Cross Reference
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna and City Council
Thru: Charlie Venable, Public Works Director a1/11/.4.
�Connie Edmonston, Parks & Recreation St rintendent
From: YtTm J Rogers, Parks Operations Coordinator
Date: May 27, 1999
Subject: Award of construction contract for bridge replacement at Greathouse Park
The Parks and Recreation Division requests approval of a construction contract with the low bid
of $102,313 from Tomlinson Asphalt for the bridge replacement at Greathouse Park. This
contract consists of fumishing and installing a 10 foot by 75 foot prefabricated steel bridge
across Town Branch Creek providing the only access to Greathouse Park. Construction will
include excavation of the channel and constructing concrete abutments that will meet all
American Disabilities Act and Federal Emergency Management Administration (FEMA)
regulations since this park lies within the flood way.
In addition to the construction costs of $102,313, we request a project contingency in the amount
of $10,000 making the total request of $112,313. This is within our HMR project budget with a
budget adjustment from the Green Space fund and Sales Tax fund. The Parks and Recreation
Advisory Board has approved the green space expenditures for the bridge.
This project has become very complicated and costly due to the stringent standards set forth by
FEMA in providing a no rise of the base flood elevation. Park staff, land agents, and engineers
have investigated other locations for an entryway and have found the north side by the parking
lot as the only feasible site. Currently, there is not an entryway into the park. The swinging
bridge was torn down in 1995 due to unsafe conditions. Park patrons have been entering the park
over a sewer pipe across the creek. Park maintenance staff has access through the Levi Straus
plant, however this will change with the possible sale of the plant. Greathouse Park is the only
city park that serves this immediate neighborhood in the southern portion of our city. A bridge
access is an essential ingredient for the success of Greathouse Park.
Attachments: Staff Review Form
Staff Review Comment Sheet
Bid Tabulation Form
Purchase Requisition Form
Construction Contract
City of Fayetteville
Community No. 050216
Floodplain Development Permit
(Required for all development located within Special Flood Hazard Areas)
Date: January 7, 1998
Site Address: Greathouse Park Bridge
Lot # and Subdivision Name:
Applicant: City of Fayetteville Parks and Recreation Department
Name address phone #
Contractor: CEI Engmeennq Associates, Inc. 110 W. Central, Bentonville, AR 72712 273-9472
Name address phone #
Name of company or firm performing the survey to establish the base flood elevation
benchmark on the site, as determined by the Floodplain Administrator
CEI Engineering
Has a benchmark for the base flood elevation been established on the site? yes no
Has a benchmark for the lowest finished floor elevation been established on the site? yes no
Note: The applicant is responsible to determine the elevation of the site and to elevate
structures as required by the City of Fayetteville Flood Damage Prevention Code.
Applicant requests that (to):
X Construct Mine Construct Add
Remodel Elevate Drilling
Demolish Add Fill Manufactured House
Storage (equipment or supplies) (Placement)
List use of structure: The Fayetteville Parks and Recreation Department plans to construct a 75'
pre -fab pedestrian bndoe over Town Branch Creek CEI Engineers have certified that the
proposed bridge along with channel excavation will not cause any rise in the base flood
elevation.
Base Flood Elevation:
Flood Map Effective Date: September 18, 1991
Proposed Lowest Floor Elevation:
Flood Zone Type: AB C X Other
Finished Lowest Floor Elevation:
Lowest Adjacent Grade:
Plans, specifications and application for permit filed by the applicant shall constitute by
reference, a part of this permit.
/- 7- 99
Approved By: Date
C
Date
1
L
1
ENGINEER'S CERTIFICATION
GREATHOUSE PARK
PROPOSED BRIDGE PROJECT
CITY OF FAYETTEVILLE
PARKS & RECREATION DEPARTMENT
FAYETTEVILLE, ARKANSAS
December 15, 1998
Based on, and limited to, the data and analysis and their accuracy and applicability,
presented herein, the proposed development as indicated in this report will not endanger
life or property, public or private, above any levels already existing. Furthermore, the
proposed bndge construction along with the proposed channel excavation will not cause
any nse in the 100 -year flood water -surface elevations as determined by the Flood Hazard
Study performed by FTN Associates, Ltd., Little Rock, Arkansas dated September, 1997.
1, C. Michael Shupe, Registered Professional Engineer No. 5066 in the State of
Arkansas, hereby certify that the results of the hydraulic analysis in this report have been
prepared in accordance with the regulations of the Professional Engineers Registration
Act of the State of Arkansas, and reflect the application of generally accepted standards
of engineering practice.
• CEI Engineering Associates, Inc.
at -or
AR I AS '�
REGISTEDEB
OFESSIONAL
ENGINEER
qq9 No.5066 Ste
C. Michael Shine, P.E.
Co-Founder/Chairman
•,,tett..,...
T
c, #0,.,%
�
Ell"(--1':-
� 1 Ehgineering y�
-- associates, Inc.
V.; No.1t8 O
t
o ...:0
•.
4,c4A.SAS ENG :
an- 8y: .:i Cnginaariny A.naociaces, Inc.;oul 4/3 ubrr;
00
(Jr
as z
00
,2
y W
S,
cti
0 t
�1
Cr)
944rn
Vc
N
ar
N
8
May -26•99 3:05PM; Page 2/3
8 818 81818 811218 8'818 8'8
I w IY1�18 n 1: N 0 '0 el
N NN NIM N N N N
8Q888 100 0) 851-4811.; 8 �
N
9- Q
.. N N N N N N
N N
8 S
8 8
g n
O
..
818
741.
0
O
8 8 8 8 818 8 8 8 8 8 8 8
R i R R e R R R R g 4 5
O eVI N ri 10
N N
44
N
..
8 8
8
Oi0
N .......... N N N
8 8 8
N N N N
8
N
N N
88
8
O 8
N
e
8 88 8
O g
4444,
N
N
8 8
g
0
O
E
0 S
8
5
CB
C
8
a g
F g
n
8 8 8 8 8 8
8 A /m1 C
u m - Q
e 4 9- ry
✓ N
N N N N N N N N
880
O
8
b
O
O
N
88 8 818
Yp a�o
en Y O N 72 2
ri v en.
vi
N N NIN N NIN N
8 8 8 8 0 8 8 8 8 8 8 8- 818 8
Q Q 10 f0 O fl N O MI N. O 616 N
`6'• `�' m O Irl N N I p Q
iO 1 N
b
0
N N
N
N
N N N NIM N
0 0
Q 8
N N
8 8
N N
S 113.985 OD
•
U
O
H
1
8
818
0 9
a n
v
8
m
m
8 8 8 8 8 8 8
�g
N N 8 pp p�
N m N• R N O
n( ; ri n
N N ...
48a888
O
N N Y
• �
N N N N CO
ri
w
W
N
N
N
> >I> >
U UI0 U
8 8 8
iei v c
N O
N N
to
N
N
0 0 0 0 00 Cry
N 8
N'N N N NIN N
4 o 9
N N
n,8
NO
lQ
N N
N:0 0 -
NI0 N
U N Q ti N
1
a
a
c c t1
U dS
III 51
s
%
a
tl
m
b
5
T
'O
44
N
8 8 N 0 0 0 O
O O O O O
M N O N C o 0
N O Q N
N
M
In N
w N
0
N N
co
N
N
8
0
M
N
U N
NCfl
J
o
c N
pX Q
C
E g
a t % b
4,q'a 8
0 4Q e 3 4
a �1 a X w
,
^- a1.2
0
1/38
a
ieiri By: JEI Engineering Associates, Inc.;501 273 0844;
May•26•80 3:05PM; Page 3/3
aJ
Sp
C f
L
ca1 C
X
y Q
O
IFS CD
•V
CD d i
CD an
— r
W
0
W
8
y 88 S8
Y O O
d t
81 8s
»»
8 8
8
4,
8
th
88
o -
M H
88
g
88 8. 8 8
gog'§
N r d ri
M N M VI M
8 8 8 8 8
Y O OO O
g` n a
N 17
M
88
N p 3 O
U
O 8 8
0
r . O O
y ? O T
0 G g b
O
N H
8 %3 N.8
Iri „ N , of
u E
c =
gt
8
0
3 N
f n
0
8
O
h
N
is e
0
c
a
9
w
c • IO m rl
VI Y A A
O N
N4N
8 8
O .n
N O
0, m
• N
0 N
w
O
O
h
N N
N N N
Vi
W W 0 0 0
0 0 >•
U U
ac
0
a
ri
W
m8
M
8
O
N
N
O
w
N r, a
1
c
g
1
3
C
1
S 1,998.00
cn
0 S
d o
0 N
88
0 0
8
8
rl
6
n S O
N n la
m
6
6
ai
V 0 8'8 8p p
8 8O 8
b < O O Ill
0 N r N
a W w
OO . O O
p Ml O' O O O
O n Q N vl Q
.7( N Sf
O N
1 CO 0
0,
N
• 0
8
0
N
N
}
y
1
UIN
0 ▪ J
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Connie Edmonston, Parks Director
From: Heather Woodruff, City Clerk
Date: June 22, 1999
Attached is a copy of the resolution awarding Bid 99-52 to Tomlinson Asphalt for your records
I am also returning three originals for you to distribute. One original will be microfilmed and
filed in the City Clerks Office
Your purchase requisition has been forwarded to the Internal Auditor.
cc. Yolanda Fields, Internal Auditor
Steve Davis, Budget Coordinator
•
STAFF REViREGENED
AGENDA REQUEST NOV 0 9 1999
XXX CONTRACT REVIEW CITY OFFAYETfEVILLE
GRANT REVIEW CITY CLERK'S OFFICE
For the Fayetteville City Council meeting of n/a
ocrei> 141 tail -
70 -19
MICROFTL ED
FROM:
Kim J. Rogers
Name
Parks & Recreation Public Works
Division Department
ACTION REQUIRED:
Approval of a change order with Tomlinson Asphalt to eliminate most channel improvements, move
the bridge 55 feet upstream, reduce bridge span by 5 feet, and revise the bridge abutments to
Contract #716 Ow AN- (vlea4 Cv4t. c3tA&d 9,1Ait0
COST TO CITY:
Cost of this Request
1010-1505-02
2250-9250-5817-00
4470-9470-5817-00
Account Number
980041
Project Number
12j,32J
Category/Project Budget
It25-0i
Funds Used To Date
nz D
Remaining Balance
f;raathnuca Park Rrid0a
Category/Project Name
Parke & Rarrnatinn
Program Name
(:Spars/Parke ❑av/SalacTax
Fund
BUDGET REVIEW: _X_ Budgeted Item Budget Adjustment Attached
Budget Coordinator
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
etGi'4 iiyJl
Accou.ting Manager
City
Purchasing Officer
GRANTING AGENCY:
Date ADA Coordinator Date
it -sr . 0444cYLAkt
Date Id ernal Auditor Date
Date
STAFF RECOMMENDATION:
Approval of this change order
is i'.ili[rF71 ices Director
Date
Cross Reference
New Item: Yes No
lq/9et
Prev Ord/Res #: Contract #716
Orig Contract Date:
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
Date:
To:
November 4, 1999
Charlie Venable
Public Works Director
Thru: ConnieEdmonston j•(Q
Parks and Recreation Superintendent
From: Kim J. Rogers
Parks Operations Coordinator
Re: Change Order Credit Request for the Greathouse Park Bridge Project
Contract #716
The Parks and Recreation Division requests approval of a change order to credit contract #716 in
the amount of $25,694 with Tomlinson Asphalt. The original contract amount was for $102,313.
This change order will make the new contract amount to be $76,619. This change order has
come about as a result of the desire of all involved in the project to minimize the disturbance to
the natural status of the park and due to a computation correction in the HEC -2 computer runs.
We now find that we can eliminate the channel improvements and install the bridge in the natural
channel. The main features of the change order are as follows; eliminate virtually all channel
excavation, move the bridge approximately 55 feet upstream, reduce the bridge span from 75 feet
to 70 feet, and revise the bridge abutments to better fit the new channel improvements.
•
STAFF REVIEW FORM
Description Greathouse Park Bridge Project
Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Meeting Date N/A
Reference Comments:
Page 2
• •11!02/1939 14:24
-51 1601730084
10/%0/1999 00:
15012730644
CEI ENGINEERING
CgI HNGI14ERINO
Greathouse Park Bridge
Change Order Na. 1
Revised Quantities
Nw
2 Stall ptraalaicoodOF
oat'
4 Haitair d WOW
5
PACE 03
ALOE 02
.. SS Mee sot
1100
4
�u
11 1G,roovaki.Tollyd
12 Dinka ccaaol Dirket
13 4 tee "en
14 �oya,0 Sad? l tladGea / Weer
16 JPas COOS
17 hvwem Repair
n Gilvedaeda iflT a&.d
Btapeal0a SaaMa..
Io
etas LAe 1.11x, d t+'04$ th. •
SY
cY-
370
112
13600
r
.10
LS
at
ro
1
0
1
1
2 r
1
.10
RAF
a. rot
14se •
7b 7G, GPI
Ale re. SGC. ane Im via se cL ?rice S,
eve f rwe- two ea) So re is 4,-;
I%0 74: 9 eri 1f lacy /e.
Si/1GC/S/
4
74x
moi,/;sBM 404 ail G- .
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
AMENDMENT TO THE
AGREEMENT WITH TOMLINSON ASPHALT- CONTRACT # 716
AMENDMENT # 1
EXISTING PURCHASE ORDER # 99-2424
This is an amendment to the Agreement for Greathouse Park Bridge executed on the 22°d day of
June 1999 between the City of Fayetteville, Arkansas and Tomlinson Asphalt. The reduction in
services are required due to eliminating most channel improvements, move the bridge 55 feet
upstream, reducing bridge span by 5 feet, and revise the bridge abutment.
The reduction for services is ($25,694).
CITY OF FAYETTEVILLE:
fj
/l�/C.(%��7 t Date
Par s and Recreaion Director
Tomlinson Asphalt
(/ /VV/. / I►n (/ /1 e'en Date
Maor Fred Hanna
113WEST MOUNTAIN 72701 501 521-7700
FAX 501 575-8257
//-Y-77
�� f-99
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
AMENDMENT TO THE
AGREEMENT WITH TOMLINSON ASPHALT- CONTRACT # 716
AMENDMENT # I
EXISTING PURCHASE ORDER # 99-2424
This is an amendment to the Agreement for Greathouse Park Bridge executed on the 22nd day of
June 1999 between the City of Fayetteville, Arkansas and Tomlinson Asphalt. The reduction in
services are required due to eliminating most channel improvements. move the bridge 55 feet
upstream. reducing bridge span by 5 feet. and revise the bridge abutment
The reduction for services is ($25,694).
CITY OF FAYETTEVILLE:
/1P, , aisTi Date //---V-7
Par, s and Recr` on Director
Tomlinson Asp alt
Tib;, Date /lbit 9 9
Mayor Fred Hanna
• 11 S W EST MOUNTAIN 72701 501521.7700
FAX 501 575.82557
•
GGvvv1C)
AGEND REQUETTO
CONTRACTTIAftI\G
GRANT REVIP�,SpfF
G G�
For the Fayetteville City Council meeting of
STAFF REVIEW FORM
/u/ `I t .q of -R-E3
oir,tf.O,,deh •3
MICROFILMED
FROM:
Kim J. Rogers
Name
Parks and Recreation Public Works
Division Department
ACTION REQUIRED:
Approval on change order w/ Tomlinson Asphalt to relocate or replace the storm sewer pipe
and remove existing slab debris for the Greathouse Park Bridge Project.
COST TO CITY:
5$9980 57
Cost of this Request
4470-9470-5817-00
1010-1505-02
2250 9250 5877 00
Account Number
98004
Project Number
,.14.000
Category/Project Budget
$ log ,s0D,os
Funds Used To Date
S
Remaining Balance
f;raathnuca Park Rridga
Category/Project Name
Park flovalnpmant
Program Name
f:S HMR, 4470
Fund
BUDGET REVIEW:
l SL9
x Budgeted Item
Budget ,e"oordingrfor
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
City Attorn
Purchasing Officer
Date
7%('
Date
Date
GRANTING AGENCY:
ADA Coordinator
ernal
Auditor
add
Date
Date
STAFF
`4
RECOMMENDATION: own& o/r4&fr eet4.t^* o44t y
la Ate Ili
Head
•
D=�.. rtme / Director
y� i .
tN�
lnli Ara
III,
rvices Directo
Mayor
Date
:?:e Date
l
iff'9
fJ V
Cross Reference
New Item: Yes
Prev Ord/Res #:78-99
Orig Contract Date:
Orig Contract Number: 716
STAFF REVIEW FORM
Description Greathuse Park Bridge Meeting Date N/A
Comments: Reference Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Page 2
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
DATE: April 5, 2000
TO:
Charlie Venable
Public Works Director
THRU: Connie Edmonston
/�Parrkks and Recreation Superintendent
FROM: it,
J. Rogers
arks Operations Coordinator
•
RE: Greathouse Park Bridge Change Order Request #3 with Tomlinson Asphalt
Contract #716
The Parks and Recreation Division requests approval of a change order in the amount of
$9,980.52 with Tomlinson Asphalt. The change order consists of two items. The first includes
demolishing the existing bridge abutments and concrete slab debris in the creek area
in the amount of $900. The second change order item pertains to relocating the storm sewer pipe
to facilitate construction of the north bridge abutment in the maximum amount of $9,080.52.
This change may cost less if the existing storm sewer pipe is in suitable condition to relocate.
This leaves a remaining balance of $16,448.70 inclusive of this change order amount.
•
•
Engineering Associates, Inc.
CHANGE ORDER NUMBER 3
PROJECT:
GREATHOUSE PARK BRIDGE
DATE OF ISSUANCE:
OWNER:
CITY OF FAYETTEVILLE
•
CONTRACTOR:
TOMLINSON ASPHALT
PROJECT NUMBER: 13905.0
EFFECTIVE DATE:
ENGINEER:
CEI ENGINEERING ASSOCIATES, INC.
You are directed to make the following changes in the Contract Documents:
1.) Demolish of bridge abutments.
2.) Relocate existing storm sewer
Description: As described in Tomlinson proposal dated 3/30/00.
Reason for Change Order: 1.) City request
2.) Site conflict
Attachments (List documents supporting change)
Tomlinson proposal, as marked.
CHANGE IN CONTRACT PRICE
ORIGINAL CONTRACT PRICE:
$102,313.00
CHANGE IN CONTRACT TIMES
ORIGINAL CONTRACT TIMES:
SUBSTANTIAL COMPLETION: 105 DAYS
READY FOR FINAL PAYMENT: 125 DAYS
NET CHANGES FROM PREVIOUS CHANGE
ORDER NO.1 to No. 2
($18,735.20)
NET CHANGE FROM PREVIOUS CHANGE ORDERS
NO. 1 to NO. 2
15 DAYS
CONTRACT PRICE PRIOR TO THIS
CHANGE ORDER, NO. 2
$83,577.80
CONTRACT TIMES PRIOR TO THIS CHANGE ORDER
SUBSTANTIAL COMPLETION: 130 DAYS
READY FOR FINAL PAYMENT: 145 DAYS
NET INCREASE (DECREASE) OF THIS
CHANGE ORDER
$9,980.52
NET INCREASE (DECREASE) OF THIS CHANGE ORDER
15 DAYS
CONTRACT PRICE WITH ALL APPROVED
CHANGE ORDERS
$93,558.32
CONTRACT TIMES WITH ALL APPROVED CHANGE
ORDERS
SUBSTANTIAL COMPLETION: 145 DAYS
READY FOR FINAL PAYMENT: 160 DAYS
RECOMMENDED:
B :_ (AUTHORIALIG
DATE: A
APPROVED•
BY: Aae
OWNER AU HOflR
4/4,
DATE:
SIGNATURE)
ACCEPTED: /�
BY: "+A�VYf((AyX na
CONTRACTOR (AUTHORIZED SIGNATURE)
DATE: ;/ r%aiOe
rit
ti
Tomlinson Asphalt Co., Inc.
1411 W. van Asche
Fayetteville, Arkansas 72704
Phone 14501) 521-3179
C07-oposal
PROPOSAL. SUBMITTED TO:
NAME:r L'E.=
Days.
-Mop
STREET
DATE:
3/30/00
JOB NAME:
etee,--at"- b'6/064
STREET. ?j
/tog
p n e p
/ 4-,
CITY: STATE: CITY: rAy STATE:
We hereby submit specifications and estimates for.
PAY - °
17-641 Gt)e. will Rentirrt 'd+f d Re
-o q //ot,)
343e-
*he
PAy
/refry/
Base
e
eX; s kl ,-q u,eep
4c/6N/flew r 8nc ryack 4// w/`ft. C4ss7
b a q/ 0744 eircr 5$ and- p re v,'d 0 -icon .+P 4r
n is
i/irl i T t�i r o e v 7 so G F
We AJ I I I /ct m in/6 •and Ree lei r e, e r, S '1 f
y, ?
nesA) c/ass .2V" ,ecj° and AAA ICl/»s-i e/a.i5 7
ham/ PALI eyreSS c'L4d pnv; de 6'/e4n`r 4,-
073
unit- 121121-1O,e 0, . . -- 73 A
Y 12¢ LF = 9,oV)..sZ
$900.00
PAY 17 -EPA 2Z CSA bEW LIT/on/
We hereby propose to furnish materials and labor • complete in accordance with the above specifications, for the sum of
SEE AMit-
Azg /&c -Wet
dollar is
I with payment to be made as follows.
ALL material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices.
Any duration or deviation from above specifications involving extra costs. will be executed only upon written orders, end will become
an extra charge over and above the estimate. All agreements costings poo strikes. accidents or delsya beyond oar cantroL Owner
to carry fire. tornado end other necessary insurance. Our worker, fully covered by 's a C • n Insurance.
Authorized Signature
cceptable, please sign ane scheduled.
%Accaptars
s are satisfactory end an be
as
✓'!CC
Signa
.Data Signature \ \
•
FAYETTEVILLE
THE CITY Of FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To:
From:
Date:
Kim J Rogers
Heather Woodruff, City Clerk
April 7, 2000
Attached is a copy of the completed staff review form and change order
for Tomlinson Aaphalt.
I am also returning two original to you. One original will be microfilmed
and filed with the City Clerk.
cc: Yolanda Fields, Community Development
STAFF REVIEW FORM
AGENDA REQUEST
XXXX CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
ad/ 7d'- 99
Chivy asyziese .1
MICROFILMED
FROM:
Kim J. Rogers 14-5
Name
Parks and Recreation Public Works
Division Department
ACTION REQUIRED:
Approval on a change order with Tomlinson Asphalt consisting of three calculation corrections in the
concrete abutment and wall debris removal, 24 yards less in rip rap, and 9 yards less of topsoil.
Requesting the Mayor to sign the attached 3 change order forms.
COST TO CITY:
$IRR
Cost of this Request
225n-Q25n-5817-nn
Account Number
QR004
Pr
BUD ET REVIEW:
$ 134, 000
r;raathmica Park Rridgn
Category/Project Budget Category/Project Name
$
eft/ 06. aS
Park Imprnvamarttc
Funds Used To Date Program Name
36, 3P3.9-)
Remaining
Remaining Balance
Parkc navalnpmant
Fund
X Budgeted Item Budget Adjustment Attached
Budget Manager
CONTRACT/GRANT/LEASE REVIEW:
Administrative Services Director
GRANTING AGENCY:
t.w 945/ao
Date Internal ditor Date
Date ADA Coordinator Date
,q-16.00
Attorn
v,
Purchasing Officer Date
STAFF RECOMMENDATION:
Approval of this change order
//12
rector
ini Services Director
Mayr
Date
C--41-00
Date
Cross Reference
New Item: Yes No X
Prev Ord/Res #:
Orig Contract Date:_
Orig Contract Number: #716
Greathouse Park Bridge
2250-9250-5817-00
Project #98004
CEI Contract # 656
Hydraulic Analyses
Additional Work
518,000
51.900
52,250
522,150
CEI Description Date
1
2
3
4
5
6
7
8
9
10
11
12
13
14
Balance
Payment 09/1698
Payment 10107/98
Payment 11/09/98
Payment 12/10/98
Payment 01/15/99
Payment 02/05/99
Payment 03109/99
Payment 04/09/99
Payment 06/16/99
Payment 07/21/99
Payment 1029/99
Payment 3.20-00
Payment 4-25-00
Payment 5-22-00
Tomlinson Asphalt
Tomlinson Contract #716 576,619
Change Order#2 56.959
Change Order #3 $9 980 57
Total 593,558.52
Tomlinson
1
2
Balance
Geo Tedi
( Grubbs )
1
Description
Payment
Payment
Dale
Paid
Amount
55,413.00
52.124.00
52,216.15
51,000.00
5444.00
52,322.00
53,065.00
5891A5
5200.00
5974.35
51,800.00
5400.00
5562.00
5722.00
522,133.95
Paid
Amount
4-12-00 521,262.95
6-6-00 551,581.59
Balance
522.150.00
516,737.00
514,613.00
512396.85
511,396.65
510,952.65
58,630.85
55,565.85
54,674.40
$4.474.40
53,500.05
51,700.05
51.300.05
5738.05
516.05
516.05 Total 522.150.00
Balance
593.558.52
$72.295.57
520,713.98
572.844.54 520,713.98 Total 593,558.52
Geotech Services 11/12/98 51,482.00 50.00
soil testing Payment
Ozark Steel Descnption
1
Mirade Recreation
1
NWA Striping
g:pmlectbilling
Steel Lip for both
sides of the bridge
ADA hp - Leroy
built
Paid
Date Amount
6-19-00 542.42
Description Date
Basketball goal.
backboard,
pole, and net
Description Date
Striping of the 07/20/00
new parking lot
Paid
Amount
Balance
50.00
Balance
5933.46 50.00
Paid
Amount
5239.91
Balance
50.00
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To:
Thru:
From:
Charles Venable, Public Works Director
Connie Edmonst
narks and Recreation Superintendent
J. Rogers, Parks Operations Coordinator - Project Manager
Date: September 14, 2000
Re: Change Order request for the Greathouse Park Bridge Project
Contract #716
******************************************************************************
The Parks and Recreation Division requests approval of a change order in the amount of $3.86
with Tomlinson Asphalt. The change order consists of three items that were calculation
corrections. The corrections were due to the changes in the concrete abutment and wall debris
costing .68 more units, 24 yards less in rip rap, and 9 yards Tess of topsoil.
Engineering Associates, Inc.
CHANGE ORDER NUMBER 4
PROJECT:
Greathouse Park Bridge
DATE OF ISSUANCE:
7- 31 -DU
OWNER:
City Of Fayetteville
CONTRACTOR:
Tomlinson Asphalt
PROJECT NUMBER: 13905.0
EFFECTIVE DATE:
7 -3) -Do
ENGINEER:
CEI Engineering Associates, Inc.
You are directed to make the following changes in the Contract Documents:
Description: Closeout quantity reconciliation.
Reason for Change Order: Contract complete.
Attachments (List documents supporting change)
CHANGE IN CONTRACT PRICE
Original Contract Price:
$ 102,313.00
Net change from previous Change Order No.1 to No.3
$ (8,754.68)
Revised pay item schedule.
CHANGE IN CONTRACT TIMES
Original Contract Times: DAYS
Substantial Completion: 105 DAYS
Ready For Final Payment. 125 DAYS
Net change from previous Change Order No.1 to No.3
30 DAYS
Contract price prior to this Change Order,
$ 93,558.32
Contract Times prior to this Change Order
Substantial Completion: 145 DAYS
Ready for final payment: 160 DAYS
Net Increase (decrease) of this Change Order
$ 3.86
Contract Price with all approved Change Orders
$ 93,562.18
RECOMMENDED:
By:
DA.TtJ
Engine r (Authorized Signature)
APPROVED:
By:
Net Increase (decrease) of this Change Order
Contract times with all approved Change Orders
Substantial Completion: 145 DAYS
Ready for final payment: 160 DAYS
tie
Owner (A Monied Signature)
Date: SA/ OQ Date:
ACCEPTED:
Y
444-A/Altk
Contractor (Authoriz d Signature)
Date: 1/31/0
Greathouse Park Bridge
CEI Project Number 13905.0
Change Order #4 Date: 7/25/00
Contract closeout reconciliation
Item No.
Description
Units
Original
Contract
Quantity
Change in
Contract
Quantity
Final
Contract
Quantity
Contract
Unit Price
Amount
1
Furnish Pre -Fabricated Bridge
EA
1
0
1
$40,500.00
$40,500.00
2
Install Pre -Fabricated Bridge
EA
1
0
1
$6,550.00
$6,550.00
3
Concrete Abutment & Wingwalls
CY
15.7
6.8
22.5
$450.00
$10,125.00
4
Embankment (On -Site)
CY
116
0
116
$19.00
$2,204.00
5
Channel Excavation (On -Site Embankment)
CY
0
0
0
$12.00
$0.00
6
Channel Excavation (Off -Site Disposal)
CY
0
0
0
$4.45
$0.00
7
Riprap, Machine Placed, Class IV
CY
120
(24)
96
$25.00
$2,400.00
8
Geotextile Fabric, Type 5
SY
147
0
147
$4.00
$588.00
9
Clearing & Grubbing
AS
0.2
0
0.2
$7,500.00
$1,500.00
10
6" P.C. Concrete paving including aggregate base
SY
92
0
92
$27.00
$2,484.00
11
Removable Bollard
EA
1
0
1
$300.00
$300.00
12
Erosion Control Blanket, Curlex II
SY
0
0
0
$5.00
$0.00
13
4" Topsoil
CY
9
(9)
0
$52.00
$0.00
14
Hydro Seed/Mulch/Fertilizer/Water
SF
0
0
0
$1.00
$0.00
15
Sod/Fertilizer/Water
SY
80
0
80
$3.25
$260.00
16
Erosion Control
LS
1
0
1
$875.00
$875.00
17
Pavement Repair, 6" Concrete
SY
0
0
0
$48.00
$0.00
18
Galvanized Steel Handrail
LF
165
(2)
163
$35.00
$5,705.00
19
Trench Safety
LS
1
0
1
$3,600.00
$3,600.00
20
Remobilization, Meetings, etc.
LS
1
0
1
$1,450.00
$1,450.00
Asphalt parking lot pavement
SY
670
0
670
$9.64
$6,458.80
Replace 24" concrete pipe
LF
124
(18)
106
$73.23
$7,762.38
Demolition work
LS
1
0
1
$800.00
$800.00
Adjusted Contract Total $93,562.18
Concrete Abutment & Wingwalls - Concrete went over estimated quantity due
to bridge manufacter details of abutment being larger than originally planned.
Demolition work
- Removal
of depris (curb &
gutter concrete sections) from
creek bank was
completed
in lieu of removal
of old bridge abutment.
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Kim Rogers, Parks and Recreation
From: Heather Woodruff, City Clerk
Date: October 5, 2000
Attached is a copy of the completed staff review form and signed change order with Tomlinson
Asphalt. 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
STAFF RECOMMENDATION:
Approval of Change Order.
xx
For the
• STAFF REVIEW FORM
AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
teville City Council meeting of
Connie Edmonston] Parks & Recreation] Public Works
Name Division Department
ACTION REQUIRED:
Approval of Change Order #2 in the amount of $6,959 with Tomlinson Asphalt to pave the parking lot at
Greathouse Park.
COST TO CITY:
Cost of this Request
7750_9750 .cR 17 -An
Account Number
$111 AT
Category/Project Budget
$1 nd
Funds Used To Date
Parke Imnrnvamant
Category/Project Name
I• JA.LIIILL-
9ROOd _ 1 IJR, r+raan .rann, Salac Tax]
Project Number Remaining Balance Fund Parks Development
BUDGET REVIEW: Budgeted Item Budget Adjustment Attached
- -et Man er Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
r o2 /-9y riLL-dU
AccWuntin7m4ef Date In ernal Audi or Date
Z 100
City Atto ey Date ADA Coordinator UCtv 02-a °0
Purchasing Officer Date
Date
ate Cross Reference
Z -z -oo
Date New Item: Yes No
Date Prey Ord/Res it: [Pn —Sri..-i
fl Orig Contract Date: - )
Date Orig Contract Number: 9//tp
kr
• • Page 2
STAFF REVIEW FORM
Description Greathouse Park Bridge - Change Order #2 _ Meeting Date
Comments: Reference Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
FAYETTEVItLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Mayor Hanna
THRU: Charlie Venable, Public Works Director (�/I
FROM: Connie Edmonston, Parks & Recreation Superintendent '�
DATE: January 31, 2000
RE: Greathouse Park Bridge Change Order Request - Contract #98-28
The Parks and Recreation Division requests the approval of change order #2 in the amount of
$6,958.80 with Tomlinson Asphalt Company for the Greathouse Park Bridge project. Change
order #2 consists of paving the existing gravel parking lot to be handicap accessible and meet city
standards for parking lots.
The total project contingency is $10,000. This change order request in the amount of $6,958.80
would leave a remaining project contingency balance of $3,041.20.
If you have any questions, please call me at 444-3473.
Attachments:
Change Order Number 2: (3 signed copies)
Tomlinson Asphalt Co., Inc. Proposal
=�v
e
Engineering Associates. Inc.
CHANGE ORDER NUMBER 2
PROJECT:
PROJECT NUMBER:
GREATHOUSE PARK BRIDGE
13905.0
DATE OF ISSUANCE:
EFFECTIVE DATE:
OWNER:
OWNER CONTRACTOR NUMBER:
CITY OF FAYETTEVILLE
98-28 (PURCHASE ORDER NO. 99-2424)
CONTRACTOR:
ENGINEER:
TOMLINSON ASPHALT
CEI ENGINEERING ASSOCIATES, INC.
You are directed to make the following changes in the Contract Documents:
Construct a parking lot adjacent to park bridge.
Description: Work to be as described in Tomlinson proposal dated 10/15/99.
Reason for Change Order: City request
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIMES
ORIGINAL CONTRACT PRICE:
ORIGINAL CONTRACT TIMES:
$102,313.00
SUBSTANTIAL COMPLETION:
105 DAYS
READY FOR FINAL PAYMENT:
125 DAYS
NET CHANGES FROM PREVIOUS CHANGE
NET CHANGE FROM PREVIOUS CHANGE ORDER NO. 1
ORDER NO.1
ADD 15
DAYS
25,694.00
CONTRACT PRICE PRIOR TO THIS
CONTRACT TIMES PRIOR TO
THIS CHANGE ORDER
$76,619.00
SUBSTANTIAL COMPLETION:
120 DAYS
READY FOR FINAL PAYMENT:
145 DAYS
NET INCREASE (DECREASE) OF THIS
NET INCREASE (DECREASE) OF THIS CHANGE ORDER
CHANGE ORDER
ADD 10
DAYS
$6,958.80
CONTRACT PRICE WITH ALL APPROVED
CONTRACT TIMES WITH ALL
APPROVED CHANGE
CHANGE ORDERS
ORDERS
$83,260.80
SUBSTANTIAL COMPLETION:
130 DAYS
READY FOR FINAL PAYMENT:
145 DAYS
RECOMMENDED:
at&J ATu
BY: •-eLJ
ENGINEER (AUTHORIZED SIGNATURE)
DATE:/ 24 2000
APPROVE BY:
OWNER (A THORIIIZZEED�SIGGNNATURE)
DATE:__Z
ACCEPTS :
BY:
CONTRACT fl (AU ORIZED SIGNAT E)
DATE: /-1SPa
Sent By: CEI Engineering Associates, Inc.;501 273 0844; Jan -28-00 14PM;
Tomlinson Asphalt Co., Inc.
1411 W. Van Aedte
Fayetteville, Arkansas 72704
Phone t{501)521-3179 Fax 1-(501) 521-6539
PROPOSAL SUBMITTED TO:
NAME: Connie Edmonson
STREET: City Hell
CITY: Fayetteville, STATE: AR 72701
We hereby submit apccifutioas end estimates fm:
PAVING 670 SY PARKING LOT;
I. We would grade and compact the exisriog base Clan 7
Page 2/3
DATE: 10/05/1999
JOB NAME: pave Greathouse Bridge Parking Lot
STREET:
STATE:
Fayetteville, AR. 72701
2. We would add and compact 2" Class 7 But.
3. We. would prise all but with EPA -1 @ 025 Gal / SY.
4. We would pave the primed area with 2" Type III Asphalt Concrete
Hot Mix (ACHM).
ITEMS 1-4 COMPLETE AND IN PLACE FOR THE UNIT PRICE OF
NOTES:
I) The unit price does not include bond or cost of testing.
2) My measurement were roughly 670 SY.
3) We assume the City would raise all manholes apprvximatelY
4" or famish riser rings.
4) The City would poison all grass 24 days prior to cur work.
............................................ S 9.641 SY
40?I)1.t^L x dy'Y;
BUMptr f Js /0 e SO=
We hereby propose to famish materials and labor • complete in accordance with the above specifications, for the sum of
CFF AROVF doUan (S I with psyrnent to be made is follows:
UPON COMPLETION OF PAVING
All materiel is gu netted to be as weeifod All work to be co pleted in a wotlanudike matwer a�qwdog to standard precrices. My
excretion or e ovaAll and above the esdrmte. sgreerxnu costing s, ism aYs bryoad ow control. Owner b
carry fur, tornado and other aeccusry Imutnnce. Our workm are on Imusancc.
Authorized Signature
If proposal is acceptable, please sign and return the soriginal so that the work may be scheduled.
sL0ee rt. e`Tauraoner!
The above prices, spaltleadons and eonditsons an; sdisfectory end are berzby sceepted. You are authorized to do the work as specified.
Signature
Customer
FAYETTEVIPLE r
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Connie Edmonston, Parks and Recreation
From: Heather Woodruff, City Clerk
Date: February 9, 2000
Attached is a copy of the completed staff review form and change order for Tomlinson Asphalt.
I am also returning two originals. The originals will be microfilmed and filed with the City
Clerk.
cc: Yolanda Fields, Internal Auditor
EXHIBIT A
PROJECT MANUAL
(Issued for Construction]
GREATHOUSE PARK BRIDGE
FAYETTEVILLE, ARKANSAS
CEI Project No. 13905.0
May 2,1999
CEI Engineering Associates, Inc.
110 West Central Avenue
Bentonville, Arkansas 72712
(501) 273-9472
Fax (501) 273-0844
I
1 DOCUMENT 00001
PROJECT MANUAL
(Issued for Construction)
1
FOR
1
GREATHOUSE PARK BRIDGE
1
FAYETTEVILLE, ARKANSAS
1
CEI Project No. 13905.0
May 27, 1999
1 /% t s 0I
AR ANSAS
REGISTERS)
PR OFESSIO 5��/�9
IC, ENGINES n
No.5065 Ic&AEftS
X
1 Fs 41,CH tt) Engineer's Seal and Signature
1 CEI Engineering Associates, Inc.
110 West Central Avenue
' Bentonville, Arkansas 72712
(501) 273-9472
' Fax (501) 273-0844
Page 00001-I
1
I
GREATHOUSE PARK BRIDGE
FAYETTEVILLE, ARKANSAS
' TABLE OF CONTENTS
Document No. Title Pages
INTRODUCTORY INFORMATION
00001 Title Page 00001-1
00003 Table of Contents 00003-1 to 00003-2
' CONTRACT FORMS & CONDITIONS
00500 Agreement Between Owner and Contractor 00500-1 to 00500-7
00700 General Conditions By Reference
00800 Supplementary Conditions 00800-1 to 00800-10
' SPECIFICATIONS
' Division 1 - General Requirements
Section No. Title Pages
' 01010 Summaryof Work 01010-1 to 01010-3
01025 Measurement and Payment 01025-1 to 01025-3
01026 Schedule of Values 01026-1 to 01026-2
'01027 Applications for Payment 01027-1 to 01027-3
01035 Modification Procedure 01035-1 to 01035-4
' 01040 Coordination and Meetings 01040-1 to 01040-3
01051 Construction Surveys 01051-1 to 01051-2
01060 Regulatory Requirements 01060-1 to 01060-3
' 01090 Reference Standards & Abbreviations 01090-1 to 01090-3
01300 Submittals 01300-1 to 01300-4
01310 Progress Schedules 01310-1 to 01310-2
01410 Testing Laboratory Services 01410-1 to 01410-3
01500 Construction Facilities & Temporary Controls 01500-1 to 01500-6
01620 Storage & Protection 01620-1 to 01620-2
' 01700 Contract Closeout 01700-1 to 01700-6
CEI Project No. 13905.0 5/27/99 Page 00003-I
Division 2 - Site Work
Section No. Title Pages
02010
Site and Subsurface Investigation by Contractor
02010-1
02050
Demolition
02050-1
to
02050-4
02100
Site Preparation
02100-1
to
02100-3
02161
Excavation Safety
02161-I
02200
Earthwork
02200-I
to
02200-7
02221
Excavation, Backfill, and Compaction for Structures
02221-1
to
02221-3
02223
Excavation, Backfill, and Compaction for Pavement
02223-1
to
02223-4
02227
Aggregate Materials
02227-1
to
02227-3
02261
Site Restoration
02261-1
to
02261-7
02270
Slope Protection and Erosion Control
02270-1
to
02270-3
02520
Portland Cement Concrete Paving
02520-1
to
02520-6
02890
Pre -Fabricated Bridge
02890-1
to
02890-4
02900
Landscaping
02900-1
to
02900-9
Division 3 -
Concrete
Section No.
Title
Pages
03316 Miscellaneous Concrete Work 03316-1 to 03316-8
Divisions 4 through 16
Not Used
Appendices
Appendix A Soil & Foundation Investigation Report 1 to 12
End of Document 00003
CEI Project No. 13905.0 5/27/99 Page 00003-2
I
I
I
I
I
I
I
H
I I
Li
DOCUMENT 00500
AGREEMENT BETWEEN OWNER AND CONTRACTOR
THIS AGREEMENT is dated as of the /s day of June in the year 1999 by and between the
City of Fayetteville (hereinafter called OWNER) and Tomlinson Asphalt, Inc (hereinafter called
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. Work
CONTRACTOR shall complete all work as specified or indicated in the Contract Documents. The work is
generally described as follows:
furnishing and installing a 10 ft by 75 ft pre -fabricated steel pedestrian bridge across Town Branch to
proivde access to Greathouse Park, excavating approximately 350 feet of channel, constructing
embankments, disposal of excess dirt, and constructing concrete abutments, access ramps, and a handrail.
The installed facilities shall meet ADA Accessibility requirements.
Article 2. Engineer
' The project has been designed by:
L
I
�J
I
LI
I
CEI Engineering Associates, Inc.
110 West Central
Bentonville, AR 72712
501-273-9472
who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and
responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in
connection with completion of the work in accordance with the Contract Documents.
Article 3. Contract Time
3.1 The work will be substantially completed within 105 calendar days after the date when the Contract
Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and
ready for final payment in accordance with paragraph 14.07 of the General Conditions within 120
calendar days after the date when the Contract Time commences to run.
3.2 Liquidated Damages: OWNER and CONTRACTOR recognize that time is of the essence of this
Agreement and that OWNER will suffer financial loss if the work is not completed within the times
CEI Project No. 13905.0 5/27/99 Page 00500-1
I
I
I
J
H
I
I
H
I
H
H
H
I
specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of
the General Conditions. They also recognize the delays, expense and difficulties involved in proving
the actual loss suffered by OWNER if the work is not completed on time. Accordingly, instead of
requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay
(but not as a penalty) CONTRACTOR shall pay OWNER Two Hundred dollars ($200.00) for each
day that expires after the time specified in paragraph 3.1 for Substantial Completion until the work is
substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail
to complete the remaining work within the time specified in paragraph 3.1 for completion and
readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR
shall pay OWNER Two Hundred dollars ($200.00) for each day that expires after the time
specified in paragraph 3.1 for completion and readiness for final payment.
Article 4. Contract Price
OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents
an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values
pursuant to paragraph 4.1 below.
4.1 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 that item as indicated in the
following Schedule of Values.
SCHEDULE OF VALUES FOR UNIT PRICE CONTRACT
Item
No.
Item Description
Unit
Estimated
Quantity
Unit Price
Estimated
Amount
1
Furnish Pre -fabricated Bridge
EA
1
$42,500.00
$42,500.00
2
Install Pre -fabricated Bridge
EA
1
$6,550.00
$6,550.00
3
Concrete Abutments and wingwalls
CY
23.2
$400.00
$9,280.00
4
Embankment (on -site)
CY
83
$15.00
$1,245.00
5
Channel Excavation (on -site)
CY
196
$12.00
$2,352.00
6
Off -site Disposal
CY
2,600
$4.45
$11,570.00
7
Rip Rap, machine placed
CY
66
$25.00
$1,650.00
8
Geotextile fabric, Type 5
SY
125
$4.00
$500.00
9
Clearing and Grubbing
AC
0.6
$5,000.00
$3,000.00
10
6 -inch Conrete Paving with base
SY
120
$25.75
$3,090.00
11
Removable Bollard
EA
1
$300.00
$300.00
12
Erosion Control Blanket
SY
370
$3.00
$1,100.00
13
4 -inches of Topsoil
CY
182
$25.00
$4,550.00
14
Hydro Seed/Mulch/Fertilize/Water
SF
13,600
$0.15
$2,040.00
15
Sod/Fertilize/Water
SY
128
$3.00
$384.00
16
Erosion Control
LS
1
$1,200.00
$1,200.00
17
6 -inch Concrete Pavement Repair
SY
29
$48.00
$1,392.00
18
Galvanized Steel Handrail
LF
200
$30.00
$6,000.00
19
Excavation Safety
LS
1
$3,600.00
$3,600.00
Total Amount of all Unit Price Items:
$102,313.00
CEI Project No. 13905.0 5/27/99
Page 00500-2
I
I
I
I
H
I
I
1J
I
100 percent (with the balance being retainage) of materials and equipment not incorporated in the
' work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER,
as provided in paragraph 14.02 of the General Conditions).
As provided in paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications will be made by ENGINEER as provided in paragraph
9.08 of the General Conditions. Unit priceshave been computed as provided in paragraph 1 1.03.B of the
General Conditions.
Article 5. Payment Procedures
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General
Conditions. Applications for Payment will be processed by ENGINEER as provided in the General
Conditions.
5.1 Progress Payments and Retainage: OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, on or about the 25th day of each month during construction as provided in paragraphs
5.1.1 and 5.1.2 below. All such payments will be measured by the Schedule of Values established in
paragraph 2.07 of the General Conditions.
5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the
percentage indicated below, but, in each case, less the aggregate of payments previously made and
less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with
paragraph 14.02.B.5 of the General Conditions.
90 percent of work completed (with the balance being retainage). If work has been 50 percent
completed as determined by ENGINEER, and if the character and progress of the work have been
satisfactory to OWNER and ENGINEER, OWNER, on recommendations of ENGINEER, may
determine that as long as the character and progress of the work remain satisfactory to them, there
will be no additional retainage on account of work completed, in which case the remaining
progress payments prior to Substantial Completion will be in an amount equal to 100 percent of
the work completed.
I
I
H
J
J
5.1.2 Upon Substantial Completion, in an amount sufficient to increase total payments to
CONTRACTOR to 95 percent of the Contract Amount (with the balance being retainage), less
such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with
paragraph 14.02.B.5 of the General Conditions.
5.2 Final Payment: Upon final completion and acceptance of the work in accordance with paragraph
14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Amount as
recommended by ENGINEER as provided in said paragraph 14.07.
CEI Project No. 13905.0
5/27/99
Page 00500-3
I
' Article 6. Contractor's Representations
' In an effort to encourage OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
' 6.1 CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda
listed in Article 7) and the other related data identified in the Bidding Documents including"technical
data".
I
I
I
Li
I
I
H
I
n
I
I
J
Li
6.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local
and specific site conditions that may affect cost, progress, performance and furnishing of the work.
This includes A.D.A and minimum wage requirements.
6.3 CONTRACTOR is familiar with and is satisfied regarding all federal, state and local Laws and
Regulations that may affect cost, progress, performance and furnishing of the work.
6.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at
or contiguous to the site and all drawings of physical conditions in or relating to existing surface or
subsurface structures at or contiguous to the site (except Underground Facilities) which have been
identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General
Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the
Supplementary Conditions regarding the extent of the "technical data" contained in such reports and
drawings,upon which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General
Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract
Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Contract Documents with respect to
Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully
studied (or assumes responsibility for having done so) all such additional supplementary
examinations, investigations, explorations, tests, studies and data concerning conditions, (surface,
subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect
cost, progress, performance or furnishing of the work or which relate to any aspect of the means,
methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR
and safety precautions and programs incident thereto. CONTRACTOR does not consider that any
additional examinations, investigations, explorations, tests, studies or data are necessary for the
performance and furnishing of the work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents.
6.5 CONTRACTOR is
aware of the
general nature of the work
to be performed
by OWNER and others at
the site that relates
to the work as indicated in the Contract
Documents.
6.6 CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the site, reports and drawings identified in the Contract
Documents and all additional examinations, investigations, explorations, tests, studies and data with
the Contract Documents.
6.7 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or
discrepancies that CONTRACTOR has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR, and the Contract Documents are
CEI Project No. 13905.0 5/27/99 Page 00500-4
1
I
I
I
I
I
generally sufficient to indicate and convey understanding of all terms and conditions for performance
and furnishing of the work.
Article 7. Contract Documents
The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR
concerning the work consist of the following:
7.1 This Agreement (pages Ito 7, inclusive).
7.2 Performance, Payment, and other required Bonds, identified as exhibits.
7.3 Certificate of Insurance, identified as an exhibit.
' 7.4 General Conditions, Document 00700 (not attached hereto).
I
I
I
H
I
I
7.5 Supplementary Conditions (Document 00800).
7.6 Specifications consisting of Division I through Division 16 as listed in table of contents.
7.7 Standard Specifications For Highway Construction, AHTD, Edition of 1996, and AHTD Standard
Roadway Drawings, Latest Edition (not attached hereto).
7.8 Drawings (not attached hereto) consisting of a cover sheet and sheets numbered
I through 5 , inclusive with each sheet bearing the following general title:
GREATHOUSE PARK BRIDGE
7.9 The following which may be delivered or issued after the Effective Date of the Agreement and are not
attached hereto:
7.9.1 Notice of Award
7.9.2 Notice to Proceed
7.9.3 All Written Amendments and
other documents amending,
modifying
or supplementing the
IContract Documents pursuant to
paragraph 3.04 of the General
Conditions.
There are
no Contract
Documents
other than those
listed above in this Article 7. The Contract Documents
'
may only
be amended,
modified or
supplemented as
provided in paragraph 3.04 of the General Conditions.
' Article 8. Miscellaneous
I
8.1 Terms used in this Agreement which are defined in Article I of the General Conditions will have the
meanings indicated in the General Conditions.
I
CEI Project No. 13905.0 5/27/99 Page 00500-5
I
I
LJ
I
F I
H
L
I
I
I
I
H
H
H
H
I
I
I
I
8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be
binding on another party hereto without the written consent of the party sought to be bound; and,
specifically but without limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this restriction may be limited by
law), and unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge OWNER or CONTRACTOR from any duty or responsibility
under the Contract Documents.
8.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and, legal
representatives to the other party hereto, its partners, successors, assigns and legal representatives in
respect to all covenants, agreements and obligations contained in the Contract Documents.
8.4 Any provision or part of the Contract Documents held to be void to unenforceable under any Law or
Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and
binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and enforceable provision that
comes as close as possible to expressing the intention of the stricken provision.
CEI Project No. 13905.0 5/27/99 Page 00500-6
I
I
I
H
I
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One
counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the
Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or identified
by ENGINEER on their behalf.
This Agreement will be effective oni,/s/99 , 1999 (which is the Effective Date of the
Agreement).
OWNER: City Of Fayetteville CONTRACTOR: Tomlinson Asphalt, Inc.
' By: By:
Corporate Seal: Corporate Seal:
I.
I
IAttest
Address for giving notices:
113 West Mountain
' Fayetteville, AR 72701
' (If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
I
I
I
Attest
Address for giving notices:
1411 West Van Asche
Fayetteville, AR 72704
License No. 0040940799
Agent for service of process:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
End of Document 00500
CEI Project No. 13905.0
5/27/99
Page 00500-7
DOCUMENT 00700
GENERAL CONDITIONS
PARTI GENERAL
1.01 GENERAL
A. The Standard General Conditions of the Construction Contract, EJCDC Document 1910-8, 1996, of
the Engineer's Joint Contract Documents Committee, hereinafter referred to as General Conditions,
are hereby made a part of this Specification to same extent as if bound herein.
B. CONTRACTOR is hereby specifically directed, as a condition of the Contract, to obtain the necessary
number of copies of EJCDC Document 1910-8, to acquaint himself with the Articles contained
therein, and to notify and appraise all subcontractors and any other parties to the Contract of, and bind
them to, its conditions.
C. No contractual adjustments shall be due as a result of failure on the part of CONTRACTOR,
subcontractors or other parties to the Contract to fully acquaint themselves with the conditions of
EJCDC Documents 1910-8.
D. The Standard General Conditions of the Construction Contract, EJCDC Documents 1910-8, is hereby
amended by the Supplementary Conditions.
E. The provisions of
the
General and
Supplementary
Conditions and DIVISION I, General
Requirements, apply
to the
work specified
in each Section
of the Specifications.
End of Document 00700
CEI Project No. 13905.0 5/3/99 Page 00700-1
L
I
I
' LIST OF SUBJECTS
SC -1.01 Defined Terms
' SC -2.02 Copies of Documents
SC -2.05.B Preliminary Schedules:
SC -2.05.C Evidence of Insurance:
SC -4.02 Subsurface and Physical Conditions
SC -4.04 Underground Facilities
SC -5.01 Performance, Payment, and Other Bonds
SC -5.02 Licensed Sureties and Insurers
SC -5.03 Certificates of Insurance
' SC -5.04 CONTRACTOR's Liability Insurance
SC -5.04.B.1 Identification of Additional Insureds
SC -5.04.B.5 Notice of Cancellation of Liability Insurance
' SC -5.05 OWNER's Liability Insurance
SC -5.06 Property Insurance
SC -5.08 Receipt and Application of Insurance Proceeds
' SC -6.04 Progress Schedules
SC -6.08 Permits
SC -6.19 CONTRACTOR's General Warranty and Guarantee
' SC -8.06 Insurance
SC -11.03 Unit Price Work
SC -12.03 Delays Beyond CONTRACTOR's Control
'SC -14.02.B Review ofApplications
SC -14.02.C Payment Becomes Due
SC -14.07.C Payment Becomes Due
SC -14.04 Substantial Completion
DOCUMENT 00800
SUPPLEMENTARY CONDITIONS
C
I
I
I
CEI Project No. 13905.0
1
5/27/99
Page 00800-1
I
' These Supplementary Conditions amend or supplement the Standard General Conditions of the
Construction Contract (EJCDC No. 1910-8, 1996 Edition) and other provisions of the Contract
Documents as indicated below. All provisions which are not so amended or supplemented remain in
full force and effect. Paragraph numbers in these Supplementary Conditions correspond to the
paragraph numbers in the General Conditions, except with the designation "SC".
1 SC -1.01 Defined Terms
The terms used in the Supplementary Conditions which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1996 Edition) have the meanings assigned to
them in the General Conditions. In addition to the provisions of paragraph 1.01, the following
supplemental definitions apply:
' "1.01.30 "OWNER" shall mean the City Of Fayetteville, Arkansas, acting through its duly
authorized representatives. Address - City of Fayetteville, 113 West Mountain, Fayetteville, AR
72701."
' Add the following definitions to paragraph 1.01 of the General Conditions:
• "1.01.51 "Surety" or "sureties" shall mean the bondsmen or party or parties who have made the
fulfillment of the contract by Bonds, and whose signatures are attached to such Bonds.
1.01.52 "Advertisement" shall mean the legal publications pertaining to the work of this contract.
1.01.53 "Plans" shall mean, collectively, all of the Drawings pertaining to the contract and made
' a part thereof, and also such supplementary drawings as Engineer may issue from time to time in
order to clarify the Drawings, or for the purpose of showing changes in the work as authorized under
' the General Requirements, or for the showing of details which are not shown thereon.
1.01.54 "Grade" shall mean and indicate the established elevations of the paving, flow lines of
' sewers and other appurtenances as shown on the Drawings."
SC -2.02 Copies of Documents
Delete paragraph 2.02 of the General Conditions in its entirety and insert the following in its place:
' "2.02 ENGINEER shall furnish to CONTRACTOR six (6) bound copies of the Agreement and
other Contract Documents, the Bond or Bonds properly executed. CONTRACTOR shall execute
the Agreement and submit all copies to the OWNER for execution. The date of contract on the
' Agreement, Bond forms, and power of attorney shall be left blank for filling in by OWNER. These
documents will be dated the day the OWNER executes the contract.
OWNER shall furnish to CONTRACTOR up to four (4) copies of the Contract Documents as are
reasonably necessary for the execution of the Work. Additional copies will be furnished, upon
request, at the cost of reproduction."
CE! Project No. 13905.0 5/27/99 Page 00800-2
1
H
SC -2.05.B Preliminary Schedules:
I
I
L
Add the following to the end of paragraph 2.05.B.3 of the General Conditions:
"The unit prices provided by CONTRACTOR in the Bid Form shall serve as the basis of the
Schedule of Values. Additional subdivision of unit price or lump sum items shall be made as
reasonably requested by ENGINEER or as required to verify progress payments for Unit Price Work
that will take place over several progress periods."
SC -2.05.C Evidence of Insurance:
Delete all references to OWNER supplied and OWNER delivered insurance.
ISC -4.02 Subsurface and Physical Conditions
' Some subsurface investigation has been conducted within the project site area, and ENGINEER has
used some of the technical data related to subsurface and physical conditions in the preparation of
Drawings and Specifications.
SC -4.04 Underground Facilities
Add a new paragraph 4.04.B.3 immediately following paragraph 4.04.B.2 of the General Conditions
which shall read:
"4.04.B.3 Paragraphs 4.04.B.1 and 4.04.B.2 do not apply to Underground Facilities that are being
relocated by others as part of the Project. OWNER does not control the schedule of the owners of
' those Underground Facilities, and cannot determine whether those Underground Facilities will be
relocated prior to, simultaneous to, or after the Work under these Contract Documents.
CONTRACTOR shall advise ENGINEER of Underground Facilities have been relocated, but may
not make a claim for changes in the Contract Price or Contract Times as a result of any such
relocation. If the relocation of Underground Facilities presents an obstacle to the Work continuing,
CONTRACTOR shall inform OWNER and ENGINEER of the obstacle, and ENGINEER will
determine if a change in the Work is required. If the change in the Work results in a change in the
quantity of Unit Price Work, CONTRACTOR will be paid for the actual Unit Price Work installed."
' SC -5.01 Performance, Payment and Other Bonds
Li
LIB
I
Delete paragraph 5.01.C of the General Conditions in its entirety and insert the following new
paragraph in its place:
5.01.C If at any time a surety on any such Bond is declared bankrupt or loses its right to do
business in the State of Arkansas or is removed from the above list of surety companies, the
CONTRACTOR shall within ten (10) days after notice from the bond company that conditions are
as described in this sentence and/or after notice from the OWNER to do so, substitute an acceptable
I
CE! Project No. 13905.0 5/27/99 Page 00800-3
I
' 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 CONTRACTOR. No further payment
' shall be deemed due nor shall be made until the new surety or sureties shall have furnished an
acceptable Bond to the OWNER."
' Add the following new paragraphs immediately after paragraph 5.01.C of the General Conditions
which read as follows:
"5.01.D Resident Agent: CONTRACTOR shall furnish performance and payment Bonds as
provided for by Article 5 of the General Conditions executed by a resident local agent who is
licensed by the Arkansas State Insurance Commissioner to represent the surety company executing
' said Bonds, and filing with such Bonds his power -of -attorney. The mere countersigning of the
Bonds by a resident agent shall not be sufficient.
' 5.01.E Additional Information: CONTRACTOR shall provide the Bonds as described in these
sections within ten (10) days after the receipt of a Notice of Award.
' For contracts in excess of $100,000 the Bonds shall be issued by a bonding company listed by the
A.M. BEST Rating Book as follows:
' (1) contracts in excess of $100,000, but less than $1,000,000 - "B+" rating or higher and contract
amount may not exceed 2.0 percent of the policyholder's surplus.
(2) contracts in excess of $1,000,000 - "A" rating or higher and contracts may not exceed 2.0
percent of the policyholder's surplus.
The expense of all Bonds shall be borne by CONTRACTOR."
SC -5.02 Licensed Sureties and Insurers
I
Add the following new paragraphs immediately after paragraph 5.02.A of the General Conditions
which read as follows:
' "5.02.B CONTRACTOR shall furnish performance and payment Bonds as provided for by Article
5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State
Insurance Commissioner to represent the surety company executing said Bonds, and filing with such
' Bonds his power -of -attorney. The mere countersigning of the Bonds by a resident agent shall not be
sufficient.
I
5.02.C No employers' liability, public liability or workmen's collective insurance policy shall be
written in any casualty company not authorized to do business in the State of Arkansas. These
policies shall likewise be issued by a resident local agent licensed by the Insurance Commission of
the State of Arkansas."
CE! Project No. 13905.0 5/27/99
jtaIIIMIII2!
I
SC -5.03 Certificates of Insurance
' Delete the second sentence of paragraph 5.03 ("OWNER shall deliver to Contractor...") in its
entirety.
SC -5.04 CONTRACTOR'S Liability Insurance
The limits for liability for the insurance required by paragraph 5.04 of the General Conditions shall
provide coverage for not less than the following amounts or greater where required by Laws and
Regulations:
' Workers Compensation, etc. under paragraphs 5.04.A.1 and 5.04.A.2 of the General Conditions:
1) State: Statutory
2) Applicable Federal: Statutory
3) Employer's Liability: $100,000.00 each occurrence
' Comprehensive General Liability Insurance, under paragraphs 5.04.A.3 through 5.04.A.5 of the
General Conditions:
' $1,000,000.00 Combined Single Limit
I
I
I
I
I
I
I
I
I
Policies will include premise/operations, products, completed operations, independent contractors,
explosions, collapse, underground hazard, Broad Form contractual, personal injury, with
employment exclusion deleted and broad form property damage.
Comprehensive Automobile Liability under paragraph 5.04.A.6 of the General Conditions:
(1) Bodily Injury:
$1,000,000.00
$2,000,000.00
Property Damage:
$500,000.00
or
Each person
Each occurrence
Each occurrence
(2) a combined single limit of $2,000,000.00.
CEI Project No. 13905.0 5/27/99
1
Page 00800-5
' SC -5.04.B.1 Identification of Additional Insureds
' Additional insureds with respect to insurance required by paragraph 5.04 of the General Conditions
shall include: the City of Fayetteville, Arkansas (OWNER), and CEI Engineering Associates, Inc.
(ENGINEER).
1 SC -5.04.B.5 Notice of Cancellation of Liability Insurance
Add the following language at the end of paragraph 5.04.B.5 of the General Conditions:
"any wording such as "will endeavor" or "but failure to mail such notice shall impose no obligation
or liability of any kind upon the [insurance] Company" shall be deleted from the policies and
insurance certificates."
' SC -5.05 OWNER'S Liability Insurance
' Delete paragraph 5.05 of the General Conditions in its entirety and insert the following in its place:
"5.05. OWNER's and ENGINEER's Contingent Protective Liability Insurance
' CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents and
employees from and against all losses and claims, demands, payments, suits, actions, recoveries,
' judgments of every nature and description brought or recovered against them by reason of omission
or act of CONTRACTOR, his agent(s), employees, Subcontractor, Supplier, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable, in the
' execution of the Work or guarding of it. CONTRACTOR shall obtain in the name of OWNER and
ENGINEER (either as co-insured or by endorsement), and shall maintain and pay the premiums for
such insurance in an amount not less that $1,000,000.00 for property damage and bodily injury
limits, and with such provisions as shall protect OWNER and ENGINEER from contingent liability
under this contract.
SC -5.06 Property Insurance
I
Delete paragraph 5.06.A of the General Conditions in its entirety and insert the following in its
place:
I
r
C
"5.06.A CONTRACTOR shall purchase and maintain, until final payment, property insurance
upon the Work at the site to the full insurable value thereof (subject to deductible amounts as may be
provided in the Supplementary Conditions or required by Laws and Regulations) but not less than an
amount equal to the total bid price. This insurance shall include the interest of OWNER,
CONTRACTOR, Subcontractors, ENGINEER and ENGINEER's consultants in the Work (all of
whom shall be listed as insured or additional insured parties), shall insure against the perils of fire
and extended coverage, shall include "all-risk" insurance for physical loss and damage including
theft, vandalism and malicious mischief, collapse, flood, and water damage, and such other perils as
may be provided in the Supplementary Conditions, and shall include damages, losses and expenses
CEI Project No. 13905.0 5/27/99
I
I
I
I
I
u
I
I
arising out of or resulting from any insured loss or incurred in the repair or replacement of any
insured property (including but not limited to the fees and charges of engineers, architects, attorneys
and other professionals). If not covered under the "all-risk" insurance or otherwise provided in these
Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance
on portions of the Work stored on and off the site or in transit when such portions of the Work are to
be included in an application for payment. The polices of insurance required to be purchased and
maintained by the CONTRACTOR in accordance with this paragraph 5.06 will contain a provision
or endorsement that the coverage afforded will not be canceled or materially changed or renewal
refused until at least 30 days prior written notice has been given to the OWNER by certified mail and
will contain wavier provisions in accordance with General Condition paragraph 5.07.B."
Delete paragraph 5.06.B of the General Conditions in its entirety and insert the following in its place:
"5.06.B CONTRACTOR shall protect OWNER against all loss during the course of the contract.
If, due to the nature of the Project, insurance coverage other than that specified is needed by
CONTRACTOR to protect OWNER against all losses, CONTRACTOR shall be responsible for the
determination of and procurement of any additional insurance needed."
Delete paragraph 5.06.C of the General Conditions in its entirety and insert the following in its place:
' "5.06.C Policies shall also specify that insurance provided by CONTRACTOR will be considered
primary and not contributory to any other insurance available to OWNER or ENGINEER.
Li
I
Il
I
All polices will provide for 30 days written notice (certified mail shall be required) prior to any
cancellation or non -renewal of insurance policies required under the Contract. Any such wording as
"will endeavor" or "but failure to mail such notice shall impose no obligation or liability of any kind
upon the Company..." shall be deleted from the policies and certificates."
Delete paragraph 5.06.E of the General Conditions in its entirety.
SC -5.08 Receipt andApplication of Insurance Proceeds
Delete paragraph 5.08.A and 5.08.B of the General Conditions in its entirety.
ISC -6.04 Progress Schedules
I
TI
n
Li
Add a new paragraph 6.04.A.3 immediately following paragraph 6.04.A.2 of the General Conditions
which shall read:
"6.04.A.3 An updated schedule, in the format specified in the Specifications, shall be required with
each submittal for progress payment by CONTRACTOR. Failure to provide an accurate schedule
(and/or updated schedule) shall be reason for OWNER to refuse progress payment to
CONTRACTOR."
CE! Project No. 13905.0 5/27/99
Page 00800-7
SC -6.08 Permits
Add a new paragraph 6.08.B which shall read:
"6.08.B CONTRACTOR shall obtain, and maintain on the job -site, an NPDES Storm Water
Discharge Permit, if needed, from the NPDES Branch of the Water Division of the Arkansas
Department of Environmental Quality (ADEQ). CONTRACTOR shall request the necessary forms
and instructions by writing to the following address:
ADEQ
8001 National Drive
' P.O. Box 8913
Little Rock, Arkansas 72219-8913
' (501)682-0744
SC -6.19 CONTRACTOR's General Warranty and Guarantee
' Amend the end of paragraph 6.19.B with the following:
"for a period of two (2) years, or longer if specified by special guarantees or by law,
CONTRACTOR shall at the CONTRACTOR's expense make all repairs and replacements
necessitated by defects in the materials, workmanship or prosecution of the Work under this contract,
' and pay for any damage to other works or property resulting from such defects. CONTRACTOR
shall hold the OWNER and ENGINEER harmless from any liability of any kind arising from said
defects.
- - The effective date for the beginning of the two (2) year warranty period will be as decided by the
•ENGINEER and will be either the date of the ENGINEER's recommendation for Final Payment in
accordance with paragraph 14.07.8, Review of Application and Acceptance, or the date of
Substantial Completion as specified in paragraph 14.04.
CONTRACTOR shall make all repairs or replacements promptly upon receipt of written order for
the repairs or replacements from OWNER. If the CONTRACTOR fails to make the repairs or
' replacements promptly, OWNER may perform the work and the CONTRACTOR and the
CONTRACTOR's Surety shall be liable for all costs thereof"
' SC -8.06 Insurance
Delete paragraph 8.06 of the General Conditions in its entirety.
' SC -11.03 Unit Price Work
■ Paragraph 11.03.C of the General Conditions is hereby deleted in its entirety and the following is
i substituted in its place:
1.
CEI Project No. 13905.0 5/27/99 Page 00800-8
1
"11.03.C The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
11.03.C.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
11.03.C.2 if there is no corresponding adjustment with respect to any other item of Work; and
11.03.C.3 if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a
result thereof, or
• 11.03.C.4 if OWNER believes that the quantity variation entitles OWNER to an adjustment in the
unit price; then
11.03.C5 either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract
I.
Price in accordance with Article 11 of the General Conditions if the parties are unable to agree as to
the effect of any such variations in the quantity of Unit Price Work performed."
ISC -12.03 Delays Beyond CONTRACTOR's Control
I
H
H
I
I.
-I
1.
Delete the words "abnormal weather conditions" from the second sentence of paragraph 12.03 of the
General Conditions, and add the following sentences at the end of paragraph 12.03:
"Contractor will be allowed delays for weather conditions, based on the concurrence of Contractor
and Owner or Engineer, for two circumstances: 1) isolated inclement weather, wherein the project
site is determined to be unworkable for days of precipitation and days following for short times
between otherwise good weather; and 2) sustained inclement weather, wherein the project site is
determined to be unworkable for a sustained period of time, such as the winter months, with only an
occasional working day within the sustained unworkable conditions. If Contractor believes either
condition applies, a request shall be made to Engineer or Owner for a site meeting and a joint
determination of the site conditions and approval of the delay. Engineer will catalog these approved
delays, and will incorporate them into a Change Order for signature of Owner and Contractor."
SC -14.02.B Review ofApplications
Insert the following new paragraphs 14.02.B.5.c and 14.02.B.5.d to paragraph 14.02.B.5 of the
General Conditions, as additional reasons for ENGINEER to reduce CONTRACTOR's request for
progress payment, and renumber paragraphs 14.02.B.5.c and 14.02.B.5.d as 14.02.B.5.e and
14.02.B.5.f.
"14.02.B.5.c liability for liquidated damages has been incurred by CONTRACTOR;
.1.
CEI Project No. 13905.0
5/27/99
Page 00800-9
14.02.B.5.d CONTRACTOR has failed to maintain record documents as required by paragraph
6.12;"
SC -14.02.C Payment Becomes Due
Delete paragraph 14.02.C.1 of the General Conditions and replace with the following:
"14.02.C.1 After the required internal reviews and processing by OWNER, OWNER will
t diligently proceed to make payment to CONTRACTOR, in accordance with the approved payment
request, at OWNER's next regularly scheduled purchase order processing period, normally within 30
• days. All efforts will be made to make payments within the 30 day period, but OWNER cannot
' guarantee the 30 days maximum time."
SC -14.07.C Payment Becomes Due
Delete paragraph 14.07.C. 1 of the General Conditions and replace with the following:
"14.02.C.1 Payment will be made to CONTRACTOR at OWNER's next regularly scheduled
purchase order processing period following presentation to OWNER of Application for Payment and
' accompanying documentation, normally within 30 days but not guaranteed to be within 30 days.
SC -14.04 Substantial Completion
The following shall be added at the end of paragraph 14.04.A of the General Conditions:
"The Work will be considered substantially complete when the following work items are complete
and ready for continuous use by the OWNER:
The pre -fabricated bridge, the concrete abutments, the concrete wingwalls, the bridge
' approaches, all pavement areas, the channel excavation, riprap installation and the final
application of sodding/seeding."
' The following items need not be completed for the Work to be considered substantially complete:
' Determination of quality of growth resulting from sodding and seeding & mulching.
I. End of Document 00800
I
I.
CEI Project No. 13905.0
-1.
527/99
Page 00800-10
I
r.
DOCUMENT 01010
SUMMARY OF WORK
PART1 GENERAL
I
1.01 SECTION INCLUDES
A. Division 1 requirements herein may contain changes or additions to the General
I
Conditions and shall apply to the work covered by the Contract Documents. In case of
conflict, and unless otherwise noted, the provisions of Division I shall apply. Where any
• part of the General Conditions is modified by these Division 1 requirements, the unaltered
provisions shall remain in effect.
B. This section describes conditions affecting the work, including but not limited to the
' following:
(1) Contract Scope
(2) Alternates
(3) Work covered by Contract Documents
' (4) Contractor use of site
1.02 CONTRACT SCOPE
A. Furnish and install a 10 foot x 75 foot pre -fabricated steel pedestrian bridge, excavate
approximately 350 feet of channel, machine place rip -rap, construct concrete abutments,
build approaches, install concrete pavement and other appurtenances, and provide all
materials, labor, tools and equipment needed to complete the project in compliance with
the Drawings and Specifications.
1.03 ALTERNATES
A. The Owner has identified alternates the will be considered in the construction of the
project. Project alternates are as follows. If adopted as part of the project, they will be
adopted in the order given.
' 1. Alternate 1: Delete the galvanized steel handrail from the project. The Owner will
determine if they will install this themselves or simply not include handrail in the
'
project at this time.
2. Alternate 2: Owner will furnish the pre -fabricated bridge. Owner will contract
separately for the purchase of this bridge and have it delivered to the site.
Contractor will be responsible for inspecting the pre -fabricated bridge to verify
that it is in satisfactory condition (i.e. undamaged) for installation, and for
installing the bridge on abutments constructed by Contractor.
CE! Project No. 13905.0 5/3/99 Page 01010-1
r
1.04 WORK COVERED BY CONTRACT DOCUMENTS
A. The intent of the Contract Documents is to include all items necessary for the proper
execution and completion of the work by Contractor. The Contract Documents are
complementary, and what is required by one shall be as binding as if required by all;
performance by Contractor shall be required to the extent consistent with the Contract
• Documents, using the means, methods and procedures necessary to produce the intended
results.
(1) Work not particularly detailed, noted or specified, shall be the same as similar
parts that are detailed, noted or specified.
(2) In the event of inconsistencies among the Contract Documents, Engineer shall
' interpret them when asked to do so by Owner or Contractor. Engineer shall not be
'
responsible for the results of such interpretations made by others.
B. Titles and headings to Divisions, Sections, and Paragraphs in these Specifications are
introduced for convenience and shall not be taken as a correct or complete segregation of
the several units of materials and labor. No responsibility, either direct or implied, is
'assumed by Engineer or Owner for omissions or duplications by Contractor or his
. subcontractors, due to real or alleged error in arrangement of matter in the Contract
Documents.
• C. Items listed under each section of the specifications are not necessarily all inclusive but
listed for convenience. Contractor shall be responsible for the complete work as shown on
Drawings or as specified.
1.05 CONTRACTOR USE OF SITE
' A. Construction work may be scheduled to be performed during normal business hours.
' Coordinate with Owner to obtain approval for any other alternate schedule if required.
B. At all times conduct operations to insure the least inconvenience to the general public.
Comply with all applicable codes and ordinances for safety.
C. Assume full responsibility for the protection and safekeeping of products stored on the site
under this Contract.
D. Move any stored products, under Contractor's control, which may interfere with public
access or operations of others.
E. Contractor operations are limited to areas within the project property boundaries and off -
site easements or public right-of-ways.
'1.
CEI Project No. 13905.0 5/3/99 Page 01010-2
1
' PART2-PRODUCTS
' Not used.
' PART 3- EXECUTION
• Not used.
End of Document 01010
1
.i
1
I.
1
CEI Project No. 13905.0 5/3/99 Page 01010-3
1
LI
I
I
J
H
H
I
J
J
I
I
I
DOCUMENT 01025
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Method of measurement and Progress Payment.
1.02 PAYMENT APPLICATION
A. Payment for the various items of the Project shall be based on the contract lump sum price or
the contract unit price, whichever is applicable, and shall be compensation in full for the
furnishing of all overhead, labor, materials, products, tools, equipment, transportation,
services and appurtenances necessary to complete the work in accordance with the
requirements of the Contract Documents.
1.03 SCHEDULE OF VALUES
A. The Schedule of Values, as required by the General Conditions, will serve as the basis for all
Contract Progress Payments.
1.04 UNIT PRICES
A. The Unit Price Contract Progress Payments will be based on the price and quantity of each
unit of work completed.
1.05 INCIDENTAL ITEMS
IA. Items indicated as
incidental to a
particular
payment item
are considered an integral part of
that payment item,
and will not be
measured
or considered in
determining payments.
I
I
I
L
B. Safety is considered as incidental to every payment item.
C. Mobilization, clean-up, project closeout, project record documents, and all costs not directly
mentioned in this section are considered as incidental to the project.
D. Excess excavation is generally incidental to the payment item, except where the Engineer has
indicated during construction that an excavation be expanded due to subsurface conditions.
Excess excavation undertaken by the Contractor to stabilize the trench bottom or walls, where
dewatering or shoring would be suitable to correct trench conditions, will not be considered an
additional cost. Excess excavation includes backfilling with approved material to return the
excavation to the lines and grades indicated on the drawings.
I
CEI Project No. 13905.0
5/3/99
I
PART 2 SCHEDULE OF VALUES
2.01 SUMMARY
A. The Contractor shall provide a detailed breakdown of the agreed Contract Amount or Unit
Price item paid as a lump sum showing values allocated to each of the major parts of the
work.
2.02 APPROVAL
1
1
1
1
A. Prior to the first application for payment, the Contractor shall submit a proposed Schedule of
Values to the Engineer.
(1) The Contractor shall meet with the Engineer and determine additional data, if any,
required to be submitted.
(2) The Contractor shall secure the Engineer's approval of the Schedule of Values prior to
submitting the first application for payment.
B. The Contractor shall assure mathematical accuracy of the sums.
C. When required by the Engineer, the Contractor shall provide copies of the subcontracts or
other data acceptable to the Engineer, substantiating the sums described.
PART 3 QUANTITIES MEASUREMENT FOR UNIT PRICES
3.01 SUMMARY
A. This section includes delineation of measurement criteria applicable to unit price work.
B. Measurement methods are delineated for each individual bid item under this section.
C. The Engineer shall take all measurements and compute quantities accordingly.
D. The Contractor shall assist the Engineer by providing necessary equipment, workers, and
survey personnel as required.
3.02 UNIT QUANTITIES SPECIFIED
A. Quantities and measurement indicated in the Bid Form are for bidding and contract purposes
only. Quantities and measurements supplied or placed in the work and verified by the
Engineer shall determine payment.
CEI Project No. 13905.0 5/3/99 01025-2
I
I
B. If the actual work requires more or fewer quantities than those quantities indicated, the
Contractor shall provide the required quantities at the unit prices contracted.
' 3.03 MEASUREMENT OF QUANTITIES
1
1
1
1
1
1
A. Measurement by Weight: Items measured by weight will use U.S. Standard Handbook
weights unless otherwise specified for an individual item.
B. Measurement by
Volume:
Measured by cubic
dimension using mean length, width and height
or thickness with
a survey
chain, steel tape, or
accurate electronic measurement equipment.
C. Measurement by Area: Measured by square dimension using mean length and width or
radius, with a survey chain, steel tape, or accurate electronic measurement equipment.
D. Linear
Measurement: Measured
by linear dimension, at the item
centerline or mean chord,
with a
survey chain, steel tape, or
accurate electronic measurement
equipment.
E. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or
combination thereof, as appropriate, as a completed item or unit of the work.
PART 4 PAYMENT
4.01 PAYMENT SCHEDULE
A. Payment shall be made in conformance with the "Schedule of Values" submitted by the
Contractor in accordance with the Agreement and the Engineer's observation of the work
completed to date.
B. Retainage withheld from progress payments due the Contractor shall be in accordance with
the Agreement.
4.02 APPLICATION FOR PAYMENT
A. The Contractor shall submit
to the
Engineer three (3) copies of each
application for payment
on EJCDC Form 1910-8E or
other
format previously approved by the
Engineer.
B. Pay periods shall be as designated in the Agreement unless otherwise agreed in writing
between the Owner and the Contractor.
I
CEI Project No. 13905.0
End of Document 01025
5/3/99
01025-3
H
SECTION 01026
SCHEDULE OF VALUES
PART1-GENERAL
1.1. SECTION INCLUDES
A. Requirements for preparing a "Schedule of Values" to be used to determine partial
payments for the various lump sum items.
1.2. RELATED SECTIONS
A. Section 01025, Measurement and Payment, indicates how unit price items will be
measured and paid.
1.3. SUBMITTALS
A. Submit Schedule of Values to ENGINEER prior to first application for payment.
B. ENGINEER will review Schedule of Values and either approve or request
modifications.
C. Schedule of Values must be approved before the first payment request is processed.
1.4. SCHEDULE OF VALUES
A. Provide a breakdown of costs for each lump sum payment item. Each item shall be
referenced by payment item number and by specification section, where applicable.
B. Breakdown of costs for each lump sum item may be by either:
1. Materials and labor.
2. Different parts of the lump sum item, with materials and labor together for
each part.
C. Breakdown shall indicate an accurate division of costs for all elements of the lump
sum item. Costs shall not be "front weighted", resulting in early payment for work that
has not been done.
D. Schedule of Values shall be typed.
E. Approved Schedule of Values will be used as the basis for partial payment of lump
sum items as indicated in Section 01025.
CEI Project No. 13905.0 5/3/99 Page 01026-1
' PART2-PRODUCTS
Not Used
PART 3 -EXECUTION
Not Used
End of Section 01026
1
1
1
CEI Project No. 13905.0 5/3/99 Page 01026-2
I
I
tPART 1- GENERAL
' 1.1 SUMMARY
SECTION 01027
APPLICATIONS FOR PAYMENT
A. Comply with procedures described in this Section when applying for progress
payment and final payment.
' B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
' limited to the General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
I
2. The Contract Price and the schedule for payments are described in the General
Conditions.
' 3. Payments upon Substantial Completion and Final Completion of the Work are
described in the General Conditions and in Section 01700 of these
Specifications.
4. ENGINEER's approval of applications for progress payment and final payment
' may be contingent upon ENGINEER's approval of status of Project Record
Documents as described in Section 01700 of these Specifications.
' 1.2 QUALITY ASSURANCE
A. Prior to start of construction, CONTRACTOR shall secure ENGINEER's approval of
' the schedule of values required to be submitted under Paragraph 2.07 of the General
Conditions, and further described in Section 1026 of these Specifications.
B. During progress of the Work, CONTRACTOR shall modify the schedule of values as
approved by ENGINEER to reflect changes in the Contract Price due to Change
Orders or other Modifications.
C. CONTRACTOR shall base requests for payment on the approved schedule of values.
1.3 FORMAT
IA. CONTRACTOR shall submit a request for payment by filling in the agreed data, by
typewriter or neat lettering in ink, on "Application for Payment" form provided by
ENGINEER, plus continuation sheet or sheets.
CEI Project No. 13905.0 5/3/99 Page 01027-1
1
I
' 1.4 PREPARATION OF APPLICATIONS
' A. Present required information in typewritten form.
I
H
I
B. CONTRACTOR shall date and sign the Application for Payment in ink.
C. List each authorized Change Order as an
extension
on continuation sheet,
listing
Change Order number and dollar amount
as for an
original item work.
1.5 SUBMITTAL PROCEDURES
A. CONTRACTOR shall submit the original of the Application for Payment, plus two
identical copies including continuation sheet(s) to ENGINEER.
IB. ENGINEER shall review submittal and, either:
H
H
Return the Application for Payment to CONTRACTOR indicating in writing
the reasons for refusing to recommend payment. CONTRACTOR shall re-
submit revised Application For Payment.
2. ENGINEER will sign the Application for Payment and present to OWNER for
payment.
C. OWNER shall review Application for Payment and either:
' 1. Give immediate notice of any portions of the recommended amounts withheld
from payment in accordance with the General Conditions paragraph 14.02.D. 1.
2. Sign Application For Payment and make disbursement to CONTRACTOR.
I
I
H
I
I
I
D. ENGINEER will distribute signed copies of Application for Payment to
CONTRACTOR, OWNER and ENGINEER's file. Additional copies of Application
for Payment will be distributed by ENGINEER to the appropriate funding agency or
agencies, if required.
1.6 SUBSTANTIATING DATA
A. If payment request is for materials and for equipment, or when ENGINEER requires
substantiating information, CONTRACTOR shall also submit copies of invoices or
documentation as set forth in paragraph 14.02.A of the General Conditions.
B. Provide one copy of data with cover letter for each copy of submittal. Show
application number and date, and line item by number and description.
CEI Project No. 13905.0 5/3/99
Page 01027-2
PART2-PRODUCTS
Not used.
Not used.
End of Section 01027
CEI Project No. 13905.0 5/3/99 Page 01027-3
I
I
SECTION 01035
MODIFICATION PROCEDURE
PART1-GENERAL
' 1.1. SUMMARY
A. This section describes steps to make changes in the Work, Contract Price, Contract
Times, or any combination thereof, as are described in written Change Orders signed
by OWNER, CONTRACTOR, and ENGINEER and issued after execution of the
' Agreement, and in other instruments of change as described herein in accordance with
the provisions of this Section. Section includes:
I1. Documentation of Change in Contract Price and Contract Time.
2. Change Procedures.
3. Work Change Directive.
4. Stipulated Price Change Order.
5. Unit Price Change order.
6. Time and Material Change Order.
' 7. Execution of Change Orders.
8. Correlation of CONTRACTOR Submittals.
' B. Related work:
I1. Documents affecting work of this Section include, but are not necessarily
limited to General Conditions, Supplementary Conditions, and Sections in
Division I of these Specifications.
' 2. Changes in the Work are described further in the General Conditions.
3. Section 01027 - Applications for Payment.
4. Section 01700 - Project Record Documents.
' 1.2. QUALITY ASSURANCE
' A. Take such measures needed to assure familiarity of CONTRACTOR's staff and
employees with the procedures outlined in this section for processing Change Order
' data.
B. Submit name of the individual authorized to receive change documents, and be
' responsible for informing others in CONTRACTOR's employ or Subcontractors of
changes to the Work.
1.3. FORMAT
A. Change Order Form: EJCDC 1910-8-B.
CE1 Project No. 13905.0 5/3/99 Page 01035-I
I
B. Work Change Directive Form: EJCDC 1910-F.
C. Field Order Form: ENGINEER'S letter.
I
I
II
1.4. DOCUMENTATION OF CHANGE IN CONTRACT PRICE AND CONTRACT TIME.
A. Maintain detailed records of work done on a time and material basis. Provide full
information required for evaluation of proposed changes, and to substantiate costs of
changes in the Work.
B. Document each quotation for a change in cost or time with sufficient data to allow
evaluation of the quotation.
' C. On request, provide additional data to support computations:
I
[1
1. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from the Work, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material
basis, with additional information:
1. Origin and date of claim.
2. Dates and times work was performed, and by whom.
3. Time records and wage rates paid.
' 4. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
1.5. FIELD ORDER
A. ENGINEER will authorize, in writing, minor changes in the Work not involving an
' adjustment to Contract Price or Contract Time as authorized by Paragraph 9.05 of the
General Conditions by issuing a Field Order.
' 1.6. WORK CHANGE DIRECTIVE
A. ENGINEER may issue a Work Change Directive, signed by OWNER, instructing
CONTRACTOR to proceed with a change in the Work, for subsequent inclusion in a
Change Order.
B. The Work Change Directive will describe changes in the Work, and will designate
method of determining any change in Contract Price or Contract Time.
CEI Project No. 13905.0 5/3/99 Page 01035-2
I
IC. Promptly execute the change in Work.
1.7. STIPULATED PRICE CHANGE ORDER
A. Based on notice of change and CONTRACTOR's fixed price quotation and subsequent
negotiations.
1.8. UNIT PRICE CHANGE ORDER
IA. For pre -determined unit prices and quantities, Change Order will be executed on a
fixed unit price basis.
' B. For unit costs or quantities of units of work which are not pre -determined, execute
Work under a Work Change Directive, or based on negotiation and an executed
Change Order.
1.9. TIME AND MATERIAL CHANGE ORDER
I
A. Submit itemized account and supporting data after completion of change, within time
limits indicated in the General Conditions.
B. ENGINEER will determine the change allowable in Contract Price and Contract Time
as provided in the Contract Documents.
' C. Maintain detailed records of work done on time and material basis.
ID. Provide full information required for evaluation of proposed changes, and to
substantiate costs for changes in the Work.
1.10. EXECUTION OF CHANGE ORDERS
A. ENGINEER will provide Change Order forms for signatures of parties as provided in
the General Conditions in the number of copies indicated in the Supplementary
Conditions.
1.11. CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record each
authorized Change Order as a separate line item and adjust the Contract Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -
schedules to adjust time for other items of work affected by the change, and resubmit.
CEL Project No. 13905.0 5/3/99 Page 01035-3
U
C. Promptly enter changes in Project Record Documents.
PART2-PRODUCTS
Not Used.
'
PART 3- EXECUTION
Not Used.
1 End of Section 01035
1
1
CEI Project No. 13905.0 5/3/99 Page 01035-4
I
I
PART 1- GENERAL
I1.1. SUMMARY
I
I
J
C1
LJ
I
I
I
I
L
SECTION 01040
COORDINATION AND MEETINGS
A. This Section expands upon requirements regarding coordination, conferences and
meetings, described to permit direct reference from individual product specification
Sections.
Coordination
2. Preconstruction conference
3. Progress meetings
1.2. RELATED SECTIONS
A. Documents affecting work of this Section include, but are not necessarily limited to
General Conditions, Supplementary Conditions, and Section in Division 1 of these
Specifications.
1.3. COORDINATION
A. Coordinate construction activities with other contractors working in the same vicinity
on other projects, if applicable. CONTRACTOR is responsible for coordinating his
activities with all utility companies. Special attention is directed to contacting the
electric company to coordinate the relocation or the temporary relocation of the
overhead electrical lines, as necessary, to install the bridge.
B. CONTRACTOR, on the basis of the schedule and progress meetings shall notify the
appropriate property owner of trenching, excavation, cleanup, or other activities
scheduled to occur on, or adjacent to, their property during the coming week. The
individual property OWNER, or tenant thereof, shall be notified at least 48 hours in
advance of occupying, storing materials on, or performing work on any right-of-way
or easement.
C. Coordinate scheduling, submittals, and Work of the various Sections of specifications
to assure efficient and orderly sequence of installation of interdependent construction
elements with provisions for accommodating items installed later.
' CE! Project No. 13905.0
5/3/99
Page 01040-1
L)
L
ID. Verify that utility requirement characteristics of operating equipment are compatible
with existing utilities. Coordinate work of various Sections having interdependent
responsibilities for installing, connecting to, and placing in service such equipment.
IE. Coordinate completion and clean up of Work of separate Sections in preparation for
Substantial Completion.
1.4. PRECONSTRUCTION CONFERENCE
' A. ENGINEER will schedule a conference within 20 days after the Contract Times start
to run, but before any Work at the site is started.
' B. Attendance Required: Authorized representatives of OWNER, ENGINEER, and
CONTRACTOR.
1 C. Agenda:
1. Distribution of executed OWNER -CONTRACTOR Agreement.
2. Submission of executed bonds and insurance certificates.
3. Distribution of Contract Documents.
4. Submission of list of Subcontractors, list of products, Schedule of Values, and
proposed schedule.
5. Designation of personnel representing the parties in Contract, and ENGINEER.
' 6. Procedures and processing of field decisions, shop drawings, submittals,
substitutions, applications for payments, Change Orders and Contract closeout
procedures.
7. Construction schedule, including sequence of critical work.
' 8. Channels and procedures for communication.
9. Rules and regulations governing performance of the Work.
10. Procedures for safety and first aid, security, quality control, and related
matters.
1.5. PROGRESS MEETINGS
' A. ENGINEER will schedule and administer meetings throughout progress of the Work
as determined by ENGINEER.
CEI Project No. 13905.0 5/3/99 Page 01040-2
I
1
1
1
1
1
1
1
1
1
B. ENGINEER will make arrangements for meetings, prepare agenda with copies for
participants, preside at meetings, record minutes, and distribute copies within two days
to ENGINEER, OWNER, participants, and those affected by decisions made.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers,
OWNER, ENGINEER, and others as appropriate to agenda topics for each meeting.
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Review of off -site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
11. Maintenance of quality and work standards.
12. Effect of proposed changes on progress schedule and coordination.
13. Other business relating to Work.
PART2-PRODUCTS
Not Used
PART 3- EXECUTION
Not Used
CEI Project No. 13905.0
End of Section 01040
5/3/99
Page 01040-3
SECTION 01051
CONSTRUCTION SURVEYS
PART 1- GENERAL
1.1 SUMMARY
A. This Section defines staking services that Engineer will furnish, and sets forth
responsibilities of Contractor regarding the use and maintenance of same.
B. Related Work: Documents affecting work of this Section include, but are not limited to,
General Conditions, Supplementary Conditions, and Sections in Division I of these
Specifications.
C. Definitions
I. "Control Stakes" are the original reference points set by the Engineer for the
construction work.
2. "Construction Staking" is an additional staking required as the project progresses
which is the responsibility of the Contractor.
1.2 REQUIREMENTS
A. Engineer shall provide the following staking:
I. Set temporary bench marks.
2. Reset stakes found to be in error.
B. Contractor shall provide the following staking:
L All construction staking except as provided by Engineer above.
2. Reset stakes, marks or pins lost due to Contractor's operations.
1.3 CONTROL STAKING
A. Notification
1. Notify Engineer, in writing, at least five days in advance of the date when control
staking services are desired.
2. Engineer shall provide control staking.
CEI Project 13905.0 5/3/99 Page 01051-1
B. Checking Stakes
1. Examine stakes before commencing operations.
2. Notify Engineer if validity of any control stake is questionable.
3. Engineer will check stake or stakes in question.
4. Any control stakes found to be in error will be reset by the Engineer.
5. If stakes are valid, Contractor shall pay for cost of checking stakes.
C. Preservation of Stakes
I. Contractor shall inform his employees, subcontractors and vendors of importance
of control stakes and the necessity of their preservation.
2. Contractor shall pay for resetting any control stakes, marks, or pins lost due to
Contractor's operations.
1.4 CONSTRUCTION STAKING
A. Provide all construction staking as needed to complete the Work.
Part 2- PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01051
CEI Project 13905.0 5/3/99 Page 01051-2
SECTION 01060
REGULATORY REQUIREMENTS
PART1-GENERAL
1.1 SECTION INCLUDES:
A. Listing of certain applicable local, state, and federal regularity requirements applicable to
the project.
B. Discussion of specific implementation of certain regulatory requirements.
1.2 NOT INCLUDED:
A. Comprehensive listing of applicable local, state, and federal regulatory requirements
applicable to the project.
B. Reference to or listing of applicable safety standards.
1.3 RELATED SECTIONS
A. Documents affecting work of this Section include, but are not necessarily limited to,
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
B. Section 01090 - Reference Standards: applicable consensus standards.
C. Specific Sections of this Specification include additional requirements of local, state, and
federal regulatory requirements.
1.4 AMERICANS WITH DISABILITIES ACT
A. Comply with portions applicable to construction and construction sites.
1.5 ARKANSAS HIGHWAY AND TRANSPORTATION
A. Construction standards as listed in individual Specification Sections.
1.6 ARKANSAS DEPARTMENT OF HEALTH
A. Project has been submitted to ADOH for approval with applicable design standards.
Construction may not start on water line until approval from ADOH is obtained.
CEI Project 13905.0 5/27/99 Page 01060-1
B. Do not deviate from ADOH approved Drawings and Specifications without approval of
Engineer.
C. Deviations requested by Contractor which require re -submittal to ADOH - Contractor
will reimburse Owner for cost of re -submittal and obtaining approval.
1.7 NPDES STORM WATER DISCHARGE PERMIT
A. NPDES Permit - If required, apply to the State of Arkansas for storm water discharges
during construction at this site to be covered by General NPDES Permit No.
' ARR10A000. This application includes filing a Notice of Intent (NOI) and preparing a
Storm Water Pollution Prevention Plan.
' B. Permit Activities: Manage the discharge of stone water from the project areas in
accordance with the NPDES permit and the following provisions.
Minimum requirements for storm water construction permit compliance.
Contractor will develop and place in field office file a storm water pollution
prevention plan (Plan) for this construction site. The objective of this Plan is to
identify all potential pollution sources on -site, and, devise management and
physical measures which reduce pollution and prevent such pollution from
leaving the permit site.
Plan shall include methods and timing for prevention of storm water pollution by
the construction process, equipment and materials. This includes a description of
both structural and non-structural control measures.
Plan shall include flow diversion, erosion control, sediment containment, and re -
vegetation consistent with the specified work and the storm water permit.
Plan shall specify the Contractor's supervisory personnel who shall conduct the
required inspections of the site and control facilities and who shall file the written
reports for each such inspection.
Plan shall require such inspection of the control facilities after each rain of 0.5
' inches per day as specified in the permit. Such inspections are of particular
importance in evaluating control structures and non-structural methods or
procedures. Failure or ineffectiveness of control measures or procedures must be
documented with corrective actions specified.
2. Conduct sampling and analysis of storm water run-off in accordance with the
NPDES permit and the following provisions. Analysis shall be performed by a
laboratory approved by Owner.
1
CE! Project 13905.0 5/27/99 Page 01060-2
I
H
LI
H
I
I
I
I
I
H
IJ
I
L
I
I
3. Complete compliance reports required by the permit in a timely manner and
provide Owner with copies of all data on storm water management activities and
monitoring.
C. Permit Compliance: Conduct storm water management practices in accordance with the
permit. Contractor shall be responsible for any enforcement action taken or imposed by
federal or state agencies, including the cost of fines, construction delays, and remedial
actions, resulting from Contractor's failure to comply with the permit provisions.
Monitor the suitability of the designated management practices to achieve the storm
water quality provisions of the permit, and notify Engineer of the any changes made to
management practices.
If changes are ordered by Engineer, an adjustment in Contract Price shall be considered
in accordance with the General Conditions. However, Contractor's failure to monitor or
report deficiencies to Owner will result in Contractor being liable for fines and
construction delays resulting from any federal or state agency enforcement action.
1.8 GRADING PERMIT
A. Obtain a grading
permit for this
project form the
City of Fayetteville, following normal
City procedures.
Fees normally
required for this
permit will be waived.
Part2-PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01060
' CE! Project 13905.0 5/27/99
Page 01060-3
SECTION 01090
REFERENCE STANDARDS AND ABBREVIATIONS
PART 1- GENERAL
1.1 SECTION INCLUDES
A. A listing of organizations providing reference standards referenced in the
Specifications.
B. Information on the use of reference standards.
C. A listing of abbreviations used throughout the Contract Documents.
1.2 RELATED SECTIONS
A. General Conditions, Supplementary Conditions
1.3 SCHEDULE OF REFERENCES
A. AASHTO American Association of State Highway and Transportation Officials
444 North Capitol Street, N.W.
Washington, DC 20001
B. ACI American Concrete Institute
Box 19150
Redford Stations
Detroit, MI 48219
C. AGC Associated General Contractors of America
1957 E Street, N.W.
Washington, DC 20006
D. AI Asphalt Institute
Asphalt Institute Building
College Park, MD 20740
E. ANSI American National Standards Institute
1430 Broadway
New York, NY 10018
CEI Project 13905.0 5/3/99 Page 01090-1
F. ASPA American Sod Producers Association
4415 West Harrison Street
Hillside, IL 60612
G. ASTM American Society for Testing and Materials
1916 Race Street
Philadelphia, PA 19103
H. AWWA American Water Works Association
6666 West Quincy Avenue
Denver, CO 80235
EJCDC Engineers' Joint Contract Documents Committee
American Consulting Engineers Council
1015 15th Street, N.W.
Washington, DC 20005
J. FS Federal Specifications
General Services Administration, Specifications and Consumer
Information Distribution Section (WFSIS)
Washington Navy Yard, Building 197
Washington, DC 20407
K. MIL Military Specification
Naval Publications and Forms Center
5801 Tabor Avenue
Philadelphia, PA 19120
L. PCA Portland Cement Association
5420 Old Orchard Road
Skokie, IL 60077
M. UL UnderwritersLaboratories, Inc.
333 Pfringston Road
Northbrook, IL 60062
1.4 ABBREVIATIONS
Whenever the following abbreviations and acronyms are used, they shall have the
corresponding meaning as follows.
AGA - American Gas Association
AHTD - Arkansas Highway and Transportation Department
ASHTD - Arkansas Highway and Transportation Department
AISC - American Institute of Steel Construction
CEI Project 13905.0 5/3/99 Page 01090-2
I
1
1
1
1
APA
- American Plywood Association
ASA
- American Standards Association
AWG
- American Wire Gage
AWPA
- American Wood Products Association
AWS
- American Welding Society
GSA
- General Services Administration, U.S. Government
NHBA
- National Builders Hardware Association
NEC
- National Electric Code
NEMA
- National Electric Manufactures Association
NFPA
- National Fire Protection Association
NPT
- National Pipe thread
SBC
- Standard Building Code (also SSBC)
SPA
- Southern Products Association
A
- Ampere
cfm
- cubic feet per minute
COMP
- corrugated galvanized metal pipe
DIP
- ductile iron pipe
gpm
- gallons per minute
Hp
- horsepower
MGD
- million gallons per day
N.C.
- normally closed
N.O.
- normally open
ppm
- parts per million
psi
- pounds per square inch
PVC
- polyvinyl chloride (pipe)
R
- motor starter relay
RCP
- reinforced concrete pipe
rpm
- revolutions per minute
T.D.
- time delay
TDH
- total dynamic head
V
- volt
PART2-PRODUCTS
Not Used
PART 3- EXECUTION
Not Used
I
CEI Project 13905.0
End of Section 01090
5/3/99
Page 01090-3
I
SECTION 01300
SUBMITTALS
' PART 1- GENERAL
' 1.1 SUMMARY
A. This Section expands upon requirements regarding administrative and procedural
requirements for submittals of progress schedules, shop drawings, product data,
samples, manufacturer's instructions, and manufacturer's certificates.
B. Related Work:
1. Section 01410- Quality Control: Manufacturersfield services and reports.
2. Section 01700 - Contract Closeout: Contract warranty, manufacturer's
certificates, and closeout submittals.
1.2 SUBMITTAL PROCEDURES
' A. Transmit each submittal with form accepted by Engineer.
' B. Sequentially number the transmittal forms. Re -submittals to have original number with
an alphabetic suffix.
C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and
detail number(s), and specification Section number, as appropriate.
' D. Apply Contractor's stamp, signed or initialed certifying that review, verification of
Products required, field dimensions, adjacent construction Work, and coordination of
' information, is in accordance with the requirements of the Work and Contract
Documents.
' E. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate
submission of related items.
F. Identify variations from Contract Documents and Product or system limitations which
may be detrimental to successful performance of the completed Work.
' G. Provide space for Contractor and Engineer review stamps.
H. Revise and resubmit submittals as required, identity all changes made since previous
submittal.
CEl Project 13905.0 5/3/99 Page 01300-1
I
H
I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to
promptly report any inability to comply with provisions.
' 1.3 CONSTRUCTION PROGRESS SCHEDULES
I
I
I
I
J
J
I
I
H
I
J
I
A. Submit initial progress schedule in duplicate within 15 days after date of Owner -
Contractor Agreement for Engineer review.
B. Update as required and resubmit with each pay request.
C. Submit a horizontal bar chart with separate line for each major section of Work or
operation, identifying first work day of each week.
D. Show
complete
sequence
of construction by activity, identifying Work of separate
stages
and other
logically
grouped activities.
E. Indicate estimated percentage of completion for each item of Work at each
submission.
F. Indicate submittal dates required for shop drawings, product data, and samples.
1.4 SHOP DRAWINGS
A. Submit the number of opaque reproductions which Contractor requires, plus two
copies which will be retained by Engineer.
B. Make Shop Drawings accurately to a scale sufficiently large to show all pertinent
aspects of the item and its method of connection to the Work.
C. Unless otherwise specified, make submittals in groups containing all associated items
to assure that information is available for checking each item when it is received.
1. Partial submittals may be rejected as not complying with the provisions of the
Contract.
2. Contractor may be held liable for delays so occasioned.
D. Make submittals far enough in advance of scheduled dates for installation to provide
time required for reviews, for securing necessary approvals, for possible revisions and
re -submittals, and for placing orders and securing delivery.
E. In scheduling, allow at least ten working days for review by the Engineer following
the Engineer's receipt of the submittal.
' CE! Project 13905.0
5/3/99
Page 01300-2
I
IF. Submittal log:
1. Maintain an accurate submittal log for the duration of the Work, showing
current status of all submittals at all times.
2. Make the submittal log available to the Engineer for the Engineer's review
upon request.
G. After review distribute in accordance with Article on Procedures above and for Record
Documents described in Section 01700 - Contract Closeout.
' 1.5 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus two copies which
will be retained by the Engineer.
B. Mark each copy to identify applicable products, models, options, and other data.
Supplement manufacturersstandard data to provide information unique to this Project.
C. After review, distribute in accordance with Article on Procedures above and provide
' copies for Record Documents described in Section 01700 - Contract Closeout.
' 1.6 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product,
with integral parts and attachment devices. Coordinate sample submittals for
interfacing work.
B. Submit samples of coatings or finishes for Engineer's selection.
C. Include identification on each sample, with full product information.
D. Submit the number or samples specified in individual specification Sections; one of
which will be retained by Engineer.
' E. Reviewed samples which may be used in the Work are indicated in individual
specification Sections.
1.7 MANUFACTURER'S INSTRUCTIONS
' A. When specified in individual specifications Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
' finishing, in quantities specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
CE! Project 13905.0 5/3/99 Page 01300-3
1
1.8 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate
to Engineer for review, in quantities specified for Product Data.
B. Indicate that material or product conforms to or exceeds specified requirements.
Submit supporting reference data affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Engineer.
PART2-PRODUCTS
Not Used
PART 3- EXECUTION
Not Used
End of Section 01300
CE! Project 13905.0 5/3/99 Page 01300-4
SECTION 01310
PROGRESS SCHEDULES
PART1-GENERAL
1.1 SUMMARY
A. This Section includes procedural requirements for preparation, submittal, and updating
of Contractor's construction progress schedules.
B. Related Work:
1. Documents affecting work of this Section include, but are not limited to,
General Conditions, Supplementary Conditions, and Sections in Division I of
these Specification.
2. Section 01027- Applications for Payment.
3. Section 01300 - Submittals: Shop drawings, product data, and samples.
1.2 FORMAT
A. Prepare Schedules as a horizontal bar chart with separate bar for each major portion of
Work or operation, identifying first work day of each week.
B. Sequence of Listings: The chronological order of the start of each item of Work.
C. Scale and Spacing: To provide space for notations and revisions.
D. Sheet Size: Minimum multiples of 8 1/2 x 11 inches
1.3 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning and
completion of each element of construction.
B. Identify each item by specification Section number.
C. Identify work of separate stages and other logically grouped activities.
D. Provide sub -schedules to define critical portions of the entire Schedule.
E. Show accumulated percentage of completion of each item, and total percentage of
Work completed, as of the first day of each month.
CE! Project 13905.0 5/3/99 Page 01310-1
I
F. Provide separate schedule of submittal dates for shop drawings, product data, and
samples, and dates reviewed submittals will be required from Engineer.
' G. Coordinate content with Schedule of Values specified in Section 01026.
' 1.4 REVISIONS TO SCHEDULES
A. Indicate progress of each activity to date of submittal, and projected completion date
of each activity.
' B. Identify activities modified since previous submittal, major changes in scope, and
other identifiable changes.
IC. Provide narrative report to define problem areas, anticipated delays, and impact on
Schedule. Report corrective action taken, or proposed, and its effect.
1.5 SUBMITTALS
A. Submit initial Schedules within 15 days after date of Owner -Contractor Agreement.
After review, resubmit required revised data within ten days.
' B. Submit the number of opaque reproductions which Contractor requires, plus two
copies which will be retained by Engineer.
' 1.6 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers,
and other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
' Part2-PRODUCTS
Not Used
I.-
Part3 - EXECUTION
Not Used
I
End of Section 01310
I
CE! Project 13905.0
I
5/3/99
Page 01310-2
I
' PART 1- GENERAL
' 1.1 SUMMARY
SECTION 01410
TESTING LABORATORY SERVICES
A. This Section describes testing and inspecting to be provided by Contractor, plus
cooperation required from Contractor with Owner's selected testing agency and others
responsible for testing and inspecting the Work.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
2. Requirements for testing may be described in various Sections of these
Specifications.
3. Where no testing requirements are described, but Owner decides that testing is
required, Owner may require such testing to be performed under current
pertinent standards for testing. Payment for such testing will be made as
described in this Section.
C. Work not included:
' Selection of testing laboratory: Owner and Contractor will each select a pre -qualified
independent testing laboratory for the testing services required by each. Neither Owner
nor Contractor shall utilize a testing laboratory against which the other has a
reasonable objection.
1.2 QUALITY ASSURANCE
A. The testing laboratory will be qualified to the Owner's approval in accordance with
' ASTM E 329.
B. Testing, when required, will be in accordance with all pertinent codes and regulations,
' and with selected standards of the American Society for Testing and Materials and the
American Association of State Highway and Transportation Officials.
I1.3 DELIVERY, STORAGE, AND HANDLING
A. Comply with pertinent provisions of Section 01620.
CEI Project 13905.0 5/3/99 Page 01410-1
I
B. Promptly process and distribute required copies of test reports and related instructions
to assure necessary re -testing and replacement of materials with the least possible
delay in progress of the Work.
1
PART 2- PRODUCTS
' 2.1 PROOF OF MATERIALS TESTING
I
I
A. Materials to be incorporated into the work shall be tested, using suitable laboratory
and source quality control tests, as indicated in individual specification Sections, to
prove their compliance with the Specifications.
B. Proof of materials testing shall be paid for by Contractor.
' 2.2 PROOF OF CONSTRUCTION TESTING
I
I
E
L
A. Completed construction shall be tested, using suitable in -situ and laboratory tests, as
indicated in individual specification sections or as recommended by Engineer or
required by Owner, to prove compliance of completed work with Specifications.
B. Initial proof of construction testing will be paid for by Owner.
C. When initial tests indicate non-compliance with the Contract Documents, the costs of
all tests associated with that non-compliance will be deducted by Owner from the
Contract Price.
2.3 CODE COMPLIANCE TESTING
A. Inspections and tests required by codes or ordinances, or by a plan approval authority,
and which are made by a legally constituted authority, shall be the responsibility of
and shall be paid for by Contractor, unless otherwise provided in the Contract
Documents.
' 2.4 CONTRACTOR'S CONVENIENCE TESTING
I
I
I
A. Inspecting and testing performed exclusively for Contractor's convenience shall be
sole responsibility of Contractor.
' CEI Project 13905.0
5/3/99
Page 01410-2
I
PART 3- EXECUTION
3.1 COOPERATION WITH TESTING LABORATORY
A. Representatives of the testing laboratory shall have access to the Work at all times and
at all locations where the Work is in progress. Provide facilities for such access to
enable the laboratory to perform its functions properly.
3.2 TAKING SPECIMENS
A. Specimens and samples for testing, unless otherwise provided in the Contract
Documents, shall be taken by testing personnel. Sampling equipment and personnel
will be provided by the testing laboratory. Deliveries of specimens and samples to the
testing laboratory.
3.3 SCHEDULES FOR TESTING
A. Establishing schedule:
I. By advance discussion with testing laboratory selected by Owner, determine
the time required for laboratory to perform tests and to issue findings.
2. Provide all required time within the construction schedule.
B. Revising schedule: When changes of construction schedule are necessary during
construction, coordinate all such changes with the testing laboratory as required.
C. Adherence to schedule: When the testing laboratory is ready to test according to the
established schedule, but is prevented from testing or taking specimens due to
incompleteness of the Work, all extra charges for testing attributable to the delay may
be back -charged to Contractor and shall not be borne by Owner.
I
End of Section 01410
I
I
I
I
CEI Project 13905.0
I
5/3/99
Page 01410-3
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART1-GENERAL
1.1 SUMMARY
A. This Section describes construction facilities and temporary controls required for the
Work.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
2. Except that equipment furnished by subcontractors shall comply with
requirements of pertinent safety regulations, such equipment normally
furnished by the individual trades in execution of their own portions of the
Work are not part of this Section.
3. Permanent installation and hookup of the various utility lines are described in
other Sections.
1.2 REQUIREMENTS
A. Provide construction facilities and temporary controls needed for the Work including,
but not necessarily limited to:
1. Temporary Utilities: Electricity, heat, ventilation, telephone, water and
sanitary facilities.
2. Temporary Controls: Barriers, enclosures, fencing, protection of the Work,
and water control.
3. Construction Facilities: Access roads and temporary buildings.
4. Project sign, if required.
1.3 DELIVERY, STORAGE, AND HANDLING
A. Maintain temporary facilities and controls in proper and safe condition throughout
progress of the Work.
CEI Project 13905.0 5/3/99 Page 01500-1
C
' PART2-PRODUCTS
2.3 MAINTENANCE OF TRAFFIC
' Keep existing roads open to all traffic. Detour routes are not required for this project.
Keep the portion of the project being used by public traffic, either through or local
traffic, in such condition to permit safe, continuous flow two-way traffic at all times.
Where the nature of the work restricts or prohibits two-way flow, one-way operation
may be maintained by use of flaggers.
' Conduct work as to assure the least possible obstruction to traffic. Provide for safety
and convenience of the general public, residents affected by construction, and
protection of persons and property.
Maintain existing roads from the date work is begun until the project has been
completed and accepted.
' Provide traffic control devices and operations required to delineate temporary hazards
which result from construction. Traffic control devices shall comply with applicable
portions of the MUTCD and Section 604 of AHTD Standard Specifications for
Highway Construction. Traffic control devices which are ineffective due to size, age,
' wear and tear, or improper delineation shall be removed from the site and replaced
with suitable devices.
2.4 UTILITIES
A. Water
' 1. Provide necessary temporary piping and water supply and, upon completion of
the Work, remove such temporary facilities.
2. Provide and pay for water used in construction, including water used to flush
and test pipelines and appurtenances.
B. Electricity
1. Provide necessary temporary wiring and, upon completion of the Work,
remove such temporary facility.
2. Provide area distribution boxes so located that the individual trades may
t furnish and use 100 ft. maximum length extension cords to obtain power and
lighting at points where needed for work, inspection, and safety.
3. Provide and pay for electricity used in construction.
1
Li
CE! Project 13905.0
5/3/99
Page 01500-2
J
IC. Heating: Provide and pay for heat devices and heat necessary to maintain specified
conditions for construction operations needed in the Work.
D. Telephone
1. Make necessary arrangements and pay costs for installation and operation of
telephone service to the Contractor's office at the job site.
2. Make the telephone available to the Engineer for use in connection with the
Work.
E. Temporary Ventilation
I. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and
to prevent accumulation of dust, fumes, vapors, or gases.
' 2. Provide equipment as required to maintain proper ventilation construction
operations.
F. Temporary Sanitary Facilities
I. Provide temporary sanitary facilities in the quantity required for use by all
personnel.
2. Maintain in sanitary condition at all times.
' 2.3 BARRIERS
Provide barriers to prevent unauthorized entry to construction areas, to allow for
Owner's use of site, and to protect existing facilities and adjacent properties from
damage from construction operations and demolition.
' Provide protection for plant life designated to remain. Replace damaged plant life.
I
I
I
I
I
I
Protect non -owned vehicular traffic, stored materials, site and structures from damage.
2.4 WATER CONTROL
Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain
pumping equipment.
Protect
site
from
puddling or running water.
Provide water barriers as required to
protect
site
from
soil erosion.
2.5 PROTECTION OF INSTALLED WORK
Protect installed Work and provide special protection where specified in individual
specification Sections.
CE! Project 13905.0 5/3/99 Page 01500-3
I
' Provide temporary and removable protection for installed Products. Control activity in
immediate work area to minimize damage.
' Provide temporary covering at the ends of installed piping at the end of each work day
to prevent entry of dirt, debris and rodents.
Prohibit traffic on dressed and seeded areas.
2.6 SECURITY
' Provide security and facilities to protect Work, existing facilities, and Owner's
operations from unauthorized entry, vandalism, or theft.
' 2.7 ACCESS ROADS
Construct and maintain temporary roads accessing public thoroughfares to serve
construction area.
Extend and relocate as Work progress requires. Provide detours necessary for
unimpeded traffic flow.
' Provide and maintain access to fire hydrants, free of obstructions.
2.8 TEMPORARY ACCESS EASEMENT
The CITY has secured a temporary access easement from Towers Associates, Inc. for
the sole purposes necessary for vehicle access into and from Greathouse Park for the
purpose of constructing a bridge across Town Creek.
Before any access occurs, ENGINEER and Contractor shall walk the easement area
' and document the condition of the existing pavement, fences, gates, buildings, and etc.
for the purposes of determining any future damage, if any, caused by the Contractor's
use of said easement during construction.
' Contractor shall not park any vehicles nor store any materials in the easement area or
outside of the easement area in the adjacent paved parking lot. The temporary access
' easement is strictly for ingress and egress to the construction site.
I
Contractor is responsible to analyze the existing pavement, weather conditions,
vehicle loads, etc. and take measures to prevent damage to this private property. Any
damage shall be repaired to its original condition as documented in paragraph 2.8.B
' above, according to, but not limited to, Section 02261, Site Restoration. This also
applies to the Park property itself, since the same equipment will have to cross the
grassed park area to reach the bridge site.
CE! Project 13905.0 5/3/99 Page 01500-4
I
Li
H
Contractor shall install his own locks on the two gates in addition to the existing locks.
The main gate shall remain closed at all times, each vehicle is required to open and
close the main gate upon arrival and departure. For security purposes, both gates shall
be locked when the construction site is not attended and during off hours.
' 2.9 PROGRESS CLEANING
I
I
Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean
and orderly condition.
Remove waste materials, debris, and rubbish from site periodically and dispose off -
site.
1 2.10 FIELD OFFICES AND SHEDS
I
I
I
I
H
H
I
I
J
Li
Li
Contractor's facilities: Provide temporary field office building and/or sheds adequate
in size and accommodation for Contractor's offices, supply, and storage.
Locate temporary structures a minimum distance of 30 feet from existing and new
structures.
2.11 ENCLOSURES
Provide and maintain for the duration of construction all scaffolds, tarpaulins,
canopies, warning signs, steps, platforms bridges, and other temporary constructing
necessary for proper completion of the Work in compliance with pertinent safety and
other regulations.
Provide temporary weather -tight closure of exterior openings to accommodate
acceptable working conditions and protection for Products, to allow for temporary
heating and maintenance of required ambient temperatures identified in individual
specification Sections, and to prevent entry of unauthorized persons. Provide access
doors with self -closing hardware and locks.
Provide and maintain for the duration of construction a temporary fence of design and
type needed to prevent entry by the public onto the open excavation areas of the Work.
Fencing shall be international orange in color, 4 feet high, have maximum 6 inch
square opening and be supported by 6 foot posts located 10 to 12 feet on center and
imbedded 18 inches into the ground.
CEI Project 13905.0 5/3/99 Page 01500-5
H
I
I
1
I
1
I
PART 3- EXECUTION
3.1 MAINTENANCE AND REMOVAL
A. Maintain temporary facilities and controls as long as needed for safe and proper
completion of the Work.
B. Remove such temporary facilities and controls as rapidly as progress of the Work will
permit, or as directed by Engineer.
C. Clean and repair damage caused by installation or use of temporary work.
D. Restore existing facilities used during construction to original condition. Restore
permanent facilities used during construction to specified condition.
CEI Project 13905.0
End of Section 01500
5/3/99
Page 01500-6
I
I
' PART 1- GENERAL
' 1.1 SUMMARY
I
I
I
I
I
H
SECTION 01620
STORAGE AND PROTECTION
A. Protect products scheduled for use in the Work by appropriate means including, but
not necessarily limited to, those described in this Section.
B. Related work
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in
Division I of these Specifications.
2. Additional procedures also may be prescribed in other Sections of these
Specifications.
1.2 QUALITY ASSURANCE
A. Include within Contractor's quality assurance program such procedures as are required
to assure full protection of work and materials.
1.3 MANUFACTURERS' RECOMMENDATIONS
A. Except as otherwise approved by Engineer, determine and comply with manufacturers'
recommendations of product handling, storage, and protection.
' 1.4 PACKAGING
A. Deliver products to the job site in their manufacturer's original container, with labels
intact and legible.
1. Maintain packaged materials with seals unbroken and labels intact until time of
use.
2. Promptly remove damaged material and unsuitable items from the job site, and
promptly replace with material meeting the specified requirements, at no
additional cost to Owner.
B. Engineer may reject as non -complying such material and products that do not bear
identification satisfactory to Engineer as to manufacturer, grade, quality, and other
pertinent information.
CEI Project 13905.0 5/3/99 Page 01620-1
I
1.5 STORAGE
A. Store materials,
supplies
and equipment in
an orderly fashion
at the site of the work as
will not unduly
interfere
with the progress
of the work or that
of other contractors.
I
I
I
I
!Li
I
H
I
1.6 PROTECTION
A. Provide the necessary care in unloading procedures to prevent damage to materials and
equipment delivered to the job site.
B. Provide necessary security fencing and measures to prevent damage through
vandalism or theft.
C. At all times safely guard Owner's property from injury or loss in connection with this
Contract. At all times safely guard and protect the Work, and that of adjacent
property, from damage. Furnish, maintain, and use such equipment as may be
necessary to protect adjacent property from damage caused by construction equipment,
dust, mud, dirt, and refuse from operations. Failure to prevent such damage shall be
cause for stopping the Work until dust, mud, dirt, and refuse are controlled. Be fully
responsible for safety precautions and protection until acceptance of the Work.
D. Exercise due care to avoid damage to existing improvements or facilities, fences,
building, structures, adjacent properties, and trees and shrubs that are not to be
removed.
E. In the event of temporary suspension of work, or during inclement weather, or
whenever Engineer shall direct, direct Subcontractors to carefully protect the Work
and materials against damages or injury from the weather.
t1.7 REPAIRS AND REPLACEMENTS
IA. In event
of damage, promptly make
replacements
and repairs to the approval of
Engineer
and at no additional cost to
Owner.
B. Additional time required to secure
I
replacements
and
to make
repairs will not be
considered by Engineer to justify an
extension in
the
Contract
Times.
I
J
J
End of Section 01620
CEI Project 13905.0
L
5/3/99
Page 01620-2
iI
I
tPART 1- GENERAL
1
1
1
1
1
1
1
1.1 SECTION INCLUDES
SECTION 01700
CONTRACT CLOSEOUT
A. Description of an orderly and efficient transfer of the completed Work to Owner.
B. Requirements regarding project closeout procedures, final cleaning, adjusting, project
record documents, operation and maintenance data, and warranties; refer also to
individual product specification Sections.
C. Related work: Documents affecting work of this Section include, but are not
necessarily limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Prior to requesting inspection by Engineer, use adequate means to assure that the
Work is completed in accordance with the specified requirements and is ready for the
requested inspection.
1.3 PROCEDURES
A. Substantial Completion:
4.
CEI Project 13905.0
Prepare and submit the list required by the first sentence of Paragraph 14.04 of
the General Conditions.
Within a reasonable time after receipt of the list, Engineer will inspect to
determine status of completion.
Should Engineer determine that the Work is not substantially complete:
a. Engineer promptly will so notify Contractor, in writing, giving reasons
therefore.
b. Remedy the deficiencies and notify Engineer when ready for re -
inspection.
c. Engineer will re -inspect the Work.
When Engineer concurs that the Work is substantially complete:
a. Engineer will prepare a "Certificate of Substantial Completion",
accompanied by Contractors list of items to be completed or corrected,
as verified by Engineer.
b. Engineer will submit the Certificate to Owner and Contractor for their
written acceptance of the responsibilities assigned to them in the
Certificate.
5/3/99
Page 01700-1
I
B. Final Completion:
1. Prepare and submit the notice required by the first sentence of Paragraph 14.06
of the General Conditions.
2. Verify that the Work is complete including, but not necessarily limited to, the
items mentioned in Paragraph 14.07 of the General Conditions.
3. Certify that:
a. Contract Documents have been reviewed;
b. Work has been inspected for compliance with the Contract Documents;
c. Work has been completed in accordance with the Contract Documents;
d. Equipment and systems have been tested as required, and are
operational; and
e. Work is completed and ready for final inspection.
4. Engineer will make an inspection to verify status of completion.
' 5. Should Engineer determine that the Work is incomplete or defective:
a. Engineer promptly will so notify Contractor and Owner, in writing,
listing the incomplete or defective work.
b. Remedy the deficiencies promptly, and notify Engineer when ready for
re -inspection.
6. When Engineer determines that the Work is acceptable under the Contract
Documents, he will request Contractor to make closeout submittals.
IC. Closeout submittals include, but are not necessarily limited to:
I. Project Record Documents.
2. Operation and maintenance data for items so listed in pertinent other Sections
of these Specifications, and for other items when so directed by Engineer.
3. Warranties and Bonds
' 4. Specifications with recorded changes made by addenda.
5. Spare parts and materials extra stock
6. Evidence of compliance with requirements of government agencies having
' jurisdiction including, but not necessarily limited to:
a. Certificates of Inspection;
b. Certificates of Occupancy;
7. Certificates of Insurance for products and completed operations;
8. Evidence of payment and release of liens;
9. List of subcontractors, service organizations, and principal vendors, including
'
names, addresses, and telephone numbers where they can be reached for
emergency service at all times including nights, weekends, and holidays.
' D. Final adjustment of accounts: Submit a final statement of accounting to Engineer,
showing all adjustments to the Contract Price. A final Change Order reconciling
quantities installed to contract amounts will be issued.
CEI Project 13905.0 5/3/99 Page 01700-2
1
I
1.4 FINAL CLEANING
A. Complete final cleaning prior to final inspection.
' B. Remove waste and surplus materials, rubbish, and construction facilities from the site.
C. Restore areas disturbed by the Work, as specified in Section 02261.
' 1.5 ADJUSTING
A. Adjust operating equipment to ensure smooth and unhindered operation.
' 1.6 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; protect from deterioration
and from loss and damage until completion of the Work; record actual revisions to the
Work. Do not use the record documents set for any purpose except entry of new data
and for review by Engineer.
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
' B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress. Failure to promptly make
notations on Record Documents will be considered in evaluating requests for progress
payments.
1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe
the change by graphic line and note as required.
2. Date all entries.
' 3. Call attention to the entry by a "cloud" drawn around the area or areas affected.
4. In the event of overlapping changes, use different colors for the overlapping
' changes.
D. Specifications: Legibly mark and record at each product section description of actual
t products installed, including the following.
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and Modifications.
1
CEI Project 13905.0 5/3/99 Page 01700-3
I
1
1
1.7
1
E. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
1. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
2. Field changes of dimension and detail.
3. Details not on original Contract Drawings.
Submittal, Review, and Approval
I. Submit the completed set of Project Record Documents to Engineer for review.
2. Participate in review meetings as required.
3. Make required changes and promptly deliver the final Project Record
Documents to Engineer.
G. Contractor has no responsibility for recording changes in the Work subsequent to Final
Completion, except for changes resulting from work performed under Warranty.
OPERATION AND MAINTENANCE DATA
A.
C.
D.
E.
Submit three sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three
ring capacity expansion binders with durable plastic covers.
Prepare binder covers with printed title "OPERATION AND MAINTENANCE
INSTRUCTIONS", title of project, and subject matter of binder when multiple binders
are required.
Internally subdivide the binder contents with permanent page dividers, logically
organized as described below, with tab titling clearly printed under reinforced
laminated plastic tabs.
Contents: Prepare a Table of Contents for each volume, with each product or system
description identified, type on 30 pound white paper.
Part 1: Directory, listing names, addresses, and telephone numbers of Engineer,
Contractor, Subcontractors, and major equipment suppliers.
Part 2: Operation and maintenance instructions, arranged by system and subdivided
by specification section. For each category, identify names, addresses, and telephone
numbers of Subcontractors and suppliers. Identify the following:
1. Significant design criteria.
2. List of equipment.
3. Parts list for each component.
4. Operating instructions.
5. Maintenance instructions for equipment and systems.
6. Maintenance instructions for cleaning methods, materials, and special
precautions identifying detrimental agents.
CE1 Project 13905.0
5/3/99
Page 01700-4
El
G. Part 3: Project documents and certificates, including the following:
I1. Shop Drawings and product data.
2. Certificates.
3. Photocopies of warranties.
H. Submit one copy of completed volumes in final form 15 days prior to final inspection.
This copy will be returned after final inspection, with Engineer's comments. Revise
content of documents as required prior to final submittal.
I. Submit final revised volumes within 10 days after final inspection.
' 1.8 WARRANTIES
' A. Provide duplicate notarized copies.
' B. Execute and assemble documents from Subcontractors, Suppliers, and manufacturers.
C. Provide Table of Contents and assemble in three ring binder with durable plastic
cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated
submittal within 10 days after acceptance, listing date of acceptance as start of
warranty period.
' 1.9 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified
' in individual specification Sections.
B. Deliver to Project site and place in location as directedobtain receipt prior to final
' payment.
1.10 INSTRUCTION
' A. Instruct Owner's personnel in proper operation and maintenance of systems,
equipment, and similar items which were provided as part of the Work.
I
I
I' CEI Project 13905.0 5/3/99
Page 01700-5
PART2-PRODUCTS
Not Used
PART 3- EXECUTION
Not Used
End of Section 01700
CEI Project 13905.0 5/3/99 Page 01700-6
I
I
I
I
I
I
I
P1
I
I
I
H
GI
I
SECTION 02010
SITE AND SUBSURFACE INVESTIGATION BY CONTRACTOR
PART I - GENERAL
1.01 SECTION INCLUDES
A. Surface reconnaissance and evaluation of existing site conditions.
B. Sub -surface evaluation by contractor's chosen method of investigation.
1.02 RELATED SECTIONS
A. Sections 00700 - General Conditions.
B. Section 00800 - Supplementary conditions.
C. Soil & Foundation Investigation Report - Appendix A.
PART 2- EXECUTION
2.01 EXECUTION
A. The Contractor is responsible for having a thorough knowledge of all Drawings,
Specifications, General and Supplementary Conditions, and other Contract
Documents. Failure to acquaint himself with this knowledge does not relieve him of
the responsibility for performing his work in a manner acceptable to the Owner. No
additional compensation will be allowed because of conditions that occur due to
failure by the Contractor to familiarize himself and all workers with this knowledge.
B. The Contractor shall be responsible for determining the existing conditions of the site
and shall thoroughly examine all factors reasonably available to him, including but not
limited to the Drawings, Specifications, geotechnical report, site boundary and
topography, site conditions, site history, local information, and seasonal weather
conditions. Geotechnical report data is not considered all conclusive and it is the
Contractor's responsibility to further investigate site conditions as he determines
necessary. The Contractor shall be totally responsible for acceptance of the site and
preparation of the site to the proper grade and compaction requirements as indicated
by the Contract Documents including Construction Drawings and Specifications. Any
construction performed by the Contractor on the project will constitute acceptance of
the site.
END OF SECTION 02010
CEI Project No. 13905.0 5/3/99
02010-1
SECTION 02050
9]* [0111UIi]u
PART 1- GENERAL
1.01 SECTION INCLUDES
A. Demolition of designated site structures, retaining walls, and foundations and removal
of materials from site.
B. Demolition and removal of pavements, curbs and gutters, drainage structures, utilities,
signage, or landscaping.
C. Disconnecting and capping or removal of identified utilities.
D. Filling or removal of underground tanks, piping, and appurtenances.
E. Filling voids in subgrade created as a result of removals or demolition.
F. Hazardous material compliance.
1.02 RELATED SECTIONS
A. Section 02100 - Site Preparation
B. Section 02200 - Earthwork
C. Section 02227 - Aggregate Materials
D. Section 02270 - Slope Protection and Erosion Control
E. Storm Water Pollution Prevention Plan
F. Construction Drawings
1.03 REGULATORY REQUIREMENTS
A. Conform to applicable local code for demolition of structures, safety of adjacent
structures, dust control, and runoff control.
B. Obtain required permits and licenses from appropriate authorities. Pay associated fees
including disposal charges.
C. Notify affected utility companies before starting work and comply with their
requirements.
D. Do not close or obstruct roadways, sidewalks, or fire hydrants without appropriate
permits.
CEI Project No. 13905.0 5/3/99 02050-1
II
I
E. Conform to applicable regulatory procedures when hazardous or contaminated
materials are discovered.
' F. Test soils around buried tanks for contamination.
Li
I
I
nl
I
I
I
I
I
I
J
I
n
I
1.04 PROJECT RECORD DOCUMENTS
Accurately record actual locations of capped utilities and subsurface obstructions that will
remain after demolition.
1.05 PROJECT CONDITIONS
A. Structures to be demolished will be discontinued in use and vacated prior to start of
work.
B. Neither Owner nor Engineer assumes responsibility for condition of structures to be
demolished.
C. In the event existing site conditions have changed after contractor has performed his
site evaluation described in section 02010, the Owner or his designated representative
shall be consulted prior to start of work.
D. Unless otherwise indicated in Contract Documents, items of salvageable value to
Contractor shall be removed from site and structures. Storage or sale of removed
items on site will not be permitted and shall not interfere with other work specified in
Contract Documents.
E. Explosives shall not be brought to site or used without written consent of authorities
having jurisdiction. Such written consent will not relieve Contractor of total
responsibility for injury to persons or for damage to property due to blasting
operations. Performance of required blasting shall comply with governing regulations.
PART 2 PRODUCTS
2.01 FILL MATERIALS
Aggregate materials as specified in Section 02227.
PART 3 EXECUTION
3.01 PREPARATION
A. Provide, erect, and maintain erosion control devices, temporary barriers, and security
devices at locations indicated on Construction Drawings.
CE! Project No. 13905.0 5/3/99
02050-2
C
' B. Protect existing plant growth, landscaping materials, appurtenances, and structures
which are not to be demolished. Replace or repair damage caused by demolition
operations at no cost to Owner.
' C. Prevent movement or settlement of remaining adjacent structures and provide bracing
tand shoring as needed.
D. Mark location of existing utilities. Protect and maintain in safe and operable condition
' utilities that are to remain. Prevent interruption of existing utility service to occupied
or used facilities, except when authorized in writing by authorities having jurisdiction.
Provide temporary services during interruptions to existing utilities that is acceptable
Ito governing authorities and utility owners.
3.02 DEMOLITION REQUIREMENTS
A. Conduct demolition operations in a manner that will minimize interference with
adjacent structures or pavements.
' B. Cease operations immediately if adjacent structures appear to be in danger. Notify
authority having jurisdiction. Do not resume operations until directed.
C. Conduct operations with minimum of interference to public or private access.
Maintain ingress and egress at all times.
D. Obtain written permission from adjacent property owners when demolition equipment
will traverse, infringe upon, or limit access to their property.
E. Sprinkle work with water to minimize dust. Provide hoses and water connections for
this purpose.
F. Comply with governing regulations pertaining to environmental protection.
' G. Clean adjacent roads, streets, highways, structures and improvements of dust, dirt, and
debris caused by demolition operations. Return adjacent areas to condition existing
' prior to start of work.
' 3.03 DEMOLITION
A. Remove existing pavement sections (parking lot) as shown on the drawings by saw
cutting in a neat straight line.
B. Demolish concrete and masonry in small sections. Break up concrete slabs -on -grade
' that are 3 feet or more below proposed subgrade and remove if adequate compaction
cannot be obtained. Remove slabs -on -grade and below grade construction within the
upper 3 feet of proposed subgrade.
1
CEI Project No. 13905.0 5/3/99 02050-3
1
I
H
I
I
Li
Li
I
I
11
H
IH
I
I
I
I
3.04 FILLING BASEMENTS AND VOIDS
A. Completely fill below grade areas and voids resulting from demolition or removal of
structures, underground fuel storage tanks, wells, cisterns, etc., using approved select
fill materials consisting of stone, gravel, and sand free from debris, trash, frozen
materials, roots, and other organic matter.
B. Ensure that areas to be filled are free of standing water, frost, frozen or unsuitable
material, trash, and debris prior to fill placement.
C. Place fill materials in accordance with Section 02200 unless subsequent excavation for
new work is required.
D. Grade surface to match adjacent grades and to provide flow of surface drainage after
fill placement and compaction.
3.05 DISPOSAL OF DEMOLISHED MATERIALS
A. Remove from site debris, rubbish, and other materials resulting from demolition
operations.
B. No burning of any material, debris, or trash on -site or off -site will be allowed, except
when allowed by appropriate governing authority and Owner. If allowed as stated
above, burning shall be performed in manner prescribed by governing authority.
Attend burning materials until fires have completely burned out or have been
completely extinguished.
C. Transport materials removed from demolished structures with appropriate vehicles and
dispose off -site to areas which are approved for disposal by governing authorities and
appropriate property owners.
End of Section 02050
I
CE! Project No. 13905.0
5/3/99
02050-4
I
I
H
I
I
I
Li
I
I
I
I
II
Li
H
I
SECTION 02100
SITE PREPARATION
PART 1- GENERAL
1.01 SECTION INCLUDES
A. Cleaning site of debris, grass, trees, and other plant life in preparation for site or
building earthwork.
B. Protection of existing structures, trees, or vegetation that are indicated in Contract
Documents to remain.
C. Stripping
topsoil from
areas that are
to be incorporated
into limits of project or as
otherwise
indicated on
Construction
Drawings.
1.02 RELATED SECTIONS
A. Section 02050 - Demolition
B. Section 02200 - Earthwork
C. Section 02270 - Slope Protection and Erosion Control
D. Construction Drawings
1.03 ENVIRONMENTAL REQUIREMENTS
A. Construct temporary erosion control systems as shown on Construction Drawings or
as directed by "Storm Water Pollution Prevention Plan" (SWPPP) to protect adjacent
properties and water resources from erosion and sedimentation.
B. In event that sitework on this project will disturb 5 or more acres, Contractor shall not
begin construction without posting on site the "National Pollution Discharge
Elimination System" (NPDES) permit governing discharge of storm water from site
for entire construction period. NPDES permit requires SWPPP to be in place during
construction.
C. Contractor shall be totally responsible for conducting storm water management
practices in accordance with NPDES permit and for enforcement action taken or
imposed by Federal or State agencies, including cost of fines, construction delays, and
remedial actions resulting from Contractor's failure to comply with provisions of
NPDES permit.
CEI Project No. 13905.0 5/3/99
02100-1
H
1.04 PROJECT CONDITIONS
A. In the event demolition operations are not part of the project and existing site
conditions have changed after contractor has performed his site evaluation described in
section 02010, the Engineer shall be consulted prior to start of work.
' PART2-PRODUCTS
' Off -site materials shall be transported to project using well maintained and operating vehicles.
Once on site, transporting vehicles shall stay on designated haul roads and shall at no time
endanger improvements by rutting, overloading, or pumping.
PART 3- EXECUTION
3.01 PREPARATION
Verify existing plant life that is to remain and clearing limits are clearly tagged, identified,
and marked in such manner as to insure their safety throughout construction operations.
3.02 PROTECTION
A. Locate and identify existing utilities that are to remain and protect from damage.
B. Protect trees, plant growth, and features designated to remain as part of final
landscaping. Install orange construction fencing around the drip edge of existing trees
designated to remain as identified on the drawings.
C. Conduct operations with minimum interference to public or private accesses and
facilities. Maintain ingress and egress at all times and clean or sweep roadways daily
as required by SWPPP or governing authority. Dust control shall be provided with
sprinkling systems or equipment provided by Contractor.
' D. Protect benchmarks, property corners, and other survey monuments from damage or
displacement. If marker needs to be removed it shall be referenced by licensed land
'
surveyor and replaced, as necessary, by same.
' E. Provide traffic control as required, in accordance with the U.S. Department of
Transportation's "Manual on Uniform Traffic Control Devices" and applicable state
highway department and/or local municipal requirements.
' 3.03 CLEARING
I
I
A. Clear areas required for access to site and execution of work.
CEI Project No. 13905.0 5/3/99
02100-2
I
B. Unless otherwise indicated on Construction Drawings, remove trees, shrubs, grass,
other vegetation, improvements, or obstructions interfering with installation of new
construction. Removal includes digging out stumps and roots. Depressions caused by
clearing and grubbing operations shall be filled to subgrade elevation to avoid ponding
of water. Satisfactory fill material shall be placed in accordance with Section 02200.
C. Remove grass, trees, plant life, stumps, and other construction debris from site to
dump site that is suitable for handling such material according to applicable laws and
regulations.
3.04 TOPSOIL EXCAVATION
A. Topsoil shall consist of organic surficial soil found in depth of not less than 6 -inches.
Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones and other objects
over 2 -in, in diameter, weeds, roots, and other objectionable material.
B. Cut heavy growths of grass from areas before stripping and remove cuttings with
remainder of cleared vegetative material.
C. Strip topsoil from areas that are to be filled, excavated, landscaped, or re -graded to
such depth that it prevents intermingling with underlying subsoil or questionable
material.
I
I
H
H
I
I
I
I
D. Stockpile topsoil in storage piles in areas shown on Construction Drawings in a
manner that will freely drain surface water. Cover storage piles as required to prevent
windblown dust. Dispose of unsuitable topsoil as specified in section 02050. Excess
topsoil shall be removed from site by Contractor unless specifically noted otherwise
on Construction Drawings.
End of Section 02100
H
CE! Project No. 13905.0
5/3/99
02100-3
Section 02161
EXCAVATION SAFETY
PART1-GENERAL
1.1 SECTION INCLUDES
Excavation safety measures, including materials and methods, required by 29 CFR 1926 Subpart P.
1.2 RELATED SECTIONS
01025 Measurement and Payment
01500 Construction Facilities and Temporary Controls
02220 Excavation and Embankment
1.3 REFERENCE STANDARD
29 CFR 1296 Subpart P - Occupational Safety and Health Standards - Excavations
Contractor is responsible for obtaining a copy of the Reference Standard and complying with its
requirements.
PART 2- MATERIALS
Not Used
PART 3- EXECUTION
Not Used
End of Section 02161
CEI Project 13905.0 5/3/99 Page 02161-1
I
I
I
I
I
Li
I
I
H
I
I
SECTION 02200
EARTHWORK
PART 1- GENERAL
1.01 SECTION INCLUDES
A. Protection, modification, or installation of utilities as sitework progresses with
particular attention to grade changes and necessary staging or phasing of work.
B. Cutting, filling, and grading to required lines, dimensions, contours, and elevations for
proposed improvements.
C. Scarifying, compacting, drying, and removal of unsuitable material to ensure proper
preparation of areas for fills or proposed improvements.
1.02 RELATED SECTIONS
A. Section 02050 - Demolition
B. Section 02100 - Site Preparation
C. Section 02221 - Excavation, Backfill, and Compaction for Structures
D. Section 02223 - Excavation, Backfill, and Compaction for Pavement
E. Section 02227 - Aggregate Materials
F. Section 02270 - Slope Protection and Erosion Control
G. Geotechnical Report (if available) for boring locations and findings of subsurface
materials and conditions. (See Appendix - A)
H. Construction Drawings
1.03 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM) latest edition.
D 698 Laboratory Compaction Characteristics of Soil Using Standard Effort
(12,400 ft-lb./ft3 (600 kN.m/m3)
D 1556 Density and Unit Weight of Soil In Place by the Sand -Cone Method
D 1557 Laboratory Compaction Characteristics of Soil Using Modified Effort
(56,000 ft-lb./ft3 (2,700 Kn.m/m3)
D 2167 Density and Unit Weight of Soil In Place by the Rubber Balloon
Method
D 2216 Laboratory Determination of Water (Moisture) Content of Soil, Rock,
and Soil -Aggregate Mixtures
D 2487 Classification of Soils for Engineering Purposes
D 2922 Density of Soil and Soil -Aggregate In Place by Nuclear Methods
(Shallow Depth)
CEI Project No. 13905.0
5/3/99
11
02200-1
I
ID 3017 Water Content of Soil and Rock in Place by Nuclear Methods (Shallow
Depth)
D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils
B. American Association of State Highway and Transportation Officials (AASHTO)
latest edition
T 88 Particle Size Analysis of Soils
I
1.04 QUALITY ASSURANCE
A. An independent testing laboratory, selected by the Owner or his designated
t representative and paid by the Owner, shall be retained to perform construction testing
on site based on following:
1. Bridge Foundation Subgrade Areas: In cut areas, not less than 1 compaction
test for each abutment. In fill areas, same rate of testing for each 8 -in, lift,
measured loose.
' 2. Areas of Construction exclusive of Bridge Foundation Subgrade Areas: In cut
areas, not less than 1 compaction test equally spaced for every 10,000 sq. ft. In
' fill areas, same rate of testing for each 8 -in, lift, measured loose.
' B. If compaction requirements are not complied with at any time during construction
process, contractor shall remove and re -compact deficient areas until proper
compaction is obtained at no additional expense to Owner.
' C. In areas to receive pavement, California Bearing Ratio (CBR) or Limerock Bearing
Ratio (LBR) test shall be performed for each type of material that is imported from
' off -site.
D. Following tests shall be performed as part of construction testing requirements on each
type of on -site or imported soil material used as compacted fill:
1. Moisture and Density Relationship: ASTM D 698 (or ASTM D 1557)
2. Mechanical Analysis: AASHTO T 88
3. Plasticity Index: ASTM D 4318
E. Field density tests for in -place materials shall be performed as part of construction
testing requirements according to one of following standards:
' 1. Sand -Cone Method: ASTM D 1556
2. Balloon Method: ASTM D 2167
3. Nuclear Method: ASTM D 2922 (Method B -Direct Transmission)
Li
CEI Project No. 13905.0
5/3/99
02200-2
H
IF. An independent testing laboratory shall prepare test reports that indicate test location,
elevation data, and test results. Owner, Architect, Engineer, and Contractor shall be
provided with copies of reports within 96 hours of time that test was performed. In
event that test performed fails to meet Specifications, the Owner or his designated
representative and Contractor shall be notified immediately by the independent testing
' laboratory.
G. All costs related to re -testing due to test failures shall be paid for by Contractor at no
' additional expense to Owner. Owner reserves right to employ an additional
independent testing laboratory to obtain a second opinion when deemed necessary.
Contractor shall provide free access to site for testing activities.
' 1.05 SUBMITTALS
IA. Submit 100 lb. sample of each type of off -site fill material that is to be used at the site
in air tight containers to the independent testing laboratory for testing or submit
gradation and certification of aggregate material that is to be used at the site to the
' independent testing laboratory for review and recommended approval.
B. Submit name of each material supplier including the specific type and source of each
' material. Change in material source throughout project requires an additional
submittal to the Owner or his designated representative for approval.
' C. If fabrics or geogrids are to be used, specific product design shall be submitted to the
Owner or his designated representative for approval.
IPART2-PRODUCTS
2.01 MATERIALS
A. Excavated and re -used material for subsoil fill as specified herein.
' B. Aggregate fill as specified in Section 02227.
C. Imported fill material approved by the Owner or his designated representative and
specified herein.
D. Topsoil fill as specified in Section 02100.
E. Filter and drainage fabrics as specified in Section 02270.
2.02 EQUIPMENT
Off -site materials shall be transported to project using well maintained and operating vehicles.
Once on site, transporting vehicles shall stay on designated haul roads and shall at no time
endanger improvements by rutting, overloading, or pumping.
CEI Project No. 13905.0 5/3/99 02200-3
L
PART 3- EXECUTION
3.01 PREPARATION
' A. Identify required lines, spot elevations, contours, and benchmark datum.
' B. Locate and identify existing utilities that are to remain and protect from damage.
'J
I
I
I
I
n
I
I
I
'J
'I
11
H
C. Notify utility companies to remove or relocate utilities that are in conflict with
proposed improvements.
D. Protect plant life, lawns, fences, existing structures, sidewalks, paving, and curbs from
damage by excavating equipment and vehicular traffic.
E. Protect benchmarks, property corners, and other survey monuments from damage or
displacement. If marker needs to be removed it shall be referenced by licensed land
surveyor and replaced, as necessary, by same.
F. Remove from site, material encountered in grading operations that, in opinion of
Owner or his designated representative, is unsuitable or undesirable for backfilling,
subgrade, or foundation purposes. Dispose of material in manner satisfactory to
governing authorities and backfill areas with layers of suitable material and compact
as specified.
G. Prior to placing fill in low areas, such as previously existing creeks, ponds, or lakes,
perform following procedures:
Drain water out by gravity with ditch having flow line lower than lowest
elevation in low area. If drainage cannot be performed by gravity ditch, use
adequate pump to obtain same results.
After drainage of low area is complete, remove mulch, mud, debris, and other
unsuitable material by using acceptable equipment and methods that will keep
natural soils underlying low area dry and undisturbed.
If muck, mud, and other materials removed from low areas is proposed for fill,
it shall be dried on -site by spreading in thin layers for observation. Material
shall be inspected and, if found to be suitable for use as fill material, shall be
incorporated into lowest elevation of site filling operation, but not under
building subgrade areas defined in section 1.04A or within the upper 10 feet of
paving subgrade. If, after observation the material is found to be unsuitable,
the material shall be removed from site.
CEI Project No. 13905.0
5/3/99
111151
I
HI
I
I
I
I
I
I
I
H
I
I
H
L_I
I
H
3.02 EXCAVATION FOR FILLING AND GRADING
A. Classification of Excavation: By submitting bid, Contractor acknowledges that site
has been investigated to determine type, quantity, quality, and character of excavation
work to be performed. Excavation shall be considered unclassified excavation, except
as specifically indicated by the Contract Documents.
B. When performing grading operations during periods of wet weather, provide adequate
drainage and ground water management to control moisture of soils.
C. Shore, brace, and drain excavations as necessary to maintain excavation as safe,
secure, and free of water at all times.
D. Excavated material containing rock or stone greater than 6 -in, in largest dimension is
unacceptable as fill within proposed building subgrade and paving subgrade.
E. Rock or stone less than 6 -in, in largest dimension is acceptable as fill to within 24 -in.
of surface of proposed subgrade when mixed with suitable material.
F. Rock or stone less than 2 -in, in largest dimension and mixed with suitable material is
acceptable as fill within the upper 24 -in, of proposed subgrade.
3.03 FILLING AND SUBGRADE PREPARATION
A. Fill areas to contours and elevations shown on Construction Drawings with acceptable
materials. Use of frozen or frost containing materials is not acceptable for filling
operations.
B. Place fill in continuous lifts as specified herein.
C. Refer to Section 02221 for filling requirements for structures.
D. Refer to Section 02223 for filling requirements for pavements.
E. Areas exposed by excavation or stripping and on which subgrade preparations are to
be performed shall be scarified to minimum depth of 8 -in, and compacted to minimum
of 95 percent of optimum density, in accordance with ASTM D 698 (or 92 percent of
optimum density, in accordance with ASTM D 1557) at a moisture content of not less
than 1 percent below and not more than 3 percent above optimum moisture content.
These areas shall then be proof -rolled to detect areas of insufficient compaction.
Proof -rolling shall be accomplished by making a minimum of 2 complete passes with
fully -loaded tandem -axle dump truck, or approved equal, in each of 2 perpendicular
directions while under the supervision and direction of the independent testing
laboratory. Areas of failure shall be excavated and re -compacted as specified.
H
CE! Project No. 13905.0
5/3/99
02200-5
H
IF. Fill materials used in preparation of subgrade shall be placed in lifts or layers not to
exceed 8 -in, loose measure and compacted to minimum density of 95 percent of
optimum density, in accordance with ASTM D 698, (or 92 percent of the optimum
' density, in accordance with ASTM D 1557) at a moisture content of not less than 1
percent below and not more than 3 percent above optimum moisture content.
G. Any fill required to raise grade for the bridge or pavement areas should consist of
select clayey sand, sandy clay or clayey gravel having a liquid limit less than 45 or
1 other approved fill classifying as SC, CL or GC according to the Unified Soils
Classification System. Hillside borrow material with liquid limits greater than 45 can
be used provided the fill classifies as GC and less than 35 percent passes the No. 200
sieve. The on -site organic clayey silts are not considered suitable for select fill, but
may be used for random landscape fill areas.
3.04 MAINTENANCE OF SUBGRADE
A. Finished subgrades shall be verified to ensure proper horizontal and vertical controls
' have been complied with and compacted conditions are satisfactory for construction
above subgrade.
B. Contractor shall use any methods necessary to protect the compacted subgrade from
erosion, excessive moisture or drying conditions and wheel loading damage during
' construction from concrete trucks, dump trucks, and other construction equipment.
C. Remove areas of finished subgrade found to have insufficient compaction density to
' depth necessary and replace in manner that will comply with compaction requirements
by use of material equal to or better than best subgrade material on site. Surface of
subgrade after compaction shall be hard, uniform, smooth, stable, and true to grade
and cross-section.
3.05 BORROW SITES
' Upon completion of borrow operations, clean up borrow areas as indicated on Construction
Drawings in neat and reasonable manner to satisfaction of the borrow area property owner.
3.06 MACHINE PLACED RIP -RAP
A. Machine place rip -rap in areas where indicated on Construction Drawings. Stone for
rip -rap shall consist of field stone or rough unhewn quarry stone as nearly uniform in
' section as is practical. Stones shall be dense; resistant to action of air and water, and
suitable for purpose intended. Unless otherwise specified, stones used as rip -rap shall
weigh between 15 -lb and 1000 -lb each, and at least 50 percent of stones shall weigh
' more than 120 -lb each. Rip -rap shall meet the gradation requirements as shown on the
construction drawings. Rip -rap shall be machined placed and not dumped to ensure
correct placement and eliminate tearing or puncturing of the filter fabric. Any filter
1
CEI Project No. 13905.0 5/3/99 02200-6
I
' fabric torn or otherwise damaged shall be cut out and replaced according to Section
02270 or the manufacturers instructions.
B. Slopes and other areas to be protected shall be dressed to line and grade shown on
Construction Drawings prior to placing of rip -rap. Undercut areas to receive rip -rap to
elevation equal to final elevation less average maximum dimension of stones before
' placing rip -rap.
' C. Filter fabric and bedding stone shall be installed prior to placement of rip -rap stones if
so indicated on Construction Drawings. Bedding stone shall be quarried and crushed
angular limestone in accordance with Section 02227 and shall be 6 -in, in depth. Filter
' fabric shall be as specified in Section 02270 and as detailed on Construction
Drawings.
ID. Rip -rap shall be placed so that greater portion of weight is carried by earth and not by
adjacent stones. Stones shall be placed in single layer with close joints. Upright areas
of stone shall make angle of approximately 90 degree with embankment slope.
' Courses shall be placed from bottom of embankment upward, with larger stones being
placed in lower courses. Open joints shall be filled with spalls. Stones shall be
embedded in embankment as necessary to present uniform top surface such that
' variation between tops of stones shall not exceed 3 -in.
' 3.07 FINISH GRADING
A. Grade areas where finish grade elevations or contours are indicated on Construction
Drawings, other than paved areas and buildings, including excavated areas, filled and
transition areas, and landscaped areas. Graded areas shall be uniform and smooth, free
from rock, debris, or irregular surface changes. Finished subgrade surface shall not be
more than 0.10 -ft above or below established finished subgrade elevation. Ground
surfaces shall vary uniformly between indicated elevations. Finish ditches shall be
graded to allow for proper drainage without ponding and in manner that will minimize
' erosion potential. For topsoil application, refer to Section 02900.
B. Correct settled and eroded areas within 1 year after date of completion at no additional
' expense to Owner. Bring grades to proper elevation. Replant or replace grass, shrubs,
bushes, or other vegetation that appears dead, dying, or disturbed by construction
activities. Refer to Section 02270 for slope protection and erosion control.
I
End of Section 02200
1
CE! Project No. 13905.0 5/3/99 02200-7
I
' SECTION 02221
EXCAVATION, BACKFILL, AND COMPACTION FOR STRUCTURES
1
PART1-GENERAL
1.01 SECTION INCLUDES
A. Excavation to line, grade, and configuration as shown on Construction Drawings for
proposed structures.
B. Fill to line, grade, and configuration as shown on Construction Drawings for proposed
structures.
C. Compacting of materials in acceptable manner as specified.
1.02 RELATED SECTIONS
A. Section 02200 - Earthwork
B. Section 02227 - Aggregate Material
C. Geotechnical Report (if available) for boring locations and findings of subsurface
materials and conditions (See Appendix A)
D. Section 800 - Structures, AHTD Standard Specifications for Highway Construction,
Edition of 1996
E. Construction drawings
1.03 REFERENCE STANDARDS
' See Section 02200
I1.04 QUALITY ASSURANCE
An independent testing laboratory, selected by the Owner or his designated representative and
' paid by the Owner, shall be retained to perform construction testing on filling operations and
subgrade analysis as specified in Section 02200 and as specified within this section.
' 1.05 SUBMITTALS
A. Shop drawings or details pertaining to excavating and filling for structures are not
required unless otherwise shown on Construction Drawings or if contrary procedures
to Contract Documents are proposed.
B. Submit 100 lb. sample of each type of off -site fill material that is to be used in
backfilling in air -tight containers to the independent testing laboratory for testing or
CEI Project No. 13905.0 5/3/99 02221-1
1
I
submit gradation and certification of aggregate material that is to be used in
backfilling to the independent testing laboratory for review and recommended
approval.
' PART2-PRODUCTS
' 2.01 MATERIALS
IA. Fill material from on -site as specified in Section 02200.
B. Fill material from off -site as specified in Section 02200.
C. Aggregate material as specified in Section 02227.
' 2.02 EQUIPMENT
' Off -site materials shall be transported to project using well maintained and operating vehicles.
Once on site, transporting vehicles shall stay on designated haul roads and shall at no time
endanger improvements by rutting, overloading, or pumping.
' PART 3-. EXECUTION
' 3.01 PREPARATION
A. Establish lines, elevations, and grades necessary to construct structure subgrades as
'
shown on Construction Drawings.
' B. Protect benchmarks, property comers, and other survey monuments from damage or
displacement. If marker needs to be removed it shall be referenced by licensed land
surveyor and replaced, as necessary, by same.
' C. Locate and identify utilities that have previously been installed and protect from
damage.
D. Locate and identify existing utilities that are to remain and protect from damage.
E. Over -excavate and properly prepare areas of subgrade that are not capable of
supporting proposed structures. These areas shall be stabilized by using acceptable
geotextile fabrics or aggregate materials placed and compacted as specified in Section
02240.
3.02 EXCAVATION & BACKFILLING
A. Excavate bridge foundation areas to line and grade as shown on Construction
' Drawings being careful not to over -excavate beyond elevations needed for abutment
footings unless required to obtain proper compaction. Excavation and backfilling for
CE! Project No. 13905.0 5/3/99 02221-2
I
' the bridge abutments shall comply with AHTD Specification, Section 801, Excavation
and Backfilling.
B. Place suitable material into project fill areas as specified in Section 02200.
C. Unsuitable excavated material shall be disposed of in a manner and location that is
' acceptable to local governing authorities.
' D. Perform excavation using capable, well maintained equipment and methods acceptable
to Owner or his designated representative and local governing authorities.
' 3.04 COMPACTION
A. Maintain optimum moisture content as specified to attain required compaction density.
' B. Materials shall be tested in accordance with Section 02200.
IC. If compaction requirements are not complied with at any time during construction
process, remove and re -compact deficient areas until proper compaction is obtained at
no additional expense to Owner.
' 3.05 MAINTENANCE OF SUBGRADE
A. Finished subgrades shall be verified to ensure proper horizontal and vertical controls
have been complied with and compacted conditions are satisfactory for construction
' above subgrade.
B. Contractor shall use any methods necessary to protect the compacted subgrade from
' erosion, excessive moisture or drying conditions and wheel loading damage during
construction from concrete trucks, dump trucks, and other construction equipment.
IC. Remove areas of finished subgrade found to have insufficient compaction density to
depth necessary and replace in manner that will comply with compaction requirements
by use of materials equal to or better than best subgrade material on site. Surface of
subgrade after compaction shall be hard, uniform, smooth, stable, and true to grade
and cross-section.
' 3.06 FINISH GRADING
' A. Finish grading shall be in accordance with Section 02200 and as more specifically
specified.
I
End of Section 02221
CEt Project No. 13905.0 5/3/99 02221-3
I
1
1
1
1
1
1
1
1
SECTION 02223
EXCAVATION, BACKFILL, AND COMPACTION FOR PAVEMENT
PART 1- GENERAL
1.01 SECTION INCLUDES
A. Excavation to line, grade, and configuration as shown on Construction Drawings for
proposed pavement areas.
B. Fill to line, grade, and configuration as shown on Construction Drawings for proposed
pavement areas.
C. Compacting of materials in acceptable manner as specified.
1.02 RELATED SECTIONS
A. Section 02200 - Earthwork
B. Section 02227 - Aggregate Materials
C. Section 02520 - Portland Cement Concrete Paving
D. Geotechnical Report (if available) for boring locations and findings of subsurface
materials and conditions (See Appendix A)
E. Construction Drawings
1.03 REFERENCE STANDARDS
See Section 02200
1.04 QUALITY ASSURANCE
The independent testing laboratory, selected by Owner or his designated representative and
paid by Owner, shall be retained to perform construction testing on filling operations and
subgrade analysis in accordance with Construction Drawings and as specified in Section
02200 and within this section.
1.05 SUBMITTALS
A. Shop drawings or details pertaining to excavating and filling for pavement are not
required unless otherwise shown on Construction Drawings or if contrary procedures
to Contract Documents are proposed.
B. Submit 100 lb. sample of each type of off -site fill material that is to be used in
backfilling in air -tight containers to the independent testing laboratory for testing or
CE! Project No. 13905.0 5/3/99 02223-1
J
I
H
I
H
L
I
J
I
I
H
J
I
submit gradation and certification of aggregate material that is to be used in
backfilling to the independent testing laboratory for review and recommended
approval.
PART2-PRODUCTS
2.01 MATERIALS
A. Fill material from on -site as specified in Section 02200.
B. Fill material from off -site as specified in Section 02200.
C. Aggregate material as specified in Section 02227.
2.02 EQUIPMENT
Off -site materials shall be transported to project using well maintained and operating vehicles.
Once on site, transporting vehicles shall stay on designated haul roads and shall at no time
endanger improvements by rutting, overloading, or pumping.
PART 3- EXECUTION
3.01 PREPARATION
A. Establish lines, elevations, and grades necessary to construct pavements, curb, curb
and gutter, bases, sidewalk, and roadways as shown on Construction Drawings.
B. Protect benchmarks, property corners, and other survey monuments from damage or
displacement. If marker needs to be removed it shall be referenced by licensed land
surveyor and replaced, as necessary, by same.
C. Locate and identify site utilities that have previously been installed and protect from
damage.
ID. Locate and identify existing utilities that are to remain and protect from damage.
I
I
I
E. Over -excavate and properly prepare areas of subgrade that are not capable of
supporting proposed systems. These areas shall be stabilized by using acceptable
geotextile fabrics or aggregate material placed and compacted as specified in Section
02240.
3.02 EXCAVATION
A. Excavate roadway and pavement areas to line and grade as shown on Construction
Drawings.
' CE! Project No. 13905.0
5/3/99
02223-2
I
1 B. Place suitable material into project fill areas as specified in Section 02200.
Li
I
I
I
I
I
I
I
I
I
I
I
I
C. Unsuitable excavated material shall be disposed of in a manner and location that is
acceptable to local governing authorities.
D. Perform excavation using capable, well maintained equipment and methods acceptable
to local governing authorities.
3.03 FILLING AND SUBGRADE PREPARATION
A. Areas exposed by excavation or stripping shall have a minimum 10 inch thick layer of
select fill placed and compacted. After which, all area where subgrade preparations
for paving are to be performed shall be scarified to minimum depth of 9 inch and
compacted to a minimum of 95 percent of optimum density, in accordance with
ASTM D 698 (or 95 percent of optimum density, in accordance with ASTM D 1557)
at a moisture content of not less than 1 percent below and not more than 3 percent
above optimum moisture content. These areas shall then be proof -rolled to detect
areas of insufficient compaction. Proof -rolling shall be accomplished by making a
minimum of 2 complete passes with fully -loaded tandem -axle dump truck weighing
25 tons minimum, or approved equal, in each of 2 perpendicular directions under
supervision and direction of the independent testing laboratory. Areas of failure shall
be excavated and re -compacted as specified.
B. Fill materials used in preparation of the subgrade shall be placed in lifts or layers not
to exceed 8 -inch. loose measure and compacted to a minimum density of 95 percent of
optimum density, in accordance with ASTM D 698, (or 95 percent of optimum
density, in accordance with ASTM D 1557) at a moisture content of not less than 1
percent below and not more than 3 percent above optimum moisture content.
C. Following table stipulates maximum allowable values for plasticity index (PI) and
liquid limit (LL) of suitable fill materials to be used in specified areas, unless
specifically stated otherwise on Construction Drawings:
PI LL
*Paving Area, below upper two feet 18 45
*Paving Area, upper two feet 18 45
(*References to depth are to proposed subgrade surface elevations)
3.04 COMPACTION
IA. Maintain optimum moisture content as specified to attain required compaction density.
B. Materials shall be tested in accordance with Section 02200.
' CE! Project No. 13905.0
5/3/99
02223-3
C. If compaction requirements are not complied with at any time during construction
process, remove and re -compact deficient areas until proper compaction is obtained at
no additional expense to Owner.
A. Finished subgrades shall be verified to ensure proper horizontal and vertical controls
have been complied with and compacted conditions are satisfactory for construction
above subgrade.
B. Contractor shall use any methods necessary to protect the compacted subgrade from
erosion, excessive moisture or drying conditions and wheel loading damage during
construction from concrete trucks, dump trucks, and other construction equipment.
C. Remove areas of finished subgrade found to have insufficient compaction density to
depth necessary and replace in manner that will comply with compaction requirements
by use of material equal to or better than best subgrade material on site. Surface of
subgrade after compaction shall be hard, uniform, smooth, stable, and true to grade
and cross-section.
3.06 FINISH GRADING
I A.
t B.
II
hi
Finish grading shall be in accordance with Construction Drawings and as specified in
Section 02200.
Grading of paving areas shall be checked by string line from grade stakes and/or, blue
tops, set at not more than 50 -foot centers. Tolerances of not more than 0.10 -feet, will
be permitted. Contractor shall provide engineering and field staking necessary for
verification of lines, grades, and elevations.
I
I
I.
CEI Project No. 13905.0
End of Section 02223
5/3/99
02223-4
I
SECTION 02227
AGGREGATE MATERIALS
PART 1- GENERAL
1.01 SECTION INCLUDES
Aggregate materials for use as specified in other Sections.
1.02 RELATED SECTIONS
I
I
F
I
I
I
I]
H
I
A. Section 02200 - Earthwork
B. Section 02223 — Excavation, Backfill, and Compaction for Pavement
C. Section 02240 - Soil Stabilization
D. Section 02270 - Slope Protection and Erosion Control
E. Construction Drawings
F. AHTD Standard Specifications for Highway Construction, Edition of 1996
A. American Society for Testing and Materials (ASTM) latest edition.
D 698 Laboratory Compaction Characteristics of Soil Using Standard Effort
(12,400 ft-lbf/ft3 (600 kN.m/m3))
D 1556 Density and Unit Weight of Soil In Place by the Sand -Cone Method
D 1557 Laboratory Compaction Characteristics of Soil Using Modified Effort
(56,000 ft-lbf/ft3 (2,700 Kn.m/m3))
D 2167 Density and Unit Weight of Soil In Place by the Rubber Balloon
Method
D 2216 Laboratory Determination of Water (Moisture) Content of Soil, Rock,
and Soil -Aggregate Mixtures
D 2487 Classification of Soils for Engineering Purposes
D 2922 Density of Soil and Soil -Aggregate In Place by Nuclear Methods
(Shallow Depth)
D 3017 Water Content of Soil and Rock in Place by Nuclear Methods (Shallow
Depth)
D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils
B. American Association of State Highway and Transportation Officials (AASHTO)
latest edition
T 88 Particle Size Analysis of Soils
ICEI Project No. 13905.0 2/24/99 02227-I
1.04 QUALITY ASSURANCE
Tests and analysis of aggregate materials will be performed in accordance with ASTM and
AASHTO procedures specified.
1.05 SUBMITTALS
A. Submit 100 lb. sample of each aggregate or mixture that is to be incorporated into
project in air -tight containers to the independent testing laboratory for testing or
submit gradation and certification of aggregate material that is to be incorporated into
the project to the independent testing laboratory for review and recommended
approval.
B. Submit name of each material supplier including the specific type and source of each
material. Any change in material source requires an additional submittal to the Owner
or his designated representative for approval.
PART2-PRODUCTS
I
P
1.
I'
I
2.01 MATERIALS
Aggregate materials shall meet or exceed requirements of this section and applicable state
highway department specifications referred to on Construction Drawings regarding source,
quality, gradation, liquid limit, plasticity index, and mix proportioning. Aggregate base
course shall be Class 7 per AHTD Section 303.
2.02 EQUIPMENT
Off -site materials shall be transported to project using well maintained and operating vehicles.
Once on site, transporting vehicles shall stay on designated haul roads and shall at no time
endanger any improvements by rutting, overloading, or pumping.
PART 3- EXECUTION
3.01 STOCKPILING
Stockpile on -site at locations indicated by the Owner or his designated representative in such
manner that there will be no standing water or mixing with other materials.
CEI Project No. 13905.0 2/24/99 02227-2
SECTION 03316
MISCELLANEOUS CONCRETE WORK
PART1 GENERAL
1.01 SECTION INCLUDES
A. Materials for concrete and reinforcing steel used in the construction of sign and fence
post footings, thrust blocks, pipe bedding, light pole bases, and reinforced concrete
drainage structures, bridge abutments and bridge wingwalls.
1.02 RELATED WORK
A. Portland Cement Concrete Paving, Section 02520
1.03 REFERENCES
A. American Concrete Institute (ACI) latest edition.
1. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete.
2. 305R Hot Weather Concreteing.
3. 306R Cold Weather Concreteing.
4. ACI 308 - Standard Practice for Curing Concrete.
5. ACI 318 - Building Code Requirements for Reinforced Concrete.
6. ACI 347 - Recommended Practice for Concrete Formwork.
B. American Society
for Testing and Materials (ASTM) latest edition.
1.
ASTM
A185
- Specification for Steel Welded Wire, Fabric, Plain, for Concrete
Reinforcement.
2.
ASTM
A615
- Specification for Deformed and Plain Billet -Steel Bars for Concrete
Reinforcement.
3.
ASTM
C31 -
Test Methods of Making and Curing Concrete Test Specimens in the
Field.
4.
ASTM
C33 -
Specification for Concrete Aggregate.
5.
ASTM
C39
- Test Method for Compressive Strength of Cylindrical Concrete
Specimens.
6.
ASTM
C94 -
Specification for Ready -Mixed Concrete.
7.
ASTM
C 143
- Test Method for Slump of Hydraulic Cement Concrete.
8.
ASTM
C150
- Specification for Portland Cement.
9.
ASTM
C 172
- Practice for Sampling Freshly Mixed Concrete.
10.
ASTM
C260
- Specification for Air -Entraining Admixtures for Concrete.
C. Concrete Reinforcing Steel Institute (CRSI) latest edition.
1. CRSI-MSP-I - Manual of Standard Practice.
' CEI Project No. 13905.0
WWI
03316-1
2. CRSI 63 Recommended Practice for Placing Reinforcing Bars.
3. CRSI 65 Recommended Practice for Placing Bar Supports.
1.04 QUALITY ASSURANCE
A. Field Testing of Concrete:
1. Testing during placing operations or after setting or curing, as required by the
Owner or his designated representative.
2. Testing Laboratory: Selected by the Owner or his designated representative and
paid by the Owner.
B. Composite Samples: Obtain in accordance with ASTM C 172.
C. Mold and laboratory cure three specimens from each test required in accordance with
ASTMC31.
31.
D. Test specimens in accordance with ASTM C 39.
E. Test two specimens at 28 days for acceptance and test one specimen at 7 days for
information.
F. Determine slump of the normal -weight concrete sample for each strength test in
accordance with ASTM C 143.
G. Should test cylinders fail to demonstrate compliance with specifications, reconstruct the
concrete structure at no additional cost to Owner. Contractor shall be responsible for
expenses involved in re -testing concrete.
H. Testing required for every 50 cubic yards of concrete placed or as directed by the Owner
or his designated representative.
I. Furnish copies of concrete testing to the Owner or his designated representative during
course of Work.
PART2-PRODUCTS
2.01 CEMENT
A. Cement:
1. Portland Cement conforming to requirements of ASTM C 150, Type I or IA.
CEI Project No. 13905.0 5/3/99 03316-2
2. Type III or IIIA Portland Cement, high early strength, may be used if approved by
the Owner or his designated representative.
2.02 AGGREGATE
A. Designated Range of Aggregates:
1. Coarse aggregates: 3/4 inch to No. 4.
2. Fine aggregates: Clean, sound, properly graded sand conforming to ASTM C 33.
2.03 WATER
A. Potable water or other water certified to be free from injurious amounts of acids, alkalies,
oils, sewage, and organic matter.
2.04 FORMS
A. Materials: Plywood, hard plastic finished plywood, overlaid waterproof particle board,
or steel.
B. Surfaces: Clean, straight and undamaged.
C. Joints: Use tape, gaskets, plugs, or other approved caulking to keep joints water tight
and to allow them to withstand placing pressures without bulging outward or creating
surface patterns.
2.05 REINFORCING STEEL
A. Conforming to latest edition of ASTM A 615 and/or ASTM A 185, Grade 60 unless
otherwise indicated on Construction Drawings.
2.06 CONCRETE COMPOSITION AND STRENGTH REQUIREMENTS
A. Class S(AE) or Class B, composed of Portland cement, fine and coarse aggregate and
water proportioned in keeping with the following:
1. Class S (AE) - (AHTD Specification Section 802)
a. Minimum Sacks of Cement: 6.5 per cubic yard.
b. Water: 5 gallons per bag.
c. Consistency range in slump: 1-4 inches.
d. Air Entrainment: 6 percent t2 percent
2. Class B:
a. Minimum Sacks of Cement: 5 per cubic yard.
CEl Project No. 13905.0 5/3/99 03316-3
I1
C
I
I
F
F
I
'1
I
I
I
I
I
b. Water: 6 gallons per cubic yard.
c. Consistency range in slump: 2-4 inches with vibration, 4-6 inches without
vibration.
d. Air Entrainment: 5-8 percent
B. Air -Entraining Agents:
1. Conform to ASTM C 260.
2. Total air content (entrained and entrapped air): 6 percent ±2 percent.
C. Proportioning of Concrete:
1. By weight except that water may be measured by volume.
2. A one cubic foot sack of Portland Cement will be considered as weighing 94
pounds.
D. Class S (AE) Concrete:
1. Portland cement complying with ASTM C 150.
2. Minimum compressive strength at 28 days of 4000 psi.
3. If made with high early strength cement, attain strength at the end of 7 days.
E. Class B Concrete:
1. Portland cement complying with ASTM C 150.
2. Minimum compressive strength at 28 days of 2500 psi.
3. If made with high early strength cement, attain strength at the end of 7 days.
2.07 CONCRETE USAGE
A. Class S (AE) Concrete: Bridge abutments and bridge wingwalls.
B. Class B Concrete: Pipe bedding or encasement and other applications where reinforcing
is not required unless otherwise indicated on the Construction Drawings.
PART 3- EXECUTION
3.01 READY -MIX CONCRETE
A. Ready -Mix Concrete:
1. Delivered and placed within one hour after all materials, including mixing water,
have been placed in mixing drum.
CE! Project No. 13905.0 5/3/99 03316-4
I
' 2. Provide load ticket for each batch showing the concrete type, mixing proportions,
and time mixing began.
' 3. Provide copy of load tickets to the Owner or his designated representative.
3.02 FORMS
A. Coordinate with other trades whose work may be located within or below miscellaneous
concrete.
' B. Thoroughly clean forms and adjacent surfaces to receive concrete by removing chips,
wood, sawdust, dirt or other debris before concrete is placed.
C. Design:
' 1. Design, erect, support, brace, and maintain formwork in accordance with:
'' a. Building Codes Requirements for Reinforced Concrete (ACI 318).
b. Recommended Practice for Concrete Formwork (ACI 347).
c. Construction Industry Standards (OSHA 2207).
' 2. Design formwork to be readily removable without impact, shock, or damage to
concrete surfaces and adjacent materials.
D. Reuse of Forms: Do not reuse forms unless they are in undamaged condition and
' acceptable to the Owner or his designated representative.
E. Form Tolerances: Construct forms to sizes, shapes, lines, and dimensions indicated on
the Construction Drawings.
F. Removal of Forms:
1. Do not disturb forms until concrete is sufficiently cured and strong enough to
withstand possible damage.
2. Do not remove shoring until concrete has acquired sufficient strength to support its
weight and the load expected to be placed upon it.
3.03 REINFORCING STEEL
A. Free from rust, scale, grease, oil, mortar, dirt, or other objectionable material.
B. Place accurately in accordance with details shown on Construction Drawings and
properly secure in position.
CEI Project No. 13905.0 5/3/99 03316-5
I
IC. Do not straighten or re -bend metal reinforcement. Where construction access through
required reinforcing is a problem, bundle or space bars in a temporary manner instead of
bending.
' D. Conform to ACI 318 and CRSI-MSP- 1 for placement of reinforcement.
3.04 PLACING CONCRETE
A. Allow other trades reasonable time to complete portions of work which must be
completed before concrete is placed.
' B. Notify Owner or his designated representative at least 1 full working day in advance
before starting to place concrete to permit inspection of forms, reinforcing, sleeves,
conduits, boxes, inserts, or other work required to be installed in concrete.
C. Placement: Conform to requirements and recommendations of ACI 304 and ACI 318,
except as modified in these Specifications.
' D. Place concrete immediately after leaving the mixer and consolidate in a manner that will
not cause segregation of ingredients.
E. Vertical Free Fall Drop to Final Placement:
' I . Concrete shall not be dropped freely where reinforcing will cause segregation.
2. Concrete free fall drop shall not exceed 5 feet.
F. Do not use concrete truck chutes, pipes, finishing tools, forms etc., constructed of
aluminum.
G. Prior to placing concrete:
1. Remove debris from space to occupied by concrete.
2. Dampen:
' a. Soil, sand or gravel beneath slab.
b. Sand if placed above vapor barrier.
C. All wood forms.
3. Verify reinforcement is secured in the correct position.
3.05 CONSOLIDATION
IA. Provide consolidation as concrete is being placed.
B. Use of form vibrators is not acceptable.
CE[ Project No. 13905.0 5/3/99
03316-6
I
1
I
1
1
1
1
1
1
C. Internal vibrators capable of transmitting vibration to concrete mixture at frequencies not
less than 4,500 impulses per minute shall be used where practical.
D. Duration of Vibration: Limited to time necessary to provide satisfactory consolidation
without causing segregation of ingredients.
E. Do not insert vibrator into lower courses previously vibrated.
F. Apply
vibrators in a
substantially
vertical position and at uniformly spaced locations
which
are not further
apart than the
visible effectiveness of vibrator.
G. Supplement vibration by such rodding or spading as may be required.
H. Slump of Concrete:
I. Minimum that is possible to obtain proper consolidation.
2. When vibration is used to consolidate the concrete, the slump shall not exceed 4
inches.
3. When methods other than vibration are used to consolidate concrete, the slump shall
not exceed 5 inches.
3.06 FINISHING
A. Place, consolidate, strike off, and shape concrete to proper elevations and required
surface finish. Jitterbugs or other special tools designed to force coarse aggregate away
from surface and allow a layer of mortar to accumulate will not be permitted.
B. Round off
edges with
steel
edging tool,
unless otherwise indicated on Construction
Drawings.
Steel edging
tool
radius shall be
3/16 inch.
C. Miscellaneous Concrete Finishes:
I. Unexposed exterior formed surfaces shall have a rough form finish.
2. Exposed exterior formed surfaces shall have a grouted and rubbed finish.
3. Exposed exterior slabs shall have a light broom finish.
3.07 CURING OF CONCRETE
A. Follow recommendations in Standard Practice for Curing Concrete (ACI 308).
B. Begin curing as soon as free water has disappeared from concrete surface after placing
and finishing.
CEI Project No. 13905.0 5/3/99 03316-7
I
IC. Continue curing conditions for at least 7 days without interruption.
D. Curing Methods for Slabs:
1. Water Curing:
' a. Cover concrete surface with burlap and/or sand (1 -inch deep) as soon as
possible without marring surface.
b. Keep continuously damp with a sprinkler or spray for 7 days and do not allow
surface to become alternately wet and dry.
c. Water temperature shall be maintained at approximately 2 degrees F cooler
' than concrete temperature.
d. Allow surface to dry slowly before removing burlap or sand.
• 2. Moisture -Cover Curing:
a. Cover concrete surface with plastic film (4 mil thickness minimum) as soon as
possible without marring the surface. Cover entire surface without wrinkles
' or holes.
b. Cover plastic film with I -inch of sand and weight all edges to prevent
movement of plastic film.
' c. Keep plastic film in place for a minimum of 7 days.
3. Curing Compounds:
a. Verify compatibility with required finishes such as hardeners, paint, etc.
b. Curing compounds are required to be approved by the Owner or his
designated representative prior to application.
End of Section 03316
CE! Project No. 13905.0
5/3/99
03316-8
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
APPENDIX A
SOIL & FOUNDATION
INVESTIGATION REPORT
SOIL AND FOUNDATION INVESTIGATION
PROPOSED GREATHOUSE PARK BRIDGE
FAYETTEVII.,LE, ARKANSAS
Report
To
1PP 1 ' •iNf 1 1 1 'Il u 1
GRUBBS, GARNER & HOSKYN, INC.
Consulting Engineers
Springdale, Arkansas
October 1998
J. Grubbs, Garner
• & Hoskyn, Inc.,
Consulting Engineers
' 202 Greg Street P.O. Box 1248 Springdale, AR 72765 (501) 756-5999 Fax: (501) 756-1749
October 6, 1998
' Job No. 98-469
City of Fayetteville Parks and Recreation Department
113 West Mountain
Fayetteville, Arkansas 72701
Attention: Ms. Kim Rogers
SOIL AND FOUNDATION INVESTIGATION
PROPOSED GREATHOUSE PARK BRIDGE
FAYETTEVILLE, ARKANSAS
INTRODUCTION
Presented herein is the report of our subsurface investigation conducted for the
' proposed Greathouse Park Bridge to be located in Fayetteville, Arkansas. This study
was authorized by Ms. Kim Rogers on July 29, 1998 under Purchase Order No. 98-
0002931-001 and performed in general accordance with our proposal dated July 15,
' 1998.
' We understand that the proposed structure will be a pedestrian and light vehicle
bridge with dimensions of 10' x 75'. The bridge is anticipated to have a dead load
' of 24,000 pounds. The foundation loads are expected to be light.
The purpose of this study was to evaluate subsurface conditions at the site and
develop recommendations to aid in selection of appropriate foundation design and
1 construction criteria. We accomplished these purposes by:
I. Drilling sample borings at both ends of the proposed bridge to explore
subsurface conditions and to obtain samples for laboratory testing;
I. Performing laboratory tests to determine pertinent engineering properties
of the foundation strata; and
I
' Geotechnical And Materials Engineering/Construction Surveillance
1
1
1
1
1
1
1
GRUBBS, GARNER & HOSKYN, INC.
Job No. 98-469
October 6, 1998
Page 2 of 8
Analyzing field and laboratory data to develop recommendations for
foundation design and construction.
FIELD EXPLORATION
Subsurface conditions at the site were explored by drilling two (2) sample
borings advanced by dry -auger procedures. The approximate locations of these
sample borings are noted in the upper right-hand corner of the boring logs. Logs of
the borings presenting descriptions of the various soil types encountered and results
of field and laboratory tests are presented on Plates 1 and 2. A key to terms and
symbols used on the log forms is included as Plate 3.
Samples of the soil and rock strata encountered were obtained using a 2 -inch
o.d. split -spoon sampler driven into the strata by blows of a 140 -lb hammer dropped
30 inches. The number of blows required to drive the standard split -spoon sampler
the final 12 -inches of an 18 -inch total drive, or portion thereof, is defined as the
Standard Penetration Value (N). Recorded N -values are tabulated on the boring log
forms in the "Blows Per Ft" column.
The shear strengths of the cohesive soils were estimated in the field using a
calibrated hand penetrometer. Estimated cohesion values are plotted on the boring
log forms, in tons per square foot, as small circles enclosing an "x". All samples were
visually classified in the field and placed in appropriated containers to prevent loss of
moisture during transfer to the laboratory.
I
1
1
1
1
1
1
I
1
1
1
1
1
GRUBBS, GARNER & HOSKYN, INC.
Job No. 98-469
LABORATORY TESTING
October 6. 1998
Page 3 of 8
Classification testing consisted of three (3) plastic and liquid limit (Atterberg
limits) test and three (3) sieve analyses. Water content were also determined to
define the water content profile of the soil. Laboratory test results are plotted on the
logs according to the scales, symbols and column headings noted in the upper right
part of the log forms.
GENERAL SITE AND SUBSURFACE CONDITIONS
The proposed bridge will span Town Branch at Greathouse Park in Fayetteville,
Arkansas. It is our understanding that the abutments will be located approximately
10 ft away from the edges of the creek bank. The north side of the bridge site is
covered with tree growth while the south abutment area is grass covered with
scattered trees. The locations of the abutments show no signs of previous
development except for fill that has been placed on the north side of the creek.
Topographically, the north abutment area is approximately 5 ft higher in elevation than
the south abutment area.
Several feet of dense and very stiff fill was found in the north abutment area
(see Boring 1). The fill was composed of silt and gravel (GM) with some organics
(rootlets) noted from 3.5 to 5.0 ft. This stratum was dry and exhibited high shear
strengths, however, it is typical of this soil to undergo some strength loss during wet
seasons or a rise in the water table. Below the surficial stratum in Boring 1 and at
grade in Boring 2 (south abutment area), very stiff and dry brown, tan, and gray silty
clay (CL) was found to depths of about 6.0 ft to 8.0 ft.
II
GRUBBS, GARNER & HOSKYN, INC.
IJob No. 98-469
I
I
I
C
I
I
I
October 6, 1998
Page 4 of 8
The basal stratum was found to consist of medium soft dark gray shale. This
stratum exhibited moderate to high shear strength. The shale was found at a depth
of 11 ft on the south side of the bridge (Boring 2) and was below the maximum depth
explored on the north side of the bridge (Boring 1). It is anticipated, however; that
the shale stratum lies just below the bottom of the maximum depth explored by this
boring (15 ft).
Free groundwater was encountered in Boring 2 at a depth of 9.5 ft. Boring 1
showed no groundwater at the time of drilling, but it is likely that free water may exist
at approximately 1 5 ft at this location. The level of the groundwater will be heavily
influenced by the level of the nearby creek.
ANALYSES AND RECOMMENDATIONS
All foundations systems must satisfy two (2) basic and independent design
Icriteria. First, the maximum bearing pressure transmitted to the foundation soils
should not exceed the allowable bearing pressure with respect to an adequate factor
of safety based on anticipated soil shear strength. Secondly, foundation movements
resulting from consolidation, shrinkage and/or swelling of the supporting soils should
be within tolerable limits for the structure.
The primary subsurface conditions expected to affect site preparation and
construction are:
The uncontrolled and variable, generally dense and very stiff fill located
on the north side of the bridge;
The
moderate to high shear strengths and
low compressibility
of
the
soils
at surface elevation to 6.0 ft in Boring
2 and from 5.5 to 8.0
ft in
GRUBBS, GARNER & HOSKYN, INC. October 6, 1998
Job No. 98-469 Page 5 of 8
Boring 1;
I
1
1
1
1
1
The presence of the
Town Branch
which
could cause rapid fluctuations
of the groundwater
table near the
creek;
and
The medium soft to hard shale found below 11 .0 ft in Boring 2 and most
likely found at 16 to 17 ft in the area of Boring 1 .
In the request for proposal received at our office on July 14, 1998, for this
project it was asked that we make recommendations for soil bearing capacity, type
of footing to be used, and the depth of the stratum the footing should bear on below
existing ground. Also, scour potential and saturated conditions were seen as possible
problems and will be noted in this report.
The site conditions found at the time of the site investigation (August, 1998),
were good with no problems navigating the site. During wetter portions of the year
(late fall, winter, and spring) access problems could become an issue.
Two foundation options were considered for this project. Both alternatives -
spread footings and drilled pier systems - are discussed below. In our opinion, both
types of foundations are suitable for construction of the bridge.
For a shallow spread footing system, we anticipate that foundations for the
bridge will need to extend a minimum of 3.0 ft below finish grade. The footing will
bear on very stiff brown, tan, and gray silty clay on the north side of the bridge and
very stiff brown silty clay with some gravel (fill) on the south side of the bridge. The
depth of 3.0 feet will allow for adequate bearing and protection against scour during
high water stages. A bearing pressure of 2000 psf may be used for design purposes
using this alternative. Although lateral loading of the bridge is negligible compared to
I
GRUBBS, GARNER & HOSKYN, INC. October 6, 1998
Job No. 98-469 Page 6 of 8
' the passive resistance of the soils in. this area, the spread footing and stemwalls
should be reinforced to resist the anticipated lateral loading of the bridge during flood
stages.
' Drilled shaft foundations are also an option for supporting the bridge abutments.
Although our investigation did not extend to depths sufficient to locate the depth to
shale in Boring 1, we anticipate that drilled shaft depths of 15 to 20 ft would likely
' be required. The shafts should be socketed 2 ft into the shale formation. An
allowable end bearing capacity of 10 ksf can be used for this foundation. A minimum
diameter of 24" is suggested to allow for adequate cleaning and inspection of the
' drilled pier.
If perched water is present during construction, it is more likely to be
encountered in the deeper excavation. Therefore, it is probable that temporary casing
of the drilled pier will be required to prevent caving and sloughing and to limit water
seepage into the excavation.
Drilled shaft excavations should be cleaned of all loose soil and cuttings, and
excess water prior to concrete placement. Concrete placed in more than 2 to 3
inches of water should be placed with a concrete pump or full-length tremie.
SITE GRADING
The upper surficial grass and organic silts should be stripped from the abutment
areas. Depths on the order of 0.5 to 1.0 should be anticipated to remove these soils.
Any fill required to raise grade for the building or pavement areas should consist
of select clayey sand, sandy clay or clayey gravel having a liquid limit less that 45 or
I
GRUBBS, GARNER & HOSKYN, INC. October 6, 1998
Job No. 98-469 Page 7 of 8
other approved fill classifying as SC, CL or GC according to the Unified Soils
Classification System. Hillside borrow material with liquid limits greater than 45 can
be used provided the fill classifies as GC and less than 35 percent passes the No. 200
I
sieve. The on -site organic clayey silts are not considered suitable for select fill but
may be used for random landscape fill areas.
' Foundation excavation and installation should be monitored by qualified
' technical personnel. Subsurface conditions significantly at variance with those
encountered in the test pit should be brought to the attention of the Geotechnical
' Engineer and work delayed pending evaluation and/or preparation of additional
I1
I
H
II
H
H
H
recommendations, if warranted.
The following Illustrations are attached to complete this report:
Plates 1 and 2 Test Pit Logs
Plate 3 Key to Terms and Symbols
We appreciate the opportunity to be of service to you on this phase of the
project. If you have questions about this information, or if we may be of additional
assistance during final design or construction, please contact us.
' JPH/kdc
1
Very Truly Yours,
GRUBBS, GARNER & HOSKYN, INC.
John P. Hoskyn, P.E.
Vice President
GRUBBS, GARNER & HOSKYN, INC.
Job No. 98-469
Attachments
Copies Submitted: City of Fayetteville Parks & Recreation
Attn: Ms. Kim Rogers
CEI
Attn: Mr. Paul Libertini
October 6, 1998
Page 8 of 8
(2)
(2)
98-469
rr
o '
I
I
I
I
I
I
n
I
I
I
I
I
I
Grubbs, Garner LOG OF BORING NO. 1
& Hoskyn, Inc.,
Consulting Engine.,. Greathouse Park Bridge
Fayetteville, Arkansas
TYPE: Auger LOCATION: 9'6" north of concrete curb
F
U.
F
a
0
}
U)
U7
Q
U)
DESCRIPTION OF MATERIAL
SURF. EL:
LL
wa
V1
3
0
m
3F
} tL
co
1- m
z -j
COHESION, TON/SQ FT
O
0.2 0.4 0.6 0.8 1.0 1.2 1.4
0
oN
PLASTIC WATER LIQUID
LIMIT CONTENT LIMIT
+ t
10 20 30 40 50 60 70
N,V
Dense gravel with dark brown
silt (fill)
0/6'
i
Dense tan silt and gravel with
cobbles below 2.5 ft (fill)
0/3'
I.5•
Very stiff brown, gray and tan
silty clay with rootlets (fill)
Gravel seams below 5 ft 3
inches
0/11
45
S
Very stiff brown, tan and gray
silty clay with ferrous nodules
I
I
7
.,
Stiff brown, gray and tan fine
sandy clay with ferrous nodules
With shale fragments below 14
ft --------______
27
28
♦
t
10
15
_
_
__
_________
20
25
COMPLETION DEPTH: 15.0 ft DEPTH TO WATER
DATE: 8-10-98 IN BORING: Dry DATE: 8-10-98
I
PLATE 1
no ncn
1
I
1
1
1
1
1 -
1
1
Grubbs, Garner LOG OF BORING NO. 2
& Hoskyn, Inc.,
Consulting Enginean Greathouse Park Bridge
Fayetteville, Arkansas
TYPE: Auger LOCATION: 24south of creek edge (south side of slid
LL'
F
W
p
0
>
In
W
o
w
DESCRIPTION OF MATERIAL
SURF. EL:
LL
W
U,
3
0
m
>. W
co
F m
z_i
D
COHESION, TON/SQ FT
0.2 0.4 0.6 0.8 /. 1.0 1.2 1.4
6
z
PLASTIC WATER LIQUID
LIMIT CONTENT LIMIT
+ •- +
10 20 30 40 50 60 70
Very stiff and dry brown silty
clay with some gravel and fine
sand
With shale fraggments and fine
gravel below 3.5 ft
39
34
45
_j1
5
=
Loose dark brown, fine sand
and shale fragments - moist
9
4
+
46
10
Loose and wet gray clayey silt
=
Medium soft dark gray shale
Hard below -14.5_ft____-----,-
0/2'
-
-
------
L =
-----________________________
15.
-20-
COMPLETION DEPTH: 14.6 ft DEPTH TO WATER
DATE: 8-10.98 IN BORING: Water 9.5 ft DATE: 8.10-98
PLATE 2
"1
I
I
I
I
C
H
H
I
L
H
I
I
I
I
C
H
& Hoskyn, Inc.,l SYMBOLS AND TERMS USED ON BORING LOGS
Conwltng Engineers
SOIL TYPES SAMPLER TYPES
(SHOWN IN SYMBOLS COLUMN) (SHOWN(SHOWN ON SAMPLES COLUMN)
Gravel Sand Silt Clay Shelby Rock Split No Cutting
Predominant type shown heavy Tube Core Spoon Recovery
TERMS DESCRIBING CONSISTENCY OR CONDITION
COARSE GRAINED SOILS (major portion retained on No. 200 sieve): Includes (I) Clean gravels and
sands, and (2) silty or clayey gravels and sands. Condition is rated according to relative density, as
determined by laboratory tests.
DESCRIPTIVE TERM
N -VALUE
RELATIVE DENSITY
VERY LOOSE
0-4
0-15%
LOOSE
4-10
15-35%
MEDIUM DENSE
10-30
35-65%
DENSE
30-50
65-85%
VERY DENSE
50 and above
85-100%
FINE GRAINED SOILS (major portion passing No. 200 sieve): Includes (1) Inorganic and organic
silts and clays, (2) gravelly, sandy, or silty clays, and (3) clayey silts. Consistency is rated
according to shearing strength, as indicated by penetrometer readings or by unconfined
compression tests.
DESCRIPTIVE TERM
UNCONFINED
COMPRESSIVE STRENGTH
TON/SQ. FT.
VERY SOFT
Less than 0.25
SOFT
0.25-0.50
FIRM
0.50-1.00
STIFF
1.00-2.00
VERY STIFF
2.00-4.00
HARD
4.00
and higher
NOTE: Slickensided and fissured clays may have lower unconfined compressive
strengths than shown above, because of planes of weakness or cracks in the soil.
The consistency ratings of such soils are based on penetrometer readings.
TERMS CHARACTERIZING SOIL STRUCTURE
SLICKENSIDED - having inclined
planes of weakness that
are slick
and glossy in appearance
FISSURED - containing shrinkage
cracks, frequently filled
with fine
sand or silt;
usually more
or less vertical.
LAMINATED - composed of thin layers of varying color and texture.
INTERBEDDED - composed of alternate layers of different soil types.
CALCAREOUS - containing appreciable quantities of calcium carbonate.
WELL GRADED - having a wide range in grain sizes and substantial amounts of all intermediate
particle sizes.
POORLY GRADED - predominantly of one grain size, or having a range of sizes with some
intermediate sizes missing.
Terms used on this report for describing soils according to their texture or grain size distribution
are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described in
Technical Memorandum No.3-357, Waterways Experiment Station, March 1953
I
PLATE 3
I
3.02 BORROW SITES
Upon completion of borrow operations, clean up borrow areas as indicated on Construction
Drawings in a neat and reasonable manner to the satisfaction of the property owner of the
borrow area.
End of Section 02227
1
1
I
1
1
I
CE! Project No. 13905.0 2/24/99 02227-3
I
I
H
I
I
I
I
J
J
H
SECTION 02261
SITE RESTORATION
PART 1- GENERAL
1.1 SCOPE
A. This section includes restoration of areas disturbed by this project. "Disturbed by this
project" is defined as the excavation area plus any area in project vicinity disturbed by
Contractor's operations, including operations of Subcontractors and suppliers, and
utility owner operations necessary to complete this project.
B. Work areas shall be kept clean and neat as practicable. Lawns, gardens, and vehicle
and pedestrian crossings shall have excess quantities of supplies, excavated material,
man made debris, and organic matter removed from the area immediately following
construction.
C. All property improvements shall be restored in kind or as nearly as practicable as
determined by Engineer.
1.2 RELATED WORK
A. Trenching, Backfilling and Compacting is specified in Section 02220.
' 1.3 QUALITY ASSURANCE
II
A. Adequate equipment and qualified personnel shall be applied to this phase of the work
from the very beginning of the project.
' PART2-PRODUCTS
2.1 PRODUCTS
A. Topsoil shall be placed on disturbed areas equal to or better than the material on each
side of the disturbed area.
B. Fertilizer shall be 10-20-10 (nitrogen -phosphorous -potash) delivered to the site in
labeled containers conforming to Arkansas fertilizer laws and bearing the name and
warranty of the producer.
' C. SEED
1. Seed mixture per Class of Restoration
CEI Project No. 13905.0 5/3/99 Page 02261-1
[I
a. Class 1 Restoration seed mixture shall be 40 percent Lawn Fescue, 30
percent Rye Grass (annual), and 30 percent Blue Grass.
' b. Class 2 Restoration seed mixture shall be 40 percent Field Fescue, 40
' percent Rye Grass (annual), and 20 percent White Clover (common).
c. Class 3 Restoration seed mixture shall be 40 percent Tall Fescue
' (Kentucky 31), 40 percent Rye Grass (annual), and 20 percent White
Clover (common).
2. Seed shall be labeled according to current requirements of the Arkansas State
Plant Board.
' 3. Seed shall be 95 percent pure and 85 percent germination by weight. 50
noxious weed seeds shall be the maximum amount allowed per pound. The
following types of seed are not allowed in any amount: Johnson grass, wild
' onion, wild garlic, field bindweed, or nut grass.
4. Fescue seed shall be certified endophyte free.
' D. SOD
' I . Sod shall consist of a densely rooted growth of Bermuda grass, Zoysia, etc. and
shall be substantially free from noxious weeds and undesirable grasses. The
sod shall be cut in uniform strips with a minimum of 2 inches of root depth
approximately 12 inches in width and not less than 12 inches in length but not
longer than can be conveniently handled and transported.
I 2. Sod for replacement of disturbed sodded areas shall be approved by Engineer
before cutting.
I
E. Straw mulch shall be good grade clean straw, free of weeds or seed, and of a quality
approved by Engineer prior to use.
F. Water shall be of irrigation quality, free of impurities which are detrimental to plant
growth.
PART 3- EXECUTION
3.1 RESTORATION WHERE GROUND SURFACE IS NOT GRAVELED OR PAVED FOR
VEHICLE OR PEDESTRIAN USE.
A. Class 1 Restoration - Areas of construction within lawns, gardens, or other well -kept
areas, including street rights -of -way that are kept as lawns by adjacent landowners.
CEI Project No. 13905.0 5/3/99 Page 02261-2
I
I
I
Li
H
I
C
I
I
I
I
I
IH
I
I
I
I
After trench settlement is complete, replace topsoil to same depth as adjacent
undisturbed areas.
2. Trim and remove all damaged limbs on trees, trim limbs of shrubs or, if
necessary, cut damaged shrub just below ground surface.
3. Hand rake disturbed area to remove all rocks 1/2 inch or larger measured in
any direction, all man made debris, and all organic material. Debris and excess
material shall be disposed of in a manner approved by the Engineer and
applicable government regulations.
4. After raked area is accepted by Engineer for seeding,
a. apply 250 pounds of fertilizer per acre.
b. apply 0.15 pounds of seed per 100 square feet.
c. apply 4,000 pounds of mulch per acre.
5. Apply straw mulch using an asphalt mixing blower. Add asphalt to straw in
sufficient quantity to bind mulch together. Top spraying of straw with asphalt
is not acceptable.
6. As an alternate method of seeding, seed may be applied by hydro mulching.
The seed shall be mixed with water and wood cellulose fiber. The wood
cellulose fiber shall be composed of natural wood chips and shall contain no
growth or germination inhibiting factors and shall contain a water soluble,
nontoxic coloring agent.
Other alternate methods will be considered by Engineer but shall not be
utilized until expressly authorized by Owner and Engineer.
Where ground cover adjacent to disturbed areas contains grasses such as
Bermuda grass, Zoysia, or other grasses not included in the prescribed seed
mixture, Contractor shall remove and stockpile the existing sod on the job site.
After trench settlement is complete, 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 ground cover of the existing type.
B. Class 2 Restoration - Areas of construction within fields, meadows, and street rights -
of -way which are mowed or cultivated (gardens excepted).
' CE! Project No. 13905.0
Tree and shrub treatment shall be as specified in Section 3.1.A.2.
5/3/99
Page 02261-3
I
1
1
1
1
3.2
1
2. After trench settlement is complete, machine rake to remove rock, man made
debris, and organic material to a condition equal to existing surface on the
better side of the adjacent property.
Remove all excess excavated material 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.
4. After raked area is accepted by Engineer for seeding,
a. apply 250 pounds of fertilizer per acre.
b. apply 0.15 pounds of seed per 100 square feet.
c. apply 4,000 pounds of mulch per acre.
Mulching and seeding methods shall be as specified in Section 3.1.A.
6. Where existing field grass adjacent to disturbed areas contains grasses such as
Bermuda, etc. grasses not included in the prescribed seed mixture, Contractor
shall place such topsoil as required and seed with the existing type grass so that
an equivalent ground cover will be provided.
C. Class
3 Restoration - 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.
Tree and shrub treatment shall be as specified in Section 3.I.A.2.
Site raking shall be as specified in Section 3.I.B.2.
Seeding shall be as specified in Section 3.1.B.3.
Mulching and seeding methods shall be as specified in Section 3.1.A.
RESTORATION WHERE GROUND SURFACE IS GRAVELED FOR VEHICLE USE OR
PAVED FOR PEDESTRIAN USE ONLY.
A. Restoration shall match existing surfacing and base sections.
RESTORATION OF SLOPES
A. Terrace slopes where, in the opinion of Engineer, erosion problems may arise after
construction.
n
CEI Project No. 13905.0
5/3/99
Page 02261-4
3.4 RESTORATION BY SODDING
A. Area to be sodded
1. Place 3 inches of topsoil before installing sod.
' 2. Apply 250 pounds of fertilizer per acre and work into top 1 inch of topsoil.
' 3. Make surface of top soil moist and firm (not compacted) at the time sod is
placed.
B. Sod
I. Moisten sod before placing.
2. Lay by hand along contour lines beginning at lowest elevation.
3. Stagger transverse joints.
4. Make tight joints between sod pieces.
' 5. Cut sod into existing surface and backfill with topsoil to provide a smooth
' transition from sodded areas to non -sodded areas.
6. Apply thin layer of topsoil over sod and overseed with 45 pounds of annual rye
' grass per acre.
C. Maintenance of Sod
1. Water overseeded areas as directed by Engineer.
' 2. Apply water to sod for 3 weeks as directed by Engineer.
3.5 RESTORATION WHERE GROUND SURFACE IS HARD SURFACED FOR VEHICLE
' OR PEDESTRIAN USE.
A. Pavement: Restore damaged pavement sections to existing joints or a sawed joint.
B. Asphalt Surfaces
' I. Asphalt Pavement Repair. After the trench has been backfilled and compacted,
as specified elsewhere in these Specifications, permanent repair shall be made
' as follows. The existing pavement shall be saw -cut and removed (including
base) to a point 18 inches beyond the trench edge, or as directed by the
Engineer.
CEI Project No. 13905.0 5/3/99 Page 02261-5
1
H
2. Asphalt pavement shall be Type 2, Section 406, Standard Specifications for
Highway Construction, AHTD.
3. New AHTD Class 7, or approved equal base, shall match existing base in
' thickness or have following minimum thickness, whichever is greater.
a. 4 inches for areas used mainly by pedestrians.
' b. 8 inches, placed in two courses, for areas used mainly by vehicles.
c. compact each course to a density, as determined by AASHTO T191 or
T238, of not less than 95 percent of maximum density determined by
' AASHTO T180
4. Apply prime coat to base course at rate of 0.25 gallons per square yard.
5. New asphalt pavement shall match existing asphalt in thickness or have
following minimum thicknesses, whichever is greater.
' a. 2 inches for areas used mainly by pedestrians.
b. 4 inches for areas used mainly by vehicles.
' 6. Place hot mixed, hot laid asphalt in maximum lifts of 2 inches compacted to 92
' percent of the theoretical density to am elevation matching the existing
finished grade.
' 7. One nuclear density test per asphaltic patch or repair shall be performed.
8. Any unacceptable patch or repair shall be re -compacted and re -tested without
additional expense to Owner.
C. Concrete Surfaces
' 1. Concrete shall meet the requirements of Section 03316.
2. Replace damaged pavement areas to existing joints or a sawed joint which is
more than three feet from an existing joint.
3. New concrete pavement shall match existing pavement in thickness and
reinforcement or have following minimum thicknesses, whichever is greater.
a. 4 inches for areas used mainly by pedestrians.
b. 6 inches for areas used mainly by vehicles.
H
CEI Project No. 13905.0
FyLt7 M
Page 02261-6
I
' 4. New concrete pavement shall match elevation of pavement being replaced
before it was damaged or to elevation directed by Engineer.
D. Maintenance of Traffic
' I. Carry on the Work in a manner which will cause the least interruption to
traffic. All roads and highways shall be kept open to traffic at all times.
' 2. Provide adequate personnel to direct traffic when working in the street right-of-
way.
' 3. Traffic control devices and methods shall be in strict accordance with the latest
issue of the Manual of Uniform Traffic Control Devices.
1
End Of Section 02261
1
1
CEI Project No. 13905.0 5/3/99 Page 02261-7
SECTION 02270
SLOPE PROTECTION AND EROSION CONTROL
PART 1 -GENERAL
1.01 SECTION INCLUDES
A.
Installation
of temporary
and
permanent
erosion control systems.
B.
Installation
of temporary
and
permanent
slope
protection systems.
1.02 RELATED SECTIONS
A. Section 02200 - Earthwork
B. Section 02900 - Landscaping
C. Construction Drawings
D. AHTD Standard Specifications for Highway Construction, Edition of 1996
1.03 ENVIRONMENTAL REQUIREMENTS
Protect adjacent properties and water resources from erosion and sediment damage throughout
life of contract.
PART2-PRODUCTS
2.01 MATERIALS
A.
Quick
growing grasses such as
wheat, rye, or oats in accordance with Section 02900.
B.
Hay or straw bales as specified
on Construction Drawings.
C. Fencing for siltation control as specified on Construction Drawings.
D. Acceptable Filter/Drainage Fabrics;
1. Mirafi 140 NS
2. Phillips 66 Supac 4 NP
3. Dupont Typar 3341
E. Curlex blankets by American Excelsior Company or approved equal.
CEI Project No. 13905.0 5/3/99 02270-1
I
I
I
LI
I
I
I
I
I
I
I
I
I
I
I
I
I
F. Two bale stakes for each hay/straw bale shall be a minimum of 4 -ft in length and shall
be either #2 rebars, 2 steel pickets, or 2 -in. x 2 -in, hardwood stakes driven 18 inches
into ground.
G. Temporary mulches such as loose hay, straw, netting, wood cellulose, or agricultural
silage.
H. Fence stakes shall be minimum of 5 -ft in length and be either metal stakes or 2 -in. x 2 -
in. hardwood stakes driven 18 into ground.
Rip -Rap in accordance with Section 02200.
J. Synthetic Fiber Fabric: a synthetic fiber geotextile fabric complying with the
requirements of AHTD Specification subsection 625.02, Type 5 shall be used under
the machine placed rip -rap as a filter blanket.
PART 3- EXECUTION
3.01 PREPARATION
A. Review Construction Drawings.
B. Deficiencies or changes on Construction Drawings as it is applied to current
conditions will be brought to the attention of the Owner or his designated
representative for remedial action.
3.02 EROSION CONTROL AND SLOPE PROTECTION IMPLEMENTATION
A. Place erosion control systems in accordance with Construction Drawings.
B. The Owner or his designated representative has authority to limit surface area of
erodible earth material exposed by clearing and grubbing, excavation, borrow, and
embankment operations and to direct Contractor to provide immediate permanent or
temporary pollution control measures. Contractor will be required to incorporate
permanent erosion control features into project at earliest practical time to minimize
need for temporary controls. Cut slopes shall be permanently seeded and mulched
when finish grades are achieved as excavation proceeds to extent considered desirable
and practical.
C. Temporary erosion control systems installed by Contractor shall be constantly
maintained to control siltation during life of contract. Contractor must respond to
maintenance or additional work as required by the Owner or his designated
representative within 48 hours.
CEI Project No. 13905.0 5/3/99 02270-2
I
D. Additional material and work required and authorized by the Owner or his designated
representative which is beyond extent of Construction Drawings shall be paid for by
Owner.
E. Contractor is totally responsible to protect all slopes when erosion begins by whatever
methods necessary.
F. Contractor shall install synthetic fiber fabric under rip -rap according to the
requirements AHTD Specification, Section 816.
End of Section 02270
CE1 Project No. 13905.0 5/3/99 02270-3
L
L
I
I
SECTION 02520
PORTLAND CEMENT CONCRETE PAVING
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Preparation and placement of Portland cement concrete parking areas.
B. Preparation and placement of Portland cement concrete roads and entrances.
1.02 RELATED SECTIONS
•' A. Section 02100 - Site Preparation
B. Section 02227 - Aggregate Material
C. Section 02230 - Paving Base Course
D. AHTD Standard Specifications for Highway Construction, Edition of 1996
E. Construction Drawings
1.03 REFERENCE STANDARDS
A. American Concrete Institute (ACI) latest edition
304R Guide for Measuring, Mixing, Transporting, and Placing Concrete
305R Hot Weather Concreting
' 306R Cold Weather Concreting
308 Standard Practice for Curing Concrete
318 Building Code Requirements for Reinforced Concrete
347 Recommended Practice for Concrete Formwork
B. American Standards for Testing and Materials (ASTM) latest edition
A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement
A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement
A 615 Deformed and Plain Billet -Steel for Concrete Reinforcement
C 31 Making and Curing Concrete Test Specimens in the Field
C 33 Concrete Aggregates
C 39 Compressive Strength of Cylindrical Concrete Specimens
C 42 Method of Obtaining and Testing Drilled Cores
C 94 Specification for Ready -Mixed Concrete
C 150 Portland Cement
C 260 Air -Entraining Admixtures for Concrete
C 309 Liquid Membrane -Forming Compounds for Curing Concrete
IC 494 Chemical Admixtures for Concrete
D 1751 Preformed Expansion Joint Fillers for Concrete Paving and Structural
Construction (Non -extruding and Resilient Bituminous Types)
1
CE! Project No. 13905.0 5/3/99 02520-1
I
C. FS TT -C-800 - Curing Compound, Concrete, for New and Existing Surfaces
D. Concrete Reinforcing Steel Institute (CRSI) latest edition
CRSI-MSP Manual of Standard Practice
CRSI 63 Recommended Practice for Placing Reinforcing Bars
CRSI 65 Recommended Practice for Placing Bar Supports
E. American Association of State Highway and Transportation Officials (AASHTO)
latest edition
M73
M 182 Burlap Cloth made from Jute or Kenaf
1.04 QUALITY ASSURANCE
A. An independent testing laboratory, selected by the Owner or his designated
representative and paid by the Owner, shall randomly core pavement at a minimum
rate of 1 core per 20,000 sq. ft of pavement, with a minimum of 3 cores from heavy
duty areas and 3 cores from light duty areas. Core shall be tested for thickness and
quality of aggregate distribution. Core holes shall be patched immediately with
Portland cement concrete and shall be finished to provide level surface as specified.
B. Establish and maintain required lines, grades and elevations.
C. Check surface areas at intervals necessary to eliminate ponding areas. Remove and
replace unacceptable paving as directed by the Owner or his designated representative.
1.05 SUBMITTALS
A. Submit materials certificate to the independent testing laboratory which is signed by
materials producer and Contractor, certifying that materials comply with, or exceed,
requirements specified herein.
PART2-PRODUCTS
2.01 MATERIALS
A. Forms: Steel, wood, or other suitable material of size and strength to resist movement
' during concrete placement and to retain horizontal and vertical alignment until
removal. Use straight forms, free of distortion and defects. Use flexible spring steel
forms or laminated boards to form radius bends as required. Coat forms with a non-
staining type of coating that will not discolor or deface surface of concrete.
CE! Project No. 13905.0 5/3/99 02520-2
I
I
I
B. Workmanship, fabrication, and shop connections shall be in accordance with American
Association of State Highway and Transportation Officials Specifications (AASHTO).
IC. Welding operators shall be properly accredited experienced operators, each of whom shall
submit satisfactory evidence of experience and skill in welding structural steel with the kind
of welding to be used in the work, and who have demonstrated the ability to make uniform
' good welds meeting the size and type of weld required.
D. All welding shall utilize E70 or E80 series electrodes. The weld process used shall be Flux
' Core Arc Welding (FCAW) or Shielded Manual Arc Welding (SMAW). The Gas Metal Arc
Welding (GMAW-S) short circuit welding process shall not be used for bridges as per
ANSI/AASHTO/AWS D1.5 "Bridge Welding Code."
E. The connection of bridge end post to top chord shall be a mitered joint with the exposed welds
ground smooth.
' 2.7 RAILINGS & ACCESSORIES
A. All railings shall have a smooth inside surface with no protrusions or depressions. All ends of
angles and tubes shall be closed and ground smooth. In accordance with AASHTO, railings
for bicycle use should be a minimum height of 54" above the floor deck.
B. Safety Rails: Continuous rails shall be located on the inside of the trusses. The rails will be
horizontal safety rails with a maximum opening of 6 inches.
C. Toe Plate: A 5" steel channel shall be located 2" above the floor deck.
2.8 FINISH
' A. All boldly exposed surfaces of weathering steel bridges shall be sand blasted in accordance with
the Steel Structures Painting Council (SSPC) Surface Preparation Specification No. 6
"Commercial Blast Cleaning."
Part 3- EXECUTION
3.1 DELIVERY AND ERECTION
1 A. Contractor shall furnish and install bridge according to the manufacturer recommendation.
Contractor is responsible to order the bridge immediately and provide weekly status reports on
the progress of manufacturing to Engineer, submit shop drawings for approval, and otherwise
fully coordinate the delivery of the bridge, installation and coordination with any affected
utility companies.
1 B. The manufacturer will notify the Contractor in advance of the expected arrival time.
Information regarding delays after the trucks depart the plant such as inclement weather,
' delays in permits, re-routing by public agencies or other circumstances will be passed on to
the Contractor as soon as possible but the expense of such unavoidable delays will not be
accepted by the manufacturer.
CEI Project No. 13905.1 5/3/99 02890-3
3.2
C. The Contractor is responsible for protection of the materials after arrival at destination. The
manufacturer shall advise the Contractor of the actual lifting weights, attachment points and
proper lifting procedure for unloading the bridge, and all necessary information to install the
bridge. Unloading, splicing (assembly), bolting, anchoring, and proper lifting equipment is
the responsibility of the Contractor.
WARRANTY
A. The manufacturer shall provide a warranty against defects in material and workmanship for a
period of 15 years.
End of Section 02890
CEI Project No. 13905.1 5/3/99 02890.4
SECTION 02900
LANDSCAPING
PART1 GENERAL
' 1.01 SECTION INCLUDES
1. Preparation and excavation of planting beds.
2. Planting of seed and associated materials.
1.02 RELATED SECTIONS
IA. Section 02200 - Earthwork
B. Section 02270 - Slope Protection and Erosion Control
C. Construction Drawings
1.03 REFERENCE STANDARDS
IA.
American
Association
of Nurserymen, Inc. (AAN) latest version
B.
American
Standard for
Nursery Stock
' 1.04 QUALITY ASSURANCE
I
I
I
I
_J
I
I
A. No error or discrepancy in Construction Drawings or Specifications shall cause
defective or inappropriate materials to be used or poor workmanship to be allowed.
B. Condition of new plant materials is the responsibility of the Contractor and shall be
approved by the Owner or his designated representative. The Owner or his designated
representative reserves right to inspect and reject plants at any time and place.
1.05 SUBMITTALS
A. Before ordering or purchasing materials, provide samples of those materials to the
Owner or his designated representative for approval, if so requested.
B. Submit certification tags from trees, shrubs, and seed verifying type and purity.
C. Unless otherwise authorized by the Owner or his designated representative, notify the
Owner or his designated representative at least 48 hours in advance of anticipated
delivery date of plant materials. Legible copy of invoice, showing kinds and sizes of
materials included for each shipment, shall be furnished to the Owner or his
designated representative.
CEI Project No. 13905.0 5/3/99 02900-1
C
r
FT
I
D. Inform the Owner or his designated representative of date when planting shall
commence.
1.06 PROJECT CONDITIONS
Work must be carried out only during weather conditions favorable to landscape construction
and to health and welfare of plants. Suitability of such weather conditions shall be determined
by the Owner or his designated representative.
PART 2 PRODUCTS
2.01 PLANT MATERIALS
Plants shall conform to requirements of American Standard for Nursery Stock of rules and
grading upgraded to meet the following:
1. Seeds shall be free of disease, insect pests, eggs, or larvae.
2. Seeds shall be typical of their species or variety and shall have normal habit of
' growth and be legibly tagged with proper name. Stock shall have been grown
under climatic conditions similar to those of site or have been acclimated to
such condition for at least 2 years.
2.02 TOPSOIL
A. Natural, friable, fertile, fine loamy soil possessing characteristics of representative
topsoil in the vicinity which produces heavy growth.
' B. Topsoil shall be free from subsoil, objectionable weeds, litter, sods, stiff clay, stones
larger than 1 -in, in diameter, stumps, roots, trash, toxic substances, or any other
material which may be harmful to plant growth or hinder planting operations.
C. Verify amount of topsoil stockpiled and supply any additional as needed.
' 2.03 FERTILIZER
A. Fertilizer shall be delivered, mixed as specified, in original unopened standard size
bags showing weight, analysis and name of manufacturer. Containers shall bear
' . manufacturer's guarantee statement of analysis or manufacturer's certificate of
compliance covering analysis shall be furnished to the Owner or his designated
representative. Store fertilizer in such manner that it shall be kept dry.
' B. Percentages of nitrogen, phosphorus, and potash shall be based on laboratory test
recommendations as approved by the Owner or his designated representative. For
CE! Project No. 13905.0 5/3/99 02900-2
I
' bidding assume 10 percent nitrogen, 6 percent phosphorus, and 4 percent potash by
weight. At least 50 percent of total nitrogen shall contain no less than 3 percent
water -insoluble nitrogen. At least 60 percent of nitrogen content shall be derived from
' super -phosphate containing not less than 18 percent phosphoric acid or bone meal
containing 25 - 30 percent phosphoric acid and 2 - 3 percent nitrogen. Potash shall be
derived from muriate of potash containing 55 - 60 percent potash.
2.04 PEAT MOSS
A. Peat moss shall be Michigan peat moss or approved equal, similar in color and
consistency.
' B. Peat moss shall be moss peat, finely shredded to pass 1/2 -in, mesh and shall be no less
than 90 percent organic material by weight, with ash content by ignition of no more
than 10 percent.
C. Material shall contain 35 to 66 percent moisture by weight, but shall have
water -holding capacity of 150 to 200 percent.
D. Material shall have pH value of 4 to 5.
' E. Material may be imported supplied in bales or domestic furnished in bulk. If
furnished in bulk, material and it's source must be acceptable to the Owner or his
designated representative.
2.05 WATER
On -site water shall be furnished by Owner. Hose and other watering equipment shall be
' furnished by Contractor.
2.06 LAWN SEED
Lawn seed mixture shall be fresh, clean new crop seed. Furnish to the Owner or his
designated representative the dealer's guarantee statement of composition of mixture and
' percentage of purity and germination of each variety.
' 2.07 EROSION CONTROL BLANKET
Provide and install where indicated on Construction Drawings "Curlex" blankets by American
Excelsior Company, "Polyjute" Style 465 GT by Synthetic Industries, or approved equal.
I
CE! Project No. 13905.0
I
5/3/99
02900-3
I
PART 3 EXECUTION
3.01 PREPARATION
A. If project completion date prohibits in -season planting, prepare for out -of -season
seeding or sodding so that lawns shall be completed and ready for acceptance at time
' of project completion, without additional cost to Owner.
' B. Provide sufficient tools and equipment required to carry out planting operation.
C. Locations containing unsuitable subsoil shall be treated in one or more of the
following:
1. Where unsuitability is deemed by the Owner or his designated representative to
' be due to excessive compaction caused by heavy equipment and where natural
subsoil is other than AASHTO classification of A6 or 7, loosen such areas with
spikes, discing, or other means to loosen soil to condition acceptable to Owner
' or his designated representative. Soil shall be loosened to minimum depth of
12 -in, with additional loosening as required to obtain adequate drainage.
Contractor may introduce peat moss, sand, or organic matter into the subsoil to
obtain adequate drainage. Such remedial measures shall be considered as
incidental, without additional cost to Owner.
2. Where unsuitability is deemed by the Owner or his designated representative to
be due to presence of boards, mortar, concrete, or other construction materials
' in sub -grade and where natural subsoil is other than AASHTO classification of
A6 or 7, remove debris and objectionable material. Such remedial measures
shall be considered as incidental, without additional cost to Owner.
3. Where unsuitability is deemed by the Owner or his designated representative to
be because natural subsoil falls into AASHTO classification of A6 or 7 and
' contains moisture in excess of 30 percent, then installation of sub -drainage
system or other means removing excess moisture shall be used. Where such
conditions have not been known or revealed prior to planting time and they
' have not been recognized in preparation of Construction Drawings and
Specifications, the Owner or his designated representative shall issue a change
order to install proper remedial measures.
D. Planting operations shall be performed at a steady rate of work unless weather
conditions make it impossible to work. No plant material shall be planted in frozen
ground.
E. Disk, drag, harrow, or hand rake subgrade to a depth of 3 -in, to provide bond for
topsoil. Topsoil which must be transported across finished sidewalks or paving shall
CEI Project No. 13905.0 5/3/99 02900-4
C
' be delivered in such manner that no damage will be done to sidewalks or paving.
Contractor shall be responsible for repair of such damage.
IF. Place no topsoil until subgrade has been approved in accordance with Section 02200.
Before placing topsoil, rake subsoil surface clear of stones, debris, and roots. Compact
topsoil to form layer with minimum depth of 4 -in. in lawn areas and 12 -in, in shrub
beds. Topsoil shall be placed so that after final settlement there will be good drainage
conforming to elevations shown on Construction Drawings.
' G. Seed Bed Preparation
I1. Grade seed bed areas to finish grades, filling as needed or removing surplus
material such that areas are smooth and to uniform grade as indicated on
Construction Drawings. Lawn areas shall slope to drain.
' 2. Where no grades are shown, areas shall have smooth and continual grade
between existing or fixed controls, such as walks, curbs, catch basin, steps, or
' building, and elevations shown on Construction Drawings. Roll, scarify, rake,
and level as necessary to obtain true, even lawn surfaces. Finish grades shall
meet approval of the Owner or his designated representative, before grass seed
' is sown.
3. Loosen soil to depth of 6 -in. in lawn areas by approved method of scarification
'and grade to remove ridges and depressions. Remove stones or foreign matter
over 2 -in, in diameter from top 3 -in, of soil. Grade lawn areas to finish grades.
4. Seed beds shall be permitted to settle or should be firmed by rolling before
seedings are made.
H. Grass areas shall have fertilizer applied in two applications with a thorough watering
as specified in Section 4.02 B, immediately following each application. The first
' application shall be one week prior to seeding/sodding at the rate of 25 pounds per
1000 square feet and harrowed into the top two inches of topsoil. The second
application shall be at the rate of 10 pounds per 1000 square feet immediately
following the second mowing.
3.02 PROTECTION
' A. Before commencing work, trees and shrubs which are to be saved must be protected
from damage by placement of fencing flagged for visibility or some other suitable
protective procedure approved by the Owner or his designated representative. No
work shall begin until this requirement is fulfilled.
CE! Project No. 13905.0 5/3/99 02900-5
I
B. In order to avoid damage to roots, bark, or lower branches, no truck or other
equipment shall be driven or parked within drip line of any tree that is to be saved,
unless tree overspreads paved area.
IC. Use precautionary measures when performing work around trees, sidewalks,
pavements, utilities, and other features either existing or previously installed.
D. Adjust depth of earthwork and topsoil when working immediately adjacent to trees to
be saved in order to prevent disturbing tree roots, undermining sidewalks and
pavements, and damage in general to other features either existing or previously
installed.
E. Where excavation, filling, or grading is required within the dripline of trees that are to
remain, work shall be performed as follows:
I . Trenching: When trenching occurs around trees to remain, tree roots shall not
be cut but trench shall be tunneled under or around roots by careful hand
digging without injury to roots.
2. Raising Grades:
' a. Where fill not exceeding 16 -in, is required, clean, washed gravel graded
from 1 -in. to 2 -in, in size shall be placed directly around tree trunk.
Gravel shall extend out from trunk on all sides a minimum of 18 -in.
and finish approximately 2 -in, above finished grade at tree. Install
' gravel before any earth fill is placed. New earth fill shall not be left in
contact with trunks of trees requiring fill.
' b. Where fill exceeding 16 -in, is required, a dry laid tree well shall be
constructed around trunk of tree. Tree well shall extend out from trunk
on all sides minimum of 3 -ft and to 3 -in, above finish grade. Coarse
grade rock shall be placed directly around tree well to a depth of 6 -in.,
and extending out to drip line of tree. Clean, washed gravel graded
from 1 -in. to 2 -in, in size shall be placed directly over coarse rock to a
' depth of 3 -inches. Approved backfill material shall be placed directly
over washed gravel to desired finish grade.
' 3. Lowering Grades: Existing trees in areas where new finish grade is to be
lowered shall have regrading work done by hand to elevation indicated on
Construction Drawings. Roots as required shall be cut cleanly 3 -in, below
finished grade and scars covered with tree paint.
' 4. Trees marked for preservation that are more than 6 -in, above proposed grades
shall stand on broad rounded mounds and be graded smoothly into lower level.
Trees located more than 16 -in, above proposed grades shall have dry laid stone
CE! Project No. 13905.0 5/3/99 02900-6
I
wall or other retaining structure as detailed on Construction Drawings
constructed minimum of 5 -ft from trunk. Exposed or broken roots shall be cut
clean and covered with topsoil.
3.03 MISCELLANEOUS INSTALLATIONS
A. Peat moss shall be used for planting soil mixture only and not be used as mulch,
except on ground cover.
' B. Apply fertilizer to grass areas per Section 3.011-1.
IC. Areas to be covered with erosion control blankets shall be properly prepared,
fertilized, and seeded before blanket is applied. When blanket is unrolled, netting
shall be on top and fibers in contact with soil. In ditches blanket shall be applied in
' direction of flow of water. On slopes, blankets shall be applied vertically on slope.
Ends and sides shall be butted snugly and stapled. Staple to manufacturer's
recommendations.
' 3.04 SEEDING
A. Seeding shall not be performed in windy weather.
' B. Seeding shall be done in 2 directions at right angles to each other.
C. Lawn areas shall be seeded by sowing evenly with approved mechanical seeder at rate
as specified on the plans. Culti-packer or approved similar equipment may be used to
cover seed and to form seed bed in I operation. In areas inaccessible to culti-packer,
seeded ground shall be lightly raked with flexible rakes and rolled with water ballast
roller. After rolling, seeded areas shall be lightly mulched with wheat straw.
D. Surface layer of soil for seeded areas must be kept moist during germination period.
' Water seeded areas twice first week to minimum depth of 6 -in, with fine spray and
once per week thereafter as necessary to supplement natural rain to equivalent of 1 -in.
or to 6 -in. depth.
' 3.05 MAINTENANCE DURING CONSTRUCTION
A. Maintenance shall begin immediately after planting. Seed shall be watered, mulched,
weeded, sprayed, fertilized, cultivated, and otherwise maintained and protected until
' acceptance. Defective work shall be corrected as soon as possible after it becomes
apparent and when weather and season permit.
' B. Lawns shall be maintained for at least 60 days after seeding, or as long as is necessary
to establish 95% cover of the specified grasses, or until substantial completion of
project, or until acceptance of lawns, whichever is later.
CEI Project No. 13905.0 5/3/99 02900-7
r
C. In event that lawn operations are completed too late in the fall season for adequate
germination and/or growth, maintenance shall continue into the following growing
season or until a 95% cover of specified grasses has been established.
D. Make weekly inspections to determine moisture content of soil and adjust watering
schedule established to maintain proper moisture conditions.
E. After grass growth has started, areas which fail to show 95% cover of grass for any
reason whatsoever shall be reseeded in accordance with Construction Drawings and as
specified herein. Such areas shall be reseeded repeatedly until areas are covered with
satisfactory growth of grass at no additional cost to Owner.
F. Watering shall be done in such a manner and as frequently as is deemed necessary by
the Owner or his designated representative to assure continued growth of healthy
grass. Areas of site shall be watered in such way as to prevent erosion due to
excessive quantities applied over small areas and to avoid damage to finished surface
due to watering equipment.
G. Water for execution and maintenance shall be provided by Owner at no expense to
Contractor. Contractor shall furnish portable tanks, pumps, hose, pipe, connections,
nozzles, and any other equipment required to transport water from available outlets
' and apply it to seeded areas in approved manner.
H. Mowing of seeded areas shall be initiated when grass has attained height of 2 -inches to
2 1/2 -inches. Grass height shall be maintained at 2 -inches to 2 1/2 -inches at
subsequent cuttings depending on time of year. Not more than 1/3 of grass leaf shall
be removed at any cutting and cutting shall not occur closer than 10 days apart.
I. Heavy cuttings shall be removed to prevent destruction of underlying turf. If weeds or
other undesirable vegetation threaten to smother planted species, such vegetation shall
' be mowed or, in case of rank growths, shall be uprooted, raked and removed from area
by methods approved by the Owner or his designated representative.
I
J. Protect seeded area from trespassing while grass is germinating. Furnish and install
fences, signs, barriers, or other necessary temporary protective devices. Damage
resulting from trespass, erosion, washout, settlement, or other causes shall be repaired
by Contractor at no expense to the Owner.
" K. Remove fences, signs, barriers, or other temporary protective devices after final
acceptance.
IL. If a substantial portion of lawn is sickly or dead at time of inspection, acceptance shall
not be granted and Contractor's responsibility for maintenance of lawn shall be
extended until replacements are made.
CEI Project No. 13905.0 5/3/99 02900-8
1
M. Replacements shall be grasses of same kind and size specified on Construction
Drawings. They shall be furnished and planted as specified herein. Cost shall be
borne by Contractor. Replacements resulting from removal, loss, or damage due to
occupancy of project in any part, vandalism, physical damage by animals, vehicles,
etc., and losses due to curtailment of water shall paid for by Owner.
N. Remove and replace dead, defective and/or rejected lawn as required before final
acceptance. Replacement of lawn that may be necessary shall be at no expense to the
Owner.
O. Grassed areas damaged during process of work shall be the responsibility of
Contractor, who shall restore disturbed areas to condition satisfactory to the Owner or
his designated representative. This may include filling to grade, fertilizing, seeding,
and mulching.
P. Lawn shall be guaranteed for a period of 1 year after inspection and acceptance which
will be considered the Establishment Period.
Q. At end of the Establishment Period, inspection shall be made again. Any lawn that is
dead or unsatisfactory to the Owner or his designated representative shall be removed
from site and shall be replaced during normal planting season.
End of Section 02900
CEI Project No. 13905.0
5/3/99
02900-9