Loading...
HomeMy WebLinkAbout84-99 RESOLUTION1 • RESOLUTION NO 84-99 A RESOLUTION AWARDING BID NO. 99-58 IN THE AMOUNT OF $54,655 TO APAC-ARKANSAS, INC., MCCLINTON- ANCHOR DIVISION, FOR ARKANSAS AVENUE SIDEWALK RECONSTRUCTION; APPROVING A PROJECT CONTINGENCY AMOUNT OF $13,489; APPROVING $2,000 FOR MATERIALS TESTING FUNDING; AND APPROVAL OF A BUDGET ADJUSTMENT TO FULLY FUND THE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1. That the City Council hereby awards Bid No. 99-58 in the amount of $54,655 to APAC-Arkansas, Inc., McClinton -Anchor Division, for Arkansas Avenue sidewalk reconstruction; approves a project contingency amount of $13,489; and authorizes the Mayor and City Clerk to execute an agreement for said amounts. A copy of the agreement 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 $70,143 increasing Sidewalk Improvements, Acct. No. 4470 9470 5814 00, Project No. 99060 1 by decreasing Sidewalk Improvements, Acct. No. 4470 9470 5814 00, Project No 96041 1. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. $S§§F a ) APPROVED this _61L day of July , 1999. /1:� ' •;55 r rr�,�y _��cr APPROV : t �a i -;14:fi ..;- ATTEST: By t /���1� Heather Woodruff, City Cl r By. (Mg 1��� reF d Hanna, Mayor • STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of July 06, 1999 • FROM: Paul Libertini f/4:• Engineering Public Works Name Division Department ACTION REQUIRED: Award the construction contract to APAC-Arkansas, Inc., McClinton -Anchor Division in the amount of $ 54,654.35; approve project contingency funding of $ 13,488.15; approve materials testing of $ 2,000.00; and approve the attached budget adjustment. COST TO CITY: $ 70,142.50 $ 70,000 Cost of this Request Category/Project Budget 4470-9470-5814.00 Account Number 99060-1 Project Number $ 70,000 Funds Used To Date $ -0- Remaining Balance Arkansas Avenue Sidewalk Reconstruction Category/Project Name Sidewalk Improvements Program Name Sales Tax Fund BUD T W: Budget oor • 1 mator Budgeted Item X Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: itJl Accounting i' ana•fr City\ Attomky Purchasing Officer 6 X949 Date bate 6 -act -9 (1 Date a/ AAG / / 1 / r , l Auditor ADA Coordinator bate bate STAFF RECOMMENDATION: Approval of action items listed above. Sint 2/ '11 Date Co— tf4i4• Date ae 6/4i/4 Date Cross Reference New Item: Yes x No Prev Ord/Res IP Orig Contract Date: • • STAFF REVIEW FORM Description Arkansas Avenue Sidewalk Reconstruction Comments: Reference Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Page 2 Meeting Date July 06, 1999 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Thru: From: Date: Re: Fayetteville City Council Mayor Fred Hanna Charles Venable, Public Works Director Don Bunn, Assistant Public Works Director Jim Beavers, City Engineer Paul Libertini, Staff Enginee June 29, 1999 Agenda Request, Council Meeting of July 06, 1999 Arkansas Avenue Sidewalk Reconstruction Contract 1. Staff Recommendation: Staff recommends that the City Council award the construction contract to APAC-Arkansas, Inc., McClinton -Anchor Division; approve project contingency funding; and approve the attached budget adjustment to fully fund the project. 2. Project Background: On April 20, 1999, the City Council approved Resolution No. 55-99 approving a cost-sharing agreement with the University of Arkansas for the removal and replacement of the curbs and gutters on each side of the road on Arkansas Avenue between Dickson and Maple Streets. This agreement also included replacing approximately 3,309 square feet of sidewalk located on the east side of Arkansas Avenue In keeping with the agreement, the Engineering Division has completed in-house design plans for the removal and replacement of the referenced sidewalk and has advertised the same for bids on June 6th & June 13th. 3. Estimated Project Costs: Bids were opened on Tuesday, June 22, 1999. The engineer has reviewed the bids and recommends awarding the contract to the low bidder, McClinton -Anchor Division in the amount of $ 54,654.35. The estimated total project costs including contingency monies for unforeseen project expenditures are as follows: Construction Contract $ 54,654.35 Project contingency $ 13,488.15 Materials testing $ 2,000.00 Total $ 70,142.50 4. Budget Adjustment: A budget adjustment, in the amount of $70,143.00 is attached for review and approval • BID TABULATION Arkansas Avenue Sidewalk Reconstruction Fayetteville, Arkansas CONTRACTOR McClinton -Anchor Division Sweetser Construction BID AMOUNT $ 59,254.35 $ 73,377.45 McClinton -Anchor's low bid of $ 59,254.35 was within 5% of the Engineer's estimate. AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the day of in the year 1999 by and between the City of Fayetteville, Arkansas (hereinafter called O R) and APAC-Arkansas, Inc., McClinton -Anchor Division (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: Project - Arkansas Avenue Sidewalk Reconstruction: removal & disposal of existing sidewalks, driveways, steps, walks, and curb & gutter; and construction of sidewalks, driveways, curbs, access ramps, modular retaining wall, and all items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 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. City of Fayetteville Page 00500-1 Article 3. CONTRACT TIME. 3.1 The Work shall be completed within 30 calendar days after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and ready for final payment in accordance with paragraph 14.13 of the General Conditions. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of the Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER 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 paragraphs 4.1 and 4.2 below: 4.1 for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2 for all Unit Price Work, an amount equal to the sum of the established unit pnce for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. City of Fayetteville Page 00500-2 PAYMENT ITEMS Item No. Item Description Unit Estimated Quantity Unit Price Extended Price 1 Mobilization, storage, traffic and pedestrian control, erosion control, tree protection, protection and relocation/replacement of all landscaping including border materials relocation and protection of existing identified on the plans, and all incidentals not specified site preparation, landscaping brass letters as elsewhere. LS 1 $15,800.00 $15,800.00 2 Tree protection fencing. LF 100 $8.00 $800.00 3 Remove and disposal of existing sidewalk. SF 5,372 $0.60 $3,223.20 4 Remove and driveway curb. disposal of existing driveway, driveway approach and SF 1,540 $0.60 $924.00 5 Remove and in the field by disposal the engineer. of existing street curb and gutter as determined LF 32 $9.00 $288.00 6 Remove and concrete curb disposal of existing concrete steps, concrete walk as necessary to construct new concrete access ramps. and/or SF 300 $0.60 $180.00 7 Unclassified excavation. CY 50 $25.00 $1,250.00 8 Special subgrade plans and/or hand at removal areas identified identified of existing sidewalk, for special m the field by tree the existing root protection engineer. base and on existing the SF 500 $5.00 $2,500.00 9 Select "hillside" backfill. CY 10 $22.00 $220.00 10 Class 7 aggregate base course (ABC). Ton 80 $25.00 $2,000.00 11 Construct new including compaction 4 inch thickness of existing concrete sidewalk subgrade. complete in place SF 5,534 $2.35 $13,004.90 12 Construct new 4 inch including compaction replace and/or match the field by the engineer. thickness existing of existing concrete sidewalk subgrade concrete walks, as needed ramps... complete to as in place repair, directed in SF 140 $2.50 $350.00 13 Construct new 6 inch thickness concrete sidewalk complete in place. SF 636 $3.00 $1,908.00 14 Constrict new 6 inch complete in place including construction of new thickness 6 mch compaction tapered concrete of integral driveway approach existmg subgrade curbs. and SF 1,105 $3.25 $3,591.25 15 Construct new place including new 6 mch tapered 4 inch compaction integral thickness concrete access ramp complete of existing subgrade and construction curbs. in of SF 526 $3.00 $1,578.00 16 Special complete variable geotechnical construction in place including thickness (4 fabric of inch placed new 6 inch thickness reinforcing minimum) concrete by hand over concrete sidewalk steel, 6 mil vapor barrier, rock aggregate existing tree roots. and SF 500 $4.50 $2,250.00 17 Construct new 12 height from 8 inch inch minimum depth modular to 24 retaining wall inch maximum. of variable SF SA 60 $20.00 $1,200.00 18 Imported topsoil. CY 32 $25.00 $800.00 19 Painted island per detail 3/S5 LS 1 $150.00 $150.00 20 Construct new concrete mountable curb per detail 3/S5. LF 6 $25.00 $150.00 21 Construct new standard concrete curb and gutter. LF 20 $15.00 $300.00 22 Construct new standard modified concrete curb and gutter. LF 162 $13.50 $2,187.00 Total Base Bid Amount $54,654.35 City of Fayetteville Page 00500-3 As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1.Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1., 5.1.2, 5.1.3., and 5.1.4 below. All such payments will be measured by the schedule of values established in paragraph 2.9 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.7 of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. City of Fayetteville Page 00500-4 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 ofthe General Conditions, OWNER shall pay the remainder ofthe Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.1 CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.2 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. City of Fayetteville Page 00500-5 • • 6.5 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents. 6.6 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 7.1 This Agreement (pages 1 to 8 , inclusive). 7.2 Performance and Payment Bonds, (Exhibits A and B respectively). 7.3 Certificate of Insurance, (Exhibit C). 7.4 Documentation submitted by CON TRACTOR prior to Notice of Award (Exhibit D). 7.5 General Conditions (pages 1 to 42, inclusive and Exhibit GC -A pages 1 to 2, inclusive). 7.6 Supplementary Conditions (pages 1 to 14, inclusive). 7.7 Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof. 7.8 Addenda numbers _ to inclusive. 7.9 Drawings (not attached hereto) consisting of a cover sheet and sheets numbered 1 through 6, inclusive with each sheet bearing the following general title: Arkansas Avenue Sidewalk Reconstruction 7.10 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: City of Fayetteville Page 00500-6 7.10.1 Notice to Proceed 7.10.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. OWNER and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to OWNER and ENGINEER, and two counterparts have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. City of Fayetteville Page 00500-7 This Agreement will be effective on of the Agreement). OWNER: City of Fayetteville By: Mayor Fred Hanna [CORPORATE SEAL] Atte= A te, /-414 Address for giving notices (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) City of Fayetteville fftitt V (o =1999 (which is the Effective Date CONTRACTOR: APAC-Arkansas, Inc., McClinton -Anchor Division By:knou) Al. James A. Cole Vice President Attest Title [CORPORATE SEAL] Address for giving notices License No. 0011841299 Agent for service of process: i7€ eerYP vafan. ,inaUft Orr Spamg 9,taa Lit& Recd. A2 ?no/ (If CONTRACTOR is a corporation, attach evidence of authority to sign) Page 00500-8 • • City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B Budget Year 1999 Department: Public Works Division: Engineering Program: Sales Tax Capital Date Requested June 25,1999 Adjustment # Project or Item Requested: $70,143 in the Arkansas Avenue Improvements Capital Project. Project or Item Deleted: $70,143 from the Sidewalk Improvements Capital Project. Justification of this Increase: The additional funding is to cover a construction contract to provide sidewalks and testing work. Justification of this Decrease: Sufficient funding remains in capital project to meet 1999 objectives. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Sidewalk Improvements 70,143 4470 9470 5814 00 99060 1 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Sidewalk Improvements 70,143 4470 9470 5814 00 96041 1 Approval Signatures Requested By Date pa n r, Cr / Date Date 2.kVN4lC1 Date 741M Date dmin. $ . vices Di ' tor Mayor 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 Copy: Requester C;WATA\FORAINIA.ADJ.3ADJFJ4I.WK4 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Paul Libertini, Engineering From: Heather Woodruff, City Clerk Date: July 13, 1999 Attached is a copy of the resolution awarding Bid 99-58 to APAC Arkansas for Arkansas Avenue Sidewalk reconstruction project. I am also returning five original contracts for you to distribute. The original resolution and one original contract will be microfilmed and filed with the City Clerk. I am returning the project manual which was circulated with the staff review form to be completed. Please return it when it is completed (You do not have to include an original contract in my copy). cc. Yolanda Fields, Internal Auditor Steve Davis, Budget Coordinator FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Heather Woodruff, City Clerk From: Paul Libertini, Staff Engine Date: July 16, 1999 RE: Arkansas Avenue Sidewalk Reconstruction Project Bid # 99-58 /1 I am forwarding a Project Manual for your records. A copy of the executed agreement, payment bond, performance bond, certificates of insurance and notice to proceed have been inserted into the Project Manual. Thank you for your assistance with this project. attachment PROJECT MANUAL. \s• • Ca on nintuseamy CITY OF FAYETTEVILLE ARKANSAS AVENUE SIDEWALK RECONSTRUCTION BID . # 99-58 FAYETTEVILLE,..ARKANSAS JUNE 1999 p c PROJECT MANUAL CITY OF FAYETTEVILLE ARKANSAS AVENUE SIDEWALK RECONSTRUCTION BID # 99-58 FAYETTEVILLE, ARKANSAS JUNE 1999 City of Fayetteville Arkansas Avenue Sidewalk Reconstruction Section 00005 TABLE OF CONTENTS Section No. Title 00005 Table of Contents 00020 Advertisement for Bids BIDDING REQUIREMENTS Pages 05/27/99 00005-1 to 00005-2 00020-1 00100 Instructions to Bidders 00100-1 to 00100-11 00300 Bid Form 00300-1 to 00300-6 00350 Bid Bond 00350-1 to 00350-2 CONTRACT FORMS AND CONDITIONS 00500 Agreement Form Between Owner & Contractor 00500-1 to 00500-11 Exhibit A - Construction Performance Bond Exhibit B - Construction Payment Bond Exhibit C - Certificate of Insurance 00700 General Conditions 1 to 42; GCA1 to GCA2 00800 Supplementary Conditions 00800-1 to 00800-14 SPECIFICATIONS Division 1 - General Requirements 01010 Summary of Work 01025 Measurement and Payment 01027 Applications for Payment 01035 Modification Procedure 01040 Coordination and Meetings 01051 Construction Surveys 01060 Regulatory Requirements 01090 Reference Standards and Abbreviations 01300 Submittals 01310 Progress Schedules 01410 Testing Laboratory Services 01500 Construction Facilities & Temporary Controls 01620 Storage and Protection 01630 Product Options and Substitutions 01700 Contract Closeout City of Fayetteville 01010-1 to 01010-2 01025-1 to 01025-14 01027-1 to 01027-3 01035-1 to 01035-4 01040-1 to 01040-4 01051-1 to 01051-2 01060-1 to 01060-3 01090-1 to 01090-4 01300-1 to 01300-4 01310-1 to 01310-3 01410-1 to 01410-3 01500-1 to 01500-4 01620-1 to 01620-2 01630-1 to 01630-2 01700-1 to 01700-4 Page 00005-1 Division 2 - Site Work 02050 Demolition 02100 Site Preparation 02220 Excavation and Embankment 02230 Road Bed Preparation 02261 Site Restoration 02270 Slope Protection and Erosion Control 02580 Pavement Marking 02900 Landscaping Division 3 - Concrete 02050-1 02100-1 02220-1 02230-1 02261-1 02270-1 02580-1 02900-1 05/27/99 to 02050-2 to 02100-3 to 02220-10 to 02230-6 to 02261-6 to 02270-4 to 02580-5 to 02900-13 03210 Reinforcing Steel 03210-1 to 03210-3 03316 Miscellaneous Concrete Work 03316-1 to 03316-13 City of Fayetteville Page 00005-1 I 05/27/99 Document 00020 I ADVERTISEMENT FOR BIDS Date: June6& & 13, 1999 ' Notice is given hereby that, pursuant to an order of the City Council of the City of Fayetteville, Arkansas, sealed bids will be received at Room 306, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 10:00 a.m. (local time) on Tuesday, June 22, 1999, for furnishing all ' tools, materials and labor and performing the necessary work for the reconstruction of Arkansas Avenue Sidewalk for Fayetteville, Arkansas. At this time and place all bids received will be publicly opened and read aloud. The work generally consists of: removal & disposal of existing sidewalks, driveways, steps, walks, and curb & gutter; and construction of sidewalks, driveways, curbs, access ramps, modular retaining wall, and all items indicated in the Drawings and Specifications. I I I T I I I C L Drawings and specifications are on file and may be examined at the office of the Engineering Department, City of Fayetteville. Bidders may obtain free copies of these documents from this office (Suppliers will be charged $25.00 for the drawings and specifications which is not refundable). The bidders shall make such inspection and studies of the site of the work as to familiarize themselves with all conditions to be encountered. Bid security, as defined in the Instructions To Bidders, in the amount of 5 percent of the Bid must accompany the Bid. Bidding Documents can be reviewed at the: City of Fayetteville Engineering Department 113 W. Mountain Fayetteville, AR 72701 (Phone: 501-575-8206) The successful Bidder will be required to furnish a Performance Bond and a Payment Bond as security for the faithful performance and the payment of all bills and obligations arising from the performance of the Work. No Bids may be withdrawn within a period of 60 days after the date fixed for opening Bids. Bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965, as amended. The City Council reserves the right to reject any or all bids, to waive irregularities in the Bids and bidding deemed to be in the best interests of the City Council, and to reject nonconforming, nonresponsive, or conditional Bids. /s/ Peggy Vice Peggy Vice, Purchasing Officer ' City of Fayetteville Page 00020-1 I 05/27/99 I I !J Section 00100 INSTRUCTIONS TO BIDDERS DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to Owner as distinct from a sub -bidder, who submits a bid to a Bidder. 1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement for Bids may be obtained from the Issuing Office. 2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. 3. EXAMINATION OF SITE AND CONTRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Engineering Department, and shall constitute all of the information which the Owner shall furnish. No other information given or sounding made by the Owner or any City of Fayetteville Page 00100-1 I Li L I I I I 11 I I 05/27/99 official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications and estimates, or be binding on Owner. Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local conditions; inform themselves by their independent research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and obtain all information required to make an intelligent bid. 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the drawings, profiles, specifications, and estimates and all provisions of the contract and Bonds. 3.3 Bidders shall promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. ' 3.4 Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities or others, and ' Owner and Engineer do not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 3.5 On request, Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests, and studies. 3.6 Reference is made to the General Requirements for the identification of the general nature of work that is to be performed at the site by Owner or others (such as utilities and other prime contractors) that relates to the work for which a Bid is to be submitted. On request, ' and as available, Owner will provide to each Bidder, for examination, access to or copies of Contract Documents (other than portions thereof related to price) for such work. ' 3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 3, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents i City of Fayetteville Page 00100-2 [J 05/27/99 and applying the specific means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract I. Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Engineer are acceptable to Bidder, and that the ' Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ' 4. AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS 4.1 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for ' temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be ' obtained and paid for by Owner unless otherwise provided in the Contract Documents. 5. INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA ' 5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to the true meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from any part of the proposed Contract Documents, he should submit a written request for interpretation thereof to the Engineer not later than seven days before the date set for bid opening. The person submitting the request shall be responsible for its prompt ' delivery. 5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum to all holders of Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without ' legal effect. Owner will not be responsible for any other explanations or interpretations of the proposed Contract Documents. ' 5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. I I City of Fayetteville Page 00100-3 I I 1 6. 1] I I I I I I I I I I I I I 05/27/99 APPROXIMATE ESTIMATE OF QUANTITIES 6.1 Engineer's estimate of quantities, on file at the City Engineer's office, is approximate only and shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders as actual quantities that may be required for the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required Bonds. UNIT PRICES 7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description to construct, erect, and finish completely all of the work as called for in the Specifications or indicated on the Drawings. 7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and are deemed not to be in the best interest of Owner may be rejected at the discretion of Owner. 7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work required, and has reviewed the Drawings and Specifications to verify the full scope of the Work. 8. BID FORM 8.1 Bids are due as indicated in the Advertisement For Bids. 8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. Bid Form shall not be removed from the bound Project Manual, nor shall bids be submitted on a photocopy of the Bid Form. The unit price or lump sum bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the Bid Form. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures, the amount stated in written words shall govern. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. City of Fayetteville Page 00100-4 [1 L I I U I I I I I I I I I I I I I 05/27/99 8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not called for, erasures, alterations, or irregularities of any kind or which do not comply with these Instructions to Bidders may be rejected as informal or non -responsive at the option of Owner. However, Owner reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of Owner. 8.4 Address bids to Owner, and deliver to the address given in the Advertisement For Bids on or before the day and hour set for opening the bids. Enclose the completed Bid Form and Project Manual in a sealed envelope bearing the title of the project, the name of the Bidder, Bidder's Arkansas Contractor's License number, and the date and hour of the bid opening. If this sealed envelope is delivered by a public carrier, it must be contained in another envelope addressed to Owner and the attention of the project name. It is the sole responsibility of Bidder to see that the Bid is received on time. 8.5 No Bidder shall divulge the information in the Bid to any person whomsoever, except those having a partnership or other financial interest with him in the Bid, until after the bids have been opened. 9. SIGNATURE ON BIDS 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names of each member must be given, and the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made by a company or corporation, the company or corporate name must be given and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 9.2 All names must be typed or printed in black ink below the signature. 9.3 The address and telephone number for communications regarding the Bid must be shown. 9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed with Owner. 9.5 The Bid shall also contain a signed acknowledgement of receipt of all Addenda. City of Fayetteville Page 00100-5 I I I I I I I I 05/27/99 10. BID SECURITY 10.1 Bid security, in the form of a bid bond, certified check, or similar financial instrument, in the amount stated in the Advertisement For Bids, must accompany each bid. Bid bonds for the difference in price between low bidder and second low bidder will not be acceptable. The Successful Bidder's security will be retained until Owner receives a signed Agreement and required Bonds and Certificates of Insurance. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. 10.2 The Owner reserves the right to retain the security of the three low bidders until the Successful Bidder enters into the Contract or until 60 days after bid opening, whichever is sooner. Cash equivalent security of the second and third low bidder may be exchanged for an equivalent bid bond after bid tabulations are complete or 30 days after bid opening, whichever is sooner. If any Bidder refuses to enter into an Agreement, Owner may retain Bidder's bid security as liquidated damages but not as a penalty. ' 11. PERFORMANCE BOND AND PAYMENT BOND I I I I I I I [1 11.1 Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a payment Bond, equal to one hundred percent of the contract price. 11.2 Contractor is to pay all expense in connection with the obtaining of said Bonds. The Bonds shall be conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness for labor and materials furnished or performed in the construction of such alterations and additions as prescribed in this contract. 11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. 11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countersigning of the Bonds will not be sufficient. City of Fayetteville Page 00100-6 I I I Li I I I I I 05/27/99 11.5 The date of the Bonds, and of the Power of Attorney, must not be prior to the date of the contract. At least six originals of the Bonds shall be furnished, each with Power of Attorney attached. 11.6 Bonds are to be approved by Owner. If any Bonds contracted for become unsatisfactory or unacceptable to Owner after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the discretion of Contractor. 12. CONTRACT TIME 12.1 The number of days within which, or the dates by which the Work is to be substantially completed and also completed and ready for final payment is outlined in the Bid Form. ' 13. LIQUIDATED DAMAGES ' 13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form. I I I I I I 14. SUBCONTRACTORS SUPPLIERS AND OTHERS 14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written approval of Owner nor shall Contractor allow such subcontractor to commence work until approval of workman's compensation insurance and public liability insurance as may be required. Approval of each subcontract by Owner will in no manner release Contractor from any obligations as set out in the Drawings, Specifications, contract, and Bonds. 15. SUBSTITUTE AND "OR EQUAL" ITEMS 15.1 The contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. However, a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer. Application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in the General Conditions and may be supplemented in the General Requirements. City of Fayetteville Page 00100-7 I I I 05/27/99 16. COMPLIANCE WITH STATE LICENSING LAW 16.1 Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors". Bidders who submit Bids in excess of $20,000 must submit evidence of their having a contractor's license before their Bids will be considered, and shall note their license number on the outside of the envelope containing the Bid Form and on the Bid Form. 17. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS 17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days after bid opening, upon Owner's or Engineers's request, detailed written evidence such as financial data, present commitments, and other such data as may be called for. Each Bid must contain evidence of Bidder's qualification to do business in the State of Arkansas. 18. DISQUALIFICATIONS OF BIDDERS 18.1 Any one or more of the following may be considered as sufficient for the disqualification of bidders and the rejection of Bids. 18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation under the same or different names. 18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. 18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of work for which a bid price is required by the Bid Form, or failure to include all required contract documents. 18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. 18.6 A bid by an unlicensed contractor bidding under a licensed contractor's name. 18.7 Uncompleted work which, in the judgement of Owner, might hinder or prevent the prompt completion of additional work if awarded. City of Fayetteville Page 00100-8 I 05/27/99 I18.8 Being in arrears on existing contracts, in litigation with Owner, or having defaulted on a previous contract. ' 19. OPENING OF BIDS 'Ti I 19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to be designated by Owner the day of the bid opening. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 1 20. CONSIDERATION OF BIDS I I 1' I I I I I I I I 20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder. 20.2 In evaluating Bids, Owner will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Award. 20.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 21. RIGHT TO REJECT BIDS 21.1 Owner reserves the right to reject any and all Bids, to waive technicalities, and to advertise for new bids. All Bids are subject to this reservation. Owner reserves to itself the right to decide which shall be deemed the lowest responsive and responsible Bid. Due consideration will be given to the reputation, financial ability, experience and equipment of the Bidder. 21.2 Owner also reserves the right to waive informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. City of Fayetteville Page 00100-9 IP1 II I I 22. AWARDING OF CONTRACT 05/27/99 ' 22.1 Owner reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, not to exceed 60 days except with the consent of the Successful Bidder. The awarding of a contract upon a successful Bid shall give the Bidder ' no right to action or claim against Owner upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary Bonds approved. 23. RETAINAGE 23.1 Provisions concerning retainage and Contractor's rights to deposit securities in lieu of retainage are set forth in the Agreement. 24. SIGNING OF AGREEMENT 24.1 When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the number of unsigned counterparts of the Agreement as indicated in the Supplementary Conditions, with all other written Contract Documents attached. Within two (2) days thereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds & Certificate of Insurance. Within ten (10) days thereafter Owner shall deliver one fully signed counterpart to Contractor. 25. MATERIALS GUARANTY 25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the Work, together with samples, which may be subjected to tests provided for in the Specifications to determine their quality and fitness for the Work. 26. FAMILIARITY WITH LAWS 26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or City of Fayetteville Page 00100-10 05/27/99 ignorance on the part of Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. 27 27.1 ADDITIONAL LAWS AND REGULATIONS Bidders' attention is called to the following laws and regulations which may have an impact on the Work and on the preparation of the Bid. Americans With Disabilities Act 27.2 Storm water discharge regulations, enacted under the Clean Water Act and administered by the Arkansas Department of Pollution Control & Ecology under a general permits program. Contractor may be required to obtain coverage under general permit ARR001000 prior to commencing work at the site. 27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law on March 1, 1993. END OF INSTRUCTIONS TO BIDDERS City of Fayetteville Page 00100-11 I I ' AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the day ofj in the year 1999 by and between the City of Fayetteville, Arkansas (hereinafter called OWNER) and APAC-Arkansas, Inc., ' McClinton -Anchor Division (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: Project - Arkansas Avenue Sidewalk Reconstruction: removal & disposal of existing sidewalks, driveways, steps, walks, and curb & gutter; and construction of sidewalks, driveways, curbs, access ramps, modular retaining wall, and all items indicated in the Drawings and Specifications. Article 2. ENGINEER The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 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. I I ICity of Fayetteville Page 00500-1 I I I I I 1.1 I J I I Article 3. CONTRACT TIME. 3.1 The Work shall be completed within 30 calendar days after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and ready for final payment in accordance with paragraph 14.13 of the General Conditions. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of the Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER 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 paragraphs 4.1 and 4.2 below: ' 4.1 for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2 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 this paragraph 4.2. I I I I City of Fayetteville Page 00500-2 I I H I I I H II H I; I I I I I I I PAYMENT ITEMS Item Estimated No. Item Description Unit Quantity Unit Price Extended Price 1 Mobilization, storage, traffic and pedestrian control, site preparation, LS 1 $15,800.00 $15,800.00 erosion control, tree protection, protection and relocation/replacement of all landscaping including landscaping border materials, relocation and protection of existing brass letters as identified on the plans, and all incidentals not specified elsewhere. 2 Tree protection fencing. LF 100 $8.00 $800.00 3 Remove and disposal of existing sidewalk. SF 5,372 $0.60 $3,223.20 4 Remove and disposal of existing driveway, driveway approach and SF 1,540 $0.60 $924.00 driveway curb. 5 Remove and disposal of existing street curb and gutter as determined LF 32 $9.00 $288.00 in the field by the engineer. 6 Remove and disposal of existing concrete steps, concrete walk and/or SF 300 $0.60 $180.00 concrete curb as necessary to construct new concrete access ramps. 7 Unclassified excavation. CY 50 $25.00 $1,250.00 8 Special hand removal of existing sidewalk, existing base and existing SF 500 $5.00 $2,500.00 subgrade at areas identified for special tree root protection on the plans and/or identified in the field by the engineer. 9 Select "hillside" backfill. CY 10 $22.00 $220.00 10 Class 7 aggregate base course (ABC). Ton 80 $25.00 $2,000.00 11 Construct new 4 inch thickness concrete sidewalk complete in place SF 5,534 $2.35 $13,004.90 including compaction of existing subgrade. 12 Construct new 4 inch thickness concrete sidewalk complete in place SF 140 $2.50 $350.00 including compaction of existing subgrade as needed to repair, replace and/or match existing concrete walks, ramps... as directed in the field by the engineer. 13 Construct new 6 inch thickness concrete sidewalk complete in place. SF 636 $3.00 $1,908.00 14 Construct new 6 inch thickness concrete driveway approach SF 1,105 $3.25 $3,591.25 complete in place including compaction of existing subgrade and construction of new 6 inch tapered integral curbs. 15 Construct new 4 inch thickness concrete access ramp complete in SF 526 $3.00 $1,578.00 place including compaction of existing subgrade and construction of new 6 inch tapered integral curbs. 16 Special construction of new 6 inch thickness concrete sidewalk SF 500 $4.50 $2,250.00 complete in place including reinforcing steel, 6 mil vapor barrier, variable thickness (4 inch minimum) concrete rock aggregate and geotechnical fabric placed by hand over existing tree roots. 17 Construct new 12 inch depth modular retaining wall of variable SF SA 60 $20.00 $1,200.00 height from 8 inch minimum to 24 inch maximum. 18 Imported topsoil. CY 32 $25.00 $800.00 19 Painted island per detail 3/S5 LS 1 $150.00 $150.00 20 Construct new concrete mountable curb per detail 3/S5. LF 6 $25.00 $150.00 21 Construct new standard concrete curb and gutter. LF 20 $15.00 $300.00 22 Construct new standard modified concrete curb and gutter. LF 162 $13.50 $2,187.00 Total Base Bid Amount S54,654.35 ' City of Fayetteville Page 00500-3 ' As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in ' paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. ' Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1.Progress Payments. OWNER shall make progress payments on account of the Contract ' Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1., 5.1.2, 5.1.3., and 5.1.4 below. All such payments will be measured by the ' schedule of values established in paragraph 2.9 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no I I I 11 I I I H I schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.7 of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. ' City of Fayetteville Page 00500-4 I 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with ' paragraph 14.13 ofthe General Conditions, OWNER shall pay the remainder ofthe Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ' Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: ' 6.1 CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." ' 6.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing ' of the Work. 6.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been ' identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and ' drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.2 of the General Conditions. ' CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness ' of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional ' supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or ' otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. City of Fayetteville Page 00500-5 L I L I I I I 6.5 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents. 6.6 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: ' 7.1 This Agreement (pages 1 to 8 , inclusive). ' 7.2 Performance and Payment Bonds, (Exhibits A and B respectively). L I 7.3 Certificate of Insurance, (Exhibit C). 7.4 Documentation submitted by CONTRACTOR prior to Notice of Award (Exhibit D). 7.5 General Conditions (pages 1 to 42, inclusive and Exhibit GC -A pages 1 to 2, inclusive). ' 7.6 Supplementary Conditions (pages 1 to 14, inclusive). I 7.7 Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof. ' 7.8 Addenda numbers _ to _, inclusive. I H Ii 7.9 Drawings (not attached hereto) consisting of a cover sheet and sheets numbered 1 through 6, inclusive with each sheet bearing the following general title: Arkansas Avenue Sidewalk Reconstruction 7.10 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: ICity of Fayetteville Page 00500-6 1 7.10.1 Notice to Proceed I I I I I H H I I I n L1 I I 7.10.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by aparty hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. OWNER and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to OWNER and ENGINEER, and two counterparts have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. ' City of Fayetteville Page 00500-7 ' This Agreement will be effective on ,T . 1999 (which is the Effective Date of the Agreement). ' OWNER: City of Fayetteville CONTRACTOR: APAC-Arkansas, Inc., McClinton -Anchor Division 1 /] By: By: �(vrn.�,cl 4. I o Mayor Fred Hanna James A. Cole 'I I Vice President Title [CORPORATE SEAL] [CORPORATE SEAL] ' Attest4f 4/dy Attest tS2C Address for giving notices Address for giving notices I I I I I I I I (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) License No. 0011841299 Agent for service of process: 14€ & nvcff i� 8M ≤tAThit t, Aa 7zzol (If CONTRACTOR is a corporation, attach evidence of authority to sign) ICity of Fayetteville Page 00500-8 Arkansas Statutory Perfonance and Payment Bond 1l I I I I I I I iJ Li J I APAC-ARKANSAS, INC., MCCLINTON-ANCHOR DIVISION as Principal, hereinafter called Principal, and LIBERTY MUTUAL INSURANCE COMPANY as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in the amount of FIFTY-FOUR THOUSAND SIX HUNDRED FIFTY-FOUR AND 35/100 ($54,654.35) * * * - for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with the Owner for: ARKANSAS AVENUE SIDEWALK RECONSTRUCTION FAYETTEVILLE, ARKANSAS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by Owner, unless it is brought in accordance with A.C.A. Section 22-9-403(b) and A.C.A. Section 18-44-503(b) (Supp.1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which 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. This bond given in compliance with Act 351 of 1953 as amended. Executed APAC-ARiCA�TS�:S , By: (4tVflLC 3AMES A. C LIBERTY MUTUAl By: INC., MCCLINTON-ANCHOR DIVISION INSURANCE COMPANY Attorney -in -fact THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. ^ p 62&4 Thls�Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. . LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY ! - KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts mutualinsurance company, pursuant to and by authority of, the By-law and Authorization hereinafter. set forth, does hereby name, constitute and appoint, SHEILLA J. , SMITH, BENSON A. ;CASHION; KNIGHT.-'CASHION, MATTHEW KNIGHT CASHION, JR.,:'WILLIAM 'R::.PLEGGE, WILLIAM H. GRIFFIN;JUDY.SCHOGGEN, ALL,OFTHE CITY OF LITTLE ROCK, STATE OF ARKANSAS .....: ............................ .........................:.:.:..:........ ................. ...........•......... ..... . ....... •. .. ..... ................ ......: ............. .;......... ... .... ...... .............. .......... II. .. each individually if there be more than one named, its trueand attorney -in -fact to make, execute,. seal, acknowledge and deliver, for and on its behalf as surety and as its act and deeif;',any and all undertakings bondsrecognizances•-and other surety:obligations in the penal sum not exceeding TWENTY-FIVE MILLION"«**********:*** ************** DOLLARS ($ 25,000,000'********* ) each, and the execution of such bonds or undertakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: _ - ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. m - - Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds; recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the - company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such C) instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: > Pursuant to Article XVI, Section 5 of the By-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. rn That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company hasibTeyaffixed thereto in Plymouth Meeting, Pennsylvania this 2nd day of September 19 98 LIBERTY MUTUAL INSURANCE COMPANY - )N ^ - C: Y Garnet W. Elliott, Assistant Secretary - - 0; COMMONWEALTH OF PENNSYLVANIA -1 ss 1 - - - COUNTY OF MONTGOMERY ! On this - 2nd - day I Of September , A.D. 19 98 , before me, a h me to bethe therein desc' idual and officer of Liberty Mutual Insurance Company who ged that he executed aria --a - the seal affixed to the said ,preceding .instrument is c seal and his signatu as duly affixed and subscribed to the said instrument F • t IN TESTIMO REOF J, 'set my hand an affix my official seat at Plymou M * * OF - ffO1AFIAL SEAL DONNA E SHAELn5. Nolnry Pubbc CV Plymcu•RT.vp honigomary Ccunw Notary Public MJ Comn lion Expres Pxb 9 9002 tiA'S1'L-VA ��O _ - RTIF E.: . :I, the untlersigne �tafl� retary'of Liberty Mutual Insurance Company, do hereby I I H n I a) Public, personally came the individual, known to E too' =d the: preceding instrument, and he acknowled- cat te;seal of sait . company; and that said corporate 2 only and direction of the said company:.: - a o r) r P , the day and year first above written O ! �oy that the originalpower of attorney of which the foregoing is a full,true and c c copy, isin full force and effect on the date of this certificate; and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairmanor the president to appoint' any attorney -in -fact as. provided in Article:-. XVI, Section 5 of the By-laws of Liberty Mutual Insurance Company..; - - - - - - _ This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty. Mutual Insurance Company at a, meetingdujy called and held on the 12th day of March, 1980. - 1 — I — VOTED . that the facsimile or mechanically reproduced signature of any assistantsecretary of the company wherever appearing upon a certified. ::copy of any -power of attorney issued by thecompany, shall be valid and binding uponthe company with the sameforce and effect as though manuallyaffixed. -: - _ IN. TESTIMONY. WHEREOF,_ If have hereunto subscribed my name and affixed the corporate seal of the said company, this - day of 19 sistant a etary - _ I I THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTI E AFTER ' September 2 _ ' ,2b 00 CERTIFICATE OF INSURANCE 005913 IS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. me and Address of Agency Same Company Companies Affording Coverages Service Agency, Inc. Letter Post Office Box 11765 A Pacific Employers Insurance Company exington, Kentucky 40577 B C lame and Address of Insured D APAC-Arkansas, Inc. E cClinton-Anchor Division F .O. Box 1367 G 240 North Block Street H ayetteville, AR 72702 I is is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Company Policy Limits of Liability in Thousands (000) Letter Type of Insurance Policy Number Expiration Each Policy Date Occurrence Aggregate GENERAL LIABILITY ' A MO E` sTvt FORM ®PREMISES . OPERATIONS * LAB 26609 12/01/01 PERSONAL INJURY INCLUDING BODILY INJURY $ $ ® �Mp AND COLLAPSE Effective: PROPERTY DAMAGE $ $ OUNDERuND GRoHAZWD 12/01/1998 0PROPUCTS I COMPLETED OPERATIONS RWRD CONTRACTUAL INSl1(W1cE PERSONAL INJURY. ZBROADFORMPROPERTY BODILY INJURY AND $ 3,000 $ 3,000 ' DAMAGE PROPERTY DAMAGE OINDEPENDEM CONTRACTORS COMBINED EPERSONM INJURY ' AUTOMOBILE LIABILITY BODILY INJURY ODEACH PERSON) BBODILY $ A CR cOMPRe1ENSNE FORM *LAB 26609 12/01/01 INJURY (EACH OCCURENCE) $ OWNED ®IYRED Effective: PROPERTY DAMAGE $ j30 I Z ON.OWNED 12/01/1998 BODILY INJURY ANp PROPERTY DAMAGE $ 00 COMBINED EXCESS LIABILITY ' ® UMBRELLA FORM BODILY INJURY AND PROPERTY DAMAGE $ $ ❑ OTHER TN UMBRELLA FORM HA COMBINED WLR C4246257-3 STATUTORY A WORKERS' COMPENSATION RSC C4246249-4 12/01/99 and EMPLOYERS' LIABILITY $ 1,000 (EACH ACCIDENT) $ $ $ $ . CRIPnONOFOPERATIONs&ocATIONSNEHICLEs *SEE REVERSE SIDE. Project -Arkansas Avenue Sidewalk Reconstruction cELLAnON; Should any of the above described policies be cancelled or materially changed before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. M1 e and Address of Certificate Holder Date Issued: July 13, 1999 New City of Fayetteville, Arkansas RIMMED 1 3 W. Mountain yetteville, Arkansas 72701 J U L 11 1999 K - - - -' _ - - AUTHORIZED SIGNATURE ■ I , *City of Fayetteville, Arkansas shall be an additional insured, but only if required by written contract between City of Fayetteville, Arkansas and APAC-Arkansas, Inc.; only to the extent of the insurance limits required under this contract; only as to work performed or to be performed by or on behalf of APAC-Arkansas, Inc. under this contract; and only with respect to operations by or on behalf of APAC- Arkansas, Inc. or to facilities of or used by APAC-Arkansas, Inc.. AUTHORIZED SIGNATURE ATTACHES TO POLICY NUMBER: ST -260 50 49 ENDORSEMENT NUMBER: 98-422 ' POLICY TERM: 10/01/1998 TO 10/01/2001 EFFECTIVE DATE: 07/13/1999 LOSS PAYABLE ENDORSEMENT AND CERTIFICATE OF INSURANCE tINSURED: MAC -Arkansas LOCATION: 240 North Block Street, Fayetteville, AR 72702 The interest APAC-Arkansas and City of Fayetteville, Arkansas (Payee) ALMA ' in same as above/I 13 W. Mountain, Fayetteville, AR 72701 is covered for an amount not exceeding *SEE BELOW ' and loss is payable to MAC -Arkansas and City of Fayetteville, Arkansas (Payee) ALMA whose address is same address as above/same address as above ,Loss, if any, under this policy is for the interest as stipulated under this endorsement shall not exceed its pro rata proportion of all concurrent insurance in force for the above captioned Insured. 'This coverage is not transferable and may be cancelled by the National Union Fire Insurance Company of Pittsburgh, Pennsylvania by giving notice of cancellation to said Payee as prescribed in this policy. 'Nothing herein shall be held to vary, alter, waive or change any of the Insuring Agreements, Exclusions, Conditions, or Declarations of the Policy, except as hereinabove set forth. I CERTIFICATION This certifies that insurance against all risks of direct physical loss or damage to the insured property, Ill in accordance with forms attached to policy listed below and subject to the limitations thereof, is in force nder said policy issued through the National Union Fire Insurance Company of Pittsburgh, Pennsylvania. Of the total amount of insurance in force, an amount as stipulated above shall apply to the interest of the 'Payee. Any excess of insurance over and above the value of the property at risk consigned or belonging to said Payee shall be for the benefit of the captioned Insured, to cover property not consigned or belonging to C d Payee. ull insurable replacement value of equipment not to exceed $40,000,000.00 1hould any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the above named certificate holder. RE: RE: Arkansas Avenue Sidewalk Reconstruction I. I r r, STARR TECHNICAL RISKS AGENCY, INC. By__ I I I I I I I I F C C I I I I I L_ NOTICE TO PROCEED TO: APAC-Arkansas, Inc., McClinton -Anchor Division P.O. Box 1367 Fayetteville, AR 72702 PROJECT: Arkansas Avenue Sidewalk Reconstruction DATE: 07/14/99 You are hereby notified to commence WORK in accordance with the Contract dated July 13, 1999 on or before Monday, July 19, 1999, and you are to have the Work complete and ready for final payment within thirty (30) consecutive calendar days thereafter. The date for final completion is therefore Tuesday, August 17, 1999. CITY OF FAYETTEVILLE, ARKANSAS Owner By Paul Libertini, P.E. Staff Engineer ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the _ day of u , 1991 C toils on or modification. d• AMC: •• I: n I y\�• •tai'.. - r Il' . .':. '.LII. 4TAN1�ART) • :T'iT J .Y Prepared by I Engineers Joint Contract Documents Committee ' and• .: iJ I I I I I I. Issued and Published Jointly By 40A UH(E -- PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS CONSTRUCTION SPECIFICATIONS INSTITUTE This document has been approved and endorsed by The Associated General f 4t\ Contractors of America of These General Conditions have been prepared for use with the Owner -Contractor Agreements (No. 1910-8-A-1 or 1910$-A-2) (1990 Editions). Their provisions are interrelated and a change in one may necessitate a change in the others. Comments concerning their usage are contained in the Commentary on Agreements for Engineering Services and Contract Documents (No. 1910-9) (1986 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-17) (1990 Edition). When bidding is involved, the Standard Form of Instructions to Bidders (No. 1910-12) (1990 Edition) may be used. 'EJCDC No. 1910-8 (1990 Edition) — -- — Reprinted 5,91 I TABLE OF CONTENTS OF GENERAL CONDITIONS Article or Paragraph Page Article or Paragraph Page 'Number & Title .. Number Number & Tide S : Number 1. DEFINITIONS.............................*33 2.5-2.7 Before Starting Construction; 1.1 Addenda .......13 CONTRACTOR's Responsibility to 1.2 Agreement 13 Report: PreliminarySchedules; ' 1.3 Application for Payment ............. 13 Delivery of Certificates of 1.4 Asbestos .............................I) Insurance ..........................Is 1.5 Bid...................................13 2.8 Preconstruction Conference ........... 15 1.6 Bidding Documents ........13 2.9 Initially Acceptable Schedules ......... 16 1.7 Bidding Requirements ................ 13 1.8 Bonds................................13 3. CONTRACT DOCUMENTS: INTENT, 1.9 Change Order 13 AMENDING, REUSE ............................16 1.10 Contract Documents .................. 13 3.1-3.2 Intent 16 ..0....... I.I I Contract Price ........................I) 3.3 Reference ti Standards and ................ 1.12 Contract Times .......................13 Specifications of Technical Societies; 1.13 CONTRACTOR ...................... 13 Reporting and Resolving 1.14 defective .........13 Discrepancies .. ........ 16 .................... 1.15 Drawings ....... 13 3.4 Intent of Certain Terms Adjectives or Adjectives .. 17 ...................... 1.16 Effective Date of the Agreement ...... 13 3.5 Amending Contract Documents ....... 17 1.17 ENGINEER ............. 13 3.6 Supplementing Contract Documents . !7 ............. ' 1.18 ENGINEER's Consultant .............23 3.7 Reuse of Documents .................. 17 1.19 Field Order ........................... 13 4. AVAILABILITY OF LANDS; SUBSURFACE AND 1.20 General Requirements ................14 1.21 Hazardous Waste ......... 14 PHYSICALCONDITIONS;REFERENCEPOINTS. 17 ' "' "" 4.1 Availability of Lands .................. 17 1.22 Laws and Regulations; Laws or 4.2 Subsurface and Physical Conditions ... 17 Regulations ........................ 14 1.23 Liens...0............................. 14 4.2.1 Reports and Drawings ................ 17 ' 1.24 Milestone ........... ... 14 4.2.2 Limited Reliance by CONTRACTOR ............... 1.25 Notice of Award ......................14 Authorized: Technical Data ......... I8 1.26 Notice to Proceed 14 4.2.3 Notice of Difoering Subsurface or 1.27 OWNER ........ 14 Physical Conditions .................is .........""'... 4.2.4 ENGINEER's Review ........ 1.28 Partial Utilization • • ... 18 • • • .. •. �.'..... 14 4.2.5 Possible Contract Documents Change . 18 1.29 PCBs ................................. 14 1.30 Petroleum " 14 4.2.6 Possible Price and Times Adjustments . 18 -••• 4.3 Physical Conditions —Underground 1.31 Project 14 1.32 Radioactive Material Facilities 18 ' 14 4.3.1 Shown or Indicated ................... 18 1.33 Resident Project Representative ....... 14 4.3.2 Not Shown or Indicated .............. 19 1.34 Samples ..................::.......... 14 '1.35 Shop Drawings .......................14 14 4.4 Reference Points .... ................ 19 ............ 4.5 Asbestos, PCBs, Petroleum, Hazardous 1.36 Specifications .........................14 1.37 Subcontractor ........ Waste or Radioactive rial Mate ...... 19 ................ 14 1.38 Substantial Completion ............... 14 ' 1.39 Supplementary Conditions 14 5. BONDS AND INSURANCE Payment an.. Other ....... 20 1.40 Supplier ..............................14 5.1-5.2 Performance, and Other Bonds . 20 1.41 Underground Facilities 5.3 Licensed Sureties and Insurers; 1.42 Unit Price Work 14 Certificates of Insurance ............ 20 1 ...................... 1.43 Work .................................15 5.4 O'CONTRACTOR's Liability Insurance . 20 ................ 1.44 Work Chan a Directive IS 5.5 OWNER's Liability Insurance ........ 21 1.45 Written Amendment . _...... 15 5.6 Property Insurance 21 ........... 5.7 Boiler and Machinery or Additional 1.PREL!MINARYMAIIERS ......................IS Property Insurance .................21 15 5.8 Notice of Cancellation Provisions ..... 21 2.1 Delivery of Bonds .................... 2.2 Copies of Documents ................. IS 5.9 CONTRACTOR's Responsibility for 2.3 Commencement of Contract Times; Deductible Amounts ................ 22 ' Notice to Proceed ..................IS 5.10 Other Special Insurance ............... 22 -.4 Starting the Work ..................... 15 5.11 Waiver of Rights ...................... 22 1 Article or Paragraph Page Number & Title Number 5.12-5.13 Receipt and Application of Insurance Proceeds........................... 5.14 Acceptance of Bonds and Insurance; Option to Replace ................. 5.15 Partial Utilization —Property Insurance.......................... 6. CONTRACTOR'S RESPONSIBILITIES 6.1.6.2 .......... Supervision and Superintendence ...... 6.3-6.5 Labor, Materials and Equipment ...... 6.6 Progress Schedule .................... 6.7 Substitutes and "Or -Equal" Items; CONTRACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation .......... 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights ....... 6.12 Patent Fees and Royalties ............. 6.13 Permits ............................... 6.14 Laws and Regulations ................ 6.15 Taxes ................................ 6.16 Use of Premises ...................... 6.17 Site Cleanliness ....................... 6.18 Safe Structural Loading ............... 6.19 Record Documents ................... 6.20 Safety and Protection ................. 6.21 Safety Representative ................. 6.22 Hazard Communication Programs ..... 6.23 Emergencies .......................... 6.24 Shop Drawings and Samples .......... 6.25 Submittal Procedures; CONTRACTOR's Review Prior to Shop Drawing or Sample Submittal 6.26 Shop Drawing & Sample Submittals Review by ENGINEER ............ 6.27 Responsibility for Variation From Contract Documents ................ 6.28 Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals ............. 6.29 Continuing the Work .................. 6.30 CONTRACTOR's General Warranty and Guarantee ............ 6.31-6.33 Indemnification ....................... 6.34 Survival of Obligations ................ 7. OTHER WORK.................................. 7.1-7.3 Related Work at Site 7.4 .................. Coordination 8. OWNER'S RESPONSIBILITIES .... 22 22 23 23 23 23 23 23 24 25 25 25 25 26 26 26 26 26 26 27 27 27 Article or Paragraph I Number & Title Num, 8.6 Change Orders ... 8.7 Inspections, Tests and Approvals ...... 8.8 Stop or Suspend Work; Terminate CONTRACTOR's Services ......... 8.9 Limitations on OWNER's . Responsibilities ..................... 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ...... 8.11 Evidence of Financial Arrangements .. 9. ENGINEER'S STATUS DURING CONSTRUCTION ............................... 9.1 OWNER's Representative ............ 9.2 Visits to Site .......................... 9.3 Project Representative ................ 9.4 Clarifications and Interpretations ...... 9.5 Authorized Variations in Work ........ 9.6 Rejecting Defective Work ............. 9.7-9.9 Shop Drawings, Change Orders and Payments ........... 9.10 Determinations for Unit Prices ........ 9.11-9.12 Decisions on Disputes; ENGINEER as Initial Interpreter ................... 9.13 Limitations on ENGINEER's Authority and Responsibilities ...... 10. CHANGES IN THE WORK ..................... 10.1 OWNER Ordered Change ............ 10.2 Claim for Adjustment ................. 10.3 Work Not Required by Contract Documents ......................... 10.4 Change Orders 10.5 Notification of Surety ................. 27 1I. CHANGE OF CONTRACT PRICE .............. 11.1-11.3 Contract Price; Claim for Adjustment; 27 Value of the Work .................. 11.4 Costof Work ..................... 27 11.5 Exclusions to Cost of the Work ....... 11.6 CONTRACTOR's Fee ................ 11.7 Cost Records ......................... 27 11.8 Cash Allowances ..................... 28 11.9 Unit Price Work ...................... 28 12. CHANGE OF CONTRACT TIMES .............. 28 12.1 Claim for Adjustment ................. 28 12.2 Time of the Essence .................. 12.3 Delays Beyond CONTRACTOR's 29 Control 29 12.4 Delays Beyond OWNER's and CONTRACTOR'S Control .......... —,l 2 29 30 -30 30 30 30 30 30 30 30 30 31 31 31 31 32 32 32 32 32 32 32 33 34 3-4 34 35 35 35 35 35 35 35 8.1 Communications to Contractor ........ 29 13. TESTS AND INSPECTIONS; CORRECTION, 8.2 Replacement of ENGINEER .......... 29 REMOVAL OR ACCEPTANCE OF DEFECTIVE 8.3 Furnish Dataand Pay Promptly When WORK .......................................... 36 Due ................................ 29 13.1 Notice of Defects ..................... 36 , 8.4 Lands and Easements; Reports and 13.2 Access to the Work ................... 36 Tests ............................... 29 13.3 Tests and Inspections; Contractor's 8.5 Insurance ............................. 29 Cooperation ........................ 36 ' Article or Paragraph Page Number & Title Number 13.4 OWNER's Responsibilities; Independent Testing Laboratory .•• ' 13.5 CONTRACTOR'S Responsibilities ..... 13.6-13.7 CoveringWork Prior to Inspection, Testing or Approval ' ................ 13.8-13.9 Uncovering Work at ENGINEER's Request ................. 13.10 OWNER May Stop the Work ........ 13.11 . Correction or Removal of Defective ' Work ........ 13.12 - Correction Period .....„.............. 13.13 Acceptance of Defective Work •... . .. . 13.14 OWNER May Correct Defective Work............................... ' 14. PAYMENTS TO CONTRACTOR AND COMPLETION ...... 14.1 Schedule of Values .................... 14.2 Application for Progress Payment ' 14.3 CONTRACTOR's Warranty of Title ... 14.4-14.7 Review of Applications for Progress Payments ................. ' 14.8-14.9 Substantial Completion ............... 14.10 Partial Utilization .. 14.11 Final Inspection ...................... I I I I I I I I I 36 36 36 36 36 37 37 37 37 37 38 38 Article or Paragraph Number & Title 14.12 Final Application for Payment 14.13-14.14 Final Payment and Acceptance 14.15 Waiver of Claims ........ Page Number -40 ........ 40 ............. 15. SUSPENSION OF WORK AND TERMINATION . 15.1 - ......... ................ OWNER May Suspend Work 15.2-15.4 _ OWNER May Terminate 15.5 ........ CONTRACTOR May Stop Work or Terminate 16. DISPUTE RESOLUTION .... , . , , , , • . 17. MISCELLANEOUS ............... 17.1 Giving Notice ........................ 17.2 Computation of Times 17.3 ................ .............. Notice of Claim 17.4 ....................... Cumulative Remedies .ourt 17.5 .......... Professional Fees and Court Costs Included ........................... EXHIBIT GC -A (Optional): 3s Dispute Resolution Agreement (Optional) ..... GC -AI 39 16.1-16.6 Arbitration ................... 39 16.7 ....................GC -AI Mediation ..................... GC -A2 39 :q. 41 41 42 42 42 42 4 42 I INDEX TO GENERAL CONDITIONS • Article or Paragraph Number Acceptance of — Bonds and Insurance .......:........................5.14 defective Work ....................... 10.4.1, 13.13, 13.15 final payment ................................. 9.12, 14.15 insurance ... ................. ............... ......... 5.14 other Work, by CONTRACTOR ...................... 7.3 Substitutes and "Or -Equal" Items .................. 6.7.1 Work by OWNER ........................ 2.5, 6.30, 6.34 Access to the — Lands, OWNER and CONTRACTOR responsibilities.....................................4.1 site, related work ........................ 7.2 Work . .................................. ... 13.2, 13.14, 14.9 Acts or Omissions—, Acts and Omissions — CONTRACTOR ............................ 6.9.1, 9.13.3 ENGINEER................................6.20. 9.13.3 OWNER.......................................6.20, 8.9 Addenda —definition of (also see definition of Specifications) ........... (1.6, 1.10, 6.19) 1.1 Additional Property. Insurances ......................... 5.7 Adjustments Contract Price or Contract Times ......... 1.5, 3.5, 4.1, 4.3.2, 4.5.2, 4.5.3, 9.4, 9.5, 10.2-10.4, 1I, 12, 14.8, 15.1 progress schedule....................................6.6 Agreement — definition of..........................................1.2 All risk Insurance, policy form ........................5.6.2 Allowances, Cash .....................................11.8 Amending Contract Documents ......................... 3.5 Amendment, Written — in general .... 1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, 6.19, 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to ...................... 9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment— I definition of..........................................1.3 ENGINEER's Responsibility ......................... 9.9 final payment .................. 9.13.4, 9.13.5, 14.12-14.15 in general .......................2.8,2.9,5.6.4,9.10,I5.5 2.9, 5.6.4, 9.10, 15.5 progress payment .............................. 14.1,14.7 review of......................................14.4-l4.7 Arbitration (Optional) .............................16.1-16.6 Asbestos — claims pursuant thereto ....................... 4.5.2, 4.5.3 CONTRACTOR authorized to stop Work ........... 4.5.2 definition of...........................................1.4 OWNER responsibility for ....................4.5.I, 8.10 possible price and times change ..................... 4.5.2 Authorized Variations in Work ........... 3.6, 6.25, 6.27, 9.5 Availability of Lands ............................... 4.1, 8.4 Award, Notice of —defined ............................ 1.25 Before Starting Construction ........................ 2.5-2.8 Bid —definition of......................................1.5 (I.1, 1.10, 2.3, 3.3, 4.2.6.4, 6.13, 11.4.3, 11.9.1) , Article or Paragraph Number i ' Bidding Documents—lefinition of ................ 1.6 (6.8.2) Bidding Requirements —definitions of ...... 1.7(1.1, 4.2.6.2) Bonds — acceptance of .................................. .. 5.14 , additional bonds ........................... 10.5, 11.4.5,9 Cost of the Work..................................11.5.4 definition of..........................................1.8 delivery of......................................2.1, 5.1 final application for payment .................14.12-14.14 general ...............1.10, 5.1-5.3, 5.13, 9.13,10.5, 14.7.6 performance, Payment and Other ................. 5.1-5.2 ' Bonds and Insurance —in general ......................... 5 Builder's risk "all risk" policy form ...................5.6.2 Cancellation Provisions, Insurance ........ 5.4.11., 5.8, 5.15 Cash Allowances ........... ., 11.8 Certificate of Substantial Completion ......... 1.38, 6.30.2.3, 14.8, 14.10 Certificates of Inspection ................ 9.13.4, 13.5, 14.12 Certificates of Insurance ,. 2.7, 5.3, 5.4.11, 5.4.13, 5.6.5, 5.8, ' ....................................... 5.14, 9.13.4, 14.12 Change in Contract Price — Cash Allowances ... ,. 11.8 ' claim for price adjustment ..... 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 11.2, 13.9, 13.13, 13.14, 15.1, 15.5 CONTRACTOR's fee ............................... 11.6 Cost of the Work general......................................11.4-11.7 Exclusions to.......................................11.5 Cost Records ..................................... .. 11.7 ' in general ..............1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Lump Sum Pricing................................11.3.2 Notification of Surety ............................... 10.5 , Scope of.......................................10.3-10.4 Testing and Inspection, Uncovering the Work ........ 13.9 Unit Price Work....................................11.9 Value of Work ........................... 11.3 , Change in Contract Times — Claim for times adjustment .... 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4, 9.5, 9.1 1, 10.2, 10.5, 12.1, 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 ' Contractual time limits .............................. 12.2 Delays beyond CONTRACTOR's control ............ 12.3 Delays beyond OWNER's and CONTRACTOR's con- , trol............................................... 12.4 Notification of surety ............................... 10.5 Scope of change ...............................10.3-10.4 Change Orders — Acceptance of Defective Work ..................... 13.13 Amending Contract Documents ...................... 3.5 Cash Allowances ................................... 11.8 Change of Contract Price ............................. II Change of Contract Times ............................ 12 Changes in the Work .................................. 10 CONTRACTOR's fee ............................... 11.6 Cost of the Work ............................... 11.4-11.7 I 11 I I L I I I I I I I I J 1 I I I I I I I Article or Paragraph Number Cost Records 11.7 ....................................... definition of .......................................... 1.5 emergencies ......................................... 6.23 ENGINEER's responsibility ......... 9.8, 10.4, 11.2, 12.1 executionof ........................................ 10.4 Indemnification .................... 6.12, 6.16, 6.31, 6.33 Insurance, Bonds and ................... 5.10,5.13, 10.5 OWNER may terminate ........................ 15.2.15.4 OWNER's Responsibility ....................... 8.6, 10.4 Physical Conditions — Subsurface and, .....................................4.2 Underground Facilities ........................... 4.3.2 Record Documents.................................6.19 Scope of Change ............................... 10.3-10.4 Substitutes...................................6.7.3. 6.8.2 Unit Price Work .................................... 11.9 value of Work, covered by .......................... 11.3 Changes in the Work .................................... 10 Notification of surety ............................... 10.5 OWNER's and CONTRACTOR's responsibilities .... 10.4 Rig• ht to an adjustment .............................. 10.2 Scope of change ...............................10.3-10.4 Claims — against CONTRACTOR .............................6.16 against ENGINEER................................6.32 against OWNER....................................6.32 Change of Contrast Price ....................... 9.4, 11.2 Change of Contract Times ...................... 9.4, 12.1 CONTRACTOR's 4, 7.1. 9.4, 9.5, 9.11, 10.2, 11.2, 11.9. 12.1, 14.8, 15.1, 15.5, 17.3 CONTRACTOR', Fee .............................. 1 1.6 CONTRACTOR's liability ............ 5.4, 6.12, 6.16, 6.31 Cost of the Work .............................. 11.4, 11.5 Decisions on Disputes ......................... 9.11, 9.12 Dispute Resolution..................................16.1 Dispute Resolution Agreement ..................16.1-16.6 ENGINEER as initial interpreter .................... 9.11 Lump Sum Pricing................................11.3.2 Notice of ............................................. OWNER's ........... 9.4, 9.5, 9.11, 10.2, I1.2, 11.9, 12.1, 13.9, 13.13, 13.14, 17.3 OWNER's liability...................................5.5 OWNER may refuse to make payment .............. 14.7 Professional Fees and Court Costs Included .......... 17.5 request for formal decision on ....................... 9.11 Substitute items..................................6.7.1.2 Time Extension.....................................12.1 Time requirements ............................ 9.11, 12.1 Unit Price Work .................................. 11.9.3 Valueof ............................................ 11.3 Waiver of —on Final Payment ............ *.... 14.14,, 14.15 Work Change Directive ............................. 10.2 written notice required ................... 9.1 I, 11.2, 12.1 Clarifications and Interpretations ............ 3.6.3, 9.4, 9.11 CleanSite............................................6.17 Codes of Technical Society, Organization or Association......................................3.3.3 Commencement of Contract Times ..................... 2.3 Communications — Article or Paragraph Number general .................................... 6.2, 6.9.2, 8.1 Hazard Communication Programs ................... 6.22 Completion — Final Application for Payment ...................... 14.12 Final Inspection ................................... 14.11 Final Payment and Acceptance ............... 14.13-14.14 Partial Utilization .. ................ 14.10 Substantial Completion ................... .. 1.38, 14.8-14.9 Waiver of Claims .................................. 14.15 Computation of Times ........................ 17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others ............................ 6.8-6.1 I Conferences — initially acceptable schedules ......................... 2.9 preconstruction......................................2.8 Conflict, Error, Ambiguity, Discrepancy — CONTRACTOR to Report ..................... 2.5, 3.3.2 Construction, before starting by CONTRACTOR .... 2.5-2.7 Construction Machinery, Equipment, etc . .............. 6.4 Continuing the Work .............................6.29, 10.4 Contract Documents— Amending...........................................3.5 Bonds...............................................5.1 Cash Allowances ................................... 11.8 Change of Contract Price ............................. I I Change of Contract Times ............................ 12 Changes in the Work ........................... 10.4-10.5 check and verify.....................................2.5 Clarifications and Interpretations ....... 3.2, 3.6, 9.4, 9.11 definition of..................................... 1.10 ENGINEER as initial interpreter of .................9.11 ENGINEER as OWNER's representative ............ 9.1 general ................................................ 3 Insurance............................................ 5.3 Intent............................................3.1-3.4 minor variations in the Work ......................... 3.6 OWNER's responsibility to furnish data .............. 8.3 OWNER's responsibility to make prompt payment ....................... 8.3, 14.4, 14.13 precedence ....................................3.1, 3.3.3 Record Documents ............................:....6.19 Reference to Standards and Specifications of Technical Societies .............................. 3.3 Related Work ... 7.2 Reporting and Resolving Discrepancies ........... .. 2.5, 3.3 Reuseof.............................................3.7 Supplementing.......................................3.6 Termination of ENGINEER's Employment ...........8.2 Unit Price Work .................................... 11.9 variations ................................. 3.6,6.23, 6.27 Visits to Site, ENGINEER's ......................... 9.2 Contract Price — adjustment of ................ 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof ............................................ 11 Decision on Disputes ............................... 9.11 definition of........................................1.11 Contract Times — adjustment of ...................... 3.5, 4.1, 9.4, 10.3, 12 Change of......................................12.1-12.4 • Article or Paragraph Number Commencementof ................................... 2.3 definition of ........................................ 1.12 CONTRACTOR — Acceptance of Insurance ............................5.14 Limited Reliance on Technical Data Authorized ..... 4.2.2 Communications ............................ ... 6.2, 6.9.2 Continue Work :.................... .......... . 6.29, 10.4 coordination and scheduling ......................... 6.9.2 definition of ........................................ 1.13 May Stop Work or Terminate . 0 ..................... 15.5 provide site access to others .................... 7.2, 13.2 Safety and Protection ....... 4.3.1.2, 6.16, 6.18, 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal . 6.25 Stop Work requirements ........................... 4.5.2 CONTRACTOR's— Compensation..................................11.1112 Continuing Obligation .............................. 14.15 Defective Work .......................... 9.6, 13.10.13.14 Duty to correct defective Work ..................... 13.11 Duty to Report — Changes in the Work caused by Emergency.......................................6.23 Defects in Work of Others .........................7.3 Differing conditions ......................... ..... 4.2.3 Discrepancy in Documents ........... 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated .............. 4.3.2 Emergencies....................................6.23 Equipment and Machinery Rental, Cost of the Work...................................11.4.5.3 Fee —Cost -Plus ........ .......'...... 11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee ..................... 6.30 Hazard Communication Programs ................... 6.22 Indemnification ...................... 6.12, 6.16, 6.31-6.33 Inspection of the Work ......................... 7.3, 13.4, Labor, Materials and Equipment ..................6.3-6.5 Laws and Regulations, Compliance by ............. 6.14.1 Liability Insurance.....................................5.4 Notice of Intent to Appeal .....................9.10. 10.4 obligation to perform and complete the Work ........ 6.30 Patent Fees and Royalties, paid for by ............... 6.12 Performance and Other Bonds ........................5.1 Permits, obtained and paid for by .................... 6.13 Progress Schedule ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Request for formal decision on disputes .............9.11 Responsibilities — Changes in the Work .............................. 10.1 Concerning Subcontractors, Suppliers and Others . 6.8- 6.11 Continuing the Work ........................ 6.29, 10.4 CONTRACTOR's expense .......................6.7.! CONTRACTOR's General Warranty and Guaran- tee............:'..................................6.30 CONTRACTOR'sreviewpriortoShopDrawingor Sam- ple submittal.....................................6.25 Coordination of Work .............................. 6.9.2 Emergencies.....................................6.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items .......................... 6.7.3 Article or Paragraph Number For Acts and Omissions of Others ..... 6.9.1-6.9.2, 9.13 for deductible amounts, insurance .................. 5.9 general ................................. 6, 7.2, 7.3, 8.9 Hazardous Communication Programs ............. 6.22 Indemnification .............................. 6.31-6.33 Labor, Materials and Equipment ................6.3-6.5 Laws and Regulations ............................ 6.14 • Liability Insurance..................................5.4 Notice of variation from Contract Documents ..... 6.27 Patent Fees and Royalties ......................... 6.12 Permits...........................................6.13 Progress Schedule.................................6.6 Record Documents ............................... 6.19 related Work performed prior to ENGINEER's approval of required submittals ................. 6.28 safe structural loading ............................ 6.18 Safety and Protection ................... 6.20, 72, 13.2 Safety Representative ............................. 6.21 Scheduling the Work .............................691 Shop Drawings and Samples ...................... 6.24 Shop Drawings and Samples Review by ENGINEER................................6.26 Site Cleanliness ................................... 6.17 Submittal Procedures ............................. 6.25 Substitute Construction Methods and Procedures .................................... 6.7.2 Substitutes and "Or -Equal" Items ................ 6.7.1 Superintendence...................................6.2 Supervision........................................6.! Survival of Obligations ............................ 6.34 Taxes............................................ 6.15 Tests and Inspections ............................. 13.5 ToReport.........................................2.5 Use of Premises .................... 6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal .. 6.25 Right to adjustment for changes in the Work ......... 10.2 right to claim .. 4, 7.1, 9.4, 9.5, 9.11, 10.2, 11.2, 11.9, 12.1, 13.9, 14.8, 15.1, 15.5, 17.3 Safety and Protection ................. 6.20-6.22, 7.2, 13.2 Safety Representative ............................... 6.21 Shop Drawings and Samples Submittals .........6.24-6.28 Special Consultants ............................... 11.4.4 Substitute Construction Methods and Procedures ..... 6.7 Substitutes and "Or -Equal" Items, Expense .. 6.7.1, 6.7.2 Subcontractors, Suppliers and Others ............6.8-6.11 Supervision and Superintendence ........... 6.1, 6.2, 6.21 Taxes, Payment by..................................6.15 Use of Premises................................6.16-6.18 Warranties and guarantees ............. 6.30, 6.5 Warranty of Title...................................14.3 Written Notice Required — CONTRACTOR stop Work or terminate ........... 15.5 Reports of Differing Subsurface and Physical Condi- tions......................................4.2.3 Substantial Completion ........................... 14.8 CONTRACTORS —other ................................ 6 7 Contractual Liability Insurance ...................... 5.4.10 Contractual Time Limits .............................. 12.2 Coordination C C I I Cost— ' of Tests and Inspections ................... . ......... 11.4 Records . Cost of the Work— 11,4.5.9 Bonds and insurance, additional ........... 11.4.2 Cash Discounts ......................' a' 11.6 CONTRACTOR's Fee .............. 11.4.5.1 Employee Expenses .............j l.4.51 ' Exclusions to ............•.-....... ... 11.411.5 General ........................................II ome office and overhead expenses ............: .11.5 11.4.5.6 Losses and damages ....................... .. •. 11.4.2 Materials and equipment ......................... I. .........4...a.................. 11.4.5.8 Minor expenses 11.4.1 Payroll costs on changes performed by Subcontn.ctors ...................... l l.4 I. 3 Records ............................................ Rentals of construction equipment and machinery . 11.4.5.3 permits and license fees .. 11.4.5.5 Royalty payments, 11.4.5' Site office and temporary facilities I. Special Consultants, CONTRACTOR'S ............11.4.4 ., 11.4.5 Supplemental 11,4.4.5 Taxes related to the Work ...................a... Tests and Inspection...............................1 113.4 Trade Discounts .....4 ..............40.....4...... 1.4.2 Utilities, fuel and sanitary facilities ............... 11.4.5.7 Work after regular hours ......11.4.1 ' Covering Work ...................13.6-13.7 CumulativeRemedies .4 ........... " 17'4-175 Cutting, fitting and patching .. 7.2 Data, to be furnished by OWNER ...................... 8.3 ' Day --definition of ...... .. • 17.2.2 Decisions on Disputes .. 9.1 t, 9.12 defective —definition of ............. a....0........ 1.14 ' defective Work— 10.4.1, 13.13 Acceptance of ........... Correction or Removal of ....4...4....4....0 10.4.1, 13.11 Correction Period 13'12 ' in general .........................:.........13,14.7;14.11 Observation by ENGINEER . . OWNER May Stop Work ............... .. 1 .10 13.Prompt Notice of Defects ............... p o p e... ..... 3.1 Rejecting ............................. 13.8 Uncovering the Work ........a....... ....... I Definitions ...................................... ' Delays ....4......4 ................44... 4.1, 6.29, 12.3-12.4 Delivery of Bonds .................................... 2.1 Delivery of certificates of insurance ..................... 2.7 Article or Paragraph Number CONTRACTOR'S responsibility .................... 6.9.2 2.2 Copies of Documents ............................ • " 13.12 Correction Period .......... I ......................... Correction, Removal or Acceptance of Defective Work in general ............................. 10.4.1. 13.10-13.14 Acceptance of Defective Work .. 13.13 Correction or Removal of Defective Work ..... 6.30, 13.11 ......,a........ 13.12 Correction Period ................. 13.14 OWNER May Correct Defective Work .1 3.14 May Stop Work .......................... 13.10 Article or Paragraph Number Determinations for Unit Prices ..................9.10 Differing Subsurface or Physical Conditions Noticeof ..........................................4.2.3 ENGINEER's Review ............................. 4.2.4 Possible Contract Documents Change ............... 4.2.5 Possible Price and Times Adjustments .............. 4.2.6 Discrepancies -Reporting and Resolving .... 2.5, 3.3', 6.14.2 Dispute Resolution — Agreement .................4444................ 16.1-16.6 16.1 16 5 Arbitration.....................a............... 16 general............................................... Mediation .................................. 16.6 Dispute Resolution Agreement .................... 16.1-16.6 Disputes, Decisions by ENGINEER ..............9.11-9.12 Documents — Copiesof............................................2 9 Record 6.19 Reuse of .............................4.....4.....44. 115 Drawings —definition of ..................a.......... Easements............................................. 4.1 Effective date of Agreement —definition of ...........:. 1.16 Emergencies ...............62 ......... ENGINEER — as initial interpreter on disputes ...............9.11-9.12 definition of ........................................ Limitations on authority and responsibilities 9'12 Replacement of................8.2 Resident Project Representative ......................9.3 ENGINEER's Consultant —definition of ............... 1.18 ENGINEER'S — authority and responsibility, limitations on ........... 9.13 Authorized Variations in the Work ............ ..... 9. 5 Change Orders, responsibility for ........ .3, 9.2 Clarifications and Interpretations .............3 . 12 Decisions on Disputes ...............9.11-9.12 defective Work, notice of ................13.1 Evaluation of Substitute Items ................6.7.3 9. 72 Liability ....................................... .. 14.13 Notice Work is Acceptable ....................... Observations .................................6.30.2,9.2 OWNER's Representative ...........................9.1 Payments to the CONTRACTOR, 14 Responsibility for .................9.9, . • . • " . 14.4, 9,14 14 Recommendation of Payment ...............- Responsibilities — Limitations on .................. a..... �...... 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions ................ 4 2.4 Shop Drawings and Samples, review 6.26 responsibility .. .........4 .................444 Status During Construction — authorized variations in the Work ............. 9.5 . • • Clarifications and interpretations . . . . . . "" . . . 9,4 •9.11.9..4 Decisions on Disputes ...................... Determinations on Unit Price ...............9.10 ENGINEER as Initial Interpreter ............. 9.11-9.12 ENGINEER'S Responsibilities ...........9.1-9.12 I Article or Paragraph • Number Limitations on ENGINEER's Authority and Responsibilities ...................:............... 9.13 OWNER's Representative .................6..... 9.1 Project Representative .'..I ..................:...... 9.3 Rejecting Defective Work ...................... 9.6 Shop Drawings, Change Orders and .. • Payments ........:.. .... ........ Visits to Site 9.7-9.9 ...................................... Unit Price Determinations ........................... 9.2 9.10 Visits to Site ......................................... Written consent required ......................... 9.2 7.2, 9.1 Equipment, Labor, Materials and ................... 6.3-6.5 Equipment rental, Cost of the Work ........ 11.4.5.3 Equivalent Materials and Equipment ..................... a....... 6.7 Errors or omissions ................................... 6.33 Evidence of Financial Arrangements ................... 8:11 Explorations of physical conditions ................... 4.2.1 Fee, CONTRACTOR's--Costs-Plus ................... 11.6 Field Order — definition of ........................................ issued by ENGINEER ......................... 1.19 3.6.1, 9.5 Final Application for Payment ........................ 14.12 Final Inspection ...................................... 14.11 Final Payment — and Acceptance .............................. 14.13-14.14 Prior to, for cash allowances ........................ 11.8 General Provisions ................................ 17.3-17.4 General Requirements— ' defintion of ......................................... I.20 principal references to .............. 2.6, 6.4, 6.6-6.7, 6.24 Giving Notice.........................................17.1 Guarantee of Work —by CONTRACTOR .............................. 6.30, 14.12 Hazard Communication Programs ..............:...... 6.22 Hazardous Waste — definition of ........................................ 1.21 general ................ 4.5 OWNER's responsibility for ........................ .. 8.10 Indemnification ........................ 6.12, 6.16, 6.31-6.33 Initially Acceptable Schedules .......................... 2.9 Inspection — Certificates of ......................... 9.13.4, 13.5, 14.12 Final........................:..................... Special, required by ENGINEER .................... 14.11 9.6 Tests and Approval ........................ 8.7, 13.3-13.4 Insurance — Acceptance of, by OWNER ......................... 5.14 Additional, required by changes in the Work ................................. 11.4.5.9 Before starting the Work ............................. 2.7 Bonds and —in general ................................. 5 Cancellation Provisions .. 5.8 Certificates of .. 2.7, S, 5.3, 5.4.11, 5.4.13, 5.6.5, _, 5.8, 5.14, 9.13.4, 14.12 completed operations .............................. 5.4.13 CONTRACTOR's Liability ........................... 5.4 CONTRACTOR's objection to coverage ............. 5.14 Contractual Liability .............................. 5.4.10 Article or Paragraph Number _lj deductible amounts, CONTRACTOR'S responsibility ............ Final Application for Payment ., 5.9 I ...................... LicensedInsurers 14.12 .................................... Notice requirements, material . 5.3 .changes .................................. 5.8, 10.5O Option to Replace ..................................5.14 other special insurances ................. .. 5.10 OWNER as fiduciary for insureds ..............5.12-5.13 OWNER's Liability .................................. 5.5 OWNER's Responsibility ............................8.5 Partial Utilization, Property Insurance ............... 5.15 Property .............• ........................... 5.6-5.10 Receipt and'Application of Insurance Proceeds .. 5.12.5.13 Specialinsurance...................................5.10 Waiver of Rights .................... .............. .. 5.11 intent of Contract Documents .......................3.1-3.4 ' Interpretations and Clarifications ................. 3.6.3, 9.4 Investigations of physical conditions .... .............. 4.2 Labor, Materials and Equipment .....................6.3-6.5 .. ' Lands — and Easements......................................8.4 Availability of...................................4.1, 8.4 Reports & Tests.....................................8.4 ' Laws and Regulations —Laws or Regulations — Bonds........................................... Changes in the Work................................10.4 Contract Documents.................................3.1 CONTRACTOR's Responsibilities ................... 6.14 Correction Period, defective Work .................. 13.12 Cost of the Work, taxes ........................ 11.4.5.4 definition of ........................................ 1.22 general.............................................6.14 Indemnification ................................ 6.31-6.33 Insurance ............................................ 5.3 ' Precedence .................................... 3.1,3.3.3 Reference to ....................................... 3.3.1 Safety and Protection .......................... 6.20, 13.2 Subcontractors, Suppliers and Others ............ 6.8-6.11 , Tests and Inspections ............................... 13.5 Use of Premises ....................... 6.16 ........... Visits to Site.........................................92 .. ' Liability Insurance— CONTRACTOR's.................................... 5.4 OWNER'S...........................................5.5 Licensed Sureties and Insurers .........................5.3 Liens — Application for Progress Payment .............. 14.2 Contractor's Warranty of Title ....................... .... 14.3 Final Application for Payment ...................... 14.12 ' definition of ........................................ 1.23 Waiver of Claims..................................14.15 Limitations on ENGINEER's authority and responsibilities.....................................9.13 Limited Reliance by CONTRACTOR Authorized ...... 4.2.2 Maintenance and Operating Manuals= FinalApplication for Payment ...................... 14.12 Manuals (of others) — Precedence ........................................3.3.3.1 I I I I I I 1 I I r C L. • Article or Paragraph Number • Reference to in Contract Documents ................ 3.3.1 Materials and equipment — furnished by CONTRACTOR ........................ 6.3 not incorporated in Work ............................ 14.2 Materials or equipment—cquivaknt ..................... 6.7 Mediation (Optional) .................................. 16.7 Milestones —definition of ......1.24 Miscellaneous — Computation of Times .............................. 17.2 Cumulative Remedies ............................... 17.4 Giving Notice ....................................... 17.1 Notice of Claim ..................................... 17.3 Professional Fees and Court Costs Included .......... 17.5 Multi•prime contracts....................................7 Not Shown or Indicated .............................. 4.3.2 Notice of — Acceptability of Project ............................ 14.13 Award, definition of.................................1.25 Claim..............................................37.3 Defects. ............................................ 13.1 Differing Subsurface or Physical Conditions ..........42.3 Giving.............................................. 17.1 Tests and Inspections ............................... 13.3 Variation, Shop Drawing and Sample ................ 6.27 Notice to Proceed— i definition of........................................1.26 givingof.............................................2.3 Notification to Surety.................................10.5 Observations, by ENGINEER ....................6.30. 9.2 Occupancy of the Work ................ 5.15, 6.30.2.4. 14.10 Omissions or acts by CONTRACTOR ............. 6.9, 9.13 "Open peril" policy form, Insurance ....................5.6.2 Option to Replace .....................................5.14 „Or Equal" Items......................................6.7 Otherwork..............................................7 Overtime Work --prohibition of ........................•. 6.3 OWNER — Acceptance of defective Work ...................... 13.13 appoint an ENGINEER .............................. 8.2 as fiduciary....................................5.12-5.13 Availability of Lands, responsibility ................... 4.1 definition of ........................................1.27 data, furnish.........................................8.3 May Correct Defective Work ....................... 13.14 May refuse to make payment ........................14.1 May Stop the Work................................13.10 may suspend work, . terminate ....................... 8.8, 13.10, 15.1-15.4 Payment, make prompt ................... 8.3, 14.4, 14.13 performance of other Work .......7.1 permits and licenses, requirements .................. 6.13 purchased insurance requirements ...............5.6-5.10 OWNER's— Acceptance of the Work ......................... 6.30.2.5 Change Orders, obligation to execute....................................8.6, 10.4 Communications.....................................8.1 Coordination of the Work ............................ 7.4 Disputes, request for decision ....................... 9.11 Article or Paragraph Number Inspections, tests and approvals ................. 8.7, I3.4 Liability Insurance ................................... 5.5 Notice of Defects ................................... 13.1 Representative —During Construction, ENGINEER's Status ............................ 9.1 Responsibilities — Asbestos, PCB's, Petroleum, Hazardous Waste on Radioactive Material .................. 8.10 Change Orders ....................................8.6 Changes in the Work .............................. 10.1 communications ................................... 8.1 CONTRACTOR's responsibilities .................. 8.9 evidence of financial arrangements ................ 8.11 inspections, tests and approvals .................... 8.7 Insurance...................8.5 lands and easements ............................... 8.4 prompt payment by................................8.3 replacement of ENGINEER ....................... 8.2 reports and tests...................................8.4 stop or suspend Work .................. 8.8, 13.10, 15.1 terminate CONTRACTOR's services .......... 8.8, 15.2 separate representative at site ........................ 9.3 independent testing.................................13.4 use or occupancy of the Work .................................... 5.15, 14.10 written consent or approval required ...............................9.1. 6.3, 11.4 written notice required .......... 7.1, 9.4, 9.11, 11.2, 11.9, 14.7, 15.4 PCBs — definition of ........................................ 1 29 veneral...............................................4.5 OWNER's responsibility for ........................ 8.10 Partial Utilization — definition of ........................................ 1.28 general ................................... 6.30.2.4, 14.10 Property Insurance.................................5.15 Patent Fees and Royalties ............................. 6.12 Payment Bonds ..................................... 5.1-5.2 Payments, Recommendation of .............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion — Application for Progress Payments .................. 14.2 CONTRACTOR's Warranty of Title ................. 14.3 Final Application for Payment ...................... 14.12 Final Inspection ....................................14.13 14.11 Final Payment and Acceptance ............... 14.13-14.14 general...........................................8.3, 14 Partial Utilization .................................. 14.10 Retainage........................................... 14.2 Review of Applications for Progress Payments .................................. 14.4-14.7 prompt payment.....................................8.3 Schedule of Values..................................14.1 Substantial Completion ......................... 14.8-14.9 Waiver of Claims 14.15 .................................. when payments due .......................... 14.4, 14.13 withholding payment................................14.7 Performance Bonds.................................5.1-5.2 Permits............................................... 6.13 I Article or Paragraph Number Petroleum — definition of ........................................1.30 general.............................................. 4.5 8.10 OWNER's responsibility for :........................ Physical Conditions— • ' Drawings of, in or relating to ..............:....:. 4.2.1.2 ENGINEER's review........... 0 .....::............ 4.2.4 existing structures .................................. 4.2.2 general...........................................4.2.1.2 Subsurface and, ................. • ............4.2 Underground Facilities ............................... 4.3 Possible Contract Documents Change ............... 4.2.5 Possible Price and Times Adjustments .............. 4.2.6 Reports and Drawings ..............................4.2.1 Notice of Differing Subsurface or . .................. 4.2.3 Subsurface and......................................4.2 Subsurface Conditions ............................ 4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized .................... 4.2.2 Underground Facilities— general...........................................4.3 Not Shown or Indicated ....................... 4.3.2 Protection of ............................... 4.3,6.20 Shown or Indicated ............................ 4.3.1 Technical Data ...0 .................................4.2.2 Preconstruction Conference ............................ 2.8 Preliminary Matters ...................................... 2 Preliminary Schedules..................................2.6 Premises, Use of ................................6.16-6.18 Price, Change of Contract ............................... II Price, Contract --definition of ..........................I.!! Progress Payment, Applications for .................... 14.2 Progress payment—retainage .......................... 14.2 Progress schedule, CONTRACTOR's ..... 2.6, 2.8, 2.9, 6.6, 6.29, 10.4, 15.2.1 Project —definition of................................1.31 Project Representative— ENGINEER's Status During Construction ............ 9.3 Project Representative, Resident —definition of ......................................1.33 prompt payment by OWNER ...........................8.3 Property Insurance Additional...........................................5.7 general..........................................5.6.5.10 Partial Utilization ...........................5.15. 14.10.2 receipt and application of proceeds..................................5.12-5.13 Protection, Safety and .......................6.20-6.21, 13.2 Punch list......................................14.11 Radioactive Material — definition ...........................................1.32 general...........................................4.5 OWNER's responsibility for ........................ 8.10 Recommendation of Payment .............. 14.4, 14.5, 14.13 Record Documents 14.12 .............................6.19, Records, procedures for maintaining .................... 2.8 Reference Points.................................0....0 4.4 Reference to Standards and Specifications of Technical Societies...............................3.3 Article or Paragraph Number Regulations, Laws and (or) ............................ 6.14 Rejecting Defective Work ............................... 9.6 Related Work — at Site ........................................... 7.1-7.3 Performed prior to Shop Drawings and Samples submittals review .................. 6.28 Remedies, cumulative ............................17.4. 17.5 Removal or Correction of Defective Work .................................... 13.11 rental agreements, OWNER approval required...............................11.4.5.3 replacement of ENGINEER, by OWNER .............. 8.2 Reporting and Resolving Discrepancies .... 2.5, 3.3.2, 6.14.2 Reports — and Drawings ......................................4.2.1 and Tests, OWNER's responsibility .................. 8.4 Resident Project Representative — definition of ........................................1.33 provision for ......................................... 9.3 Resident Superintendent, CONTRACTOR's ............. 6.2 Responsibilities— CONTRACTOR's-in general ........................... 6 ENGINEER's-in, general ............................... 9 Limitations on....................................9.13 OWNER's-in general ..................................8 Retainage .............................................14.2 Reuse of Documents...................................3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ......................6.2.5 Review of Applications for Progress Payments ...................................... 14.4-14.7 Right to an adjustment ................................ 10.2 Rights of Way..................................41 Royalties, Patent Fees and ............................. 6.12 Safe Structural Loading ............................... 6.18 Safety — and Protection ....... 4.3.2, 6.16, 6.18, 6.20-6.21, 7.2, 13.2 general...................................6.2-6.23 Representative, CONTRACTOR'S ................... 6.21 Samples — definition of ........................................ I.34 general.............................6.24-6.28 Review by CONTRACTOR ......................... 6.25 Review by ENGINEER ....................... 6.26, 6.27 related Work..................................6.28 submittal of......................................6.24.2 submittal procedures................................6.25 Schedule of progress ..... 2.6, 2.8-2.9, 6.6. 6.29, 10.4, 15.2.1 Schedule -of Shop Drawing and Sample Submittals .......................2.6. 2.8-2.9, 6.24-6.28 Schedule of Values .............2.6. 2.8-2.9, 14.1 Schedules — Adherence to..................................15.2_I 6.6 Adjusting ........................................... Change of Contract Times .......................... 10.4 Initially Acceptable...............................2.8-2.9 Preliminary...................................2.6 Scope of Changes ..............................10.3-10.4 Subsurface Conditions ..............................4.2.1.1 10 Article or Paragraph Number Article or Paragraph Number Shop Drawings — and Samples, general ............................ 6.24-6.28 Change Orders & Applications for F'ayrients. and 9.7-9.9 definition of .................... ...... ..' 1.3 .. 1.35 ENGINEER's approval of .. .. .. 3.6.2 ENGINEER's responsibility for review ............................... 9.7, 6.24-6.28 relatedWork ........................................ 6.28 review procedures ......................... 2.8, 6.24-6.23 submittal required ................................. 6.24.1 ' Submittal Procedures ............................... 6.25 use to approve substitutions .. .. 6.7.3 Shown or Indicated ................................... 4.3.1 ' Site Access .......................... 7.2, 13.2 Site Cleanliness ..'......'..'..... 6.17 Site, Visits to — by ENGINEER................................9.2, 13.2 by others...........................................13.2 "Special causes of loss" policy form, insurance ....... 5.6.2 Specifications — definition of ........................................ 1.36 ' of Technical Societies, reference to ................. 3.3.1 precedence........................................3.3.3 Standards and Specifications of Technical ' Societies o...i.n, Before ........................j... 2.8 Starting Construction, Before .. . 2.5-2.8 Starting the Work ......................................2.4 Stop or Suspend Work— ' by CONTRACTOR .................................15.5 by OWNER ...... .... ......... 8.8, 13.10, 15.1 Storage of materials and equipment ................. 4.1, 7.2 Structural Loading, Safety ............................. 6.18 ' Subcontractor— Concerning...................................... 6.8-6.11 definition of ..:..................................... 1.37 delays..............................................12.3 ' waiver of rights.....................................6.11 Subcontractors —in general ................. 6.8-6.11 Subcontracts —required provisions ........ 5.11, 6.11, 11.4.3 ' Submittals— ........4.......... Applications for Payment .. 14.2 Maintenance and Operation Manuals ............... 14.12 Procedures .........................................6.25 'Progress Schedules ... 2.6, 2.9 Samples ..6.24-6.28 Schedule of Values ............................. 2.6, 14.1 Schedule of Shop Drawings and ' Samples Submissions ....................2.6, 2.8-2.9 Shop Drawings ........................ 6.24-6.28 Substantial Completion— ' certification of ;; ,,;;,; ,;; ,,;;;;;; ,;;; , 6.30.2.3, 14.8-14.9 definition of .. .. 1.38 Substitute Construction Methods or Procedures ....... 6.7.2 Substitutes and "Or Equal" Items ...................... 6.7 ' CONTRACTOR's Expense ....: ....:.. ..: .....:. 6.7.1.3 ENGINEER's Evaluation .. .. 6.7.3 "Or -Equal" ........................................ 6.7.1 Substitute Construction Methods of Procedures ..... 6.7.2 Substitute Items .................................. 6.7.1.2 Subsurface and Physical Conditions — Drawings of, in or relating to ..................... 4.2.1.2 ENGINEER's Review ............................. 4.2.4 general.............................................. 4.2 Limited Reliance by CONTRACTOR Authorized .................................. 4.2.2 Notice of Differing Subsurface or Physical Conditions................................4.2.3 Physical Conditions.................................4.2.1.2 Possible Contract Documents Change ................. 4.2.5 Possible Price and Times Adjustments ................ 4.2.6 Reports and Drawings ................................ 4.2.1 Subsurface and......................................4.2 Subsurface Conditions at the Site ................. 4.2.1.1 Technical Data ..................................... 4.2.2 Supervision— CONTRACTOR's responsibility ...................... 6.1 OWNER shall not supervise ...................... .. 8.9. ENGINEER shall not supervise ............... 9.2, 9.13.2 Superintendence.......................................6.2 Superintendent, CONTRACTOR's resident ........... 6.2 Supplemental costs ..................................11.4.5 Supplementary Conditions — definition of........................................1.39 principal reference to .... 1.10. 1.18, 2.2, 2.7, 4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9. 5.11. 6.8, 6.13, 7.4, 8.11, 9.3, 9.10 Supplementing Contract Documents .................... 3.6 Supplier — definition of ........................................ 1.40 principal references to .................. 3.7, 6.5, 6.8-6.11, 6.20, 6.24, 9.13, 14.12 Waiver of Rights ....................................6.11 Surety — consent to final payment .....................14.1' 14.14 ENGINEER has no duty to ......................... 9.13 Notification of ........................... 10.1, 10.5, 15.2 qualification of...................................5.1-5.3 Survival of Obligations................................6.34 Suspend Work, OWNER May .................. 13.10, 15.1 Suspension of Work and Termination— .................. 15 CONTRACTOR May Stop Work or Terminate........................................15.5 OWNER May Suspend Work ....................... 15.1 OWNER May Terminate ....................... 15.2-15.4 Taxes -Payment by CONTRACTOR .................... 6.15 Technical Data — Limited Reliance by CONTRACTOR ............... 4.2.2 Possible Price and Times Adjustments .............. 4.2.6 Reports of Differing Subsurface and Physical Conditions ..............................4.2.3 Temporary construction facilities ........................ 4.1 Termination — by CONTRACTOR ................................. 15.5 by OWNER ............................... 8.8, 15.1-15.4 of ENGINEER's employment ........................ 8.2 Suspension of Work-in general ........................IS Terms and Adjectives..................................3.4 Tests and Inspections — I Article or Paragraph Number Access to the Work; by others CONTRACTOR's res 13.2 pansibilities .................... 13.5 costof ............................................ covering Work prior to 13.4 Laws and Regulations (or)........13.6-73.7 Notice of Defects• ".... 13.5 OWNER May Stop Work .......................... 13.10 OWNER's independent testing ........ ... 13.4 special, required by ENGINEER ..................... 9.6 timely notice required ...............................134 Uncovering the Work, at ENGINEER'S request .... ....................••-•-••• 13.8-13.9 Times— Adjusting............................................6.6 Change of Contract ...............:. Adjusting............................................6.6 Computation of ......... Contract Times —definition of ....................... 1 12 day...................:............................17.72 Milestones ........................................... t2 Requirements — appeals ............ 16 clarifications, claims and disputes .............................. 9.11, 11.2, 12 commencement of contract times ..........,. preconstruction conference ......................... 2.8 schedules.................................2.6, 2.9, 6.6 starting the Work..................................2.4 Title, Warranty of.....................................14.3 Uncovering Work ................................13.8-13.9 Underground Facilities, Physical Conditions.. definition of .........,. Not Shown or Indicated ............................ 4 342 protection of...................................4.3, 6.20 Shown or Indicated................................4.3.1 Unit Price Work — claims ............................. definition of .. """"••••••• 11.9.3 general .. . 1.9, 1.... 1.42 -. 11.9, 14.1, 14.5 Unit Prices - general..........:................................ I1.3.I Determination for ..................................... Use of Premises ........................ 6.16, 6.18, 6.30.2.4 Utility owners ......................6.!), 6.20, 7.1-7.3, 13.2 Article or Paragrapl. Number Utilization, Partial ......., 1.28, 5.15, 6.30, 2.4, 14,10 Value of the Work ..................................... II.3 Values, Schedule of ....................... 2.6, 2.8-2.9, 14.1 Variations in Work —Minor Authorized ..........6.2.5, 6.27, 9.5 Visits of Site —by ENGINEER .............. Waiver of Claims -on Final ""' • • • • • . 9.2 Payment. .......................................... 14.15 Waiver of Rights by insured parties ................5.11, 6.11 Warranty and Guarantee, General —by CONTRACTOR .................. Warranty of Title, CONTRA ........ • •"" 6.30 CTOR's ................... 14.3 Work — byothers. ............................................. .2 7 Changes in the.......................................10 Continuing the . ..................................... 6.29 CONTRACTOR May Stop Work or Terminate ................................... Coordination of .................................. 15.5 Cost of the ...................... 7.4 definition of ......... 11.4-11.5 neglected by CONTRACTOR ... 1.43 other Work ....•....••.•. 13.14 OWNER May Stop Work ............................. 7 OWNER May Suspend " 13.10 Work ................. 13.10, 15.1 Related, Work at Site ............................. 7.1-7.3 Starting the ............. Stopping by CONTRACTOR ........................ 15.5 Stopping by OWNER .............. 15.1-15.4 Variation and deviation authorized, minor........................................... 3.6 Work Change Directive- claims pursuantto..................................10.2 definition of .......,, principal references to ....................3.5.3, 10.1-10.2 Written Amendment...... definitionof .. principal references to ... 1:10, 3.5, 5.10, 5.12, 6.6.2, 6.8.2, 6.19, 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations ........................... 3.6.3, 9.4, 9.11 Written Notice Required — by CONTRACTOR ••.,,,,.7.1,9.10-9.11, 10.4, 11.2, 12.1 by OWNER ....................9.10-9.11, 10.4, 111, 13.14 I I I I I I I I I I I I I I [1 12 n I I I rll I I I I H I F I I Li GENERAL CONDITIONS ARTICLE I —DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement —The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by EN- GINEER which is tc be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. I.S. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements —The advertisement or invita- tion to Bid, instructions to bidders, and the Bid form. 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGI- NEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10.. Contract Documents —The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Draw- ings as the same are more specifically identified in the Agree - merit, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1, and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursu- ant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1.1 and 4.2.2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion. and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommenda- tion of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, in that it does not conform to the Contract Docu- ments, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGI- NEF_R's recommendation of ,final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work to be furnished and per- formed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Dare of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant —A person, firm or corpo- ration having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or con- sultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. ' 13 1.20. General Requirements —Sections of Division I of the Specifications. • 1.21. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22. Laws and Regulations; Laws or Regulations —Any and- all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.23. Liens —Liens, charges, security interests or encum- brances upon real property or personal property. 1.24. Milestone —A principal event specified in the Con- tract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice ofAward—The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, -OWNER will sign and deliver the Agreement. 1.26.. Notice to Proceed —A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRAC- TOR'S obligations under the Contract Documents. 1.27. OWNER —The public body or authority, corpora- tion, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 1.28. Partial Utilization —Use by. OWNER of a substan- tially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs —Polychlorinated biphenyls. 1.30. Petroleum —petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. !.33. Resident Project Representative— The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples —Physical examplesofmaterials,equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings —All drawings, diagrams, illustra- tions, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications —Those portions of the Contract Doc- uments consisting of written technical descriptions of materi- als, equipment, construction systems, standards and workman- ship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently com- plete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions —The part of the Contract Documents which amends or supplements these General Con- ditions. 1.40. Supplier —A manufacturer, fabricator, supplier, dis- tributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materi- als or equipment to be incorporated in the Work by CON- TRACTOR or any Subcontractor. 1.41. Underground Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communica- tions, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. L I J I I I In I n L L I H I 14 J I I I n I I I I J I I I I I I I 'L . 1.43. Work —The entire completed construction or the var- ious separately identifiable parts thereof required to be fur- nished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing docu- ments, all as required by the Contract Documents. 1.44. Work Change Directive —A written directive to CON- TRACTOR, issued. on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work; or responding to differing or unforeseen physical condi- tions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Direc- tive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment —A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. ARTICLE 2 —PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agree- ments to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- ditions) of the Contract Documents as are reasonably neces- sary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Proceed: 2.3. The Contract Times will commence to run on the thirti- eth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construcion: 2.5. Before undertaking each part of the Work, CON- TRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRAC- TOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shallnot be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Doc- uments, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agree- ment (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completirs the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sam- ple submittals which will list each required submittal and the times for submitting, reviewing and processing such submit- tal; 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit appli- cable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified in the Supplementary Condi- tions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with para- graphs 5.4, 5.6 and 5.7. Preconstrrution Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference 15 I attended byCONTRACTOR, ENGINEER and others as ap- propriate will be held to establish a working understanding among the parties as to the Work. and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals, processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Applica- tion for Payment a conference attended by CONTRACTOR. ENGINEER and others as appropriate will be held to review for acceptability to ENGINEER as provided below the sched- ules submitted in accordance with paragraph 2.6. CONTRAC- TOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER -as provided below. The progress schedule will be acceptable to. ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGI- NEER responsibility for the sequencing, schedulingor progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrange- ment for reviewing and processing the required submittals. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3 —CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent• 3.1. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be con- structed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract. Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well- known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifi- cations and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specif cations of Technical Societies; Reporting and Resolving Discrepancies:. 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be. specific or. by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work; CON- TRACTOR discovers any conflict, error, ambiguity or dis- crepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by cne of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGI- NEER for failure to report any such conflict, error, ambigu- ity or discrepancy unless CONTRACTOR knew or reason- ably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indi- cated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving arty conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: . I I I I r, I I I I 3.3.3.1. the provisions of any such standard, speci- fication, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regu- lations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual. code or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents, or em- ployees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or , any of ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or 16 1 H I I I I I 1 Li performance of the Work or any duty or authority to under- take responsibility inconsistent with the provisions of para- graph 9.13 or. any other provision of the Contract Docu- ments. 3.4. Whenever in the Contract Documents the terms "as ordered,'' "as directed," "as required,'' "as allowed," "as approved" or terms of like effect or import are used, or the adjectives "reasonable, "suitable,"'acceptable, "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judg- ment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provi- sions of paragraph 9.13 or any other provision of the Contract Documents. ' Amending and Supplementing Contract Documents: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the term[: and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Docu- ments may be supplemented, and minor variations and devia- tions in the Work may be authorized, in one or more of the following ways: ' 3.6.1. a Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Drawing or ' Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarifica- tion (pursuant to paragraph 9.4). 1 Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organizztion performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any 17 of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. ARTICLE -t—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of lands: 4.). OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Upon reasonable written request. OWNER shall furnish CON- TRACTOR with a correct statement of record legal, title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Docu- ments. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount orextent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of -way or easements, CONTRACTOR may make a claim therefor as provided in Articles II and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of: 4.2.1.1. Subsurface Conditions: Those reports of explo- rations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in prepar- ing the Contract Documents. J 4.2.2. Limited Reliance by CONTRAC70R Authorized; Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supple- mentary Conditions. Except for such reliance on such "tech- nical data," CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, se- quences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs inci- dent thereto, or 4.2.2.2. other data, interpretations, opinions and infor- mation contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclu- sion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Condi- tions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recog- nized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRAC- TOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until re- ceipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with re- spect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENGI- NEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3., a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences.of such change. 4.2.6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or de- crease in CONTRACTOR's cost of, or time required for performance of, the Work; subject, however, to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; I I I I 4.2.6.3. with respect to Work that is paid for on a Unit _.- Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could rea- sonably have been discovered or revealed as a result of any examination; investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or I I I I I 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles II and 12. However, OWNER, ENGINEER and ENGINEER's Consult- ants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions —Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on I I I I If In I I Cl I Li L] I 71 I I I IL I Li information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be respon- sible for the accuracy or completeness of any such informa- tion or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full respon- sibility for. () reviewing and checking all such information and data, (u) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CON- TRACTOR shall, promptly after becoming aware thereof and before. P,:rher disturbing conditions affected thereby or per- forming any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER con- cludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such conse- quences. During such time, CONTRACTOR shall be respon- sible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be al- lowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CON- TRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitle- ment to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles II and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. IReference Points: I I 4.4. OWNER shall provide engineering surveys to estab- lish reference points for construction which in ENGINEER's judgment .are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be respon- sible for the accurate replacement or relocation of such refer- ence points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radio- active Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppli- ers or anyone else for whom CONTRACTOR is responsible. 4.5.2. CONTRACTOR shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as re- quired by paragraph 6.23), and (ii) notify OWNER and ENGINEER (and thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concern- ing the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits re'ated thereto and delivered to CONTRACTOR special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CON- TRACTOR to be resumed, either party may make a claim therefor as provided in Articles II and 12. 4.5.3. If after receipt of such special written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order such portion of the Work that is in connection with such hazardous condition or in such af- fected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or.extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles II and 12. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.5.4. To the fullest extent permitted by Laws and Reg- ulations. OWNER shall indemnify and hold harmless CON- TRACTOR. Subcontractors, ENGINEER, ENGINEER's 19 Ll Consultants and the officers, directors, employees, agents, other consultants and subcontractors of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness,.disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this subparagraph 4.5.4 shall obligate OWNER to indemnify any person or entity from and against the consequences of that person's or entity's own negli- gence. 4.5.5. The provisions of paragraphs 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. ARTICLE 5 —BONDS AND INSURANCE P<tforrnance, Payment and Ocher Bonds: 5.1. CONTRACTOR shall furnish Performance and Pay- ment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTPACTOR's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Docu- ments except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular570 (amended) by the Audit Staff, Bureau of Government Financial Opera- tions, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. • 5.2. If the surety on any Bond furnished by CONTRAC- TOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 5.3. Licensed Sureties and Insurers; Cerdfrcares of lnsuraace: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance .companies that are duly licensed or authorized in the juris- diction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be pro- vided in the Supplementary, Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supple- mentary Conditions; certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4: OWNER shall deliver to CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRACTOR or any other addi- tional insured) which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7 hereof. CONTRIC7OR's Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR'S other obligations under the Con- tract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, oc- cupational sickness or disease, or death of CONTRAC- TOR's employees; 5.4.3. claims for damages because of bodily injury, sick- ness or disease, or death of any person other than CON- TRACTOR'S employees; 5.4.4. claims for damages insured by customary personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5.4.5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. I I I I I LI I [1 I I I I I 20 I I I [1 1 E I Li I.] Li I I I I I I H I 17I The policies of insurance so required by this pa.agraph 5.4 to be purchased and maintained shall: 5.4,7with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive, include. as additional insureds (subject to any customary exclusion in respect of profes- sional liability) OWNER, ENGINEER, ENGINEER'sCon- sultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; • 5.4.8.:. include the specific coverages and be written for not less than the limits of liability provided in the Supple- mentary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; 5.4.10. include contractual liability insurance covering CONTRACTOR'S indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed 'or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplemen- tary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so pro- vide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correct- ing, removing -or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Condi- tions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). OWNER's Liability Insurance: £5. in addition to the insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. . Property Insurance: 5.6. Unless otherwise provided in the Supplementary Con- ditions, OWNER shall purchase and maintain property insur- ance upon the Work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may * be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 5.6.1. include the interests of OWNER, CONTRAC- TOR, Subcontractors, ENGINEER,,ENGINEER's Con- sultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 5.6.2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils as may be specifically required by the Supplementary Conditions; - 5.6.3. include expenses incurred in the repair or replace- ment of any insured property (including but not limited to fees and charges of engineers and architects); 5.6.4. cover materials and equipment stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Applica- tion for Payment recommended by ENGINEER; and 5.6.5. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CON- TRACTOR and ENGINEER with thirty days written notice to each other additional insured to.whom a certificate of insurance has been issued. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 5.8. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and main- tained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with paragraph 5.11. - 1 I 21 I 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such iden- tified deductible amount, will be borne by CONTRACTOR, Subcontractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraphs 5.6 or 5.7, OWNER shall, if possi- ble, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. 5.11. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR intend that all policies purchased in accordance with paragraphs 5.6 and 5.7 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and all other per- sons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other propertyinsurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplemen- tary Conditions to be listed as insureds or additional insureds under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. In addition, OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, ENGI- NEER's Consultants and the officers, directors, employees and agents of any of them, for: 5.11.2.1. loss due to business interruption, loss of use or other consequential loss extending beyond direct phys- ical loss or damage to OWNER's property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by OWNER; and 22 5.11.2.2. loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by OWNER during partial utilization pursuant to paragraph 14.10, after substantial completion pursuant to paragraph 14.8 or after final payment pursuant to paragraph 14.13. Any insurance policy maintained by OWNER covering any loss, damage or consequential loss referred to in this paragraph 5.11.2 shall contain provisions to the effect that in the event of payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of CON- TRACTOR, Subcontractors, ENGINEER, ENGINEER's Con- sultants and the officers, directors, employees and agents of any of them. Receipt and Application of Insurance Proceeds 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the require- ments of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agree- ment as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, OWNER as fiduciary shall give bond for the proper performance of such duties. Acceptance of Bonds and Insurance; Option to Replace: 5.14. If either party (OWNER or CONTRACTOR) has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within ten days after receipt of the certificates (or other evidence requested) required by paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the Bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was I C�I I I I I I 1 I 1 1 I I I I I I L Ii I I I I I I I I I required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. Partin! Utliwtion—Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement, on the policy or policies, but the property insur- ance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6. —CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Con- tract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accu- rately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRAC- TOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent.suitablyqual- ified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and 23 CONTRACTOR will not permit overtime work or the perfor- mance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. 6.4. Unless otherwise specified in the General Require- ments, CONTRACTOR shall furnish and assume full respon- sibility for all materials, equipment, labor, transportation, con- struction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, tempo- rary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and comple- tion of the Work. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Docu- ments. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) pro- posed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjust- ments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or equip- ment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: I I 6.7, 1.1. "Or -Equal": If in ENGINEER's sole discre- tion an item of material or equipment proposed by CON- TRACTOR is functionally equal to that named and suffi- ciently similar so that no change in related Work will be requ . ed, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a pro- posed substitute item: CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supple- mented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Re- quests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written appli- cation to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CON- TRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indi- cated. The application will also contain an itemized esti- mate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. EN- GINEER may require CONTRACTOR to furnish addi- tional data about the proposed substitute. 6.7.1.3. CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CON- TRACTOR shall submit sufficient information to allow ENGI- NEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGI- NEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or - equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed orsubmitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submit- ted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcon- tractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reason- able objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the iden- tity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the princi- pal items of materials or equipment) to be submitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Condi- tions, OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcon- tractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall sub- mit an acceptable substitute, the Contract Price will be adjusted by the difference in the cost occasioned by such I 1 I I I II I I I I I I I 24 I I I I I I L I I I I I I I. I I 6.12. CONTRACTOR shall pay all license fees and royal- ' ties and assume all costs incident to the use in the performance substitution and an appropriate Change Order will be issued or Written Amendment signed. No.acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or crgani"zation shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors. Suppliers and other persons and organiza- tions performing or furnishing any of the Work undera direct or indirect contract with CONTRACTOR just as CON- TRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor. Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcon- tractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGI-. NEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organi- zation except as may otherwise be required by Laws and Regulations. 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Sub- contractors, Suppliers and such other persons and organiza- tions performing or furnishing any of the Work to communi- cate with the ENGINEER through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Sub- contractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Docu- ments for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.6 or 5.7, the agreement between the CONTRACTOR and the Subcontractor or Supplier will con- tain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants and all other additional insureds for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. Patent Fees and Royalties: 25 of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations. CONTRACTOR shall indemnify and hold harm- less OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorpora- tion in the Work of any invention, design, process, product or device not specified in the Contract Documents. Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shat obtain and pay for all con- struction permits and licenses. OWNER shall assist CON- TRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or. if there are no Bids, on the Effective Date of the Agreement. CON- TRACTOR shall pay all charges of utility owners for connec- tions to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. , Laws and Reguladatu: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, nei Cher O WN ER nor ENGINEER shall be responsible for monitoring CON- TRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRAC- TOR's obligations under paragraph 3.3.2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of I the Project which are applicable during the performance of the Work. . . Use of Premises: 6.16. CONTRACTOR shall confine construction equip- ment, the storage of materials and equipment and the opera- tions of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any dam- age to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitra- tion or other dispute resolution proceeding or at law. CON- TRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER. ENGI- NEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the pre- mises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to. stresses or pressures that will endanger it. Record Documents: 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Direc- tives, Field Orders and written interpretations and clarifica- tions (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work; these record documents. Samples and Shop Draw- ings will be delivered to ENGINEER for OWNER. Safety and Protecfon: • 6.20. CONTRACTOR shall be responsible for initiating, maintaining- and supervising alt safety precautions and pro- gram in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not desig- nated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify own- ers of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall, be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indi- rectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other per- son or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with para- graph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Comple- tion). Safety Representative: J I I I I I I I I I I I I 6.21. CONTRACTOR shall designate a qualified and expe- rienced safety representative at the site whose duties and 26 11 I I C1 I responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and pro- grams. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accor- dance with Laws or Regulations. IEmergencies: Li I [1 I I I I I I I 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or au- thorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CON- TRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been cat:sed thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Samples: 6.24.1. CONTRACI.OR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quanti- ties, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materi- als and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample sub- mittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6.26. The num- bers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sam- ple. CONTRACTOR shall have determined and verified: 27 6.25.1.1. all field measurements, quantities, dimen- sions, specified performance criteria, installation require- ments, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.2. all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, tech- niques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CON- TRACTOR's obligations under the Contact Documents with respect to CONTRACTOR'S review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such vari- ations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Draw- ings and Sample submittals accepted by ENGINEER as re- quired by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract. Documentsand be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, se- quence or procedure of construction is specifically and ex- pressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Draw- ings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Draw- ings or Samples shall not relieve CONTRACTOR from respon- sibility for any variation from the requirements of the Contract I Documents unless CONTRACTOR has in writing called EN- GINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGI- NEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ing resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRAC- TOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER. ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors or Suppliers; or 6.30.1.2. normal wear and tearunder;normal usage. 6.30.2. CONTRACTORts obligation to perform and com- Plate the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.3. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRAC- TOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of accept- ability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWN ER. Indemnification: 6.31. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission ofCONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regard- less of the negligence of any such person or entity. 6.32. In. any and all claims against OWNER or ENGI- NEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGI- NEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with I I I I I I I I I I H L P IJ 28 I I I I I I I I I I L I I I I 1 the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final pay- ment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7 —OTHER WORK Related Work at Site: 7.I._ OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Condi- tions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (1) written. notice thereof will be given to CONTRACTOR prior to starting any such other work, and (ii) CONTRAC- TOR may make a claim therefor as provided in Articles II and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or re- quires additional time and the parties are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the addi- tional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and inte- grate with such other work. CONTRACTOR shall not en- danger any work of others by cutting, excavating or other- wise altering their work and will only cut or alter their work with the written consent of ENGINEER and. the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CON- TRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. FM Coordination: 7.4. If OWNER contracts with others for the performance of ether work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such author - icy and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Condi- tions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8 —OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Condi- tions, OWNER shall issue all communications to CONTRAC- TOR through ENGINEER. 8.2. In case of termination of the employment of ENGI- NEER, OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish ref- erence points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.10. 8.6.. OWNER is.obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspec- tions, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work. see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. I I 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for. CONTRAC- TOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply h Laws and Regulations applicable to the furnishing or responsiblefor of the Work. OWNERo ill ootfu be furnish Work in CONTRACTORS failure to p accordance with the Contract Documents. 8.10. OWNER'S responsibility in respect of undisclosed Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Materials uncovered or revealed at the site is set forth in paragraph 4.5. 8.11. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrange- ments have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9ENGlNEER'S TU S DURING —CONSTRUCTION B_ OWNER's Representative: 9.1. ENGINEER will be OWNER's representative and the the construction period. The duties and respo s ti limitations of authority of ENGINEER as OWNER's repre- sentative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be respon- sible for CONTRACT'OR'S means, methods, techniques, se- quences or procedures of construction, or the safety precfailure o- tions and programs incident wihereto, or th Laws or any f CONTRACTOR to complyih Laws andRegulations appli- cable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGI- NEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project aRepresentative .athe Supplementary as assistants will be nsin paragraph ates another representative or Conditions. If OWNER design agent to represent OWNER at the site who is not ENGI- NEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplementary Conditions. Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGI- NEER deems necessarY in ordnal er oobserve as the progress athat hasebeen and qualified design professional made and the quality of the various aspects of CONTRAC- TOR'S executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. EN- GINEER will not be required to make exhaustive or.continu- ous on -site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on -site observations, ENGINEER will keep OWNER informed of the progress edefective Workrk. and will endeavor to guard OWNER against ef EN- GINEER'S visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER'S on -site visits or Cianficatians and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the require- ments of the Contract Documents (in the form of DrawingS which or otherwise) as ENGINEER may determine necessary, shall be consistent with the intent of and reasonably inferable from Contract Documents. Such written clari@cations and interpretations will be binding on OWNER that andCONC a wrti en TOR. If OWNER or CONTRALTO clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as pro- vided in Article 11 or Article 12. Authorized Vitrioliatts in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the heeh ontract design concept t Price or the of Contract Times and are compatible whole as indicated by the completed Project as a functioning the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as tothe amount make extent thereof, OWNER or CONTRACTOR may written claim therefor as provided in Article II or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or I I I I I C1 I I I 1 I E L 30 I I I I 1 I I I I I I I I I I I 11 that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspec- tion or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, II, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment. see Article 14. Deters inatioas fnr Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRAC- TOR. ENGINEER will review w;th CONTRACTOR the EN- GINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement," entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes *and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and Claims under Articles It and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant 31 to ENGINEER and the other party to the Agreement promptly, (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER an: the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Reso- lution Agreement." entered into between OWNER and CON- TRACTOR pursuant to Article 16. or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant to Article 16. 9.13. Limitations on ENG(NEER's Authority and Responsibilities: 9.13.1. Neither ENGINEER's authority or responsibil- ity -under this Article 9 or under. any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create. impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization. or to any surety for or em- ployee or agent of any of them. [1 I 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRAC- TOR's means, methods, techniques, sequences or proce- dures of construction, or the safety precautions and pro - grains incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Docu- ments: 19.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor. any Supplier, or of any other person or organization perform- ing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all mainte- nance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and Other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Doc- uments. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGI- NEER's Consultants, Resident Project Representative and assistants. ARTICLE 10 —CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will'be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRAC- TOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically pro- vided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article II or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6 except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER. and CONTRACTOR shall execute appro- priate Change Orders recommended by ENGINEER (or Writ- ten Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3., changes in the Contract Price or Contract Times which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CON- TRACTOR shall carry on the Work and adhere to the.progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the. general scope of the Work or the provisions of the Contract Documents (includ- ing, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's respon- sibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE I I —CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensa- tion (subject, to authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties, responsibili- ties and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjust- ment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered 'within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will I I I I I I I I L I I I I I I 32 I I CI I Li I [] be valid if not submitted in accordance with this paragraph 11.. 11.3. The value of any Work covered'by a Chang; Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in - accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). ' Cost of the Work: I I I I [] I I I I 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the prcper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: . 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without lim- itation superintendents, foremen and other personnel em- ployed full- time at the ste. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, work- ers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after' regular working hours, on Saturday, Sunday or legal holidays;=shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required'in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CON- TRACTOR with which to make payments, in which case the 33 cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materi- als and equipment shall accrue to OWNER, and CON- TRACTOR shall make provisions so that they may be obtained. 11:4.3.Payments made by CONTRACTOR to the Sub- contractors for Work performed or furnished by Subcontrac- tors. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11,4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, survey- ors, attorneys and accountants) employed for services spe- cifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's em- ployees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and mainte- nance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are con- sumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR orothers in accordance with rental agree- ments approved by OWNER with the advice of ENGI- NEER, and the costs of transportation, loading, unload- ing, installation, dismantling and removal thereof all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or pans shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. [l 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have re- sulted from causes other than the negligence of CON- TRACTOR,' any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settle- ments made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRAC- TOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facili- ties at the site. 11.4.5.8. Minor expenses such as telegrams, long dis- tance telephone calls, telephone service at the site, ex- pressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CON- TRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, ar- chitects, estimators, attorneys, auditors, accountants, pur- chasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 —all of which are to be consid- ered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delin- quent payments.. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5.. Costs due to the negligence of CONTRAC- TOR, any Subcontractor, or anyone directly or indi- rectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. (br costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CON- TRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on -the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown to- gether with supporting data. 34 I. C,:t $ Allowances: I I 1 I I I I 1 1 I I I I H I I 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be fur- nished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRAC- TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and han- dling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifica- tions of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each sepa- rately identified item. 11.9.3. OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article I I if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and sig- nificantly from the estimated quantity of such item indi- cated in the Agreement; and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRAC- TOR is entitled to an increase in Contract Price as a result 35 of having incurred additional expense or OWNER be- lieves that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 —CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise.to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGI- NEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted io accordance with the requirements of this paragraph 12.1. 12.2. Al! time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRAC- TOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather condi- tions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRAC- TOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of CONTRACTOR, or (ii) 'J delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather condi- tions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowl- edge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdic- tional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely no- tice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Con- tract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other repre- sentative of such public body. CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arrang- ing and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of, materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if re- quested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's inten- tion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work: 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's re- quest, shall uncover, expose or. otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article II. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, ob- servation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as pro- vided in Articles II and 12. OWNER May Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equip- ment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work .1 _ 1 1 1 1 36 I I I Li I I I I I I 13.12.2. In special circumstances where a particular item of equipment is placed in continuous service before Substan- tial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. ' 13.12.3. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or re- moval and replacement has been satisfaciorilycompleted. Acceptance of Defective Work: shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or; if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period - 13.12.1. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Doc- uments or by any specific provision of the Contract Docu- ments, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defec- tive Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such re- moval and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. '13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGI- NEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall 37 pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article II. If the acceptance occurs after such recommenda- tion, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CON- TRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to C0NTRACTOF. correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall pro- ceed expeditiously. In connection with such corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of thin site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construc- tion equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other con- tractors.and ENGINEER and ENGINEER's Consultants ac- cess to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies -will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article II. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replace- ment of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE IIPAYMENTSTO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and P1 will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units com- pleted. Application for Progress Payment: 14.2. At least twenty days before the date established for each- progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equip- ment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRtCTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to recom- mend payment. In the latter case, CONTRACTOR may make the necessary. corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sen- tence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment re- quested in an Application for Payment will constitute a repre- sentation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, infor- mation and belief: 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accor- dance with the Contract Documents (subject to an evalu- ation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other quali- fications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACI'OR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRAC- TOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, in- cluding final payment, shall not mean that ENGINEER is responsible forCONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recom- mend any such payment, or, because of subsequently discov- ered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Writ- ten Amendment or Change Order, 14.7.3. OWNER has been required to correct defec- tive Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the oc- currence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTORs performance or furnishing of the Work, I [J I I 11 [I I I I I I I I [1 H I 38 1 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered ' specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7, there are other items entitling OWNER to a ' set-off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occur- rence of any of the events enumerated in paragraphs 14.7.1 through. 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; 'but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWN - ER's satisfaction the reasons for such action. ISubstantial Completion: 14.8. When CONTRACTOR considers the entire Work 'ready for its intended use CONTRACTOR shall notify OWN ER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRAC- TOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER. CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status c,f 'completion. If ENGINEER does not consider the Work sub- stantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and 'deliver to OWNER a tentative certificate of Substantial Com- pletion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons 'therefor. If, after consideration of OWNER's objections, EN- GINEER considers the Work substantially complete, ENGI- NEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Sub- stantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of < -livery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation.as to division of responsibilities pend- ng final payment between OWNER and CONTRACTOR with r: spect to security, operation, safety, maintenance, heat, utili- t: •s, insurance and warranties and guarantees. Unless OWNER a. :d CONTRACTOR agree otherwise in writing and so inform 39 ENGINEER in writing prior to ENGINEER'sissuing the definitive certificate ofSubstantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. • 14.9. OWNER shall have the right to exclude CONTRAC- TOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any sub- stantially completed part of the Work which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, ENGINEER and CONTRACTOR agree constitutes a sepa- rately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant inter- ference with CONTRACTOR'S performance of the remainder of the Work, may be accomplished prior to Substantial Com- pletion of all the Work subject to the following: 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees that such par[ of the Work.'is substan- tially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substan- tially complete and request ENGINEER to issue a certif- icate of Substantial Completion forthat part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER. CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGI- NEER will notify OWNER and CONTRACTOR in writ- ing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all I particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. Final Application for Payment: • 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certifi- cates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRAC- TOR may make application for final payment following the procedure for progress payments. The final. Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRAC- TOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work forwhich OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full. CONTRACTOR may furnish a Bond or other collateral satis- factory to OWNER to indemnify OWNER against any Lien. Find Payment and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGI- NEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions ofparagraph 14.15..Oth- erwise, ENGINEER will return the Application to CON- TRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after the presentation to OWNER of the Applica- tion and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGI- NEER will become due and will be paid by OWNER to ;KsySEflW id71 14.14. If, through no fault of CONTRACTOR, final com- pletion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGI- NEER, and without terminating the Agreement, make pay- ment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written con- sent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Appli- cation for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursu- ant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing ob- ligations under the Contract Documents; and 14.15.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writingand still unsettled. ARTICLE 15 —SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Priceor an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles II and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: I I I I I I .1 I I I I I I l] I 40 11 I I I I [1 I I I I I I 15.3. Where CONTRACTOR's services have been so ter- ,minated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR 'and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case. CONTRACTOR shall be paid (without duplication of any items): 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (in- cluding, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regula- tions of any public body having jurisdiction; 15.2.2. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any sub- stantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any,) seven days' written notice and to the extent permit- ted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materi- als and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and dam- ages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGI- NEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effec- tive date of termination, including fair and reasonable sums for overhead and profit on such Work; • 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equiptr:ent z required by the Contract Docu- ments in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate; 15.5. If; through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public author- ity, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agree- ment and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven day's written notice to OWNER and ENGI- NEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CON- TRACTOR from making claim under Articles II and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRAC- TOR's stopping Work as permitted by this paragraph. ARTICLE 16 —DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement," to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11, and 9.12, OWNER and CONTRACTOR may exercise I 41 I such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 —MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Times: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Cumulative Remedies: 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CON- TRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included: I I 17.5. Whenever reference is made to "claims, costs, losses and damages," it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute .. resolution costs. [he remainder of this page was left blank intentionally.] Li I I I 42 L I 1 I I ri LJ I I I I Li I EXHIBIT GC -A to General Conditions of the Agreement Between OWNER and CON- TRACTOR Dated For use with EJCDC No. 1910-8 (1990 ed.) DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions to the Agreement between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relat- ing to the Contract Documents or the breach thereof (except for claims which have been waived by the making or accep- tance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Asso- ciation then obtaining, subject to the limitations of this Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for derision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a de- cision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is accept- able to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.6. The award rendered by the arbitrators will be final, 16.3. Notice of the- demand for arbitration will be filed in judgmentmay be entered upon it in any court havingjurisdic- writing with the other party to the Agreement and with the tion thereof, and it will not be subject to modification or appeal. American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten- day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limita- tions. 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGI- NEER's Consultant and the officers, directors, agents, em- ployees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially in- volved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4 if a claim, dispute or other matter in question between OWNER and CONTRAC- TOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontrac- tor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. [The remainder of this page was left blank intentionally.) GC -Al I 16.7... OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, dis- putes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by The American Arbitration As- sociation under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitra- tion would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. I II LI II II I I ill II II I I GC -A2 HI I [J 05/27/99 I I Section 00800 SUPPLEMENTARY CONDITIONS LIST OF SUBJECTS SC -1 Definitions SC -1.46 Additional Definitions SC -2.2 Copies of Documents SC -2.6.3 Preliminary Schedule of Values SC -2.7 Furnishing of Insurance Data SC -4.2 Subsurface and Physical Conditions SC -4.3 Physical Conditions SC -5.1 Performance, Payment, and Other Bonds SC -5.2 Change of Surety SC -5.3.1 Licensed Sureties and Insurers SC -5.3.2 Insurance Certificates SC -5.4 Contractor's Liability Insurance SC -5.4.7 Identification of Additional Insured SC -5.4.11 Notice of Cancellation of Liability Insurance SC -5.5 Owner's and Engineer's Contingent Protective Liability Insurance SC -5.6 Property Insurance SC -5.7 Other Insurance SC -5.8 Notice of Cancellation of Property Insurance SC -5.10 Contractor Requested Insurance SC -5.12 Receipt and Application of Insurance Proceeds SC -5.13 Alternative Settlement of Insurance Claims SC -6.6 Progress Schedules SC -6.13 Permits SC -6.30 Contractor's General Warranty and Guarantee SC -7.1 Related Work at Site SC -7.2 Coordination of Contractors SC -7.5 Separate Contractor Claim SC -8.5 Owner's Property Insurance SC -9.3 Project Representative SC -10 Changes in the Work SC -11.9.3 Unit Price Adjustment SC -14.2 Application for Progress Payment SC -14.4 Review of Applications for Progress Payment SC -14.7 Recommendation of Progress Payments City of Fayetteville Page 00800-1 I 05/27/99 These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (EJCDC No. 1910-8, 1990 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Paragraph numbers in these Supplementary Conditions correspond to the paragraph numbers in the General Conditions, except with the designation "SC". SC -1 DEFINITIONS The terms used in the Supplementary Conditions which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 Edition) have the meanings assigned to them in the General Conditions. In addition to the provisions of Article 1, the following supplemental definitions apply. SC -1.27 "OWNER" shall mean the City of Fayetteville, Arkansas, acting through its duly authorized representatives. Address - City of Fayetteville, 113 West Mountain, Fayetteville, AR 72701. SC -1.46 Additional Definitions Add the following definitions to Article 1 of the General Conditions. I LI I D H C I "1.46 "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. 1.47 "Advertisement" shall mean the legal publications pertaining to the work of this contract. 1.48 "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. n 1.49 "Grade" shall mean and indicate the established elevations of the paving, flow lines of sewers and other appurtenances as shown on the Drawings." City of Fayetteville I Page 00800-2 1 I 7 05/27/99 ' SC -2.2 Copies of Documents Delete paragraph 2.2 of the General Conditions in its entirety and insert the following in its place. 2.2 ENGINEER shall furnish to CONTRACTOR six 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 date the OWNER executes the contract. OWNER shall furnish to CONTRACTOR up to four copies of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction." SC -2.6.3 Preliminary Schedule of Values Add the following to the end of Paragraph 2.6.3 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 -2.7 Furnishing of Insurance Data Delete all references to OWNER supplied and OWNER delivered insurance. SC -4.2 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 -4.3 Physical Conditions —Underground Facilities Add the following language at the end of paragraph 4.3.2. ' "This paragraph does 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 City of Fayetteville Page 00800-3 05/27/99 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 -5.1 Performance, Payment and Other Bonds: Add the following new paragraphs immediately after paragraph 5.1 of the General Conditions which reads as follows: "5.1.1 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. 5.1.2 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 -5.2 Change of Surety Delete paragraph 5.2 of the General Conditions in its entirety and insert the following new paragraph in its place. "5.2 If at any time a surety on any such Bond is declared bankrupt or loses its right to do business in the State of Arkansas or is removed from the above list of surety companies, the CONTRACTOR shall within ten (10) days after notice from the bond company that conditions City of Fayetteville Page 00800-4 I I I 05/27/99 L I I I I H I I I H are as described in this sentence and/or after notice from the OWNER to do so, substitute an acceptable Bond or Bonds in such form and sum and signed by other surety or sureties as may be satisfactory to the OWNER. The premiums on such Bonds shall be paid by CONTRACTOR. No further payment shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable Bond to the OWNER." SC -5.3.1 Licensed Sureties and Insurers Add the following new paragraphs immediately after paragraph 5.3.1 of the General Conditions which reads as follows: 'CONTRACTOR shall furnish performance and payment Bonds as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said Bonds, and filing with such Bonds his power -of -attorney. The mere countersigning of the Bonds by a resident agent shall not be sufficient. No employers' liability, public liability or workmen's collective insurance policy shall be written in any casualty company not authorized to do business in the State of Arkansas. These policies shall likewise be issued by a resident local agent licensed by the Insurance Commission of the State of Arkansas." SC -5.3.2 Insurance Certificates Delete the second sentence of paragraph 5.3.2 ("OWNER shall deliver to Contractor...") in its entirety. SC -5.4 Contractor's Liability Insurance The limits for liability for the insurance required by paragraph 5.4 of the General Conditions shall ' provide coverage for not less than the following amounts or greater where required by Laws and Regulations: I I L Workers Compensation, etc. under paragraphs 5.4.1 and 5.4.2 of the General Conditions: 1) State: Statutory 2) Applicable Federal: Statutory 3) Employer's Liability: $100,000.00 each occurrence City of Fayetteville L Page 00800-5 I 1 05/27/99 Comprehensive General Liability Insurance, under paragraphs 5.4.3 through 5.4.5 of the General Conditions: $1,000,000.00 Combined Single Limit Policies will include premise/operations, products, completed operations, independent contractors, explosions, collapse, underground hazard, Broad Form contractual, personal injury, with employment exclusion deleted and broad form property damage. Comprehensive Automobile Liability under paragraph 5.4.6 of the General Conditions: (1) Bodily Injury: $1,000,000.00 Each person $2,000,000.00 Each occurrence Property Damage: ' $500,000.00 Each occurrence or ' (2) a combined single limit of $2,000,000.00. SC -5.4.7 Additional Insureds Additional insureds with respect to insurance required by paragraph 5.4 of the General Conditions shall include: the City of Fayetteville, Arkansas (OWNER and ENGINEER). SC -5.4.11 Notice of Cancellation of Liability Insurance Add the following language at the end of paragraph 5.4.11 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." H City of Fayetteville ' Page 00800-6 I I 05/27/99 ' SC -5.5 Owner's Liability Insurance I U I L. I I Delete paragraph 5.5 of the General Conditions in its entirety and insert the following in its place: "5.5. OWNER'S and ENGINEER'S Contingent Protective Liability Insurance. 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, judgements of every nature and description brought or recovered against them by reason of omission or act of CONTRACTOR, his agent(s), employees, Subcontractor, Supplier, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, in the execution of the Work or guarding of it. CONTRACTOR shall obtain in the name of OWNER and ENGINEER (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less that $2,000,000.00 for property damage and bodily injury limits, and with such provisions as shall protect OWNER and ENGINEER from contingent liability under this contract. ' SC -5.6 Property Insurance I I H I I I Delete paragraph 5.6 of the General Conditions in its entirety and insert the following in its place: "5.6 Property Insurance. CONTRACTOR shall purchase and maintain, until final payment, property insurance upon the Work at the site to the full insurable value thereof (subject to deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations) but not less than an amount equal to the total bid price. This insurance shall include the interest of OWNER, CONTRACTOR, Subcontractors, ENGINEER and ENGINEER'S consultants in the Work (all of whom shall be listed as insured or additional insured parties), shall insure against the perils of fire and extended coverage, shall include "all- risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse, flood, and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to the fees and charges of engineers, architects, attorneys and other professionals). If not covered under the "all-risk" insurance or otherwise provided in these Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an application for payment. The polices of insurance required to be purchased and maintained by the CONTRACTOR in accordance with this paragraph 5.6 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to the City of Fayetteville Page 00800-7 Hsi 05/27/99 OWNER by certified mail and will contain wavier provisions in accordance with General Condition paragraph 5.11.2." SC -5.7 Other Insurance Delete paragraph 5.7 of the General Conditions in its entirety and insert the following in its place: "5.7 Other Insurance. CONTRACTOR is to 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." SC -5.8 Notice of Cancellation of Property Insurance Delete paragraph 5.8 of the General Conditions in its entirety and insert the following in its place: "5.8 Policies shall also specify that insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to OWNER or ENGINEER. All polices will provide for 30 days written notice (certified mail shall be required) prior to any cancellation or non -renewal of insurance policies required under the Contract. Any such wording as "will endeavor" or "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company..." shall be deleted from the policies and certificates." SC -5.10 Contractor Requested Insurance Delete paragraph 5.10 of the General Conditions in its entirety. SC -5.12 Receipt and Application of Insurance Proceeds Delete paragraph 5.12 of the General Conditions in its entirety. SC -5.13 Alternative Settlement of Insurance Claims Delete paragraph 5.13 of the General Conditions in its entirety. City of Fayetteville Page 00800-8 1 I J 05/27/99 ISC -6.6 Progress Schedules Add a new paragraph 6.6.3. immediately following paragraph 6.6.2 which shall read: 6.6.3 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." SC -6.13 Permits Add a new paragraph 6.13.1 as follows. I "6.13.1 CONTRACTOR shall obtain, and maintain on the job -site, an NPDES Storm Water Discharge Permit, if needed, from the Arkansas Department of Environmental Quality (ADEQ). CONTRACTOR shall request the necessary forms and instructions by writing to the following address: ADEQ P.O. Box 8913 Little Rock, Arkansas 72219-8913 SC -6.30 Contractor's General Warranty and Guarantee ' Add a new paragraph 6.30.3 immediately following paragraph 6.30.2 which shall read: "6.30.3 For a period of two 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 year warranty period will be as decided by the ENGINEER and will be either the date of the ENGINEER's recommendation for Final Payment in accordance with Article 14.13, Final Payment and Acceptance, or the date of Substantial Completion as specified in Article 14.8. 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 City of Fayetteville Page 00800-9 I I 05/27/99 or replacements promptly, OWNER may perform the work and the CONTRACTOR and the CONTRACTOR's Surety shall be liable for all costs thereof." SC -7.1 Related Work at the Site Delete paragraph 7.1 of the General Conditions in its entirety and insert the following in its place. I "7.1 The Work is part of a Capital Improvements Program. As a result of the City's proposed , improvements, additional right-of-way and/or easements may or may not be obtained by the City. Some utilities in the area may have to undertake various relocation and demolition in the Project area. Known utilities being required to relocate are water and some sewer. The known scope of each of these is indicated in the Summary of Work. However, OWNER and ENGINEER do not have all information concerning the proposed relocations of other utilities, nor is the proposed schedule for relocating these utilities known. Also, OWNER and ENGINEER cannot be certain that each and every utility requiring relocation have been identified as to type and owner. It is likely that conditions at the site could vary according to work done by other utility owners prior to the start of the Work under these Contract Documents. CONTRACTOR shall have no right to make a claim for changes in the Contract Price or Contract Time as a result of the work of other utility owners being done by those owners as a result of this Project, other than the right for additional quantities of Unit Price Work, if applicable." SC -7.2 Coordination of Contractors Delete the first sentence of paragraph 7.2 of the General Conditions and insert the following sentence in its'place. "CONTRACTOR shall afford each utility owner and proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the ' execution of such other work and shall properly connect and coordinate the Work with theirs." Delete the last sentence of paragraph 7.2 of the General Conditions in its entirety. SC -7.5 Separate Contractor Claim ' Add a new paragraph immediately after paragraph 7.4 of the General Conditions which shall read as follows: ' "7.5 Should CONTRACTOR cause damage to the Work or property of any separate contractor (or separate party) at the site, or should any claim arising out of CONTRACTOR'S performance of the Work at the site be made by any separate contractor (or separate party) against CONTRACTOR, OWNER or ENGINEER, or any such person, CONTRACTOR shall promptly City of Fayetteville Page 00800-10 1 I ' 05/27/99 attempt to settle with such other separate contractor (or separate party) by agreement or otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees and charges ' of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor (or separate party) against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor (or separate party) cause damage to the Work or property of CONTRACTOR or should the performance of Work by any separate contractor (or separate party) at the site give rise to any ' other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER or ENGINEER or permit any action against them to be maintained and continued in CONTRACTOR'S name for benefit in any court or before any arbitrator which seeks to impose ' liability on, or recover damages from OWNER or ENGINEER on account of such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor (or separate party) and OWNER and CONTRACTOR are ' unable to agree as to the extent of any adjustment in Contract Time attributable thereof, CONTRACTOR may make a claim for an extension of time in accordance with Article 12 of the General Conditions. An extension of the Contract Time shall be the CONTRACTOR'S exclusive remedy with respect to OWNER and ENGINEER for any delay, disruption, interference or hindrance caused by any separate contractor (or separate party). This paragraph does not prevent recovery from OWNER or ENGINEER for activities that are their respective contractual responsibilities." SC -8.5 Owner's Property Insurance Delete paragraph 8.5 of the General Conditions in its entirety. SC -9.3 Project Representative Paragraph 9.3 of the General Conditions is herein modified to include the furnishing of a Resident Project Representative by ENGINEER. The responsibilities and authority and limitations thereon of the Resident Project Representative are as provided in paragraph 9.13 of the General Conditions and Exhibit GC -A to these Supplementary Conditions, "Listing of Duties, Responsibilities and Limitations of Authority of Resident Project Representative." I City of Fayetteville Page 00800-11 05/27/99 SC -10.6 Authority for Changes in the Work Add a new paragraph 10.6 immediately following paragraph 10.5 of the General Conditions to read: "10.6 CONTRACTOR shall note and abide by the following limits of authority of OWNER and ENGINEER for changes in the Work which require a change in the Contract Price or Contract time. Except in the case of extreme emergency to protect public safety, public welfare or substantial Work, the following limits of Authority to the OWNER and ENGINEER shall apply: Engineer's Representative - No authority. Engineer - No authority. Mayor - $20,000.00 (Accumulative). All accumulative changes which result in Contract Price changes in excess of $20,000.00 shall require the formal approval of the Fayetteville City Council." SC -11.9.3. Unit Price Adjustment Paragraph 11.9.3 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: "11.9.3 The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 11.9.3.1. if the total cost of a particular item of Unit Price Work amounts to 25 percent or more of the Contract Price and the variation of the quantity of that particular item of Unit Price Work performed by CONTRACTOR differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and 11.9.3.2. if there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof; or 11.9.3.4 if OWNER believes that the quantity variation entitles OWNER to an adjustment in the unit price, then City of Fayetteville Page 00800-12 I I I I I I C C 05/27/99 11.9.3.5 either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 of the General Conditions if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed." SC -12.3 EXTENSION OF CONTRACT TIMES Delete the words "abnormal weather conditions" from the second sentence of paragraph 12.3 of the General Conditions, and add the following sentences at the end of paragraph 12.3. "Contractor will be allowed delays for weather conditions, based on the concurrence of Contractor and Owner or Engineer, for two circumstances: I)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 -14.2 Application for Progress Payment ' Paragraph 14.2 of the General Conditions is hereby deleted in its entirety and the following substituted in its place: ' "14.2.1. Monthly estimates will be prepared to include all work accomplished for the period ending the third Friday of each month, or 14.2.2. progress payments will be prepared at regular intervals, as scheduled by joint consent of CONTRACTOR and ENGINEER at the pre -construction conference. ' 14.2.3. ENGINEER, based upon data gathered during the construction process, will make an estimate of the value of the Work done and materials furnished in place during the previous ' estimate period. CONTRACTOR shall furnish to ENGINEER such detailed information including invoices from material suppliers as ENGINEER may request to aid in the preparation of the progress payment. estimate. All payment requests are subject to retainage as indicated in the Agreement. If OWNER or ENGINEER shall at any time fail to make CONTRACTOR a monthly estimate at the time herein specified, such failure shall not be held to violate or void the contract. Note that the failure of CONTRACTOR to provide an accurate and current schedule update shall be reason to reject CONTRACTOR'S request for progress payment. ICity of Fayetteville Page 00800-13 05/27/99 14.2.4. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. 14.2.5. The amount of retainage with respect to progress payments will be as stipulated in the Agreement." SC -14.4 Review of Applications for Progress Payment Delete the last sentence of paragraph 14.4 of the General Conditions and replace with the following: "After the required internal reviews and processing by OWNER, OWNER will diligently proceed to make payment to CONTRACTOR, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but OWNER cannot guarantee the 30 days maximum time." SC -14.7 Recommendation of Progress Payments Insert the following new paragraphs 14.7.3 and 14.7.4 to paragraph 14.7 of the General Conditions, as additional reasons for ENGINEER to reduce CONTRACTOR's request for progress payment, and renumber paragraphs 14.7.3 through 14.7.8 as 14.7.5 through 14.7.10. "14.7.3. liability for liquidated damages has been incurred by CONTRACTOR, 14.7.4 CONTRACTOR has failed to maintain record documents as required by paragraph 6.19, END OF SECTION City of Fayetteville Page 00800-14 I u ISection 01010 ' SUMMARY OF WORK Part 1 - GENERAL 1.1 SECTION INCLUDES A. Project Scope ' B. Work by Others IC. Work Sequence D. Contractor Use of Premises 1.2 CONTRACT SCOPE 05/27/99 A. Removal & disposal of existing sidewalks, driveways, steps, walks, and curb & gutter; and construction of sidewalks, driveways, curbs, access ramps, modular retaining wall, and all items indicated in the Drawings and Specifications. ' 1.3 -WORK BY OTHERS I I I I I I U A. None anticipated. 1.4 CONTRACTOR'S USE OF PREMISES A. Contractor shall be limited to work only in those areas obtained as rights -of -way or easements within the project. Contractor shall not use the rights -of way or easements for stockpiling of materials, or the storing of vehicles, equipment, etc. B. Contractor may obtain additional construction easements from property owners for Contractor's convenience. C. No work shall begin until all agency approvals, easements, and required permits are obtained. Note that work on this project takes place within the City of Fayetteville. The Contractor shall comply with all facets of the city's drainage ordinance. The Contractor shall comply with the requirements of the Federal Clean Water Act and the Arkansas Water and Air Pollution Control Act 472. In case of conflict between these regulations, orders, or decrees and other provisions, the restrictive requirements shall apply. I City of Fayetteville Page 01010-1 05/27/99 The National Pollutant Discharge Elimination System (NPDES) requires a permit to discharge storm water associated with industrial activity of construction sites into the waters of the United States. The Arkansas Department of Environmental Quality (ADEQ) issues the permits. The Contractor shall famish the Engineer a copy of the Notice of Intent. 1.5 WORK SEQUENCE A. The Contractor shall provide his sequence of construction for the various items to the Engineer for his review & approval. This schedule shall have the least negative impact on the adjacent property owners and provide an orderly sequence that will produce the least disruptive action. The intent is to restrict the reconstruction work to a specific area until it is complete before moving onto the next section. The City does not want the entire existing sidewalk removed at one time, but removed in progressive sections as the new sidewalk is poured. No work shall commence until the proposed work sequence has been approved. B. Establish schedules and work areas for construction. Part 2- PRODUCTS Not Used Part 3 - EXECUTION Not Used END OF SECTION Page 01010-2 , City of Fayetteville I I Section 01025 MEASUREMENT AND PAYMENT Part I - GENERAL 1.1 SECTION INCLUDES: 05/27/99 A. Delineation of measurement and payment criteria applicable to Unit Price Work, whether the unit price items are part of a unit price contract or are part of a Stipulated Price contract. B. Defect assessment and non-payment for rejected work. 1.2 AUTHORITY A. Measurement methods are delineated for each individual bid item, or for a group of similar items, under this section. B. Engineer will take all measurements and compute quantities accordingly. C. Assist by providing necessary equipment, workers, and survey personnel as required. 1.3 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by Engineer shall determine payment except those items of work that will be paid based on plan quantities.. B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the required quantities at the unit prices contracted. 1.4 MEASUREMENT OF QUANTITIES A. Measurement by Weight: Items measured by weight will use specified standard ' handbook weights unless otherwise specified in this section for an individual item. B. Measurement by Volume: Measured by cubic dimension using mean length, width and height or thickness with survey chain or a steel tape. C. Measurement by Area: Measured by square dimension using mean length and width or radius, with survey chain or steel tape. ICity of Fayetteville Page 01025-1 05/27/99 D. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord, with survey chain or steel tape. E. Individual Item Measurement: Items to be paid for "each" unit furnished and installed shall be counted by Engineer. 1.5 PAYMENT A. Payment Includes: Full compensation for required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.6 DEFECT ASSESSMENT . A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of Engineer, it is not practical to remove and replace the Work, Engineer will direct that the defective Work will be repaired to the satisfaction of Engineer, and the unit price will be adjusted to a new price at the discretion of Engineer. C. The authority of Engineer to assess the defect and identify payment adjustment is final. 1.7 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 1.8 INCIDENTAL ITEMS A. General - Items indicated as incidental to a particular payment item are considered an integral part of that payment item, and will not be measured or considered in determining payments. City of Fayetteville Page 01025-2 1 I I I 11 I I I I I 1J I This item includes the contractor's mobilization, acquisition of private storage and staging areas, ' traffic and pedestrian control measures, protection of existing improvements, installation of erosion control measures including periodic cleaning of the street in the work area and all other items necessary for a complete project which are not paid for under any other pay item. This item includes protecting and relocating the existing brass letters in concrete as noted on the Drawings. This item shall include all expenses associated with filing for the appropriate permits with all governing agencies. ' B. Incidental Items - Incidental items include furnishing all equipment, materials, and labor necessary to complete the various items of this work. C. Related Items - None. D. Units and Measurement - Payment shall be as a lump sum. 05/27/99 B. Safety - Safety is considered as incidental to every payment item, except for excavation safety, which is a separate bid item. C. Testing - Testing of installed work required by the specifications to be completed by Contractor is incidental to any item included in the unit or system being tested. Retesting after corrective action to Work initially found to be defective is incidental to the item. E. Excess Excavation - Excess excavation is generally incidental to the payment item, except where Engineer has indicated that an excavation be expanded due to subsurface conditions. Excess excavation undertaken by Contractor to stabilize the trench bottom or walls, where dewatering or shoring would be suitable to correct trench conditions, will not be paid. Excess excavation includes backfrlling with approved material as specified or as indicated on the Drawings. 1.9 PAYMENT ITEMS 1. Mobilization, storage, traffic and pedestrian control, site preparation, erosion control, tree protection, protection and relocation/replacement of all landscaping including landscaping border materials, relocation and protection of existing brass letters as identified on the plans, and all incidentals not specified elsewhere. A. Description - Mobilization, storage, traffic and pedestrian control, site preparation, erosion control, tree protection, protection and relocation/replacement of all landscaping including landscaping border materials, relocation and protection of existing brass letters as identified on the plans, and all incidentals not specified elsewhere necessary to accomplish the removal, disposal and reconstruction as defined in the contract documents. I ICity of Fayetteville Page 01025-3 j 05/27/99 ' E. Partial Payment Provisions - To be paid as a percentage of the amount bid, in proportion to the ratio of all other items included in a pay request to the total Contract Price. 2. Tree protection fencing. ' A. Description - This item shall be full compensation for the full and complete installation of tree ' protection fencing as required by the Owner's representative in the field. B. Incidental Items - Any type of minor removals or protections as field directed for the installation , of the tree protection fencing and all equipment, labor, and materials necessary to complete this work. C. Related Items - Note the contract requirements for "special hand removal of existing ..." in the , areas to protect existing trees and tree roots. Mobilization, protection of existing improvements .... is a separate pay item, refer to item no. 1. D. Units and Measurement - Payment shall be at the unit price per linear foot of tree protection fencing properly installed. Payment will be at the quantity measured in the field by the contractor and the Owner's representative. E. Partial Payment Provisions - No partial payment will be made for this item. 3. Remove and disposal of existing sidewalk. , A. Description - Remove and dispose of existing sidewalks as indicated on the Drawings and field , verified by the engineer. Includes the proper and safe disposal of all removed materials in compliance with all applicable Local, State and Federal regulations. Care shall be taken not to damage the existing concrete curb. Care shall be taken not to over excavate the existing subgrade under the existing sidewalk. This item does not include unclassified excavation. Unclassified excavation shall be required as field determined by the Owner's representative after removal of the existing sidewalk and is paid separately as bid item no. 7. , B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to ' complete this work. C. Related Items - Refer to bid items no.3, 4, 5, 6 and 7. , Note the contract requirements for "special hand removal of existing ..." in the areas to protect existing trees and tree roots. ' City of Fayetteville Page 01025-4 ' I I I I I C1 05/27/99 Mobilization, protection of existing improvements .... is a separate pay item, refer to item no. 1. Unclassified excavation is a separate pay item. D. Units and Measurement - Payment shall be at the unit price per square foot of sidewalk removed and properly disposed. Payment will be at the quantity measured in the field by the contractor and the Owner's representative. E. Partial Payment Provisions - No partial payment will be made for this item. 4. Remove and disposal of existing driveway, driveway approach and driveway curb. ' A. Description - Remove and dispose of existing driveway, driveway approach and driveway curb as indicated on the Drawings and field verified by the engineer. I I I C Includes the proper and safe disposal of all removed materials in compliance with all applicable Local, State and Federal regulations. Care shall be taken not to damage the concrete street curb. This item does not include unclassified excavation. Unclassified excavation shall be required to provide for the required 6 inch thickness of class 7 ABC and/or as field determined after removal of the materials and is paid separately as bid item no. 7. B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to complete this work. C. Related Items - Refer to bid items no. 3, 4, 5, 6 and 7. ' Note the contract requirements for "special hand removal of existing ..." in the areas to protect existing trees and tree roots. I I I I Mobilization, site preparation .... is a separate pay item, refer to item no. 1. D. Units and Measurement - Payment shall be at the unit price per square foot of driveway, driveway approach and driveway curb removed and properly disposed. Payment will be at the quantity measured in the field by the contractor and the Owner's representative. E. Partial Payment Provisions - No partial payment will be made for this item. City of Fayetteville Page 01025-5 05/27/99 5. Remove and disposal of existing street curb and gutter as determined in the field by the engineer. A. Description - Remove and dispose of existing street curb and gutter as determined in the field by the engineer. Includes the proper and safe disposal of all removed materials in compliance with all applicable Local, State. and Federal regulations. Care shall be taken not to damage the concrete street curb beyond the limits as field determined by the engineer. This item does not include unclassified excavation. Unclassified excavation shall be required as field determined after removal of the existing sidewalk and is paid separately as bid item no.7. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items - Refer to bid items no. 3, 4, 5, 6 and 7. Note the contract requirements for "special hand removal of existing ..." in the areas to protect existing trees and tree roots. Mobilization, site preparation .... is a separate pay item, refer to item no. 1. D. Units and Measurement - Payment shall be at the unit price per linear foot of curb & gutter removed and properly disposed. Payment will be at the quantity measured in the field by the contractor and the Engineer's representative. E. Partial Payment Provisions - No partial payment will be made for this item. 6. Remove and disposal of existing concrete steps, concrete walk and/or concrete curb as necessary to construct new concrete access ramps. A. Description - Remove and disposal of existing concrete steps, concrete walk and/or concrete curb as necessary to construct new concrete access ramps and/or field determined by the engineer. Includes the proper and safe disposal of all removed materials in compliance with all applicable Local, State and Federal regulations. Care shall be taken not to damage the concrete street curb beyond the limits as field determined by the engineer. This item does not include unclassified excavation. Unclassified excavation shall be required as field determined after removal of the existing sidewalk and is paid separately as bid item no. 7. City of Fayetteville Page 01025-6 I I LJ I 05/27/99 B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to complete this work. C. Related Items - Refer to bid items no. 3, 4, 5, 6 and 7. Note the contract requirements for "special hand removal of existing ..." in the areas to protect existing trees and tree roots. Mobilization, site preparation .... is a separate pay item, refer to item no. 1. Unclassified excavation is a separate pay item. D. Units and Measurement - Payment shall be at the unit price per square foot of materials removed and properly disposed. Payment will be at the quantity measured in the field by the contractor and the Engineer's representative. E. Partial Payment Provisions - No partial payment will be made for this item. 7. Unclassified excavation. A. Description - all excavation including scalping, excavation for additional sidewalk widths, excavation for undercut to replace field determined unacceptable soils, undercut for class 7 ABC at drives and all other excavation necessary to construct the completed project per the contract documents. Care shall be taken not to damage the concrete street curb. B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to complete this work. C. Related Items - Refer to bid items no. 1, 3, 4, 5, 8,9 and 10. ■ Note the contract requirements for "special hand removal of existing ..." in the areas to protect existing trees and tree roots. Mobilization, site preparation .... is a separate pay item, refer to item no. 1. 1 Class 7 ABC and "hillside" fill are separate pay items. ID. Units and Measurement - Payment shall be at the unit price per cubic yard of unclassified materials excavated and properly disposed. Payment will be at the quantity measured in the field by the contractor and the Owner's representative. City of Fayetteville Page 01025-7 I 05/27/99 1 E. Partial Payment Provisions - No partial payment will be made for this item. 8. Special hand removal of existing sidewalk, existing base and existing subgrade at areas identified for special tree root protection on the plans and/or identified in the field by the engineer. A. Description - Remove and dispose of existing sidewalks and existing subgrade or soils at the tree roots by hand (no heavy equipment allowed near tree roots) as indicated on the Drawings and/or field determined by the Owner's representative. This item includes special care and considerations to protect the existing tree roots. Further this item includes the proper and safe disposal of all removed materials in compliance with all applicable Local, State and Federal regulations. Care shall be taken not to damage the existing concrete curb. Care shall be taken not to over excavate the existing subgrade under the existing sidewalk. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items - Refer to bid items no.2. D. Units and Measurement - Payment shall be at the unit price per square foot of sidewalk and underlaying materials removed and properly disposed. Payment will be at the quantity measured in the field by the contractor and the Owner's representative. E. Partial Payment Provisions - No partial payment will be made for this item. 9. Select "hillside" backfill. I I I I I I I I I L A. Description - This item includes the furnishing, placement and compaction of select "hillside" materials if needed as determined in the field by the Owner's representative. 1 B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items - Refer to bid item no.2. D. Units and Measurement - Payment shall be at the unit price per cubic yard of "hillside" fiimished and compacted in place. Payment will be at the quantity measured in the field by the contractor and the Owner's representative. E. Partial Payment Provisions - No partial payment will be made for this item. 10. Class 7 aggregate base course (ABC). I I I I I City of Fayetteville Page 01025-8 , I ' 05/27/99 IA. Description - This item includes the furnishing, placement and compaction of AHTD defined class 7 aggregate base course (ABC) under the 6 inch thickness concrete drives and walks and in other locations as determined in the field by the Owner's representative. B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to ' complete this work. C. Related Items - Refer to bid items no.13 and 14. ' D. Units and Measurement - Payment shall be at the unit price per ton of class 7 ABC famished and compacted in place. Payment will be based upon certifiable weight tickets furnished by the contractor. Limited to the theoretical weights determined by calculations for a 6 inch course thickness. ' E. Partial Payment Provisions - No partial payment will be made for this item. 11. Construct new 4 inch thickness concrete sidewalk complete in place including ' compaction of existing subgrade. A. Description - This item includes the furnishing, placement and construction of a 4 inch thickness ' concrete sidewalk complete with all joints and joint materials as required in the contract documents. Further this item includes the compaction of the existing subgrade for construction of the new ' sidewalk. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to ' complete this work. C. Related Items D. Units and Measurement - Measurement and payment shall be at the unit price per square foot of new 4 inch thickness concrete sidewalks completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. ' 12. Construct new 4 inch thickness concrete sidewalk complete in place including compaction of existing subgrade as needed to repair, replace and/or match existing concrete walks, ramps... as directed in the field by the engineer. A. Description - This item includes the furnishing, placement and construction of a 4 inch thickness ' concrete sidewalk complete with all joints and joint materials to match existing walks and as required in the contract documents. Further this item includes the compaction of the existing subgrade for construction of the new sidewalk. City of Fayetteville Page 01025-9 05/27/99 B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items. D. Units and Measurement - Measurement and payment shall be at the unit price per square foot of new 4 inch thickness concrete sidewalks completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. 13. Construct new 6 inch thickness concrete sidewalk complete in place. A. Description - This item includes the furnishing, placement and construction of a 6 inch thickness concrete sidewalk complete with all joints and joint materials as required in the contract documents. Further this item includes the compaction of the existing subgrade for construction of the new sidewalk. Unclassified excavation and the 6 inch thickness class 7 ABC are paid for separately. B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to complete this work. C. Related Items. D. Units and Measurement - Measurement and payment shall be at the unit price per square foot of new 6 inch thickness concrete sidewalks completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. • 14. Construct new 6 inch thickness concrete driveway approach complete in place including compaction of existing subgrade and construction of new 6 inch tapered integral driveway curbs. A. Description - This item includes the furnishing, placement and construction of a 6 inch thickness concrete driveway approach complete with all joints and joint materials and integrally formed concrete curbs as required in the contract documents. Further this item includes the compaction of the existing subgrade for construction of the new sidewalk. Unclassified excavation, 6 inch thickness class 7 ABC and standard modified concrete curb and gutter are paid for separately. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items - Bid item 22, standard modified concrete curb and gutter. City of Fayetteville Page 01025-10 I II ' 05/27/99 D. Units and Measurement - Measurement and payment shall be at the unit price per square foot of new 6 inch thickness concrete driveway approach completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. 15. Construct new 4 inch thickness concrete access ramp complete in place including compaction of existing subgrade and construction of new 6 inch tapered integral curbs. A. Description - This item includes the furnishing, placement and construction of a 4 inch thickness concrete sidewalk access ramp complete with all joints and joint materials and integrally formed concrete curbs per the contract documents. Further this item includes the compaction of the existing subgrade for construction of the new sidewalk access ramps. B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to complete this work. C. Related Items. D. Units and Measurement - Measurement and payment shall be at the unit price per square foot of new 4 inch thickness concrete access ramps completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. 16. Special construction of new 6 inch thickness concrete sidewalk complete in place including reinforcing steel, 6 mil vapor barrier, variable thickness (4 inch minimum) concrete rock aggregate and geotechnical fabric placed by hand over existing tree roots. A. Description - This item includes the furnishing, placement and construction of a special 6 inch thickness concrete sidewalk in the areas of the existing tree roots as described in the contract documents. This item includes the concrete sidewalk, complete with all joints and joint materials per the contract documents, the reinforcing steel, the 6 mil vapor barrier, the concrete rock aggregate and the geotechnical fabric. Special care is required to protect the existing tree and tree roots. Heavy equipment shall not be allowed on the tree roots. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items I City of Fayetteville Page 01025-11 05/27/99 D. Units and Measurement - Measurement and payment shall be at the unit price per square foot of new, special, 6 inch thickness concrete sidewalk completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. 17. Construct new 12 inch depth modular retaining wall of variable height from 8 inch minimum to 24 inch maximum. A. Description - This item includes the furnishing, placement and construction of a modular 12 inch depth retaining wall of variable height complete in place per the contract documents. This item shall include the special cap units for the top of the wall. Excavation, class 7 ABC and backfill shall be paid for separately. Special care is required to protect the existing tree and tree roots. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items D. Units and Measurement - Measurement and payment shall be at the unit price per square foot of surface area of modular retaining wall installed complete in place. E. Partial Payment Provisions - No partial payment will be made for this item. 18. Imported topsoil. A. Description - This item includes the furnishing and placement of imported topsoil for final grading and clean-up per the contract documents and/or as directed by the Owner's representative in the field. Excavation and seed/mulch shall be paid for separately. Special care is required to protect the existing tree and tree roots. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items. D. Units and Measurement - Measurement and payment shall be at the unit price per cubic yard of imported topsoil furnished and installed complete in place. City of Fayetteville Page 01025-12 05/27/99 E. Partial Payment Provisions - No partial payment will be made for this item. 19. Painted island per detail 3/S5 A. Description - This item includes the furnishing and construction of a painted island per detail 3/S5 on the Drawings and further defined in the technical specifications. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items D. Units and Measurement - Measurement and payment shall be at the lump sum bid price. E. Partial Payment Provisions - No partial payment will be made for this item. 20. Construct new concrete mountable curb per detail 3/S5. A. Description - This item includes the furnishing, placement and construction of a concrete mountable curb complete at the location as shown on the Drawings or as required by the Owner's representative in the field. B. Incidental Items - Refer to bid item no. 1 and all equipment, labor, and materials necessary to complete this work. C. Related Items . D. Units and Measurement - Measurement and payment shall be at the unit price per linear foot of new 4 inch thickness mountable curb completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. 21 and 22. Construct new standard concrete curb and gutter and/or new standard modified concrete curb and gutter. I I I A. Description - This item includes the furnishing, placement and construction of a concrete curb and gutter complete in place at the locations shown on the Drawings or as required by the Owner's representative in the field. B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to complete this work. C. Related Items. ICity of Fayetteville Page 01025-13 05/27/99 D. Units and Measurement - Measurement and payment shall be at the unit price per linear foot of new concrete curb and gutter completed in place. E. Partial Payment Provisions - No partial payment will be made for this item. 23. Final cleanup, seeding and mulching. A. Description - This item includes the final cleanup, seeding and mulching which shall include the final raking and grading of the finished grades, and the placement of seed and mulch. B. Incidental Items - Refer to bid item no. I and all equipment, labor, and materials necessary to complete this work. C. Related Items. D. Units and Measurement - Measurement and payment shall be at the unit bid price per acre or nearest one -hundredth thereof, as measured by the contractor and the Owner's representative. E. Partial Payment Provisions - No partial payment will be made for this item. Part 2- PRODUCTS Not Used Part 3- EXECUTION Not Used END OF SECTION City of Fayetteville Page 01025-14 ' I I 05/27/99 Section 01027 APPLICATIONS FOR PAYMENT Part 1 - GENERAL 1.1 SUMMARY 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 I of these Specifications. ' 2. The Contract Price and the schedule for payments are described in the General Conditions. 3. Payments upon Substantial Completion and Final Completion of the Work are described in the General Conditions and in Section 01700 of these Specifications. 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 01720 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 2.9 of the General Conditions, and further described in Section 01370 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 A. Contractor shall submit a request for payment by filling in the agreed data, by typewriter ' or neat lettering in ink, on "Application for Payment" form provided by Engineer, plus ICity of Fayetteville Page 01027-1 05/27/99 continuation sheet or sheets. 1.4 PREPARATION OF APPLICATIONS A. Present required information in typewritten form. B. Contractor shall date and sign the Application for Payment in ink. C. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item work. 1.5 SUBMITTAL PROCEDURES A. Contractor shall submit the original of the Application for Payment, plus two identical copies including continuation sheet(s) to Engineer. B. Engineer shall review submittal and, either: 1. Return the Application for Payment to Contractor indicating in writing the reasons for refusing to recommend payment. Contractor shall re -submit revised Application For Payment. 2. Engineer will sign the Application for Payment and present to Owner for , payment. C. Owner shall review Application for Payment and either: 1. Give immediate notice of any portions of the recommended amounts withheld , from payment in accordance with the General Conditions paragraphs 14.7.5 - 14.7.8. 2. Sign Application For Payment and make disbursement to Contractor. D. Engineer will distribute signed copies of Application for Payment to Contractor, Owner and Engineer's file. Additional copies of Application for Payment will be distributed by Engineer to the appropriate funding agency or agencies, if required. 1.6 SUBSTANTIATING DATA A. If payment request is for materials and for equipment, or when Engineer requires ' substantiating information, Contractor shall also submit copies of invoices or documentation as set forth in paragraph 14.2 of the General Conditions. City of Fayetteville Page 01027-2 1 05/27/99 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. Part 2 - PRODUCTS ' Not used. Part 3- EXECUTION Not used. ' END OF SECTION 1 I. I. 1 1 1 I. ' City of Fayetteville Page 01027-3 5/27/99 Section 01035 MODIFICATION PROCEDURE Part 1- GENERAL 1.1 SUMMARY A. This section describes steps to make changes in the Work, Contract Price, Contract Times, or any combination thereof, as are described in written Change Orders signed by Owner, Contractor, and Engineer and issued after execution of the Agreement, and in other instruments of change as described herein in accordance with the provisions of this Section. Section includes: 1. Documentation of change in Contract Price and Contract Time. 2. Change procedures. 3. Work Change Directive. 4. Stipulated Price Change Order. 5. Unit price change order. 6. Time and material change order. 7. Execution of Change Orders. 8. Correlation of Contractor submittals. B. Related work: 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. 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. City of Fayetteville Page 01035-1 I 5/27/99 ' 1.3 FORMAT A. Change Order Form: EJCDC 1910-8-B. B. Work Change Directive Form: EJCDC 1910-F. C. Field Order Form: Engineer's letter. ' C 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. I 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. 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 9.5 of the General Conditions by issuing a Field Order. I I 1l I I 11 I I I City of Fayetteville - Page 01035-2 1 5/27/99 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. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on notice of change and Contractor's fixed price quotation and subsequent negotiations. 1.8 UNIT PRICE CHANGE ORDER A. 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 A. Submit itemized account and supporting data after completion of change, within time limits indicated in the General Conditions. B. Engineer will determine the change allowable in Contract Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on time and material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. City of Fayetteville Page 01035-3 Gil►1II M 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. C. Promptly enter changes in Project Record Documents. Part 2- PRODUCTS Not Used. Part 3 - EXECUTION Not Used. END OF SECTION City of Fayetteville Page 01035-4 :�bi�7r �I7 Section 01040 COORDINATION AND MEETINGS Part 1 - GENERAL SUMMARY 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 1.3 RELATED SECTIONS A. Documents affecting work of this Section include, but are not necessarily limited to General Conditions, Supplementary Conditions, and Section in Division I of these Specifications. COORDINATION A. Coordinate construction activities with other contractors working in the same vicinity on other projects, as applicable. It is anticipated that City crews will be conducting road and utility work in the project area during the same time frame. B. The Contractor, on the basis of the schedule and progress meetings shall notify the appropriate property owners of demolition, construction 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 or performing work on any right-of-way or easement. It shall be the responsibility of the Contractor to provide a minimum of 72 hours advance notice to the Engineer, Traffic department, Police Department, and Fire Department prior to cutting or blocking any public street or roadway. All work that the Contractor will do that is related to traffic control devices or other related items shall be coordinated with the Traffic Department superintendent, Mr. Perry Franklin. That telephone number is 575-8228. City of Fayetteville Page 01040-1 05/27/99 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. 1.4 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a mandatory preconstruction conference before any Work at the site will be allowed to commence. B. Attendance Required: Authorized representatives of Owner, Engineer, and Contractor. 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 the 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. City of Fayetteville Page 01040-2 05/27/99 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work beginning at weekly intervals or as determined by Engineer. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two days to Engineer, Owner, participants, and those affected by decisions made. C. Attendance. Required: Job superintendent, major Subcontractors and suppliers, Owner, Engineer, and others as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. City of Fayetteville Page 01040-3 05/27/99 Part 2- PRODUCTS Not Used Part 3 - EXECUTION Not Used END OF SECTION City of Fayetteville Page 01040-4 05/27/99 Section 01051 CONSTRUCTION SURVEYS Part 1 - GENERAL 1.1 SUMMARY A. This Section defines staking services that Engineer will furnish, and sets forth responsibilities of Contractor regarding the use and maintenance of same. B. Related Work: Documents affecting work of this Section include, but are not limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. C. Definitions 1. "Control Stakes" are the original reference points set by the Engineer for the construction work. ?. "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: 1. Set temporary bench marks. 2. Set baseline staking. 3. Reset stakes found to be in error. B. Contractor shall provide the following staking: 1. All construction staking except as provided by Engineer above. 2. Reset stakes, marks or pins lost due to Contractor's operations. 1.3 CONTROL STAKING A. Notification 1. Notify Engineer, in writing, at least five days in advance of the date when control staking services are desired. 2. Engineer shall provide control staking. City of Fayetteville Page 01051-1 05/27/99 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 1. 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 City of Fayetteville Page 01051-2 I 5/27/99 Section 01060 REGULATORY REQUIREMENTS Part 1- GENERAL 1.1 SECTION INCLUDES: A. Listing of certain applicable local, state, and federal regularity requirements applicable to the project. B. Discussion of specific implementation of certain regulatory requirements. 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 I of these Specifications. B. Section 01090 - Reference Standard: applicable consensus standards. C. Specific Sections of this Specification include additional requirements of local, state, and federal regulatory requirements. 1.4 AMERICANS WITH DISABILITIES ACT A. Comply with portions applicable to construction and construction sites. 1.5 FAYETTEVILLE WATER AND SEWER STANDARDS A. Water standards are available from the City of Fayetteville Engineering Department. Sewer standards in an unapproved draft form should be obtained by Contractor and referred to when applicable. City of Fayetteville Page 01060-1 I 1 5/27/99 1.6 ARKANSAS HIGHWAY AND TRANSPORTATION I A. Construction standards as listed in individual Specification Sections. 1.7 ARKANSAS DEPARTMENT OF HEALTH A. Project has been submitted to ADOH for approval with applicable design standards. B. Do not deviate from ADOH approved Drawings and Specifications without approval of Engineer. C. Deviations requested by Contractor which require re -submittal to ADOH - Contractor will 1 reimburse Owner for cost of re -submittal and obtaining approval. 1.8 NPDES STORM WATER DISCHARGE PERMIT , A. NPDES Permit - Apply to the State of Arkansas for storm water discharges during construction at this site to be covered by General NPDES Permit No. ARR10A000. This application includes filing a Notice of Intent (NOI) and preparing a Storm Water Pollution Prevention Plan. ' B. Permit Activities: Manage the discharge of storm water from the project areas in accordance with the NPDES permit and the following provisions. 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. i 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. ' City of Fayetteville Page 01060-2 ' I 5/27/99 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. 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 I. 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. I [1 I I I 1J I I I Monitor the suitability of the designated management practices to achieve the storm water quality provisions of the permit, and notify Engineer of the any changes made to management practices. If changes are ordered by Engineer, an adjustment in Contract Price shall be considered in accordance with the General Conditions. However, Contractor's failure to monitor or report deficiencies to Owner will result in Contractor being liable for fines and construction delays resulting from any federal or state agency enforcement action. Part 2- PRODUCTS Not Used Part 3 - EXECUTION Not Used END OF SECTION ICity of Fayetteville Page 01060-3 05/27/99 Section 01090 REFERENCE STANDARDS AND ABBREVIATION 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 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. Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 City of Fayetteville Page 01090-1 05/27/99 E. ANSI American National Standards Institute 1430 Broadway New York, NY 10018 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 I. CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036 J. EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005 K. FS Federal Specifications General Services Administration, , Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Building 197 Washington, DC 20407 L. MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 M. PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 City of Fayetteville Page 01090-2 I I N. UL Underwriters' Laboratories, Inc. ' 333 Pfringston Road Northbrook, IL 60062 05/27/99 ' 1.4 ABBREVIATIONS Whenever the following abbreviations and acronyms are used, they shall have the corresponding r meaning as follows. AGA - American Gas Association ' AHTD - Arkansas Highway and Transportation Department ASHTD - Arkansas Highway and Transportation Department AISC - American Institute of Steel Construction APA - American Plywood Association 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 Li I I I I ICity of Fayetteville Page 01090-3 I 05/27/99 A - Ampere cfin . - cubic feet per minute CGMP - corrugated galvanized metal pipe DIP - ductile iron pipe gpm - gallons per minute Hp - horsepower MGD - million gallons per day N.C. - normally closed N.O. - normally open ppm - parts per million psi - pounds per square inch PVC - polyvinyl chloride (pipe) •R - motor starter relay RCP - reinforced concrete pipe rpm - revolutions per minute T.D. - time delay TDH - total dynamic head V -volt Part 2- PRODUCTS Not Used Part 3 - EXECUTION Not Used City of Fayetteville Page 01090-4 I 05/27/99 ' Section 01300 I. SUBMITTALS Part 1- GENERAL 1.1 SUMMARY IA. This Section expands upon requirements regarding administrative and procedural requirements for submittals of progress schedules, shop drawings, product data, samples, manufacturer's instructions, and manufacturer's certificates. ' B. Related Work: ' 1. Section 01400 - Quality Control: Manufacturers' field services and reports. 2. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates, and closeout submittals. ' 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with form accepted by Engineer. B. Sequentially number the transmittal forms. Re -submittals to have original number with an alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. ' D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. ' E. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate submission of related items. ' F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. I City of Fayetteville Page 01300-1 05/27/99 G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identity all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1W 1.4 CONSTRUCTION PROGRESS SCHEDULES A. B. C. D. E. F. Submit initial progress schedule in duplicate within 15 days after date of Owner - Contractor Agreement for Engineer review. Update in accordance with Section 01310 and resubmit with each pay request Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate estimated percentage of completion for each item of Work at each submission. Indicate submittal dates required for shop drawings, product data, and samples. SHOP DRAWINGS A. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. B. Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. C. Unless otherwise specified, make submittals in groups containing all associated items to assure that information is available for checking each item when it is received. 1. Partial submittals may be rejected as not complying with the provisions of the Contract. 2. The Contractor may be held liable for delays so occasioned. D. Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and re -submittals, and for placing orders and securing delivery. City of Fayetteville Page 01300-2 1 III I I Il I 05/27/99 E. In scheduling, allow at least ten working days for review by the Engineer following the Engineer's receipt of the submittal. F. Submittal log: 1. Maintain an accurate submittal log for the duration of the Work, showing current status of all submittals at all times. 2. Make the submittal log available to the Engineer for the Engineer's review upon request. G. After review distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700 - Contract Closeout. 1 1.5 PRODUCT DATA E II I I I I f-1 A. Submit the number of copies which the Contractor requires, plus two copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 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 IA. When specified in individual specifications Sections, submit manufacturers' printed City of Fayetteville Page 01300-3 05/27/99 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. 1.8 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate that material or product conforms to or exceeds specified requirements. Submit supporting reference data affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. Part 2- PRODUCTS Not Used Part 3 - EXECUTION Not Used END OF SECTION City of Fayetteville Page 01300-4 05/27/99 Section 01310 PROGRESS SCHEDULES Part 1- GENERAL 1.1 SUMMARY A. This Section includes procedural requirements for preparation, submittal, and updating of Contractor's construction progress schedules. B. Related Work: 1. Documents affecting work of this Section include, but are not limited to, General Conditions, Supplementary Conditions, and Sections in Division 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' /2 x 11 inches (216 x 279 mm) 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Identify work of separate stages and other logically grouped activities. D. Provide sub -schedules to define critical portions of the entire Schedule. City of Fayetteville Page 01310-1 I 05/27/99 E. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. F. Provide separate schedule of submittal dates for shop drawings, product data, and samples, and dates reviewed submittals will be required from Engineer. G. Coordinate content with Schedule of Values specified in Section 01370. 1.4 REVISIONS TO SCHEDULES I A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within two (2) days after date of Notice of Award. After review, resubmit required revised data within two. (2) 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. Part 2 -PRODUCTS , Not Used I City of Fayetteville Page 01310-2 , ' 05/27/99 Part 3- EXECUTION ' Not Used ' END OF SECTION I 1 I 1 ' City of Fayetteville Page 01310-3 I I I Li I I II II I I n I Li I Section 01410 TESTING LABORATORY SERVICES Part I - GENERAL 05/27/99 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 I 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. I 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. 1.3 DELIVERY, STORAGE, AND HANDLING A. Comply with pertinent provisions of Section 01620. ICity of Fayetteville Page 01410-1 I 05/27/99 B. Promptly process and distribute required copies of test reports and related instructions to , assure necessary re -testing and replacement of materials with the least possible delay in progress of the Work. Part 2 -PRODUCTS , 2.1 PROOF OF MATERIALS TESTING A. Materials to be incorporated into the work shall be tested, using suitable laboratory and source quality control tests, as indicated in individual specification Sections, to prove , their compliance with the Specifications. B. Proof of materials testing shall be paid for by Contractor. 2.2 PROOF OF CONSTRUCTION TESTING A. Completed construction shall be tested, using suitable in -situ and laboratory tests, as , indicated in individual specification sections or as recommended by Engineer or required by Owner, to prove compliance of completed work with Specifications. , B. Initial proof of construction testing will be paid for by Contractor. C. When initial tests indicate non-compliance with the Contract Documents, the costs of all tests associated with that non-compliance will be borne by Contractor. 2.3 CODE COMPLIANCE TESTING A. Inspections and tests required by codes or ordinances, or by a plan approval authority, and , which are made by a legally constituted authority, shall be the responsibility of and shall be paid for by Contractor, unless otherwise provided in the Contract Documents. 2.3 CONTRACTOR'S CONVENIENCE TESTING A. Inspecting and testing performed exclusively for Contractor's convenience shall be sole , responsibility of Contractor. 1 L -j CityCity of Fayetteville Page 01410-2 1 I ' 05/27/99 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. IC. Adherence to schedule: When the testing laboratory is ready to test according to the established schedule, but is prevented from testing or taking specimens due to incompleteness of the Work, all extra charges for testing attributable to the delay may be ' back -charged to Contractor and shall not be borne by Owner. END OF SECTION IH I City of Fayetteville Page 01410-3 I 05/27/99 ISection 01500 ' CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Part 1 - GENERAL ' 1.1 SUMMARY I. 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 I. by the individual trades in execution of their own portionsof the Work are not part of this Section. ' 1.2 REQUIREMENTS A. Provide construction facilities and temporary controls needed for the Work including, but not necessarily limited to: 1. Temporary Utilities: Electricity, water and sanitary facilities. ' 2. Temporary Controls: Barriers, fencing, protection of the Work, and water control. 3. Project sign, if required. Part 2- PRODUCTS 2.1 MAINTENANCE OF TRAFFIC ' A. Keep existing roads open to all traffic. Detour routes are not required for this project. Keep the portion of the project being used by public traffic, either through or local traffic, in such condition to permit safe, continuous flow two-way traffic at all times. Where the nature of the work restricts or prohibits two-way flow, one-way operation may be maintained by use of flaggers. City of Fayetteville Page 01500-1 05/27/99 B. Conduct work as to assure the least possible obstruction to traffic (vehicular & pedestrian). Provide for safety and convenience of the general public & residents affected by construction, and protection of persons and property. Provide safe sidewalk access to all residences & businesses at all times. I I C. Maintain existing roads from the date work is begun until the project has been completed and accepted. D. Provide traffic control devices and operations required to delineate temporary hazards which result from construction. Traffic control devices shall comply with applicable portions of the MUTCD and Section 604 of AHTD. Traffic control devices which are ineffective due to size, age, wear and tear, or improper delineation shall be removed from the site and replaced with suitable devices. 2.2 UTILITIES 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. B. Electricity 1. Provide necessary temporary wiring and, upon completion of the Work, remove such temporary facility. 2. Provide and pay for electricity used in construction. C. Temporary Sanitary Facilities 1. Provide temporary sanitary facilities in the quantity required for use by all personnel. 2. Maintain in sanitary condition at all times. 2.3 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. City of Fayetteville Page 01500-2 I 05/27/99 ' 2.4 WATER CONTROL IA. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. I B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 2.5 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in 'immediate work area to minimize damage. ' C. Prohibit traffic on dressed and seeded areas. 2.6 SECURITY ' A. Provide security and facilities to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. 2.7 _ PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. ' B. Remove waste materials, debris, and rubbish from site periodically and dispose off -site. ' 2.8 TEMPORARY FENCING A. Provide and maintain for the duration of construction a temporary fence of design and type needed to prevent entry by the public onto the open excavation areas of the Work. B. Fencing shall be international orange in color, 4' high, have maximum 6 inch square ' opening and be supported by 6 foot posts located 10 feet to 12 feet on center and imbedded 18 inches into the ground. I I City of Fayetteville Page 01500-3 05/27/99 Part 3- EXECUTION 3.1 MAINTENANCE AND REMOVAL A. Remove such temporary facilities and controls as rapidly as progress of the Work will permit, or as directed by the Engineer. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. END OF SECTION City of Fayetteville Page 01500-4 rll 05/27/99 ' Section 01620 ' STORAGE AND PROTECTION Part 1- GENERAL 1.1 SUMMARY I. A. Protect products scheduled for use in the Work by means including, but not necessarily limited to, those described in this Section. ' B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited ' to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. ' 2. Additional procedures also may be prescribed in other Sections of these Specifications. ' 1.2 QUALITY ASSURANCE A. Include within the Contractor's quality assurance program such procedures as are required to assure full protection of work and materials. 1.3 MANUFACTURERS' RECOMMENDATIONS A. Except as otherwise approved by the Engineer, determine and comply with manufacturers' recommendations of product handling, storage, and protection. ' 1.4 PACKAGING A. Deliver products to the job site in their manufacturer's original container, with labels intact and legible. Ii. Maintain packaged materials with seals unbroken and labels intact until time of use. ' 2. Promptly remove damaged material and unsuitable items from the job site, and promptly replace with material meeting the specified requirements, at no additional cost to the Owner. ' B. Engineer may reject as non -complying such material and products that do not bear identification satisfactory to Engineer as to manufacturer, grade, quality, and other pertinent information. City of Fayetteville Page 01620-1 I I 05/27/99 1.5 STORAGE A. The Contractor shall not store materials, supplies and/or equipment within the rights -of- ' way or easements. 1.6 PROTECTION A. Provide the necessary care in unloading procedures to prevent damage to materials and equipment delivered to the job site. B. 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. C. 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. D. In the event of temporary suspension of work, or during inclement weather, or whenever Engineer shall direct, direct Subcontractors to carefully protect the Work and materials against damages or injury from the weather. 1.7 REPAIRS AND REPLACEMENTS A. In event of damage, promptly make replacements and repairs to the approval of Engineer and at no additional cost to Owner. B. Additional time required to secure replacements and to make repairs will not be considered by Engineer to justify an extension in the Contract Times. END OF SECTION City of Fayetteville Page 01620-2 , C1 I I I I I I I I I I I Section 01630 PRODUCT OPTIONS AND SUBSTITUTIONS Part 1- GENERAL 1.1 SUMMARY 05/27/99 A. This Section describes product options available to the Contractor, plus procedures for securing approval of proposed substitutions. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Make submittals in accordance with pertinent provisions of Section 01340. 1.2 PRODUCT OPTIONS A. The Contract is based on standards of quality established in the Contract Documents. In agreeing to the terms and conditions of the Contract, Contractor has accepted a responsibility to verify that the specified products will be available and to place orders for all required materials in such a timely manner as is needed to meet agreed upon construction schedule. Neither Owner nor Engineer has agreed to the substitution of materials or methods called for in the Contract Documents, except as they may specifically otherwise state in writing. IB. Materials and/or methods specified by name: I I I I 1. Where materials and/or methods are specified by naming one single manufacturer and/or model number, without stating that equal products will be considered, only the material and/or method named is approved for incorporation into the Work. 2. Should Contractor demonstrate to the satisfaction of Engineer that a specified material or method was ordered in a timely manner and will not be available in time for incorporation into this Work, Contractor shall submit to Engineer such data on proposed substitute materials and/or methods as are needed to help Engineer determine suitability of the proposed substitution. ' City of Fayetteville Page 01630-1 I 05/27/99 C. Where materials and/or methods are specified by name and/or model number, followed by the words "or equal": 1. The material and/or method specified by name establishes the required standard of quality; 2. Materials and/or methods proposed by Contractor to be used in lieu of materials and/or methods; 3. Information on proposed substitutions shall be submitted to Engineer in triplicate in accordance with Paragraph 6.7.1.2 of the General Conditions. D. The following products do not require further approval except for interface within the Work: El I I L] 1. Products specified by reference to standard specifications such as ASTM, , AWWA, and similar standards; 2. Products specified by manufacturer's name and catalog model number. E. Where the phrase "or equal," or "or equal as approved by Engineer," occurs in the Specifications, do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically so approved for the Work by Engineer. F. The decision of Owner shall be final. 1.3 REIMBURSEMENT OF ENGINEER'S COSTS A. In the event substitutions are proposed to Engineer after the Contract has been awarded, Engineer will record all time used by Engineer and Engineer's consultants in evaluating each such proposed substitution. B. Whether or not Engineer approves a proposed substitution, Contractor promptly upon receipt from Owner of Engineer's billing shall reimburse Owner for the charges of Engineer and Engineer's Consultants for evaluating each such proposed substitute item.. 1.4 DELAYS I Li u II I A. Delays in construction arising by virtue of the non -availability of a specified material and/or method will not be considered by Engineer as justifying an extension of the agreed Contract Time. END OF SECTION , City of Fayetteville Page 01630-2 ' I 05/27/99 ' Section 01700 CONTRACT CLOSEOUT ' Part 1 - GENERAL ' 1.1 SECTION INCLUDES IA. Description of an orderly and efficient transfer of the completed Work to Owner. B. Expands upon requirements regarding project closeout procedures, final cleaning, ' adjusting, project record documents, and warranties described to permit direct reference from individual product specification Sections. ' C. Related work: Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. ' 1.2 QUALITY ASSURANCE ' A. Prior to requesting inspection by Engineer, use adequate means to assure that the Work is completed in accordance with the specified requirements and is ready for the requested inspection. 1.3 PROCEDURES ' A. Final Completion: I1. Prepare and submit the notice required by the first sentence of Paragraph 14.11 of the General Conditions. 2. Verify that the Work is complete including, but not necessarily limited to, the items mentioned in Paragraph 14.12 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; and ' d. Work is completed and ready for final inspection. 4. Engineer will make an inspection to verify status of completion. 5. Should Engineer determine that the Work is incomplete or defective: a. Engineer promptly will so notify Contractor and Owner, in writing, listing the incomplete or defective work. b. Remedy the deficiencies promptly, and notify Engineer when ready for reinspection. ICity of Fayetteville Page 01700-1 6. When Engineer determines that the Work is acceptable under the Contract Documents, he will request Contractor to make closeout submittals. B. Closeout submittals include, but are not necessarily limited to: 1. Project Record Documents. 2. Operation and maintenance data for items so listed in pertinent other Sections of these Specifications, and for other items when so directed by Engineer. 3. Warranties and Bonds 4. Specifications with recorded changes made by addenda. 5. Spare parts and materials extra stock 6. Evidence of compliance with requirements of government agencies having jurisdiction including, but not necessarily limited to: a. Certificates of Inspection; b. Certificates of Occupancy; 7. Certificates of Insurance for products and completed operations; 8. Evidence of payment and release of liens; 9. List of subcontractors, service organizations, and principal vendors, including names, addresses, and telephone numbers where they can be reached for emergency service at all times including nights, weekends, and holidays. C. 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. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. C. Restore areas disturbed by the Work, as specified in Section 02261. 1.5 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. City of Fayetteville Page 01700-2 ' ICJ I I 05/27/99 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. I'm B. Store Record Documents separate from documents used for construction. 1)L 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. L' 2. Date all entries. 3. Call attention to the entry by a "cloud" drawn around the area or areas affected. 4. In the event of overlapping changes, use different colors for the overlapping changes. D. Specifications: Legibly mark and record at each product section description of actual products installed, including the following. 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. F. Submittal, Review, and Approval 1. Submit the completed set of Project Record Documents to Engineer for review. 2. Participate in review meetings as required. 3. Make required changes and promptly deliver the final Project Record Documents to Engineer. G. Contractor has no responsibility for recording changes in the Work subsequent to Final Completion, except for changes resulting from work performed under Warranty. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, Suppliers, and manufacturers. tev City of Fayetteville Page 01700-3 05/27/99 C. Provide Table of Contents and assemble in three ring binder with durable plastic cover. ' D. Submit prior to final Application for Payment. , Part 2 -PRODUCTS , Not Used Part 3 - EXECUTION Not Used ' END OF SECTION , 1 I 1 1 1 1 City of Fayetteville Page 01700-4 , C ' 05/27/99 ' wi< Section 02050 t, bm DEMOLITION Part 1 GENERAL 1.1 SECTION INCLUDES ' A. Remove and dispose of existing sidewalks, steps, walks, curb & gutter, driveway CU materials, (e.g. asphalt, concrete, aggregate base, etc.), and etcetera as noted on the ' Drawings. B. All items that are included in demolition (preparing the site for new construction), which may or may not be enumerated in this section, and not paid for under a separate item shall be paid for under Site Preparation. ' 1.2 SEQUENCING AND SCHEDULING IA. Demolition work may be scheduled in sequence by the Contractor. The work enumerated above may or may not be in any chronological order. The Contractor's schedule will need to be reviewed and approved by the City. Demolition of any item on the City right of way and/or on any AHTD right of way permitted for construction shall be coordinated with the City Engineering and the City of Fayetteville Traffic Departments. Demolition of the entire sidewalk at one time shall not be allowed. Part 2 - PRODUCTS Not Used Part 3- EXECUTION 3.1 EXAMINATION A. Verify with Engineer or Engineer's representative the limits of demolition. B. Examine all demolition material. Remove and dispose of in accordance with all local, state, and federal laws. City ofIetteville Page 02050-1 05/27/99 3.2 DEMOLITION A. Remove and dispose of existing structure as indicated on the Drawings and as per these specifications. Take care to avoid damage to adjacent property. B. Existing ground material shall be removed to subgrade as indicated on the Drawings and removed from the site, if not deemed acceptable by the Engineer. 3.3 CLEANING A. Clean demolished areas. Restore area per Section 02261, unless other construction is scheduled to take place in that area. END OF SECTION City of Fayetteville Page 02050-2 05/27/99 I 1 1 1 1 I Section 02100 SITE PREPARATION Part 1- GENERAL 1.1 SECTION INCLUDES A. Preserved Vegetation B. Scalping C. Miscellaneous 1.2 RELATED SECTIONS A. Measurement and payment for work under this section is specified in Section 01025. B. Demolition is specified in Section 02050. C. Excavation and embankment are specified in Section 02220. D. Roadbed preparation is specified in Section 02230. 1.3 UNIT PRICES A. Unit prices for work covered under this section are defined in Section 01025, including incidentals, related work, method of measurement, and partial payment provisions, if any. 1.4 QUALITY ASSURANCE A. Work under this section shall be performed by workers trained and experienced in this type of work. B. Vegetation preservation work shall be accomplished by qualified tree surgeons, landscape architects or contractors, or horticulturalists. 1.5 SUBMITTALS A. If requested, submit evidence of permission to dispose of site preparation debris on private property. City of Fayetteville Page 02100-1 C 05/27/99 , Part 2- PRODUCTS Not Used. Part 3- EXECUTION 3.1 GENERAL A. The limits of construction for the Work shall be prepared for excavation, embankment, sidewalk and driveway construction by a combination of vegetation preservation, scalping or any other miscellaneous item of work needed to prepare the site for construction of other pay items. Each item of work is considered a separate type of site preparation defined as follows: I. Preserved Vegetation - Areas of the right-of-way containing trees and brush that are not to be disturbed except for trimming above the sidewalk/driveway or to protect vegetation from nearby construction. 2. Scalping - Removal and disposal of material such as saplings less than 4 inches in diameter measured 12 inches above ground, logs, brush, roots, grass, residue of agricultural crops, refuse dumps, and decayed matter. 3. Miscellaneous - Demolition, removal, relocation, repair, or any item that is temporarily or permanently in conflict with the proposed items of work. Typically any item that is not specifically noted as a pay item. It may or may not be indicated on the Drawings. 3.2 PRESERVED VEGETATION A. Carefully protect vegetation to remain from abuse, marring, or damage during construction operations. B. In case of injury to bark, limbs, or roots of vegetation designated to remain, repair such damage by corrective pruning or other appropriate methods. C. Remove low -hanging, unsound, or unsightly branches from trees or shrubs designated to remain. Trim branches of trees extending over the roadbed to give a clear height of 20 feet above roadbed surface. Accomplish trimming with skilled workers and in accordance with good tree surgery practices. D. Parking and servicing equipment under branches of trees designated to remain is not allowed. City of Fayetteville Page 02100-2 I I J I Ii 05/27/99 3.3 SCALPING A. Scalp areas where excavation or embankment is to be made. Store topsoil material. B. Place suitable topsoil material resulting from scalping operations on finished slopes, ' adjacent to the area from which it is obtained, after excavation or embankment operations are complete. 3.4 MISCELLANEOUS A. Any item not noted under another pay item that may or may not be indicated on the ' Drawings that needs to be removed or relocated to prepare the site for other items of work that have been noted as a pay item will be included in Site Preparation. Examples include but are not limited to; Removing and disposing of existing pipes, removing and disposing ' of existing pavement (gravel and asphalt), removing and disposing of existing concrete, removing and reconstructing any existing structure that may need to be modified for I. construction. Relocating mailboxes, fencing, guardrails, signs or any other item that will require relocation or reconstruction. 3.5 DISPOSAL OF EXCESS MATERIALS A. Burning is not permitted. IB. Remove from the site excess materials and debris, and dispose of at locations off -site, in accordance with applicable laws and regulations. If a private disposal site is utilized for ' disposal, provide evidence when requested by Owner that the selected disposal site meets applicable laws and regulations for such disposal. ' END OF SECTION F I L [1 II ' City of Fayetteville Page 02100-3 05/27/99 Section 02220 I 1 1 1 1 1 EXCAVATION AND EMBANKMENT Part 1- GENERAL 1.1 SECTION INCLUDES A. Excavation, construction of embankments, and disposal or compaction of all material that is encountered within the limits of the Work. B. Earthwork required for construction of sidewalks and appurtenances, including excavation, backfilling, and compaction of backfill. 1.2 RELATED SECTIONS A. Clearing, grubbing, and scalping are covered in Section 02100 - Site Preparation. B. Excavation Safety is covered in Section 02161 - Excavation Safety. C. Roadbed preparation and base course placement are covered in Section 02230 - Road Bed Preparation. D. Erosion control procedures are covered in Section 02270 - Erosion Control. E. Pipelaying is covered in Section 02600 - Pipe Laying. 1.3 REFERENCES A. AASHTO T 99, "The Moisture -Density Relations of Soils Using a 5.5 -lb Rammer and a 12 -in. Drop". B. AASHTO T 180, "The Moisture -Density Relations of Soils Using a 10 -lb Rammer and an 18 -in. Drop". C. AASHTO T 191, "Density of Soil In -Place by the Sand -Cone Method". D. AASHTO T 224, "Correction for Coarse Particles in the Soil Compaction Test". E. AASHTO T 238, "Density of Soil and Soil -Aggregate In -Place by Nuclear Methods". City of Fayetteville Page 02220-1 05/27/99 1 1.4 QUALITY ASSURANCE A. All excavation, embankment, and trenching work shall be accomplished by workers skilled and experienced in this kind of work. Equipment used shall be of a size and design suitable to accomplish the construction required. I I B. Quality control testing shall conform to the requirements of this section and section 01410. 1.5 SEQUENCING AND SCHEDULING A. Sequence and. schedule work to avoid double handling of materials. Prepare embankment areas to receive fill prior to beginning excavation of materials that will be used in embankments, so that the material can be immediately used to construct embankments. Part 2 -PRODUCTS 2.1 CLASSES OF EXCAVATION A. Common Excavation: all excavation not included as rock excavation or excavation not otherwise classified. Removing of existing asphalt pavement necessary for constructing new pavement connections is considered demolition. B. Rock Excavation: igneous, metamorphic, and sedimentary rock that cannot be excavated without blasting or the use of rippers, and all boulders or other detached stones each having a volume of '/ cy or more. I J I I I I n C. Unclassified Excavation: the excavation and disposal of all materials of whatever character encountered in the work. D. Unsuitable Excavation: material excavated from cut areas that cannot be utilized on any part of the project due to the poor qualities of the material and must be hauled off - site, and materials that cannot be stabilized in place through normal drying and compactive efforts when satisfactory weather and ground conditions exist. E. Trench excavation: excavation required to construct a trench for utility or storm sewer piping. Trench excavation is incidental to pipelaying. I I City of Fayetteville Page 02220-2 ' I 05/27/99 I Part 3- EXECUTION ' 3.1 PREPARATION A. Prepare areas to be excavated or where embankment is to be constructed in accordance with Section 02100. ' 3.2 EXAMINATION DURING CONSTRUCTION IA. As excavation, embankment, and trenching work proceeds, examine the work area for evidence of prehistoric people's dwelling sites or artifacts of historical or archeological significance. If any of these are encountered, suspend construction in the affected area until Owner or Engineer contacts archeological authorities to determine the disposition thereof. 3.3 GENERAL CONSTRUCTION REQUIREMENTS A. Excavation and embankments shall be finished to reasonably smooth and uniform ' surfaces according to the lines, grades, thicknesses and typical cross sections indicated on the Drawings. B. Do not waste materials unless they are unsuitable for construction of embankments and they exceed the amount that can be spread on cut or embankment slopes. C. Common excavation materials that are surplus to the needs of the project shall be stockpiled at locations indicated on the Drawings or as directed by Engineer. D. Complete site preparation work in accordance with Section 02100 and demolition work in accordance with Section 02050 prior to beginning excavation and embankment work. ' E. Conduct grading operations, as far as practicable, so that the most suitable soil is placed in the top layer of the embankment. Where both suitable and unsuitable materials are ' encountered in the same general excavation area, control grading to keep materials separated. F. Exercise care and discretion in locating and using haul lanes near trees to be preserved. Haul lanes near trees shall be approved by Engineer. ' 3.4 ROADWAY EXCAVATION A. Excavate cut areas to approximate subgrade elevations to reasonably smooth and uniform surfaces in accordance with the lines and grades indicated on the Drawings. B. Use suitable materials, so far as practicable, in the formation of embankments, in the City of Fayetteville Page 02220-3 05/27/99 subgrade, on slopes, and at other such places indicated by Engineer. C. Excavated material to be used in embankments shall be immediately placed in the embankment area so as to avoid stockpiling and double handling. D. Where excavation to the finished grade section results in a subgrade or slopes of unsuitable material, remove the unsuitable material and backfill with approved material, such as select material "hillside" for the subgrade or "hillside" or acceptable material from common excavation on the slopes.. E. Place material unsuitable for embankment construction on slopes, hauled off site, or other locations designated by Engineer. F. Remove rock with suitable rippers and/ or by some mechanical method. Blasting will not be permitted. G. Excavate rock to a minimum depth of 12 inches below subgrade elevation, not to exceed a maximum depth of 18 inches below subgrade elevation within the limits of the roadbed, including sidewalks, and the excavation backfilled with material designated on the Drawings. Take care that un-drained pockets shall not be left in the surface of the rock. H. Remove or stabilize, to the Engineer's satisfaction, rock on the cut face that is loose, hanging, or that creates a potentially dangerous situation during or upon completion of excavation in each lift. Ripping of the next lift will not be allowed until this work has been completed. I. Except in solid rock, trim all slopes to the slopes shown in the cross section drawings, and exercise care so that no material shall be loosened below the required slopes. Remove or cut roots, stumps, and other foreign matter in the sides of ditches or drainage outlets to conform to the slope, grade, and shape of the section shown. 3.5 EMBANKMENT CONSTRUCTION A. Embankment construction consists of constructing roadway/sidewalk embankments, including preparation of the areas upon which they are to be placed; construction of dikes within or outside the right-of-way; placing and compacting approved material within roadway/sidewalk areas where unsuitable material has been removed; and placing and compacting embankment material in holes, pits, and other depressions within the roadway area. Use only approved materials in construction of embankments and backfills. B. Remove sod and vegetable matter from the surface upon which embankment is to be constructed in accordance with Section 02100. Completely break up cleared surface by City of Fayetteville Page 02220-4 H 05/27/99 L I I I H I I II I I plowing, scarifying, or discing to a minimum depth of 6 inches, and then recompact as specified in Paragraph 3.6.C. C. Whenever a compacted road surface containing asphalt or granular material lies within 3 feet of the subgrade, remove the old road surface to a depth of at least that shown on the typical section. Provide select material "hillside" under the proposed road limits and either "hillside" or acceptable common excavation (when available) in the slope areas and the areas behind the curb. D. Place roadway/sidewalk embankment material in parallel layers not exceeding 8 inches, loose measurement, over the full width of the embankment and compact as specified before the next layer is placed. Use effective spreading equipment on each lift to obtain uniform thickness prior to compacting. As compaction of each layer progresses, continuously level and manipulate material to assure uniform density. Add water or dry, if necessary, in order to obtain the required density. Route compaction equipment uniformly over the entire surface of each layer. E. When embankment is to be placed and compacted on hillsides, continuously bench slopes as the work is brought up in layers. Make benching of sufficient width to permit operations of placing and compacting equipment. Start each horizontal cut at the intersection of the original ground and the vertical sides of the previous cuts. Recompact material thus cut out. No additional payment will be made for this. F. When excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the thickness specified, place such material in the embankment in layers not exceeding in thickness the approximate size of larger rocks, up to 12 inches maximum. Reduce size of rock or boulders too large to permit placing in 12 inch layers as necessary to permit this placement. The 12 inches of embankment immediately below finished subgrade may be placed in one layer with no rock exceeding 6 inches in its greatest dimension. Construct each layer so that rock voids are substantially filled with rock fines and earth. Place and manipulate rock in uniform layers with rock fines or earth distributed throughout the layer. Do not end dump rock over the edges of the layer being constructed. Deposit rock on the layer being constructed and move the rock ahead so as to advance the layer with a mixture of rock fines and earth. G. Casting material directly into place with draglines, cableways, or other similar machines will not be permitted. H. Control embankment construction so that partially constructed embankments remain stable at all times. Replace portions that have become displaced due to carelessness or negligent work; no extra payment will be made for such embankment repair. I. For those portions of embankments immediately adjacent to structures or which are for ' City of Fayetteville Page 02220-5 I 05/27/99 other reasons inaccessible to compaction equipment in use, construct with only suitable material in successive parallel layers of not more than 6 inches thickness, loose measurement. Uniformly mix each layer and compact to the requirement of the specific item by the use of mechanical equipment. Hand tamping will not be permitted. J. Construct embankments in sections of not less than 200 feet in length, or the full length of the embankment if less than 200 feet. 3.6 COMPACTION REQUIREMENTS A. Accomplish compaction by any satisfactory method or methods that will achieve the specified density. B. Maintain compaction equipment, tools, and machinery in good operating condition. C. Compact each layer of embankment to 95 percent of maximum density at optimum moisture content per AASHTO T 99, Method A with correction for coarse particles retained on the #4 sieve not to exceed 10 percent by weight as determined by AASHTO T 224. If 11-30 percent is retained on the #4 sieve, compact to 95 percent of maximum ' density at optimum moisture content per AASHTO T 99, Method C using Note 7. Use AASHTO T 180 Method D, Note 8 with 31 percent minimum retained on the #4 sieve. ' Specified density of 90 percent with the same previous conditions is required immediately next to wingwalls and similar structures. D. During compaction, maintain moisture content substantially at optimum throughout each ' layer. Maintain moisture content by adding and thoroughly mixing water or by aeration or other drying methods, as necessary. , E. Maintain specified density of embankment layer prior to placing a subsequent layer. F. Construct embankment to grade over the full width in uniform layers parallel to the finished surface. G. Density requirements will not apply to portions of embankment constructed of material so rocky that it cannot be satisfactorily tested as specified. In such cases, determine extent of compaction effort by rolling based upon the amount of breakage and consolidation that can be accomplished. This can only be done with the direction of the Engineer. H. Roadbed/Sidewalk Compaction 1. Excavate or fill to subgrade lines and grades indicated on the Drawings. , 2. Loosen top 6 inches within full width of roadbed/sidewalk. 3. Adjust moisture content to bring substantially to optimum. 4. Compact as specified for embankment. City of Fayetteville Page 02220-6 ' II 05/27/99 5. Reshape section as part of compaction effort to conform to typical section. 3.7 TRENCH EXCAVATION IA. General 1. Notify property residents 48 hours prior to beginning excavation on property. 2. Protect trees unless designated by Owner or Engineer for removal. a. Erect protective barricade around trees as approved by Engineer. b. Minimize pedestrian and vehicular traffic over root zone of trees to be saved. ' C. Use clear distance to tree equal to I foot for each 2 inches of tree diameter, measured 4 feet above highest ground surface at base of tree, ' or 2 feet, whichever is greater. 3. After tree protection barricades are installed, cut and remove unprotected natural growth from planned location of trench. Dispose of cleared material in ' compliance with applicable laws and regulations. 4. Where the existing ground cover contains grasses such as Bermuda, Zoysia, or other grasses not included in the prescribed seed mixture: cut, remove, and ' stockpile existing sod on the job site. After backfill of trench has settled, 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, provide and install new ground cover of the existing type. 5. Excavate with caution so that location of underground conduits and structures can be determined and protected. '6. Excavate every type of material encountered to the lines and elevations necessary to complete the project. ' 7. Relocate surface water before excavating and protect excavated trench from entrance of surface water. 8. Provide and install bracing and shoring necessary for safety of personnel, ' protection of work, and compliance with government agencies. B. Utilities Ii. Call "ARKANSAS ONE CALL" at 1-800-482-8998 two working days before starting excavation. 2. The location and/or elevation of existing utilities as shown on the Drawings is based on records of the various utility companies and, where possible, measurements taken in the field. The information is not to be relied upon as being exact or complete. Call each utility owner at least 48 hours before any ' excavation to request exact field location of utilities. 3. Protect utilities encountered during excavation. 4. Do not interrupt service in utilities encountered during excavation without ' approval of utility owner. 5. If utilities are damaged or utility service is interrupted by work under this section, utility owner has the first right to repair. If public health or safety is at ICity of Fayetteville Page 02220-7 P 05/27/99 risk, take appropriate prudent action to repair damage and service interruption. Costs of utility protection and repair shall be at no additional cost to Owner. 6. If existing utilities are found to interfere with the permanent facility being constructed, notify Engineer for resolution. 7. Do not proceed with permanent relocation of encountered utilities without written instructions from Engineer. C. Trench Depth 1 1. Excavate to the elevation necessary to provide the depth of bedding material under the barrel of the pipe, noted on the Drawings or in these specifications. 2. Backfill over -excavation up to 2 feet with bedding material in 6 inch layers, and tamp to achieve a bearing capacity equal to the adjacent undisturbed earth. Over - excavation greater than 2 feet will require excavation operations to stop until an engineered backfill is determined. D. Trench Width: Excavate to a width ample to permit pipe jointing, bedding placement, and compaction as specified. Specified width dimensions must be maintained from trench bottom to an elevation 12 inches above barrel of pipe. E. Trench Length: Excavate to a maximum distance of 75 feet from the pipe jointing operation. Longer distances will be considered by Engineer when conditions warrant. F. When rock is encountered, excavate to an elevation 9 inches below the pipe installation depth. G. Excavation In Unstable Soil: Where the planned bottom of trench is found to be unstable, in the judgement of Engineer, excavation shall stop until an engineered subgrade stabilization is determined. In general, excavation depth shall increase a minimum of 12 inches. H. Excavation In Wet Conditions 1. Where the planned bottom of trench contains water or the trench bottom is soft from excess water, excavation depth shall increase a minimum of 6 inches. 2. Remove water to an elevation below bottom edge of pipe joint or structure base. 3. Trench dewatering system shall discharge to natural drainage channel or storm sewer. Obtain permit for this discharge if required. ' I. Excavation At Unforseen Structure ' 1. Preserve unforseen structures encountered in excavation. 2. Advise Engineer when unforseen structure interferes with planned work. Engineer will determine if plan will change or if structure will be abandoned and ' removed. J. Unauthorized Excavation City of Fayetteville Page 02220-8 ' I 05/27/99 1. Unauthorized excavation is removal of materials beyond specified elevations or dimensions, undertaken by Contractor without prior authorization by Engineer. 2. Unauthorized excavation and the hauling and placement of any fill material to create proper trench conditions will not result in extra payments to Contractor. K. Unsuitable and Excess Excavated Material: Dispose of excavated material not suitable for backfill and excess excavated material in compliance with applicable laws and regulations. L. Piping in embankment areas shall not be installed on top of the ground and then backfilled around the pipe. Instead, construct embankment to a minimum of 12 inches tabove the top of the pipe, and then a trench excavated in the compacted embankment.. 3.8 TRENCH BACKFILLING AND COMPACTION ' A. Backfilling shall closely follow pipe laying and shall be to within 5 feet of the end of the last pipe at the end of workday. B. Backfill around the pipe (pipe embedment) is specified section 02600. C. Backfill where ground surface is not graveled or paved for vehicle or pedestrian use. 1. Initial backfill, for the 2 foot distance above pipe embedment shall be free of rock, organic material, man made debris, or frozen lumps with a dimension ' greater than 3 inches measured in any direction. 2. Backfill for the remainder of trench shall be free of rock, organic material, or man made debris with a maximum dimension of 6 inches measured in any ' direction. 3. Backfill above pipe embedment shall be mechanically compacted to a density at ' least equal to adjacent ground. Backfill trench settlement until Engineer determines additional backfill is not required. ID. Where ground surface is graveled for vehicle use or paved for pedestrian use only, backfill shall be as specified in Paragraph 3.6.C except that all backfill above pipe embedment shall be placed in 8 inch layers loose measurement and compacted to 90 percent of standard proctor density. E. Where ground surface is paved for vehicle use, provide aggregate base course material ' as indicated on the Drawings, as approved by Engineer, above pipe embedment in 8 inch layers loose measurement and compact as specified in Paragraph 3.6.C. ' F. Backfill unstable trench bottom with AHTD Class 7 crushed aggregate, compacted to 95 percent of maximum proctor density, to bottom elevation of pipe embedment. City of Fayetteville Page 02220-9 I 05/27/99 G. Backfill wet condition trench bottom with crushed coarse aggregate that is typically used for concrete rock . It shall be reasonably well graded from coarse to fine and shall conform to the following grading requirements when tested in accordance with AASHTO T 27: Sieve Percent Passing 1-1/4" 100 ' 3/4" 35-75 3/8" 10-30 #4 0-5 3.9 FIELD QUALITY CONTROL , A. Take in place density measurements as required to assure that compaction efforts are achieving the specified density. Determine in -place density by AASHTO T 191 or T 238. 3.10 ADJUSTING ' A. Make adjustments to finished grade to leave the right-of-way and grading easements in a neat and presentable condition at the completion of the grading work. ' 3.11 STRUCTURAL or SUBGRADE FILL (Select Fill Material) A. Native or imported material free from roots, organic matter, trash, debris, with maximum particle size of 4 inches after compaction. No warranty, expressed or implied, is made concerning the availability of sufficient quantities of satisfactory subgrade fill from the excavations made. Therefore, the Contractor shall provide imported material of acceptable quality, if required, to accomplish the construction. Acquiring, transporting, and placement of acceptable imported material shall be the responsible of the Contractor and shall be paid under the appropriate pay item. A minimum of twelve inches of select material (GC) shall be provided under the pavement. This material shall be what is meeting GC classification with a plastic index less than 30. All structure and subgrade fill shall be provided and compacted as required by these specifications. B. The pay item for this select material is Compacted Embankment _" Subgrade Fill (Select Hillside. Material). END OF SECTION City of Fayetteville Page 02220-10 05/27/99 Section 02230 ROAD BED PREPARATION Part I - GENERAL 1.1 SECTION INCLUDES A. Preparing the subgrade of the roadbed and/or sidewalk to receive the Class 7 aggregate base course and/or the concrete pavement. B. Furnishing and installing the aggregate base course on top of the prepared subgrade. Furnishing and installing the concrete sidewalk on top of the prepared subgrade. C. Furnishing and installing of granular material to fill over -excavations or to replace removed unsuitable material. 1.2 RELATED SECTIONS A. Site preparation is covered under Section 02100. B. Excavation and embankment are specified in Section 02220. C. Concrete paving is specified in Section 02520. D. Miscellaneous Concrete Work is specified in Section 03316. 1.3 UNIT PRICES Unit prices for work covered under this section are defined in Section 01025, including incidentals, related work, method of measurement, if any, and partial payment provisions. 1.4 REFERENCES A. AHTD "Standard Specifications for Highway Construction". B. AASHTO 1. T 96, "Resistance to Abrasion of Small Size Coarse Aggregate by Us of the Los Angeles Machine". 2. T 99, "The Moisture -Density Relations of Soils Using a 5.5 -lb Rammer and a 12 - in. Drop". City of Fayetteville Page 02230-1 I 05/27/99 ' 3. T 180, "The Moisture -Density Relations of Soils Using a 10 -lb Rammer and an 18 -in. Drop". 4. T 191, "Density of Soil In -Place by the Sand -Cone Method". 5. T 224, "Correction for Coarse Particles in the Soil Compaction Test". 6. T 238, "Density of Soil and Soil -Aggregate In -Place by Nuclear Methods". 1.5 SUBMITTALS A. Submit data concerning source and quality of granular materials being furnished. Indicate frequency of quality control testing by the source supplier. 1.6 QUALITY ASSURANCE ' A. Work under this section shall be accomplished by workers skilled and experienced in this kind of work, using equipment designed for this kind of work. Maintain equipment in , good operating condition. 1:7 DELIVERY, STORAGE, AND HANDLING A. Granular base material shall be delivered in trucks from the source and directly placed in , the location required for construction, with no intermediate storage or stockpiling required, as far as practical. B. Delivery of materials to be paid for by weight or volumes measured in haul trucks shall ' include a truck ticket delivered to Engineer. .1 Part 2 -PRODUCTS 2.1 GRANULAR BASE COURSE MATERIALS ' A. Aggregate base course shall be crushed stone so proportioned as to meet the requirements , for Class 7 material as specified in Table 1. B. Granular material for over -excavation areas shall be either crushed stone and/or gravel so , proportioned to meet the requirements for either Class 1, Class 2, or Class 7 material as specified in Table 1. C. Percent of wear for Class 7 material, measured by AASHTO T 96, shall not be greater than 45. 1 City of Fayetteville Page 02230-2 I ' 05/27/99 ' D. When it is necessary to blend two or more materials, each material shall be proportioned separately through mechanical feeders to ensure uniform production. Premixing or blending to avoid separate feeding will not be permitted. Blending materials on the roadway in order to obtain a mixture that will comply with the requirements specified will not be pet nutted. E. Shale and slate are not considered to be gravel or stone. Material furnished shall be reasonably free from shale, slate, and other objectionable, deleterious, or injurious matter. F. For Class I and Class 2 material, the fraction passing the #200 sieve shall not be greater than 3/4 of the fraction passing the #40 sieve. For Class 7 material, the fraction passing ' the #200 sieve shall have a liquid limit not greater than 25. G. When the material contains aggregate larger than that specified for the class required, it must be removed by screening or by screening and crushing. Removal of large size aggregate by hand methods will not be permitted. ' Table I Classes of Granular Material Grading and Crushing Requirements I I I I I I I I SIEVE Class 1 Class 2 Class 7 Percent Passing 3 inch 100 100 2 inch 95-100 95-100 1'/, inch 100 3/4 inch 60-100 60-100 50-90 3/8 inch 40-80 40-80 #4 30-60 30-60 25-55 #10 20-50 20-50 #40 10-35 10-35 10-30 #200 3-15 3-15 3-10 Max Plasticity Index (minus #40 material) 13 10 6 Min percent crusher -run material 90 ' City of Fayetteville Page 02230-3 J 05/27/99 ' 2.2 SOURCE QUALITY CONTROL A. Granular materials for aggregate base course and filling over -excavation areas shall be obtained from a quarry permanently established to furnish the materials specified, having a standard quality control and testing procedure in place. B. If requested, provide reports of standard quality control tests for the types of materials being furnished, such reports to include gradation of the completed mixture, Los Angeles hardness, plasticity index, and liquid limit. C. If requested by Engineer or Owner, provide source quality control testing of the actual material being furnished. Such tests will be requested if material as delivered on site does not appear to match the specifications, or if the compacted material does not seem to compact as specified. Such tests will include any which measure the properties specified, and will be required for every 1,000 tons of granular material. Part 3- EXECUTION 3.1 EXAMINATION L I I I I I I I A. Examine excavation and embankment work for accuracy and adequacy of construction prior to starting subgrade construction. ' 3.2 SUBGRADE CONSTRUCTION A. Prepare subgrade in such a manner as to ensure that the base, surface course, sidewalk or pavement will.be placed on a firm foundation that is stable and reasonably free from dust pockets, wheel ruts, or other defects. B. Scarify subgrade area to such depth as is necessary for shaping. Shape and compact to the required grade and section. C. Compact the top 8 inches of subgrade to a density of not less than 95 percent of maximum density at optimum moisture content obtained by AASHTO T 99, Method A with correction for particles retained on the #4 sieve at 10 percent maximum; AASHTO T 99, Method C using Note 7 with 11-30 percent retained on the #4 sieve; or AASHTO T 180, Method D using Note 8 with 31 percent minimum retained on the #4 sieve. Correction for coarse particles shall be determined according to AASHTO T 224. The moisture content shall be determined by AASHTO T 239 or AHTD Test Method 347 of 348. D. Accomplish compaction by any satisfactory methods that will obtain the required density. City of Fayetteville Page 02230-4 I I I I J I P.' I 05/27/99 E. Adjust moisture content by the addition of water or by manipulation and aeration as necessary under conditions encountered. F. Compaction operations may be omitted when an old stone or gravel roadbed is used as a foundation or subgrade for a base course or pavement where scarifying for shaping is unnecessary and its stability is approved by Engineer. G. Remove soft and yielding materials and other portions of the subgrade that will not compact readily when rolled or tamped. Fill holes or depressions made by this removal with approved material. Bring the entire subgrade to the lines, grade, and cross sections indicated on the Drawings. Compact to specified density. H. If the succeeding course is not placed immediately after subgrade has been prepared and subgrade becomes cut up, rough, or unstable, re -shape and recompact subgrade as previously specified. I. Proof roll subgrade prepared for road, curb and gutter, and sidewalks, prior to placement of base course or concrete. Proof rolling vehicle shall be either a roller or loaded truck or scrapers, of sufficient weight to identify soft and yielding portions of compacted surface. Proof rolling pattern shall be approved by Engineer. 3.3 AGGREGATE BASE COURSE CONSTRUCTION A. Place base course material on completed and approved subgrade or existing base that has been bladed to substantially conform to the grade and cross sections indicated on the Drawings. B. Subgrade shall be free from excess or deficiency of moisture at the time of placing base course material. There shall be no standing water on subgrade. Do not place base course material on frozen subgrade. C. Place aggregate on subgrade or other base course material and spread uniformly to such depth and lines that when compacted it will have the thickness, width, and cross section indicated on the Drawings. If specified compacted depth of base course exceeds 7 inches, construct base in two or more layers of approximately equal thickness. ID. Thoroughly mix each base course layer for the full depth of the course and compact by any satisfactory method that will produce specified density. Maintain aggregate substantially at optimum moisture content during mixing, spreading, and compacting ' operations. Add water or aerate to dry as necessary. Maintain specific grade and cross section by blading throughout compaction operation. I ICity of Fayetteville Page 02230-5 05/27/99 E. Compact material in each layer to a density of not less than 98 percent of maximum density unless noted otherwise on the Drawings at optimum moisture content in accordance with AASHTO T 180, Method D. Compact aggregate across full width of application. F. Spread base course material the same day that it is hauled. Perform spreading in such a manner that no segregation of coarse and fine particles nor nests or hard areas caused by dumping aggregate on subgrade will exist. Take care to prevent mixing of subgrade with base course material in blading and spreading. G. When base course is placed adjacent to an existing or newly constructed asphalt surface course do not dump or mix aggregate on the pavement surface. Use mechanical spreading equipment, if necessary, to place base course on subgrade. H. If sufficient working space is not available to allow proper aeration or addition of water to base course material, mix the base course material by any satisfactory method prior to placement. I. Maintain base course in a satisfactory condition until accepted. 3.4 FIELD QUALITY CONTROL A. Owner will employ a testing laboratory to test the density of the base course in place and for thickness, at intervals determined by Engineer. Density testing will be by AASHTO T 191 or T 238. Correct any deficiencies by scarifying, placing additional material, mixing, reshaping and recompacting as necessary to obtain the specified density and the required lines, grades, and cross sections. END OF SECTION City of Fayetteville Page 02230-6 ' I 05/27/99 I Section 02261 LI I I I I I J I I I Li I I I 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 Trenching, Backfilling and Compacting is specified in Section 02220. - 1.3 QUALITY ASSURANCE Adequate equipment and qualified personnel shall be applied to this phase of the work from the very beginning of the project. Part 2- PRODUCTS A. Topsoil shall be placed on disturbed areas equal to the better 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 a. Class 1 Restoration seed mixture shall be 40 percent Lawn Fescue, 30 percent Rye Grass (annual), and 30 percent Blue Grass. ' City of Fayetteville Page 02261-1 05/27/99 1 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. 4. Mulching and seeding methods shall be as specified in Section 3.1.A. 5. 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. 1. Tree and shrub treatment shall be as specified in Section 3.1.A.2. ' 2. Site raking shall be as specified in Section 3.1.B.2. 3. Seeding shall be as specified in Section 3.1.B.3. 4. Mulching and seeding methods shall be as specified in Section 3.1.A. ' 3.2 RESTORATION WHERE GROUND SURFACE IS GRAVELED FOR VEHICLE USE OR PAVED FOR PEDESTRIAN USE ONLY. A. Restoration shall be per cross sections on the Detail Sheet in the plans. , 3.3 RESTORATION OF SLOPES Terrace slopes where, in the opinion of Engineer, erosion problems may arise after construction. 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. ' Make surface of top soil moist and firm (not compacted) at the time sod is placed. City of Fayetteville Page 02261-4 , I 05/27/99 I B. Sod ' 1. Moisten sod before placing. ' 2. Lay by hand along contour lines beginning at lowest elevation. II 3. Stagger transverse joints. 4. Make tight joints between sod pieces. I 5. Cut sod into existing surface and backfill with topsoil to provide a smooth transition from sodded areas to non -sodded areas. I I 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 1. Asphaltic Pavement Repair. After the trench has been backfilled and compacted, as specified elsewhere in these Specifications or backfilled with flowable fill, permanent repair shall be made as follows. The existing pavement shall be saw - cut and removed to a point 18 inches beyond the trench edge, or as directed by the Engineer, and brought to grade a minimum of 11 inches below the surface of the existing pavement. This area shall then be resurfaced by applying 9 inches of concrete with 6"x 6"/6-6 W.W.M. and then applying asphaltic tack coat at the rate of 0.03-0.10 gallons/square yard, followed by a minimum of 2 inches of hot - mixed, hot -laid asphaltic concrete laid to an elevation matching the existing finished grade. The hot -mixed, hot -laid asphaltic concrete shall be compacted to 92 percent of theoretical density. 2. One nuclear density test per asphaltic patch or repair shall be performed. 3. Any unacceptable patch or repair shall be recompacted and retested without additional expense to Owner. City of Fayetteville Page 02261-5 05/27/99 C. CONCRETE 1. Concrete is specified in Section 03316. 2. Flowable fill is specified in Section 03316. D. STONE BASE Crushed stone base shall be AHTD Class 7 compacted in 8 inch lifts to 95 percent modified proctor density. E. TRAFFIC MAINTENANCE Carry on the work in a manner which will cause the least interruption to traffic. If allowed by Owner, close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, provide suitable bridges at street intersections and driveways. 2. When allowed to temporarily close street from Owner, post suitable signs indicating that a street is temporarily closed and necessary detour signs for a proper maintenance of traffic. Receive permission from the proper authority to temporarily close the street and notify all emergency agencies of the temporary closing. 3. Provide adequate personnel to direct traffic when working in the street right-of- way. 4. Traffic control devices and methods shall be in strict accordance with the latest issue of the Manual of Uniform Traffic Control Devices. 5. Provide three days written notice to the Mayor's office, the Fire Department, and the Police Department prior to closing or partially closing any street. Closing of State Highway requires approval of the City and the Highway Department. END OF SECTION City of Fayetteville Page 02261-6 ' 05/27/99 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL Part 1- GENERAL 1.1 SECTION INCLUDES A. Temporary erosion control systems. B. Slope Protection Systems. 1.2 RELATED SECTIONS A. Section 02100 - Site Preparation B. Section 02220 - Excavation and Compaction C. Section 02900 - Landscaping 1.3 ENVIRONMENTAL REQUIREMENTS A. Protect adjacent properties and water resources from erosion and sediment damage throughout from the beginning of the work until final acceptance. Part 2- PRODUCTS 2.1 MATERIALS A. Quick germinating and growing grasses such as wheat, rye, oats, barley, brown top millet, or sudan grass, meeting the requirements of the Arkansas State Plant Board. B. Fertilizer is specified in Section 02900. C. Straw bales shall consist of bales of rice, oats, barley, wheat, or rye straw, or of available grasses, free of an excessive amount of noxious weeds. Bales shall each weigh approximately 35 pounds. Straw in an advanced state of decomposition will not be acceptable. D. Fencing for siltation control shall be filter fabric supported by posts and woven wire. The Drawings denote two types of silt fence with this type of application. They are Silt Fence City of Fayetteville 02270-I 05/27/99 (E-3) and Buried Edge Silt Fence (E-4) using Type 4 fabric. Fencing for siltation Silt Fence on R/W Fence (E-5) shall have Type 3 fabric with fasteners similar to the E-3 and E-4 fence. Type 3 Filter fabric shall be a permeable woven fabric that has high strength, high dimensional stability even when wet, good soil filtration characteristics, and high resistance to tear propagation in all direction meeting or exceeding the characteristics of Type 3. This fabric shall be listed on the AHTD qualified products list. Type 4 Filter fabric shall be a permeable woven fabric that has high strength, high dimensional stability even when wet, good soil filtration characteristics, and high resistance to tear propagation in all directions with the following characteristics: Property Test Method Min Avg Roll Values Grab Tensile Strength ASTM D 4632 120 x 100 lbs. Grab Elongation ASTM D 4632 10% Mullen Burst Strength ASTM D 3786 300 psi Puncture Strength ASTM D 4833 60 lbs. Trapezoidal Tear Strength ASTM D 4533 60 lbs. Apparent Opening Size ASTM D 4651 20 Permittivity ASTM D 4491 0.2 sec -1 Flow Rate ASTM D 4491 20.0 gpm/sq ft UV Resistance ASTM D 4355 70% Strength Retained The fabric shall be approved by the Engineer. He or she may allow fabric that has some similar but not the exact same characteristics as the above. Any Type 3 fabric shall be on the AHTD qualified products list. Temporary wire fence shall be commercial woven wire with sufficient strength to provide the service intended. This wire shall be 32" wide galvanized commercial woven wire having 8 line wires. Top and bottom wires shall be 0.135 in size with an average breaking strength of 75,000 psi and the middle wires shall be 0.099 in size with an average breaking strength of 74,000 psi. The wire shall be accordance with ASTM A 116-88 for Commercial Woven Wire. The fence shall be approved by the Engineer. Posts for temporary wire fence shall be steel material of sufficient strength to support the wire fence and fabric when loaded with silt for the time the barrier is needed for service. They shall be a minimum of 5 feet long with a minimum wight of 1.33 lb per foot with the steel fence posts produced in accordance with ASTM City of Fayetteville 02270-2 1 ' 05/27/99 A 702-89. Posts shall be approved by the Engineer. ' Type of fastener and manner of attaching wire fencing to posts and fabric to wire fence ' shall be approved by Engineer. E. Silt fence used for Drop Inlet Silt Fence (E-6) shall be a orange Type 3 meeting ' the specifications of a Belton Industries Style 810, or approved equal. F. Erosion control matting, if required, shall be Curlex blankets by American Excelsior Company or approved equal. Slopes in excess of 3:1 shall have erosion matting. G Bale stakes for each bale shall be a minimum of 4 feet in length and shall be either two ' #4 rebars, two steel pickets or two 2x2 inch hardwood stakes driven 1'-6" to 2'-0" into ground. ' H Temporary mulches such as loose hay, straw, netting, wood cellulose or agricultural silage. ' J Fence stakes shall be metal stakes a minimum of 5 feet in length. ' PART 3- EXECUTION 3.1 GENERAL A. Obtain an NPDES permit for the construction site from ADEQ. Prepare a Storm Water ' Pollution Prevention Plan, complete with a description of best management practices to be followed, and submit to Engineer. ' B. The Drawings may indicate approximate locations for erosion control devices such as straw bales and erosion control fencing. If so indicated, these should be considered minimum requirements at approximate locations. Provide erosion control measures ' required to control erosion and siltation based on site conditions encountered and the nature of the construction. The erosion control plan and implementation shall be the responsibility of the Contractor. 3.2 PREPARATION ' A. Review site erosion control plans. ' B. Deficiencies or changes in the erosion control plan as it is applied to current conditions will be brought to the attention Engineer for remedial action. City of Fayetteville 02270-3 I 05/27/99 3.3 EROSION CONTROL AND SLOPE PROTECTION IMPLEMENTATION A. Place erosion control systems at all locations necessary to control work area from erosion during construction. B. Owner may limit the surface area of erodible earth material exposed by clearing and grubbing, excavation, borrow and embankment operations and direct that permanent or temporary pollution control measures be provided immediately. Incorporate all permanent erosion control features into the project at the earliest practical time to minimize the need for temporary controls. Permanently seed and mulch cut slopes as the excavation proceeds to the extent considered desirable and practical. C. Temporary erosion control systems shall be maintained to control siltation at all times during construction operations. Failure to maintain erosion control systems in satisfactory condition may result in a deduction from pay requests. D. Respond to any maintenance or additional work ordered by Owner within a 48 hour period. E. Any additional material and work required and authorized by Owner which is beyond the extent of the adopted erosion control plan and is not covered by unit prices shall be considered a modification to the Contract Documents. F. Slopes that erode easily shall be temporary seeded as the work progresses with a wheat, rye or oats application. G. E-3 and E-4 Silt Fence shall have fence posts placed at six foot centers with a minimum embedment of two feet. The woven wire support shall be attached to the upstream side of the fence posts using manufacturer recommended clips with a minimum of three clips per post, evenly spaced. Attach the synthetic filter fabric to the upstream face of the wire support backing using manufacturer recommended pig rings placed on two foot centers in three evenly spaced horizontal rows. The bottom twelve inches of the Synthetic Filter Fabric shall be embedded in a six by six inch trench at the toe of the fence. END OF SECTION 1 I 11 City of Fayetteville 02270-4 ' H 05/27/99 I Section 02580 I J PAVEMENT MARKINGS Part 1- GENERAL 1.1 SECTION INCLUDES A. Furnish and install reflectorized paint pavement markings, including words, arrows, and emblems, of the color and type specified, in accordance with the Specifications and at the locations indicated on the Drawings. 1.2 RELATED SECTIONS A. Asphaltic concrete hot mix pavement is specified in section 02500. B. Signage is specified in section 02840. 1.3 REFERENCES A. Arkansas Highway and Transportation Department (AHTD) 1. Test Method 409.2 2. Test Method 701 3. Test Method 702 4. Test Method 718 B. Federal Highway Administration (FHWA) 1. Manual on Uniform Traffic Control Devices (MUTCD). C. American Association of State Highway and Transportation Officials (AASHTO) 1. M 247, "Glass Beads used in Traffic Paint". D. American Society for Testing and Materials (ASTM) 1. D 711, "No -Pick -Up Time of Traffic Paint". 1.4 SUBMITTALS A. Submit product information of paint and glass beads to be used. 1.5 QUALITY ASSURANCE A. Pavement marking shall be accomplished by workers who are experienced in placing reflectorized paint pavement markings conforming to the MUTCD. City of Fayetteville Page 02580-i I 05/27/99 I 1.6 DELIVERY, STORAGE, AND HANDLING A. Paint shall be stored according to manufacturer's recommendation. Part 2- PRODUCTS 2.1 MATERIALS ' A. Paint shall be a ready mixed alkyd resin, chlorinated polyolefin, chlorinated paraffin based white and yellow paint suitable for application on concrete and bituminous pavements. B. Paint shall have the property of angular reflectivity and be suitable as a binding medium 1 for glass beads placed on the surface of the wet paint in the amount of not less than 6 pounds per gallon. Paint shall be homogeneous and well ground, shall not settle badly, and shall be readily broken up with a paddle to a smooth, uniform consistency. Paint shall be free from water or foreign matter and shall dry within the specified time to a tough serviceable film. Paint shall be properly strained during the final filling of containers and not more than 1 percent of coarse particles and skins shall be retained on a #325 sieve when tested according to AHTD Method 409.2 or Federal Test Method Standard No. 141 B. C. Materials used in manufacture of paints shall meet the requirements herein specified. Minor ingredients not specifically covered will be left to the discretion of the manufacturer except that the finished product shall not be adversely affected. Suitability of raw materials from different sources for use in paints shall be the responsibility of the manufacturer. D. Reactive or unstable products causing excessive viscosity or container instability will be cause for rejection of the paint. E. Paint shall conform, on a weight basis, to the composition requirements of the formulation as closely as accepted good paint practice will permit. No intentional variation will be permitted except for replacement of volatiles lost in processing. Recognized test procedures will be used by Owner to determine the composition of the finished paint. F. Paint components shall conform with AHTD Section 718, paragraph 718.02(a). G. Finished Paint Requirements. 1. Chlorinated polyolefin paint shall dry to no -pick-up in not more than 10 minutes without glass beads when tested in accordance with ASTM D 711 except that the film will be applied at a wet film thickness of 15 mils. When applied under field C] I 1 I I City of Fayetteville Page 02580-2 t I 05/27/99 I L I I I I II I I 11 II I II [P I conditions with normal hot spray application with drop -on beads the paint shall dry to a no -tracking condition in not more than 3 minutes. 2. Daylight directional reflectance of the white paint, without glass spheres, shall be not less than 80 percent, and that of the yellow paint without glass spheres shall not be less than 48 percent, when tested in accordance with ASTM E 97. In addition the yellow paint shall visually match Federal Standard 595-A Color Number 33538. Yellow paint shall comply with the following limits. sV+ sC+ sH+ zH- Visual comparison shall be made with standard yellow Federal Color Tolerance chart for highway signs and markings obtainable from the Federal Highway Administration. 3. Paint shall have a minimum contrast ratio of 0.97 when applied at a wet film thickness of 15 mils to a color matching panel and tested in accordance with AHTD Test Method 701. 4. Paint shall have a minimum bleeding ratio of 0.94 when tested in accordance with Federal Specification TT -P -85e, except the asphalt saturated felt shall be Standard 15 pound roofing felt. Paint shall not check or crack on asphalt saturated felt indicating suitability for use on fresh asphalt overlays. Any checking or cracking on the felt or on fresh asphalt cores will be cause for rejection. 5. Paint shall adhere firmly and shall not show any evidence of cracking or flaking when a 15 mil wet thickness is tested in accordance with AHTD Test Method 701. 6. Paint shall show no adhesion loss or blistering when a 15 mil wet film thickness is tested in accordance with AHTD Test Method 701. 7. No skinning shall be present on the surface when the paint is allowed to stand in a partly filled closed container for 48 hours. After 48 hours, paint shall be free of lumps and skins when strained through a #100 sieve. 8. Finished paint shall have a Krebs Stormer viscosity of between 70 and 85 K.U. when measured at 77 degrees F. 9. White and yellow paint shall show a Hegeman grind of 4 minimum. 10. White and yellow paint shall have a weight per gallon within ± 0.60 pounds of the theoretical weight per gallon indicated by formulation. 11. When tested in accordance with appropriate methods in Federal Test Method Standard No. 141, the paints shall show a total solids content, pigment content, and vehicle solids content within reasonable proximity of those properties indicated by the formulations. 12. Pigments and vehicles extracted from paints shall be subjected to testing by appropriate methods under AHTD Test Method 701 or other available means as may be deemed necessary by Engineer to assure compliance with these formulations. ' City of Fayetteville Page 02580-3 05/27/99 Pounds per 100 gallons White el w• Titanium Dioxide, anatase or rutile 105 -- Medium Chrome yellow -- 105 Calcium carbonate 250 260 Magnesium silicate 250 270 Zinc oxide, lead free 20 20 Bentone 38 or equal 6 6 Alkyd resin, 60 percent solution 145 145 Chlorinated polyolefin, CP 173 90 90 Chlorinated paraffin 35 35 Soya lecithin 8 8 DER 331 or equal 3 3 36 % lead naphthenate 2 2 12 % cobalt naphthenate 1 1 Anti -skinning agent 3 3 Methyl alcohol 2 2 Methyl ethyl ketone 285 285 TOTAL 1205 1235 H. Glass beads for use on traffic line paint shall, except for gradation, meet the requirements of AASHTO M 247. 1. Glass beads shall be moisture resistant, clear, colorless, and clean, and of such character as to permit their embedment in a pigmented binder having their upper surface exposed to permit the refracting of light rays. 2. Not more than 30 percent of glass spheres shall be irregular or fused spheroids per screen size, and at least 70 percent of the spheres on each screen shall be true spheres when tested in accordance with AHTD Test Method 702. 3. When tested by liquid immersion method at 25 degrees C, spheres shall show an index of refraction within the range of 1.50 to 1.60. 4. Spheres shall conform to the following gradation when tested in accordance with AHTD Test Method 702. Sieve Percent Passing 40 90-100 80 0-10 5. Acid resistance test shall be performed in accordance with AHTD Test Method 702. 6. Sodium sulphide test shall be performed in accordance with AHTD Test Method 702. 7. Free flowing and moisture resistant properties test shall be performed in accordance with AHTD Test Method 702. Beads shall not be specially treated to enhance flotation. City of Fayetteville Page 02580-4 t f1 05/27/99 I 2.2 SOURCE QUALITY CONTROL I 11 I II I II II LI I II II H 1 I A. Manufacturer shall maintain a regular quality control program that ensures that the specified requirements for paint are met. The written quality control program, as well as documentation concerning its continuing implementation, should be available to the for review by Engineer and Owner. Part 3- EXECUTION 3.1 EXAMINATION A. Examine pavement to be marked. Verify that paving work is complete, requiring only cleaning and preparation for painting. 3.2 PREPARATION A. . Clean surface before paint application using any appropriate means. 3.3 APPLICATION A. B. C. D. E. Spot line locations if necessary. Apply paint in the locations and of the line types and colors indicated on the Drawings and as per the "Manual on Traffic Control Devices". Apply reflectorized paint to clean, dry, dirt -free surfaces. Apply paint at a minimum wet film thickness of 15 mils, at a rate of not less than 16.5 gallons per mile of 4 inch line. Place glass beads on the surface of the wet paint in the amount of not less than 6 pounds of beads per gallon of paint. Lines shall be even width and thickness. Ends of lines shall be sharp, with no splatter or unevenness. ICity of Fayetteville Page 02580-5 I I 05/27/99 ' Section 02900 LANDSCAPING I I I I PART 1- GENERAL 1.1 SECTION INCLUDES A. Furnish and install all materials and perform all landscaping work in accordance with the Specifications, Drawings, and any instructions provided. All work completed and materials furnished and installed shall be of the best quality and shall be in strict accordance with the intention of the Drawings, Specifications and samples. B. In addition to other standard provisions, also provide the following. 1. Maintenance necessary during Establishment Period. 2. Replacement in kind, or with a substitute acceptable to Engineer, of all plant materials not in a healthy growing condition or that has died back to the crown or beyond normal pruning limits. 3. Repair or replace any damage caused by construction; dispose of all rubbish and excess soil. 1.2 RELATED SECTIONS A. Section 02100 - Site Preparation B. Section 02161 - Excavation Safety C. Section 02220 - Excavation and Embankment 1.3 REFERENCES A. American Association of Nurserymen, Inc.: American Standard for Nursery Stock 1.4 SUBMITTALS A. If requested, provide samples of landscaping materials to Engineer for approval. B. Submit certification tags from trees, shrubs and seed verifying type and purity. 1.5 QUALITY ASSURANCE A. Plants shall be measured when branches are in their normal position. ' City of Fayetteville Page 02900-1 I 05/27/99 1 B. Shrubs shall meet the requirements for spread, height or container size indicated in the ' Plant List on the Drawings. The measurements are to be taken from the ground level to the average height of the shrub and not to the longest branch. Height and spread dimensions specified refer to the main body of the trees (measured from the crown of the roots to the tip of the top branch) shall be not less than 24 inches or as required by city ordinance. . 1 C. Caliper measurements shall be taken at a point on the trunk 6 inches above natural ground line for trees up to 4 inches in caliper, and at a point 12 inches above the natural ground I line for trees exceeding 4 inches in caliper. D. If a range of size is given, no plant shall be less than the minimum size, and not less than 50 percent of the plants shall be as large as the upper half of the range specified. E. Measurements specified are the minimum size acceptable and, where pruning is required, ' are the measurements after pruning. 1.6 DELIVERY, STORAGE, AND HANDLING 1 A. Notify Engineer at least 48 hours in advance of the anticipated delivery date of any plant materials. Furnish a legible copy of the invoice, showing kinds and sizes of materials included for each shipment, to Engineer. B. Plants transported to the project in open vehicles shall be covered with tarpaulins or other suitable covers securely fastened to the body of the vehicle to prevent injury to the plants. Closed vehicles shall be adequately ventilated to prevent overheating of the plants. 1.7 GUARANTEE A. The condition of all new plant materials is the responsibility of Contractor and shall be approved by Engineer. B. Until final approval, replace plant materials if necessary at no additional expense of Owner. 1.8 MAINTENANCE OPERATIONS BEFORE APPROVAL A. Plant care shall begin immediately after each plant is satisfactorily installed and shall i continue throughout the life of the contract until final acceptance of the project. B. Care shall include, but not be limited to, replacing mulch that has been displaced by I erosion or other means, repairing and reshaping water rings or saucers, maintaining stakes City of Fayetteville Page 02900-2 , I I I I II Ii ii II II I I P1 I I 05/27/99 and guys as originally installed, watering when needed or directed, and performing any other work required to keep the plants in a healthy condition. C. Remove and replace dead, defective and/or rejected plants as required before final acceptance. D. Restore grassed areas damaged during the process of the work to a condition satisfactory to Engineer. This may include filling to grade, fertilizing, seeding and mulching. PART 2- PLANTING MATERIALS 2.1 PLANTS A. The types and sizes of plants to be furnished are indicated in the Planting List on the Drawings. B. Plant shall conform with requirements of the American Standard for Nursery Stock adopted by the American Association of Nurserymen, Inc., and with the following additional requirements. C. Unless specifically noted otherwise, plants shall be of selected specimen quality, exceptionally heavy, symmetrical, tightly knit, so trained or favored in development and appearance as to be superior in form, number of branches, compactness and symmetry. Plants shall have a normal habit or sound, healthy, vigorous plants with well developed root system. D. Plants shall be free of disease, insect pests, eggs or larvae. E. Plants shall not be pruned before delivery. F. Trees with abrasion of the bark, sun scalds, disfiguring knots or fresh cuts of limbs over 1-1/4 inches which have not completely calloused shall be rejected. G. Plants shall be typical of their species or variety and shall have a normal habit of growth and be legibly tagged with the proper name. Plants shall have been grown under climatic conditions similar to those in the locality of the site of the project under construction or have been acclimated to such condition for at least 2 years. H. The root system of each shall be well provided with fibrous roots. All parts shall be sound, healthy, vigorous, well -branched and densely foliated when in leaf ICity of Fayetteville Page 02900-3 I 05/27/99 , I. Plants designated ball and burlap (B&B) must be moved with the root systems as solid , units with balls of earth firmly wrapped with burlap. The diameter and depth of the balls of earth must be sufficient to encompass the fibrous root feeding systems necessary for the healthy development of the plant. No plant shall be accepted when the ball of earth surrounding its roots has been badly cracked or broken preparatory to or during the process of planting. The balls shall remain intact during all operations. Plants that cannot be planted at once must be heeled -in by setting in the ground and covering the balls with soil or mulch and then watering. Hemp burlap and twine is preferable to treated. If treated burlap is used, all twine is to be cut from around trunk and all burlap is to be removed. J. The trunk of each tree shall be a single trunk growing from a single unniutilated crown of roots. No part of the trunk shall be conspicuously crooked as compared with normal trees of the same variety. K. Thickness of each shrub shall correspond to the trade classification "No.1". Single stemmed of thin plants will not be accepted. The side branches must be generous, well -twigged, and the plant as a whole well -branched to the ground. The plants must be in moist condition, free from dead wood, bruises or other root or branch injuries. 2.2 LOAM OR TOPSOIL I A. Place topsoil in areas indicated on the drawings or as specified herein. B. Exterior ground within the limits of construction, except surfaces occupied by buildings and structures, paving, and except areas indicated to be undisturbed, shall be topsoiled. , C. Place no topsoil until subgrade has been approved. Before placing topsoil, rake subsoil surface clear of stones, debris, and roots. Compact topsoil to form a layer with minimum depth of 4 inches in lawn areas and 12 inches in shrub beds. Topsoil shall be placed so that after final settlement there will be good drainage and conforming to elevations indicated on the Drawings. Maintain surfaces and place any additional topsoil necessary ' to replace that eroded before acceptance. D. Disk, drag, harrow or hand rake subgrade to a depth of 3 inches to provide bond for i topsoil. Topsoil which must be transported across finished walks shall be delivered in such a manner that no damage will be done to the walks. Repair of such damage. E. Topsoil: natural, friable, fertile, fine loamy soil possessing the characteristics of representative topsoils in the vicinity which produces a heavy growth; free from subsoil, objectionable weeds, litter, sods, stiff clay, stones larger than 1 inch in diameter, stumps, roots, trash, toxic substances, or any other material which may be harmful to plant growth City of Fayetteville Page 02900-4 ' ' 05/27/99 ' or hinder planting operations. Verify amount stockpiled and supply any additional as needed. ' 2.3 FERTILIZER A. Fertilizer shall be delivered to the site, mixed as specified, in the original unopened standard size bags showing weight, analysis and name of manufacturer. Containers shall bear the manufacturer's guaranteed statement of analysis or a manufacturer's certificate I. of compliance covering analysis shall be furnished to Engineer. Store fertilizer in a weatherproof place and in such a manner that it shall be kept dry and its effectiveness shall not be impaired. B. Percentages of nitrogen, phosphorus and potash shall be based on laboratory test recommendations as approved by Engineer. For the purpose of bidding, assume 10 percent nitrogen, 6 percent phosphorus and 4 percent potash by weight. At least 50 percent of the total nitrogen shall contain no less than 3 percent water -insoluble nitrogen. ' At least 60 percent of the nitrogen content shall be derived from super -phosphate containing not less than 18 percent phosphoric acid or bone meal containing 25 to 30 percent phosphoric acid and 2 to 3 percent nitrogen. Potash shall be derived from muriate of potash containing 55 to 60 percent potash. 2.4 SHREDDED HARDWOOD BARK MULCH ' Shredded hardwood bark mulch or approved equal shall be used as a 4 inch top dressing in plant beds and around trees planted in this project. Single trees or shrubs shall be mulched to the outside edge of the saucer. Mulch shall be of sufficient character as not to be easily displaced by wind or water runoff. 2.5 STAKING MATERIAL A. Stakes shall be 2" x 3" x 8' pressure treated wood. Three stakes per tree. ' B. Wire tree staking shall be pliable No. 12 galvanized soft steel wire. ' C. Hose shall be two-ply fiber -bearing rubber garden hose, not less than Y2 inch inside diameter, black or green, and of suitable length. ' 2.6 WATER ' Water shall be free of any substances that might be harmful to plants. It is not necessary to use potable water; however, if non -potable water is used, take precautions to avoid human consumption. ' City of Fayetteville Page 02900-5 I 05/27/99 , 2.7 LAWN SEED Lawn seed mixture shall be fresh, clean new crop seed. Furnish to Engineer the supplier's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Seed mixture shall be as indicated on the Drawings. 2.8 WEED MAT Weed mat shall be "Dewitt Weed Barrier" or equal. Weed mat shall be placed under all planting areas not to be seeded, or as indicated on the Drawings. The mat shall be covered with mulch and secured in place by soil anchors. 2.9 EROSION CONTROL BLANKET/FABRIC NETTING A. Furnish and install where indicated on drawings "Curlex" blankets: by American Excelsior Company; "Polyjute" Style 465 UT: by Synthetic Industries or equal. B. The area to be covered shall be properly prepared, fertilized, and seeded before blanket is applied. When blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. In ditches the blanket shall be applied in the direction of the flow of water, butted snugly at ends and side and stapled. On slopes, the blankets shall be applied either horizontally or vertically to the slope. Ends and sides shall be butted snugly and stapled. Staple to manufacturer's recommendations. 2.10 MISCELLANEOUS LANDSCAPING PRODUCTS A. Provide other landscaping products referred to on the Drawings. Such products shall be new and of good quality for the purpose intended. PART 3 - PLANTING PROCEDURES 3.1 WEATHER CONDITIONS Work must be carried out only during weather conditions favorable to landscape construction and to the health and welfare of plants. 3.2 PROTECTION OF EXISTING PLANTS A. Before commencing work, trees and shrubs which are to be saved must be protected from damage by the placement of fencing flagged for visibility or some other suitable protective procedure approved by Engineer. No work may begin until this requirement is I City of Fayetteville Page 02900-6 , I I I I I I I I I I I I I I I I 05/27/99 fulfilled. B. In order to avoid damage to roots, bark or lower branches, no truck or other equipment shall be driven or parked within the drip line of any tree, unless the tree overspreads a paved way. C. Use precautionary measures when performing work around trees, walks, pavements, utilities. D. Adjust depth of earthwork and loaming when working immediately adjacent to any of the aforementioned features in order to prevent disturbing tree roots, undermining walks and pavements, and damage in general to any existing or newly incorporated item. E. Evidence of inadequate protection following digging, carelessness while in transit, or improper handling or storage shall be cause for rejection. All plants shall be kept moist, fresh, and protected. Such protection shall encompass the entire period during which the plants are in transit, being handled, or are in temporary storage. F. Where excavating, fill, or grading is required within the branch spread of trees that are to remain, the work shall be performed as follows. 1. Trenching: When trenching occurs around trees to remain, the tree roots shall not be cut but the trench shall be tunneled under or around the roots by careful hand digging and without injury to the roots. 2. Raising Grades: When the existing grade at tree is below the new finished grade, and fill not exceeding 16 inches is required, clean, washed gravel graded from 1 to 2 inches in size shall be placed directly around the tree trunk. The gravel shall extend out from trunk on all sides a minimum of 18 inches and finish approximately 2 inches above the finished grade at tree. Install gravel before any earth fill is placed. New earth fill shall not be left in contact with the trunks of any trees requiring fill. Where fill exceeding 16 inches is required, a dry laid tree well shall be constructed around the trunk of the tree. The tree well shall extend out from the trunk on all sides a minimum of 3 feet and to 3 inches above finish grade. Coarse grade rock shall be placed directly around the tree well extending out to the drip line of the tree. Clean, washed graved graded from I to 2 inches in size shall be placed directly over the coarse rock to a depth of 3 inches. Approved backfill material shall be placed directly over the washed gravel to desired finished grade. 3. Lowering Grades: Existing trees in areas where the new finished grade is to be lowered shall have regrading work done by hand to elevation as indicated. Roots as required shall be cut cleanly 3 inches below finished grade and scars covered with tree paint. 4. Trees marked for preservation that are located more than 6 inches above proposed grades shall stand on broad rounded mounds and be graded smoothly into the lower City of Fayetteville Page 02900-7 I 05/27/99 t level. Trees located more than 16 inches above proposed grades shall have a dry laid ' stone wall, or other retaining structure as detailed on the plans, constructed a minimum of 5 feet from the trunk. Exposed or broken roots shall be cut clean and covered with topsoil. 3.3 PLANTING COORDINATION , A. Inform Engineer of the date when the planting shall commence and of the anticipated delivery date of the material. , B. Failure to notify Engineer in advance of order to arrange proper scheduling may result in loss of time or rejection of a plant or plants not installed as specified or directed. 3.4 DIGGING AND HANDLING , A. Bare rooted shrubs shall be dug with adequate fibrous roots. Roots of these plants shall be covered with a uniformly thick coating of mud by being puddled immediately after they are dug, or packed in moist straw, or moss. B. Balled and burlapped plants shall be dug with firm natural balls of earth of sufficient diameter and depth to include most of the fibrous roots. C. Roots or balls of all plants shall be adequately protected at all times from the sun and from , drying winds. D. All balled and burlapped plants which cannot be planted immediately upon delivery shall ' be set on the ground and shall be well protected with soil, wet moss or other acceptable material. Bare rooted plants which cannot be planted immediately shall be heeled -in upon delivery. All shall be kept moist. E. Bundles of plants shall be opened and the plants separated before the roots are covered. Care shall be taken to prevent air pockets among the roots. During planting operations, bare roots shall be covered with canvas, hay or other suitable material. No plant shall be bound with wire or rope at any time so as to damage the bark or break the branches. 3.5 FERTILIZING A. Grass or sodded areas shall have fertilizer applied in two applications with a thorough watering immediately following application. The first application shall be one week before the seeding at the rate of 35 pounds per 1,000 square feet harrowed into the top 2 inches of seed bed. The second application shall be done at the rate of 25 pounds per 1,000 square feet, immediately following the second mowing. 1 City of Fayetteville Page 02900-8 , I I U LI I I I I I I I 05/27/99 3.6 TREES AND SHRUB PLANTING OPERATIONS A. 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. B. Provide sufficient tools and equipment required to carry' out the planting operation. C. Plants too large for two men to lift in and out of holes shall be placed with a sling. Do not rock trees in holes to raise. D. Soil mix for plant holes is specified in Paragraph 2.2. E. If rock or other underground obstruction is encountered, Engineer may require plant pits to be relocated, the pits enlarged or the plants deleted from the Work. F. Locations containing unsuitable subsoil shall be treated in one of the following manners. 1. Where unsuitability within the construction site is deemed by Engineer to be due to excessive compaction caused by heavy equipment or by the presence of boards, mortar, concrete or other construction materials in sub -grade, and where the natural subsoil is other than AASHTO classification of A6 or 7, loosen such areas with spikes, dicing, or other means to loosen the soil to a condition suitable for planting. Remove all debris and objectional material. Soil should be loosened to a minimal depth of 12 inches with additional loosening as required to obtain adequate drainage. Introduce peat moss, sand, or organic matter into the subsoil to obtain adequate drainage if desired. Such remedial measures shall be considered as incidental to the work and no extra payment shall be made for this part of the work. 2. Where sub -grade is deemed by Engineer to be unsuitable because the natural subsoil falls into an AASHTO classification of A6 or 7 and contains moisture in excess of 30 percent, then such a condition shall be rendered suitable by installation of a sub -drainage system or by other means described elsewhere in these specifications. Where such conditions have not been known or revealed prior to planting time and where they have not been recognized in the preparation of Contract Document, then Engineer shall issue a change order to install the proper remedial measures. ' G. Adjustments in locations and outlines shall be made as directed. In the event that pits or areas for planting are prepared and backfilled with topsoil to grade prior to ' commencement of lawn operations, they shall be so marked that when the work of planting proceeds, they can be readily located. In case underground obstructions such as ledges or utilities are encountered, location shall be changed under the direction of Engineer without charge. H. Holes for trees shall beat least 2 feet greater in diameter than the spread of the root system I ICity of Fayetteville Page 02900-9 05/27/99 and as deep as the root ball. Holes for shrubs and vines shall be at least 12 inches greater in diameter than the spread of the root system and at least as deep as the root ball. I. To the topsoil in the backfilling of tree holes and shrub beds, there shall be added as the progress of the work permits, manure as herein specified, ground limestone if soil tests indicate it is needed, and commercial fertilizer at the rate of 3 pounds for tree up to 3 inches in caliper, 1 pound per 1 inch in caliper for larger trees, 6 ounces for small shrubs and 8 ounces for each shrub 4 feet or greater. Ground limestone and manure shall be omitted in the case of acid soil plants. The manure, limestone and fertilizer shall be thoroughly mixed with the topsoil in the planting operation, care being taken that the manure does not come in immediate contact with the roots. Plants shall be planted in the center of the holes and at the same depth as they previously grew. Loam shall be backfilled in layers of not more than 8 inches and each layer watered sufficiently to settle before the next layer is put in place. Loam shall be tamped under edges of balled plants. Enough topsoil shall be used to bring the surfaces to finish grade when settled. 1. A saucer shall be provided around each plant as shown on the Drawings. 2. Plants shall be soaked with water twice within the first 24 hours of time of planting. Water shall be applied with low pressure so as to soak in thoroughly without dislodging the topsoil. 3. Approved weed mat shall be placed under all areas to be covered with mulch. Secure weed mat in place with a soil anchor, then cover with mulch. 4. A 3 inch layer (after settlement) of mulch or approved equal shall be applied directly on top of weed mat to the entire area of each saucer or planting bed. 3.7 W PLANT BED EXCAVATIONS Excavate tree pits and plant beds to the depth indicated on the Drawings MAINTENANCE DURING CONSTRUCTION A. Maintenance shall begin immediately after planting. Plants shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated, and otherwise maintained and protected until provisional acceptance. Settled plants shall be reset to proper grade and position, planting saucer restored and dead material removed. Stakes and wires shall be tightened and repaired. Defective work shall be corrected as soon as possible after it becomes apparent and weather and season permit. B. If a substantial number of plants are sickly or dead at the time of inspection, acceptance shall not be granted. Maintenance of plants shall then be extended until replacements are made. City of Fayetteville Page 02900-10 C] I I [1 I I I I I I Li I I I I ri I 05/27/99 C. Replacements shall be plants of the same kind and size indicated on the Plant List on the Drawings. They shall be furnished and planted as specified above at no additional cost to Owner. Replacements resulting from removal, loss, or damage due to occupancy of the project in any part, vandalism, physical damage by animals, vehicles, etc., and losses due to curtailment of water by local authorities shall be approved and paid for by Owner. D. Plants shall be guaranteed for a period of one year after inspection and provisional acceptance. E. At the end of the Establishment Period, inspection shall be made again. Any plant required under this contract that is dead or unsatisfactory to Owner shall be removed from the site. These shall be replaced during the normal planting season. 3.9 SEEDING A. All exterior ground within the limit of contract, except surfaces occupied by buildings and structures and paving, except areas indicated to be undisturbed, shall be seeded or planted as indicated on the Drawings. B. Furnish topsoil, finish grading, prepare seed bed, seed and maintain areas as indicated on the Drawings. Special attention must be given to those areas of slope greater than 3: 1. Notify Engineer if extreme slopes present difficulty in bed preparation, top soil placement or materials prescribed. C. Seed Bed Preparation - Grade areas to finish grades, filling as needed or removing surplus dirt and floating areas to a smooth, uniform grade as indicated on grading plans. All lawn areas shall slope to drain. Where no grades are shown, areas shall have a smooth and continual grade between existing or fixed controls (such as walks, curbs, catch basin, elevational steps or building) and elevations shown on the Drawing. Roll, scarify, rake and level as necessary to obtain true, even lawn surfaces. Finish grades shall meet approval of Engineer before grass seed is sown. Loosen soil to a depth of 6 inches in lawn areas by approved method of scarification and grade to remove ridges and depressions. Remove stones or foreign matter over 2 inches in diameter from the top 2 inches of soil. Float lawn areas to approximately finish grades. D. Seed beds should be permitted to settle or should be firmed by rolling before seedings are made. E. Seeding shall not be performed in windy weather. F. Seeding shall be done in two directions at right angles to each other. City of Fayetteville Page 02900-11 [I 05/27/99 t G. Lawn areas shall be seeded by sowing evenly with an approved mechanical seeder at the ' rate of a minimum of 5 pounds per 1,000 square feet. Culti-packer or approved similar equipment may be used to cover the seed and to form the seed bed in one operation. In areas inaccessible to culti-packer, the seeded ground shall be lightly raked with flexible rakes and rolled with a water ballast roller. After rolling, seeded areas are to be lightly mulched with wheat straw. Wheat straw shall not be secured in place with an asphalt , emulsion or other petroleum based product. H. If the 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. Lawn maintenance shall be the same as for other planting. , I. Maintain lawns for at least 30 days after sodding and 60 days after seeding, or as long as ' is necessary to establish a uniform stand of the specified grasses, or until substantial completion of the project or until acceptance of lawns, whichever is later. J. In the event that lawn operations are completed too late in the Fall for adequate , germination and growth, maintenance shall continue into the following growing season or until a uniform stand of the specified grasses has been established. K. Water seeded areas twice the first week to a minimum depth of 6 inches with a fine spray and once per week thereafter as necessary to supplement natural rain to the equivalent of 1 inch or to a 6 inch depth. L. The surface layer of soil for seeded areas must be kept moist during the germination period. After first cutting, water as specified above. M. Make weekly inspections to determine the moisture content of the soil and adjust the ' watering schedule established by the irrigation system installer to fit conditions. N. After grass growth has started, all areas or parts of areas which fail to show a uniform , stand of grass for any reason whatsoever shall be reseeded in accordance with the Drawings and as specified herein. Such areas and parts of areas shall be reseeded repeatedly until all areas are covered with a satisfactory growth of grass at no additional cost to Owner. O. Watering shall be done in such a manner and as frequently as is necessary to assure 1 continued growth of healthy grass. Water in such a way as to prevent erosion due to excessive quantities applied over small areas and to avoid damage to the finished surface due to the watering equipment. I City of Fayetteville Page 02900-12 ' LI 05/27/99 P. Water for the execution and maintenance of this work shall be provided by the Contractor. ' Q. Mowing of the seeded areas shall be initiated when the grass has attained a height of 1'/z to 2 inches. Grass height shall be maintained between I and 1 %2 inches at subsequent cuttings depending on the time of year. Not more than 1/3 of the grass leaf shall be removed at any cutting and cutting shall not occur closer than 10 days apart. R. When the amount of grass is heavy, it shall be removed to prevent destruction of the I. underlying turf. If weeds or other undesirable vegetation threaten to smother the planted species, such vegetation shall be mowed or, in the case of rank growths, shall be uprooted, raked and removed from the area. I I I I I I I I I I I I S. Protect seeded area against trespassing while the grass is germinating. Furnish and install fences, signs, barriers or any other necessary temporary protective devices. Damage resulting from trespass, erosion, washout, settlement or other causes shall be repaired at no expense to Owner. T. Remove fences, signs, barriers or other temporary protective devices after final acceptance. END OF SECTION ICity of Fayetteville Page 02900-13 Pl U 05/27/99 I Section 03210 REINFORCING STEEL PART 1- GENERAL 1.01 1.02 1.03 O6161O A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. GENERAL A. See CONDITIONS OF THE CONTRACT and Division I, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1. Bending Lists 2. Placing Drawings PART 2 - MATERIALS 2.01 2.02 2.03 DEFORMED REINFORCING BARS A. Deformed billet -steel bars conforming to ASTM A615, Grade 60, unless otherwise noted. WELDED WIRE FABRIC A. See Drawings to determine size used, if applicable. ACCESSORIES A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper type for intended use. Bar supports in beams, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same strength concrete being placed around them. Use concrete supports for reinforcing in concrete placed on grade. Conform to requirements of "Placing Reinforcing Bars" published by CRSI. City of Fayetteville Page 03210-1 05/27/99 1 PART 3 - EXECUTION 3.01 3.02 3.03 3.04 3.05 3.06 3.07 3.08 GENERAL A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. I B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient ' time for this inspection prior to casting concrete. DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL A. Conform to the current edition of the ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by City of Fayetteville Page 03210-2 I I I] I I I I [I I I I I I I I 05/27/99 I Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. ' 3.09 REINFORCEMENT AROUND OPENINGS I] I I I I I [1 I A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develop bond in each bar. Where welded wire fabric is used, provide extra reinforcing using fabric or deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS Dl .4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC A. Welded wire fabric shall be placed at mid -depth of slab. Do not leave on ground. 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. 3.13 PAYMENT IA. Payment for the work in this Section will be included as part of the applicable Concrete structure bid item stated in the Contractor's Proposal. No separate payment will be made of reinforcing steel. I I [1 J END OF SECTION ' City of Fayetteville Page 03210-3 [.I I I I I I LI Section 03316 MISCELLANEOUS CONCRETE WORK Part 1 - GENERAL 1.1 SCOPE 05/27/99 This section covers cast in place concrete and reinforcing steel used in the construction of drop inlets, headwalls, drainage structures, curb and gutter, sidewalks and access ramps, ditch paving, manhole adjustments, water valve adjustments, thrust blocks, pipe bedding, concrete pads around valve and meter boxes, guard rail footings, and concrete encasement. This section also includes flowable fill for pipe trenches. 1.2 RELATED WORK IA. Quality control is specified in Section 01400. B. Cast -in -place manholes are specified in Section 02601. C. Fire hydrant blocking is specified in Section 02644. ' D. Pipe laying and encasement is specified in Section 02600. IE. Storm sewer system is specified in Section 02720. I I I I CIS F. Guard rails is specified in Section 02805. E: Utility sleeves is specified in Section 02605. 1.3 REFERENCES A. ASTM Standards 1. A 185, "Steel Welded Wire Fabric, Plain, for Concrete Reinforcement" 2. A 615, "Deformed and Plain Billet Steel for Concrete Reinforcement" 3. C 31, "Standard Method of Making and Curing Concrete Test Specimens in the Field" 4. C 33, "Concrete Aggregates" 5. C 39, "Standard Test Method for Compressive Strength of Concrete" 6. C 143, "Standard Test Method for Slump of Portland Cement Concrete" 7. C 150, "Standard Specification for Portland Cement" 8. C 172, "Standard Method of Sampling Fresh Concrete" ICity of Fayetteville Page 03316-1 05/27/99 9. C 231, "Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method" 10. C 260, "Air Entraining Admixtures for Concrete" 1.4 SUBMITTALS Submittals are not required for concrete work unless requested by Engineer. If requested, submit drawings and data as follows. It is anticipated that these will only be required to be submitted if field observations indicate to Engineer that the Work is not progressing according to the Contract Documents. A. Manufacturer's data for reinforcing steel. B. Manufacturer's data for admixtures and curing compound. C. Mix design for concrete and flowable fill. D. Reinforcing placement drawings. 1.5 QUALITY ASSURANCE A. Concrete shall be provided by a ready mix plant that has been in operation sufficient time to have a proven record of supplying concrete mixtures that perform satisfactorily. Ready mix plant shall have a current AHTD approval. B. Concrete work, including formwork and reinforcing steel placement, shall be accomplished by workers experience in the type of work being performed. Part 2- PRODUCTS 2.1 CEMENT Cement shall be Portland Cement conforming to the requirements of ASTM C 150, Type I or IA. Type III or ILIA Portland Cement, high early strength, may be used if approved by Engineer; any extra cost will be borne by Contractor. I I City of Fayetteville Page 03316-2 ' 05/27/99 2.2 AGGREGATE I 1 1 1 1 Coarse aggregates shall consist of crushed stone or gravel and shall comply with the following grading requirements when tested according to AASHTO T 27: Class A. B. or Special Concrete: Sieve Percent Passing 1'/<" 100 1" - 3/4I 35-75 /Z" - 3/a" 10-30 #4 0-5 Fine aggregates shall consist of clean, sound, sand conforming to ASTM C 33, and graded as follows: Sieve Percent Passing 3/8" 100 #4 95-100 #8 70-95 #16 45-85 #30 20-60 #50 5-30 #100 0-5 2.3 WATER Water used in mixing concrete and mortar shall be potable water and shall be free from injurious amounts of acids, alkalies, oils, sewage, and organic matter. 2.4 REINFORCING STEEL Reinforcing steel shall be either deformed bars or welded wire fabric, as indicated on the Drawings. The steel shall conform to the following. Deformed bars ASTM A 615, Grade 60 Welded wire fabric ASTM A 185, Grade 65 City of Fayetteville Page 03316-3 I 05/27/99 , I 2.5 CURING COMPOUND Sonneborn liquid Kure -N Seal, or equal 2.6 CONCRETE COMPOSITION AND STRENGTH REQUIREMENTS A. Concrete shall be either Class A or Class B, and shall be composed of Portland cement, fine and coarse aggregate and water proportioned in keeping with the following: Note: Concrete other than Class A or Class B are not listed below and shall be noted on the drawings and those mixes shall have a mix design submitted that will meet the specified minimum compressive strength and/or other specified requirements. Minimum Sacks of Cement (per Cubic Yard) Max Water (gallons per sack) Slump (inches) Air Entrainment (percent) Class "A" Concrete 5.5 l 2 - 4 (w/ vibration) I - 2 (for construction with extrusion machine) 5.5 +/- 1.5 Water -cement ratio shall not exceed 0.49. Minimum Cementious Material (lb) (per Cubic Yard) ►• 1 Water Air Entrainment (percent) Flowable Fill Class "B" Concrete R 6 2 - 4 (w/ vibration) 1 - 2 (for construction with extrusion machine) 5.5 +/- 1.5 300 total Cement (80-100) / Fly Ash (220-300) Variable to equal one cubic yard Approximately 65 gallons 15 +1- 1.5 B. Air -entraining agents, if used, shall conform to ASTM C 260. The total air content (entrained and entrapped air) shall be 5.5 percent plus or minus 1.5 percent for concrete and 15 percent plus or minus 1.5 for flowable fill. City of Fayetteville Page 03316-4 II II I ' 05/27/99 ' C. Proportioning of concrete shall be by weight except that water may be measured by volume. A one cubic foot sack of Portland Cement will be considered as weighing ' 94 pounds. D. Class A concrete made with ordinary Portland cement shall have a minimum ' compressive strength at 28 days of 3500 psi. Class B concrete made with ordinary Portland cement shall have a minimum compressive strength at 28 days of 3000 psi. If made with high early strength cement, those strengths shall be attained at the end I. of 7 days. Other strengths may be specified on Drawings or in these specifications. Flowable fill shall have a minimum compressive strength at 28 days of 200 psi and shall meet the requirements of AHTD Section 206. ' 2.7 JOINT COMPOUNDS ' A. Expansion joints: asphalt impregnated fiberboard, meeting requirements of AASHTO M 213. Expansion joints shall be left %i' lower than grade or trimmed' h" lower and ' filled with silicone sealer or other sealer approved by the Engineer to finish grade. B. Contraction (i.e. saw cut) joints: one part silicone formulation that does not require a primer for bond to concrete. Compound shall be compatible with concrete. Acetic acid cure sealants are not acceptable. Provide product of a manufacturer listed on the AHTD approved materials provider list. Part 3 - EXECUTION ' 3.1 REINFORCING STEEL I I I I Steel reinforcing shall be free from rust, scale, and from mortar, dirt, or other objectionable coatings. It shall be placed accurately in accordance with details shown on the Drawings and with rebar detail drawings, and properly secured in position. 3.2. READY -MIX CONCRETE Ready -mix concrete shall be delivered and placed within one hour after all materials, including mixing water, shall have been placed in the mixing drum. Each batch shall be accompanied by a toad ticket with a copy for Engineer showing the concrete type, mixing proportions, and time mixing began. ' 3.3 VIBRATION I Structural concrete shall be compacted by vibration as it is placed. The use of form vibrators is not acceptable. Internal vibrators shall be capable of transmitting vibration to the concrete ICity of Fayetteville Page 03316-5 I 05/27/99 , at frequencies not less than 4,500 impulses per minute. Duration of vibration shall be limited ' to the time necessary to provide satisfactory consolidation without causing segregation. The vibrator shall not be inserted into lower courses previously vibrated. Vibrators shall be applied in a substantially vertical position and at uniformly spaced points not further apart than the visible effectiveness of the vibrator. Vibration shall be supplemented by such spading as Engineer may require. Concrete in pipe foundations need not be vibrated if other methods produce satisfactory results. Slump of concrete shall be the minimum practical. When vibration is used to consolidate concrete, slump shall not exceed 4 inches. 3.4 FINISHING ' A. Surface finishes shall be classified as follows: ' Class 1. Ordinary Surface finish. Class 2. Rubbed finish. Class 3. Sprayed finish. Class 4. Exposed Aggregate finish. Class 5. Tined Concrete Pavement. Class 6. Broomed finish. B. All concrete shall be given a Class 1 finish. Immediately following the removal of ' forms, fins and irregular projections shall be removed from all surfaces. On all surfaces, the cavities produced by form ties and all other holes, broken corners or edges, and other defects shall be thoroughly cleaned, and patched. In addition, further finishing may be required as specified. C. All exposed surfaces of structures shall be given a Class 2 finish. D. Curb and gutter, integral curb, drop inlet tops, sidewalk, access ramps, driveways, ' medians and ditch paving shall be given a Class 6 finish. E. Concrete pavement shall be given a Class 5 finish. , F. Drive and street repairs shall be finished to match existing drives and streets. 3.5 CURING A. Immediately after placement, protect concrete from premature drying, excessively ' hot or cold temperatures, and mechanical injury. B. Cure concrete for at least 7 consecutive days. Cure unformed surfaces by one or the following methods. City of Fayetteville Page 03316-6 I I ' 05/27/99 ' 1. Cover surface with moist fabric so that a film of water remains on the surface throughout the curing period. 2. Cover surface with curing paper and seal with tape. 3. Apply a uniform coat of liquid curing and sealing compound in accordance with manufacturer's instructions. ' 3.6 CURB AND GUTTERS A. Shape subgrade to required depth below finished surface, and compact to a firm, even surface. Remove soft and yielding areas and replace with suitable material and compact. Proof roll as specified in section 02220. Spread base course material as indicated on the Drawings. B. Construct forms of metal or wood, free from warp, and of sufficient strength to resist springing during concrete pouring. Stake and brace and hold firmly to required lines and grades. Clean and oil forms before concrete is placed. Face forms or templates matching the shape of the planned curb are required when an extrusion machine is not used. IC. Curb and gutters shall be poured as a monolithic structure, according to the lines and grades and details indicated on the Drawings. A combination of extrusion machine and hand pouring shall be used as best suits the Work. Extrusion machine shall be the type that can be adjusted to provide the types and dimensions of curbs indicated on the Drawings. D. Vibrate and spade until mortar entirely covers the surface. Finish smooth and even by means of a wooden float. Round edges as indicated on the Drawings while concrete is still plastic. Remove face forms as soon as practicable. Finish face by ' rubbing with a wood float until it is smooth, then brush finish with a broom. Plastering will not be permitted. Fill minor defects with cement mortar applied with a wood float. E. Install expansion joints in curb and gutters at stationary structures and at ends of curb returns. Expansion joints shall be %2 inch thick and shall be filled with joint filler 'shaped to the cross section of the curb and constructed at right angles with the curb line. F. Saw cut contraction joints every 15 feet, to be 1/8 to 3/8 inch by 1-1/2 inches. Saw cut at right angles to curb line. Fill with joint seal. ' G. Cure as described elsewhere in this section. H. Maximum variation from indicated grades shall be 3/8 inch in 10 feet. City of Fayetteville Page 03316-7 I 05/27/99 , 3.7 SIDEWALKS AND ACCESS RAMPS A. Excavate or fill subgrade to the required grade. Remove soft and yielding material and replace with suitable material and compact entire subgrade. Proof roll as specified in section 02220. B. Construct forms of metal or wood, free from warp, and of sufficient strength to resist springing during concrete pouring. Stake and brace and hold firmly to required lines and grades. Clean and oil forms before concrete is placed. Face forms or templates matching the shape of the planned curb are required when an extrusion machine is not used. C. Construct concrete sidewalks and access ramps according to the lines, grades, and details indicated on the Drawings. As far as practical, sidewalks shall be continuously poured. Access ramps shall be poured monolithically. Consolidate concrete material to prevent honeycombing. Strike off top with a straightedge and tamp or vibrate sufficiently to bring mortar to surface. D. Sidewalks and access ramps shall have a non -slip broom finish. E. Provide tool joints, saw joints, and expansion joints where indicated on the ' Drawings. Expansion joints shall be at least '/2 inch wide, spaced as indicated on the Drawings and between sidewalk and all stationary structures. Fill with joint filler. Provide '/2 inch expansion joint material (AASHTO M 213) between curb and sidewalk, and between curb and access ramp. 3.8 DRAINAGE STRUCTURES A. Reinforced box culverts, retaining walls, drop inlets, junction boxes, drop inlet ' extensions, headwalls, and other drainage structures shall be constructed with reinforced concrete, as shown on the Drawings. B. Concrete shall not be placed until the Engineer or Engineer's representative has observed the forms and placement of reinforcement. C. The concrete floors of nonmonolithic structures shall be placed at least 24 hours before beginning construction of the walls. A longer period of time may be required if weather conditions make it necessary. D. Curing is described in 3.5. E. Walls shall be constructed to form a tight joint with the floor and around pipes. Pipes shall be cut flush with the inside surfaces of the wall. , City of Fayetteville Page 03316-8 I 05/27/99 ' F. Faces of drop inlets and drop inlet extensions shall match the curb face slope and alignment. Box culverts headwalls shall be parallel with the road centerline. Box culvert wingwall alignment and/or dimensions may vary from the Plans to best fit ' field conditions. G. The rings or frames shall be set accurately to the finished elevations so that subsequent adjustments will be not necessary. I. H. Backfill for drop inlets, extensions, and headwalls may be permitted after concrete has cured for 48 hours and concrete has attained 75% of the minimum compressive strength, if the Contractor takes responsibility for the structure maintaining its integrity. Otherwise, backfill may commence when concrete test cylinders attain the minimum compressive strength for that structure. Backfill within the roadway embankment and immediately adjacent to bridge abutments, culverts, retaining walls, ' or other places inaccessible to rollers, shall be placed in approximately 6" horizontal layers, loose measurement, at near optimum moisture content and compacted with mechanical equipment to 95% of the maximum density as determined by AASHTO T 99. The specified density will not be required immediately adjacent to wingwalls of box culverts. The backfill in front of such units shall be placed first to prevent the ' possibility of forward movement. Special precautions shall. be taken to prevent wedging action against the concrete, and the slope bounding the excavation for abutments and wingwalls shall be stepped or roughened to prevent wedge action. ' No backfill shall be placed against abutments, retaining walls, or box culverts until the concrete has cured for at least 14 days or until test cylinders show the minimum strength has been obtained. I. Structures shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind, and shall be reasonably free of such accumulations during construction and at job completion. ' J. Drop inlets shall steps when height measurement form the footing to the top the structure (top of ring and lid) is four feet or more. These steps shall be ICM S-700 ' (Polypropylene Plastic), or approved equal. 3.9 DRIVEWAYS & MEDIANS ' A. Portland cement concrete driveways and medians shall be constructed in one course on the prepared subgrade or on a completed and accepted base course or asphalt course in accordance with these specifications and in conformity with the lines, grades, thickness, and detail /typical cross section shown on the Drawings. I City of Fayetteville Page 03316-9 I 05/27/99 , B. Expansion material shall be placed between the curb and driveway and any existing ' portion of driveway. The joint filler shall be %z inch thick and meet the requirements of AASHTO M 213. The top %z inch of the expansion joint shall be filled with silicone sealer, or other sealer approved by the Engineer flush, with the surface. C. Curing is described in 3.5. D. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. E. The concrete shall be deposited in the forms upon a wetted subgrade to such depth that when it is compacted and finished, the top will be the required elevation. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The top shall be struck off with a straightedge and tamped sufficiently to flush mortar to the surface, after which it shall be finished with a float to a smooth and even surface. Edges shall be rounded with a l Yzinch radius edger. 3.10 DITCH PAVING A. Concrete ditch paving shall be accordance with these specifications and in conformity with the locations, lines, and grades shown on the Drawings, or as directed. B. The subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted. C. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. D. The concrete shall be deposited in the forms upon a wetted subgrade to such depth that when it is compacted and finished, the flow line shall be at the required elevation and the sides at required widths, slopes, and thicknesses. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The flow lines and sides shall be struck off with a straightedge and tamped sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. The final surface shall be broomed. Edges shall be rounded with a V2 inch radius edger. i City of Fayetteville Page 03316-10 ' I ' 05/27/99 E. Transverse joints shall be sawn at ten foot intervals measured longitudinally along the flow line. The depth of the joints shall be 1 1/4 inch. F. Immediately after the forms have been removed, the spaces on each side of the paving shall be backfilled with suitable material and compacted with mechanical equipment. Two feet of solid sodding shall be placed adjacent to the ditch. G. When a section of ditch paving terminates at a structure, a''/2 inch thick expansion joint conforming to AASHTO M 213 shall be provided. Expansion material shall be provided at 50 foot intervals. This expansion material shall be constructed a'/2 inch below surface and this '/ inch shall be filled with one part silicone joint sealant. 3.1 OA UNDERDRAIN OUTLET PROTECTORS IA. The foundation shall be prepared to the required depth, forms set rigidly to the line and grade designated, and the concrete place, spaded, vibrated, and finished with a wood float to a true and even surface. When completed, the concrete shall be cured as specified. B. The outlet protector shall be placed in such a manner that the underdrain lateral has a uniform slope to ensure proper drainage. Abrupt changes in slope along any portion of the lateral will not be permitted. ' 3.11 FIELD QUALITY CONTROL A Testing of concrete in the field, either as poured or after setting or curing shall be as required by Engineer. The cost of all testing to demonstrate compliance with the specifications shall as indicated in Section 01400. ' B Cooperate with testing laboratory personnel to take and properly handle field samples. ' C Composite samples shall be obtained in accordance with ASTM C 172 D Mold and laboratory cure three specimens from each test required in accordance with ANSI/ASTM C 31. ' E Measure air content in Class A concrete or other specified concrete mix in accordance with ASTM C 231. ' F. Test the specimens in accordance with ANSI/ASTM C 39. Two specimens shall be tested at 28 days for acceptance and one specimen shall be tested at 7 days for ' City of Fayetteville Page 03316-11 I 05/27/99 , information. For concrete compressive strength tests less than the 7 day (such as for ' backfilling structures, etc.), the Contractor will be responsible for these tests. G. The slump of the normal -weight concrete sample for each strength test shall be determined in accordance with ANSI/ASTM C 143. H. Failure of concrete and flowable fill is defined as the average compressive strength of the tested specimens. The strength level of the concrete or flowable fill shall be considered satisfactory if both of the following requirements are met: ' 1. The average of all sets of three consecutive strength tests equal or exceed the specified compressive strength. 2. No individual strength test (average of two cylinders) falls below required compressive strength by more than 500psi. I. Should the test cylinders fail to demonstrate compliance with the specifications, reconstruct the concrete structure at no additional cost to Owner. Contractor shall then be responsible for the expenses involved in re -testing the concrete. It' 3.9 J. Testing will be required for every 50 cubic yards of concrete or flowable fill placed or for each day's pour and/or placement whichever is least or as directed by the Engineer or his representative. The cost of all testing made at the request of the Owner will be as indicated in Section 01400. Engineer shall furnish Owner with ' copies of concrete testing required by Engineer during the course of the Work. CLEANING Clean work areas and all concrete formwork and waste. Waste concrete shall not be disposed of on site except as approved by Engineer. WEATHER AND TEMPERATURE LIMITATIONS A. When the internal temperature of the plastic concrete reaches 85 degree F, the Contractor shall take the necessary precautions to insure that the temperature of succeeding batches does not exceed 90 degrees F. Concrete batches with temperatures in excesses of 90 degrees F will be rejected. The method used to control the concrete temperature shall be submitted to Engineer in writing by the Contractor. The temperature of the plastic concrete shall be determined immediately prior to its being deposited in the forms. B. No concrete shall be placed unless the temperature of the concrete is more than 50 degree F when placed. If heating of the ingredients is necessary to meet this criterion, it shall be accomplished by a method such as dry heat or steam. Water City of Fayetteville Page 03316-12 ' Ii 05/27/99 shall not be heated to more than 180 degree F, and shall be combined with the aggregate before the addition of cement. Frozen aggregates may not be used. C. After concrete is placed, it shall be protected by insulated forms, blankets, enclosing and heating, or any approved method that will maintain 50 degree F temperature for at least 5 days. The Contractor shall have available and ready for immediate use sufficient materials and equipment for maintaining the temperature of the concrete. D. Concrete that has been frozen or damaged due to weather conditions shall be replaced at no additional cost to the Owner 3.10 SCHEDULE Cast -in -place concrete class is generally indicated on the Drawings for each type of usage. The following schedule will govern where no concrete class is indicated on the Drawings. Class A Class B Curb and Gutter x Sidewalks & Access Ramps x Drainage Structures x Ditch concrete paving x Driveways x Manholes x Manhole adjustments x Water valve adjustments x Guard rail post holes x Concrete pads x Flared end section wall x Underdrain outlet protector x Thrust blocks x Encasement x Pipe bedding x Reinforced Concrete Vault - 4000 psi END OF SECTION City of Fayetteville Page 03316-13