HomeMy WebLinkAbout43-00 RESOLUTION•
RESOLUTION NO. 43-00
MICROFILMED
A RESOLUTION APPROVING AWARDING BID NO. 00-14 IN
THE AMOUNT OF $289,416 TO FAYETTE TREE AND TRENCH
FOR THE ARKANSAS RESEARCH AND HIGH TECHNOLOGY
PARK WATER AND SANITARY SEWER PHASE I; AND
APPROVING A CONSTRUCTION CONTINGENCY OF
$28,942.00 (10%).
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS •
Section 1. That the City Council hereby awards Bid No. 00-14 in the amount of
$289,416 to Fayette Tree and Trench for the Arkansas Research and High Technology Park Water
and Sanitary Sewer Phase I; and approves a construction contingency of $28,942.00 (10%) . A copy
of the contract is attached hereto marked Exhibit "A" and made a part hereof.
'!PASSED AND APPROVED this 4th day of April , 2000.
APPROVED:
,1/4
c.%`"
•
ATTEST:
By:
Heather Woodruff, City Cl
By:
Fred Hanna, Mayor
NAME OF FILE:
nAsteoz..tio-k 2'/3 -00
•
CROSS REFERENCE:
Date
Contents of File
Initials
4-4-ODAiag--5e
-73- 610
SXAlitgr-7- '4" (.),7,07-RAcr)
4-4-oo
A , aged- j61217/fr Y 1
2-21-oe)
/ 1
i an
S edn'A-4, Vtael-6
_ _
ao zo 4/4,44-4)evie,a
ii,-)/ t
likAlern "'xi/ ,gilite-- .6a0D -
3-2/- 'o
..k/ kiA/z47742-2-ica
5-25- 46
4)/7, 4Akag
014-eo
adasy to A, e /
1
1
4
•
Section 00500
AGREEMENT
BETWEEN OWNER AND CONTRACTOR
EXHIBIT A rg.:7;i0
THIS AGREEMENT is dated as of the iday of in the year 2000 by and between the
City of Fayetteville, Arkansas (hereinafter called OWNEk) and//> -77,c 722,ea-- (hereinafter called
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article I. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows:
PROJECT - ArkanFas Research & Technology Park, Phase 1, Water & Sanitary Sewer
Improvements: Demolition oftrees, shrubs, fences, building and other various items, construction
of approximately 1600 LF of 3 -inch sewer force main with some asphalt pavement repair and steel
e.ncaseinents; construction of approximately 180 LF of 12 -inch and 1750 LF of 8 -inch gravity
sewer line with concrete manholes and 6 -inch sewer services; construction of reinforced concrete
sewage lift station with pumps, controls, access lid, pig launch assembly and all accessories
necessary to provide a complete installation, construction of chain link fence with barb wire
extenders and gates around lift station; construction of a 3/4 -inch reduced pressure zone backflow
preventer with heat kit and enclosure; construction of approximately 800 LF of 8 -inch and 770
LF of 12 -inch water line with valves, fire hydrants, water meter and service and any other
appurtenance needed for complete installation; construction of all electric work necessary to make
the sewage lift station, backflow preventer, or arty other item operational on or around the station,
construction of erosion control items and any associated earthwork involved to complete this
project and all other 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 m
connection with completion of the Work in accordance with the Contract documents.
City of Fayetteville
2/18/2000 Page 00500-1
11
illissw •
Article 3. CONTRACT TIME.
T
3.1. The Work shall be substantially completed within 100 calendar days after the date when the
aContract Time commences to run as provided in paragraph 2.03 of the General Conditions, and
111111in completed and ready for final payment in accordance with paragraphs 14.07.B & C of the General
Conditions within 130 calendar days after the date when the Contract Time commences to run.
sit
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) CON1RACTOR 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
thereofgranted by OWNER, CON IRACTOR 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.
PAYMENT ITEMS
Item
No.
Unit
Estimated
Quantity
Unit Price
Extended
Price
Ite it Description
I
Clearing and Grubbing Trees
LS
1
17,850.00
$17,850.00
2
Site Preparation
LS
1
6,500.00
$6,500.00
3
Common Excavation for Lift Station
LS
1
6,000.00
$6,000.00
4
Rock Excavation
CY
200
75.00
$15,000.00
5
Compacted Embankment Subgrade Fill (Select Hillside Material)
CY
100
18.00
51,800.00
6
Undercut of Trench
Material
CY
100
18.00
$1,800.00
City of Fayetteville
2/18/2000
Page 00500-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
110
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as provided in
paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph
ICity of Fayetteville 2/18/2000
Page 00500-3
7
Aggregate Base Course (under proposed pavement at trench)
TN
200
18.00
$3,600.00
ACHIvf Surface Course (Type 2)
TN
10
75.00
$750.00
Asphalt Street Repair
SY
100
60.00
$6,000.00
10
Mobilization
LS
1
1800.00
$1,800.00
11
Pipe Line Construction Control
LS
1
1500.00
$1,500.00
12
12 -inch Sewer Pipe (SDR 26)
LF
180
24.00
$4,320.00
13
8 -inch Sewer Pipe (SDR 26)
LF
1750
19.00
$33,250.00
14
3 -inch PVC Force Main (DR 21)
LF
1600
16.50
$26,400.00
15
6" Sewer Service (SDR 26)
LF
100
15.50
$1,550.00
16
12" Water Line (C900 PVC DR 14 or D.I. Class 350)
LF
775
32.50
$25,187.50
17
8" Water Line
(C900 PVC DR 14 or Di. Class 350)
LF
800
22.25
$17,800.00
18
12 -inch Butterfly Valve (Water) w/I3ox
.EA
2
3300.00
$6,600.00
19
8 -inch Gate Valve (Water) w/Box
EA
3
910.00
$2,730.00
20
3 -inch Gate Valve (Force Main)
w/Box
EA
2
650.00
$1,300.00
21
Concrete Ivlanhole
EA
9
1325.00
$11,925.00
22
Water Meter Setting w/Box
EA
1
575.00
$575.00
23
Force Main Location Box w/Tracer Wire
EA
6
320.00
$1,920.00
24
3/4 -inch Water Service
LF
50
12.50
$625.00
25
3/4 -inch Reduced Pressure Zone Backflow Preventer
EA
1
375.00
$375.00
26
Backflow Preventer Enclosure w/Heat Cable Kit
EA
1
775.00
$775.00
27
6 -foot Chain Link Fence w/Barb Wire Extenders
LF
100
25.50
$2,550.00
28
Protective Fencing for Trees
LF
200
4.50
$900.00
29
4 inch Gate Valves on Force Main g Lift Station
EA
2
850.00
$1 700.00
30
Reinforced Concrete Sewage Lift Station w/Pumps, Controls,
Hoist, Access Lid, arid all accessories necessary for complete
installation
LS
1
36,300.00
$36,300.00
31
Imported Top Soil
CY
200
16.00
$3,200.00
32
Cement Lined Ductile Iron Fittings (Force Main)
LB
250
5.25
$1,312.50
33
Ductile Iron Fittings (Water)
LB
1800
4.20
$7,560.00
34
Maintenance of Traffic
LS
1
1900.00
$1,900.00
35
Seeding and Mulching
AC
2.0
1250.00
$2,500.00
36
4 -inch Diameter PVC Conduit (Schedule 40)
LF
150
12.50
$1,875.00
37
8 -inch Diameter Steel Encasement (Schedule 10)
LF
170
21.50
$3,655.00
38
Fire Hydrant Assembly
EA
3
1850.00
$5,550.00
39
Silt Fence (Type E-4)
LF
1500
2.75
$4,125.00
40
Straw Bale
EA
200
5.50
$1,100.00
41
Connection to Existing Manhole
EA
1
1100.00
$1,100.00
42
8 -inch Inserting Valve
EA
1
5800.00
$5,800.00
43
Concrete Sidewalk
SY
100
18.00
$1,800.00
44
Pig Launch Structure
EA
1
1356.00
$1,356.00
45
Electrical Work for Lill Station and Backflow Preventer Heat
Cable
EA
1
1200.00
$1,200.00
46
Excavation Safety
LS
1
6000.00
$6,000.00
Total Base Bid Amount
$289,416.00
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as provided in
paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph
ICity of Fayetteville 2/18/2000
Page 00500-3
do
11.03.B of the General Conditions.
Article 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General
Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed
by ENGINEER as provided in the General Conditions.
51 Progress Payments. OWNER shall make progress payments on accciunt of the Contract
Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs
5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of
values established in paragraph 2.07 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 paragraphs 14.02.B.5 & 14.02.D of the General Conditions.
90 percent of Work completed (with the balance of 10 percent being retainage),
If Work has been 50 percent completed as determined by the ENGINEER, and if
the character and progress of the Work have been satisfactory to OWNER and
ENGINEER, OWNER, on recommendation of ENGINEER, may determine that
as long as the character and progress of the Work remain satisfactory to them,
there will be no additional retainage on account of work completed, in which case
the remaining progress payments prior to Substantial Completion will be in an
amount equal to 100 percent of the Work completed.
100 percent of materials and equipment not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory to
OWNER as provided in paragraphs 14.02.B.5 & 14.02.D of the General
Conditions. That is, if any such items are setup for that type payment in the
Specifications.
5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments
to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent
being retainage), less such amounts as ENGINEER shall determine, or OWN -ER may
.withhold, in accordance with paragraphs I4.02.B.5 & 14.02.D of the General Conditions.
City of Fayetteville
2/18/2000 Page 00500-4
5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with
paragraphs 14.07.B & C of the General Conditions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said paragraphs 14 07 B & C.
Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in Article 7) and the other related data identified in the Bidding Documents
including "technical data."
6.2. CONTRACTOR has visited the site and become familiar with and is satisfied as to the
general, local, and site conditions that may affect cost, progress, performance, or fiirnishing 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 fiimishing 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 4.02.A of the General Conditions.
CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and drawings upon
which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General Conditions.
CONTRACTOR acknowledges that stich reports and drawings are not Contract Documents and
may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that
OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of
information and data shown or indicated in the Contract Documents with respect to Underground
Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or
assumes responsibility for having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface,
and Underground Facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance, or furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences, and procedures of construction to the employed by
CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does
not consider that any additional examinations, investigations, explorations, tests, studies, or data
are necessary for the performance and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the Contract
Documents.
6.5. CONTRACTOR is aware of the general nature of work to be performed by OWNER and
City of Fayetteville 2/18/2000 Page 00500-5
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 wntten notice of all conflicts, en -ors, 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 entre 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. Certificates of Insurance, (Exhibit C).
7.4. Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D).
7.5. General Conditions (pages 1 to 42, inclusive).
7.6. Supplementary. Conditions (pages 1 to 14, inclusive).
7.7. Specifications consisting ofDivisions 1 through 16, as well as, some in the appendix listed
in table of contents thereof.
7.8. Addenda numbers 1 to 3 inclusive.
7.9. Drawings (not attached hereto) consisting of a cover sheet and seventeen additional sheets
pertaining to Phase I of this portion of the Arkansas Research and Technology Park with
each sheet bearing the following general title: Arkansas Research & Technology Park,
Phase 1 Water and Sanitary Sewer Improvements
City of Fayetteville
2/18/2000 Page 00500-6
1
1
1
1
The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly
1 noted otherwise above).
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General
Conditions.
7.10. The following which may be delivered or issued after the Effective Date of the Agreement
and are not attached hereto:
7.10.1. Notice to Proceed
7.10.2. All Written Amendments and other documents amending, modifying or
supplementing the Contract Documents pursuant to paragraph 3.04 of the General
Conditions.
1
1
1
1
1
1
1
Article 8. MISCELLANEOUS.
8.1. Terms used in the Agreement which are defined in Article I 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.
1 City of Fayet eville 2/18/2000 Page 00500-7
1
11
1
1
•
•
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.
This Agreement will be effective on
,2000 (which is the Effective Date of the Agreement).
OWNER City City of Fayetteville CONTRACTOR -
By:
Attest
Mayor
By: gr 44SPO-16"-
9-4)-(
Title
[CORPORATE SEAL] [CORPORATE SEAL]
Attest 21//417.7142) ALA •
Address for giving notices Address for giving notices j.diptti ...V.e.egoS21/72(4
temc.
677d CaliX) 4 2/
(1.94/Ittirmite_c. , aft 7eg 264/
&at? dA acco 6 /0200
(If OWNER is a public body, attach License No.
evidence of authority to sign and
resolution or other documents Agent for service of process:
authorizing execution of Agreement.)
City of Fayetteville
(If CONTRACTOR is a corporation, attach
evidence of authority to sign)
2/18/2000 Page 00500-8
alai/01C *1
CITY °Ea -
I
PROJECT MANUAYCROFILMED
CITY OF FAYETTEVILLE
ARKANSAS
RESEARCH & TECHNOLOGY PARK
PHASE 1
WATER & SANITARY SEWER
IMPROVEMENTS ,c-iffre;,
°IA Riga A -we\
till BEcistilit!irg
BID # 2000-14 enttglir.j.;;.,
FAYETTEVILLE, ARKANS*4), NO
ff #
."-Y•- it
FEBRUARY 2000 Tilt OS"
,i11,17, ?JCL/
:4 .A
9<ill
1
1
1
1.
1
1
1
1
CITY OF FAYETTEVILLE
ARKANSAS RESEARCH and TECHNOLOGY PARK
PHASE 1, WATER and SANITARY SEWER IMPROVEMENTS
BID # 2000-14
ADDENDUM 1
This Addendum No. 1 makes changes to the Bidding Requirements, Specifications, and
Drawings. This Addendum No. 1 consists of Pages AD1-1.
Bidders must acknowledge the receipt of this Addendum No.1 in the location provided on the Bid
Form.
CHANGES TO THE BIDDING REQUIREMENTS
Section 00020 - ADVERTISEMENT FOR BIDS
Page 00020 - 1, Change the first sentence to "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 2:30
p.m. (local time) an Tuesday, March 21, 2000, for furnishing all tools, materials, and
labor and performing the ... for Fayetteville, Arkansas."
General:
The contractor shall make site visits and familiarize themselves with the topography, the
tree canopy, and any other site feature that will influence the bid. Note that specific trees are not
all shown on the Plans. Therefore, determine the amount that you estimate to dear and grubb for
the easement area for the sewer line and enough clearing to construct the sewer line itself Note
any trees, bushes, etc. where the force main and water line is to be constructed. All clearing and
grubbing for construction ofthe different portions of work, shall be included in the Bid Item #1,
Clearing and Grubbing. Also, please note that any repair work to fences, stone walls, curbs, or
other site features due to construction shall be paid under Bid Item #2, Site Preparation, unless
there is a separate pay item already established.
Please note that the Contractor shall not do any construction activity in the designated
wetland areas. These are shown on the Plans and will be field located.
END OF ADDENDUM
The Bidder shall acknowledge 'receipt of the Addendum by return fax, as well as, by submitting a
signed copy with his Proposal and acknowledging receipt on page 00300-1 of the Bid Form.
Acknowledged by:
City of Fayetteville AD1-
1
Z 1 501 521 9871
• 4
/2nait It: sit SO17758318
414.4-er1/4/
FAYETTE TREE & T 01
I--vt
CITY OF FAYETTEVILLE
ARKANSAS RESEARCH and TECHNOLMV PARK
PHASE I, WATER and SANITARY SEWER IMPROVEMbNTS
SID 2000-1.1
ADDENDUM 1
RECEOVE
MAR 1 0 2000
dtadum No. 1 makes changes to the Bidding Requirements, Specifications, and
This Addendum No. 1 consists of Pages ADI -1,
must acknowledge the receipt of this Addendum No 1 in the. location provided on the Bid
TO ME RIDDING REQIIIREMENTS
00020- ADVERTISF-MENT FOR RIDS
Page00020 1, Change the first sentence m "Notice. IR giVM herdly 111111. PUI-SUant to an
order of the City Council °title City of Faye/ten/inn, Arkansas„sealed hidwill he received
at Room 306, City Hall, 113 West Mountain Sweet, Fayetteville, Arkansas, until 2:30
p.m. (l0ted tierce) on Tuesday, March 21, 2000. for tin-nu:limp, AJI tools, materials, arx1
labor and petfonning the . for Fayetteville, Arkansas."
The &meatier shall make situ visits and familiarize theutselves with the topography. the
y, and any other site feature that will influence the bid. Note that specific trees are not
on ihc Plana Therefbra, determine the amount that you estimate to clear and grubb for
ment arca for The sew& line mid enough Owning to construct the sewer line itself. Note
s, bushes, WO. where the force ntain and water bite to be constructed. All clewing and
fhr construction of the different portions of work. shall be included in the Bid Item 411.
and Cimbhing. Also, please note that any repair work to fences, stone waUs. cull's, or
feeheres due to construction shall lie paid untica. Bid Item /a. Site Piwartrtion, unless
ataphrate pay item already established.
Please note that the Contragor shall not do any construction activity in the designated
areas. These are shown on the Plans and will he field located.
END OF ADDENDUM
der shall acknowledge receipt of the Addendum by velum fax, as welt as, by submitting a
toy with his Proposal and acknowledging receipt on page (1030U -I of the Did ?unit
tvledged by: ere.. fratqatri
apetteville AD1.•
1 FAYETTEVILLE
1
1
1
1
1
1
1
1.
1
THE CITY OF FAYETTEVILLE, ARKANSAS
March 17, 2000
All Planholders
RE. Arkansas Research and Technology Park Phase I, Water and Sanitary Sewer
Improvements
Bid # 2000-14
Fayetteville, Arkansas
Dear Mr. Planholder.
Please find enclosed ADDENDUM NO. 2 for this project. Be advised that this addendum
forms a part of the Contract Documents and modifies the Bidding Documents dated February
2000.
Thank you for participating in the bid process for this project. If you have any questions
regarding this addendum or any other part of the Bidding Documents please contact this office at
501-444-3417. The fax number for response to this addendum is 501-575-8316.
I 113 WEST MOUNTAIN 72701 501 521-7700
FAX 501 575-8257
_.
Sincerely,
Albert Wayne Ledbetter, P E
CITY OF FAYETTEVILLE
ARKANSAS RESEARCH and TECHNOLOGY PARK
PHASE 1, WATER and SANITARY SEWER IMPROVEMENTS
BID # 2000-14
ADDENDUM 2
This Addendum No. 2 makes changes to the Bidding Requirements, Specifications, and
Drawings. This Addendum No.2 consists of Pages AD2-1 to AD2-11. Should there be any
conflicts between the previous Plans and/or the Specifications and this addendum, this addendum
supersedes those documents.
Bidders must acknowledge the receipt of this Addendum No.2 in the location provided on the Bid
Form.
CHANGES TO THE SPECIFICATIONS
Section 01410 - TESTING LABORATORY SERVICES
Page 01410-2, paragraph 2.2B, Proof of Construction Testing, Please note that the Owner
will provide and pay for construction testing. However, the Contractor will provide and pay any
testing of material to prove compliance with specifications(i.e. Proctors for soils,etc.). Consider
any costs for material proof testing paid under Bid Item #3, Site Preparation.
Section 02601 - CAST -IN-PLACE MANHOLES
Please include these additional pages into this section (AD2-3 to AD2-5).
Section 02722 - SANITARY SEWAGE SYSTEMS
Page 02722 - 1 TO 02722 - 4. (AD2-6 to AD2-9). Please add this section to the
specifications.
CHANGES TO DRAWINGS
Sheet No. 2
1. Please note the changes to the two typical sewerline trenches (AD2-I 0).
Sheet No. 17
1. The concrete top of the lift station will be rectangular. The dimensions will be 8'-0" X
8'-0" and will have the same reinforcement configuration as is shown in the detail.. The
reinforcement will extend to the edges of the rectangular top with the exception of the typical
1/12 inch clearance.
2. The 6" Class 7 A.B.C. aggregate base course driveway will be constructed past the
City of Fayetteville AD2-
1
1
1
1
1
1
1
1
1
1
gates as will be determined in the field (probably 10 feet). The width of the driveivay is 16 feet.
The future street is not constructed, therefore will we indicate in the field the limits of that
driveway. Note that the driveway will be paid under Bid Item #7.
No Sheet Number
1. Note the Force Main Location Box w/ Tracer Wire detail. This is the detail to
accompany Bid Item #23 (AD2-11).
General:
1. Bid Item # 41, Connection into Existing Manhole shall also include the valve box and
its construction. This valve box shall be the same type box as the Force Main Location Box
w/Tracer wire (see that detail).
2. The Contractor shall install up to six sewer line markers provided by the City. These
markers are made by Carbonite (1-800-648-7974) and are some form of PVC. This marker will
be installed in a concrete pad 24 inches by 24 inches, 12 inches thick at finish grade. The marker
will be buried approximately 24 inches into the ground. There is no bid item for this installation.
Use Bid Item # 2, Site Preparation.
3. Bid Item # 43, 8 -inch Inserting Valve, shall be provided to work and be constructed
under the same minimum pressure guideline as the new water line (200 psi).
4. Stiffeners must be used for PE service lines. 1 3/4 inch long for 3/4 inch pipe and 3
inch long for 2 inch pipe. Compression unions shall be used to attach PE pipe. The PE pipe must
be bedded in grit, or equal. Pipe shall be 200 psi Driscoll pipe.
5. Tracer wire must be installed from the water main to the meter.
6. Water and sewer lines in encasements shall include self -restraining gaskets(field-lock
gaskets for ductile iron or bell restraints for PVC) for all joints inside the encasement pipe and for
the first joint in each direction outside the encasement pipe. Do not fill encasements with sand.
7. If water is to be shut off for any reason, there shall be a preconstruction meeting prior
to the shut off The shut off must conform to the letter published (see the Water and Sewer
Dept.)with the notifications attached to that letter. Under no circumstances shall water be shut
off to any customer without the written permission of the Water and Sewer Department. In the
event water is shut off, each customer shall be notified by the Contractor with the accepted
method adopted by the Department.
8. Service yokes for 3/4 inch service shall be Mueller 11-2404R, 5/8" by 3/4" by 12".
9. Subgrade construction (i.e. for aggregate driveway) is noted on Page 02230-4.
10. Waste material from the trenches can be deposited on non -wetland areas under the
direction of the Engineer. This waste material shall be graded to the satisfaction of the Engineer
and treated as any other disturbed construction area.
END OF ADDENDUM
The Bidder shall acknowledge receipt of the Addendum by return fax, as well as, by submitting a
signed copy with his Proposal and acknowledging receipt on page 00300-1 of the Bid Form.
Acknowledged by:
Note: This addendum becomes a part of the bidding documents.
City of Fayetteville AD2-
1 501 521 9871
0 0 16:11.1 581b75S316
FAYETTE TREE & T 01
WM: FAY 3ST
InitCEOVED
MAR 2 0 200
leiezt n4
wnt be determined M the field (probably 10 feet). 'The width of the dnveway is 16 feet.
ifirture street is not constructed, therefore will we indicate in the field the limits of that
Sway. Note that the driveway will be paid under Bid Item #7.
Number •
1. Note the Force Main Location Box w/ Tracer Wire detail. This is the detail to
Bid Itebt #23 (AD2-11).
al:
1. Bid Rem 14 41, Connection into Existing Manhole shall also include the valve box and
nstruction. This valve box shall be the same type box as the Force Main Location Box
wire (seefthat detail).
2. The Contractor shall install up to six sewer line markers provided by the City. These
are made liy Carbonite (1-800-648-7974) and are some form of PVC. 'Ibis marker will
tfiledin a concrete pad 24 inches by 24 inches, 12 inches thick at finish grade. 'The marker
buned approximately 24 inches into the ground. There is no bid item for this installation.
Bid:Item # 2, Site Preparation
3. Bid Item # 43, 8-einch inserting Valve, shall be provided to work and be constructed
the same minimum pressure guideline as the new water line (200 psi).
4. Stiffeners must be used for PE service lutes. 13/4 inc.h long for 1/1 inch pipe and 3
long fbr 2 inch pipe Compression unions shall be used to attach PE pipe. The PE pipe must
ded in grit, or equal. Pipe shall be 200 psi Driscoll pipe.
5. Tracer wire must be installed from the water main to the meter.
6. Water and sewer lines in encasements shall include self -restraining gaskets(eeld-lock
Ins for ductile iron or bell restraints Mr PVC) Mr all joints inside the encasement pipe and for
joint in each direction outside the eneaseme:nt pipe. Do not fill encasements with sand
7 lf water is to be shut off for any mason, !here shall be a preconsiniction meeting prior
shut off The shut off must conform to the letter published (see the Water and Sewer
)with the notifications attached to that letter. Under no circumstances shall watt be shut
any customer without the written pemdssion of the Water and Sewer .Department. In the
vitt& is shut off, each customer shall be notified by the Contractor with the accepted
Adopted bythe Department.
8. Service yokes for 3/4 inch service shall be Mueller 1-1-2404R, 5/8" by 3/4" by 12".
9. Subgrade construction (i.e. for aggregate driveway) is noted on Page 02230-4.
10. Waste material from the trenches can be deposited on non -wetland areas under the
on of the Engineer. This waste maiciial shall be graded to the satisfaction of the Engineer
ed as any other disturbed construction area.
END OF ADDENDUM
dder shall acknowledge receipt of the Addendum by return fax, as well as, by submitting a
copy with his Proposal and acknowledging receipt on page 00300-1 of the Bid Fonn.
Lter
becomes a part of the biddinE, documents.
AD2- 2
1
1
1
1
1
C. Maximum size of aggregate: 1-1/2 inches.
D. Slump: Between 2 and 4 inches.
2.3 FORMS
A. Exterior exposed surfaces shall be plywood, steel, or fiberglass.
B. Others shall be matched boards, plywood, or other approved material.
C. Fonn vertical surfaces.
D. Trench walls, large rock, or earth shall not be approved form material.
1 2.4 REINFORCING STEEL
1
1
1
1
1
1
1
1
1
ADZ -3
o3/tGioo
A. Conform to ASTM A 615, Grade 60, deformed bars.
2.5 CAST -IN-PLACE MANHOLES
A. Cast -in-place type manholes shall be in accordance with details of construction approved
by Engineer and Section 0331:6.
2.6 MANHOLE STEPS
A. Not used.
2.7 MANHOLE FRA/v1ES AND COVERS
A. Manufacturer: Neenah, Model R -1726-A. Bearing surfaces shall be machine finished.
B. Lettering on Lid: "Sanitary Sewer."
PART 3. EXECUTION
3.11 EXCAVATION AND BACKFILL
A. Conform to applicable portions of pecsiCicirtions.
B. Backfill around manholes shall be of same quality as trench backfill immediately adjacent.
3.2 ROCK BASE
A. Remove water from the excavation.
City of Fayettemille
Pa" 02601 -3
1
1
1
•1
1
1
1
1
1
1
•1
1
ADZ -4
WIGloo
B. Place a minimum of 6 inches of granular foundation stabilization as specified in
C. Thoroughly compact with mechanical vibrating or power tamper.
3.3 MANHOLE INVERT
A. Grout invert to allow for a smooth transition from one pipe to another.
3.4 MANHOLE FRAMES AND COVERS
A. Install frames and covers on top of manholes to prevent infiltration of surface or
groundwater into manholes.
B. Set frames in bed of mortar with mortar carried over flange of ring as shown on Drawings.
C. Set frames so tops of covers are 6 inches above surface of adjoining ground surface, unless
otherwise shown or directed.
3.5 VACUUM TESTING
A. Plug lift holes with an approved non -shrink grout.
B. Plug pipe entering manholes, take care to securely brace plug from being drawn into the
manhole.
C. Place test head inside top of cone section and inflate seal in accordance with
manufacturer's recommendations.
D. Draw a vacuum of 10 inches of mercury and shut pump off. With valves shut, measure the
time for the vacuum to drop to 9 inches. Test is satisfactory if the time meets or exceeds
the values given in the following table.
E. If manhole fails initial test, make necessary repairs with non -shrink grout while the vacuum
is still being drawn. Retest until a satisfactory test is obtained.
Cky of Farkfaville.
Past 0?..601 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AD2.7 5
03/1c/co
MINIMUM TEST TIMES FOR VARIOUS MANHOLE DIAMETERS
Depth Diameter, Inches
(ft)
30 33 36 42 48 54 60 66 72
Time(s)
8 11 12 14 17 20 23 26 29 33
10 14 15 18 21 25 29 33 36 41
12 17 18 21 25 30 35 39 43 49
14 20 21 25 30 35 41 46 51 57
16 22 24 39 34 40 46 52 58 67
18 25 27 32 38 45 52 59 65 73
20 28 30 35 42 50 53 65 72 81
22 31 33 39 46 55 64 72 79 89
24 33 36 42 51 59 64 78 87 97
26 36 39 46 55 64 75 85 94 105
28 39 42 49 59 69 81 91 101 113
30 42 45 53 63 74 87 98 108 121
City of Fayetteville
END OF SECTION
Poise 02601-5
;flic
fl
ADZ- g
03/16/0
' Section 02722
' SANITARY SEWAGE SYSTEMS
Part 1 - GENERAL
1.1 SCOPE
' This Section covers the actions necessary to maintain the existing and revised sanitary sewage
system.
' 1.2 RELATED WORK
A. Iron pipe and fittings are specified in Section 02615.
B. Plastic pipe and fittings are specified in Section 02622.
C. Manholes are specified in Sections 02601 and 02602.
' Part 2 -PRODUCTS
Water for testing manholes will be furnished by Owner at no cost to Contractor.
' Part 3 - EXECUTION
3.1 GENERAL
' This Section outlines the testing ofpipe materials, joints and/or other materials incorporated into
the construction of sanitary sewers to determine watertightness. This section also discusses
' coordination of transferring sewage flows from existing sewers to new sewers.
3.2 MAINTENANCE OF SEWER SERVICE
A. Plan sewer construction to minimize length of time that sewer service will be interrupted.
B. If it is necessary to take a sewer line out of service, provide a temporary means of
removing sewage from its source. This may be take the form of pumps inserted into
' upstream manholes and pumping to an undisturbed downstream manhole, or it may
involve pumping and hauling. Other methods may be used that prevents sewage from
backing up into structures.
it
' City of Fayetteville Page 02722-1
I
A02-7
1
03/16/0
' 3.3 AIR TESTING
A. After sanitary sewer and service pipe have been laid, all newly laid pipe shall be subject
' to an air pressure test to determine watertightness from air loss.
' B. Provide all necessary equipment to perform the air test in accordance with this
specification. The test gage shall have incremental divisions of 0.10 psi and have an
accuracy of at least plus or minus 0.04 psi. In no case shall a test gage be used which has
' incremental divisions of greater than 0.25 psi. The gage shall be of sufficient size to
determine accuracy.
1C. PROCEDURE
1. Plug and brace all pipe outlets.
2. Pipe air supply to the pipeline to be tested so that the air supply may be shut off,
' pressure observed, and air pressure released from the pipe without entering the
manhole.
3. Add air slowly to portion of pipe under test until the internal pressure of the line
' is raised to approximately 4 psig, but less than 5 psig.
4. Shut the air supply off and allow at least two minutes for the air pressure to
stabilize.
' 5. When the pressure has stabilized and is at or above the starting test pressure of
3.5 psig, start the test.
' 6. Determine the time in seconds with a stopwatch for the pressure to fall 0.5 psig
so that the pressure at the end of the time is at least 3.0 psig.
7. Compare the observed time with the minimum allowable times in the following
chart for pass/fail determination.
SPECIFICATION TIME REQUIRED FOR A 0.5 PSIG PRESSURE DROP
FOR SIZE AND LENGTH OF PIPE INDICATED FOR Q = 0.0015
' i2 3 9
Pipe Min. Length Time
Dia. Time for for
(In.) (min. Min. Longer
' sec.) Time Length
(ft.) (sec.) 100 ft. 150 ft. 200 ft. 250 ft. 300 ft. 350 ft. 400 ft. 450 ft.
6 2:50 398 .427L 2.50 2:50 2:50
8 3:47 298 .760L 3:473:50 2:50 2:50 2:51 3:12
4
' 10 4:43 239 1.187L 4:43 3:47 3:47 3:47 3:48 4:26 5:04
4:43 4:435:42
12 5:40 199 1.709L 5:40 5:40 4:57 70 5:56 6:55 7:54 2:50
8.33 9:58 11.24 12.50
15 7:05 159 2.671L 7:05 0:54 11:08 13:21 15:35 15:35 17:48 20:02
18 8:30 133 3.846L 8:30 9:37 12:49 16:01 19:14 22:26 25:38 28:51
8. If the pipeline to be tested is below the ground water level, the starting test
pressure shall be increased by 0.433 psi for each foot the groundwater level is
' above the invert of the sewer pipe. In no case shall the starting test pressure
exceed 9.0 psig.
IC. Safety Precautions: The low pressure air test may be dangerous to personnel if, through
lack of understanding or carelessness, a line is over pressurized or plugs are installed
City of Fayetteville Page 02722-2
I
ADZ 8
I
03/16/0
I
I
I
I
I
C
I
I
I
I
I
I
iI
improperly. It is extremely important that the various plugs be installed to prevent the
sudden expulsion of a poorly inflated plug. As an example of the hazard, a force of 250
pounds is exerted on an 8 inch plug by an internal pressure of 5 psi. Observe the
following safety precautions.
1. No one shall be allowed in the manholes during the test or when a plugged pipe
is under pressure.
2. Gages, air piping manifolds, and valves shall be located at the top of the ground.
3. Install and brace all plugs securely.
4. Do not over pressurize the lines.
3.4 PIPE DEFLECTION TESTING
A. PVC sewer lines shall be mandrel tested in accordance with these specifications prior to
acceptance by Owner.
B. Maximum allowable pipe deflection shall not exceed 5 percent of the inside diameter.
C. Mandrel Requirements
Hand -pull mandrel through PVC sewer lines no earlier than 30 days after the
trench has been completely back filled. Uncover any sections of sewer not passing
the mandrel; rebed, reround, or replace the sewer to the satisfaction of Engineer
and Owner. Retest repaired section after a sufficient time has elapsed to ensure
that trench settlement has stopped. This retest time shall be totally dependent
upon method of repair. If the trench has been opened, the retest shall have the
same requirements as the original installation. If the pipe has been rerounded,
retest shall not occur sooner than 7 days after rerounding.
2. Provide mandrel and all necessary equipment for the mandrel test. The mandrel
(go/no-go) device shall be cylindrical in shape and constructed with either 9 or
16 evenly spaced arms or prongs. Mandrels with less arms will be rejected as not
sufficiently accurate. The contact length of the mandrel's arms shall equal or
exceed the nominal diameter of the sewer to be inspected. Critical mandrel
dimensions shall carry a tolerance of plus or minus 0.01 inch.
3. Owner reserves the right to mandrel test any PVC sewer pipe before acceptance,
and also prior to expiration of the first year of operation. Ifa previously accepted
line fails a mandrel test performed during the first year of operation, the defects
must be corrected at Contractor's expense.
3.5 SYSTEM COORDINATION
A. Maintain existing sewer flow through new connecting manholes until new sewer is
approved by Engineer.
ICity of Fayetteville
Page 02722-3
AD2-9
03/16/0
B. Existing Manhole to be Modified: Reshape manhole bottom to divert sewer flow into new
sewer after new sewer is approved by Engineer. Place 12 inch long concrete plug in each
end of sewer to be abandoned. Face of plug to be flush with manhole interior.
C. Expose service sewers before completing the first manhole downstream from the service
sewer. Connect existing service sewer to new sewer after new sewer approved by
Engineer.
END OF SECTION
City of Fayetteville Page 02722-4
II
SEED t MULCH ALL
DISTURBED AREAS
2 WIDE GREEN
�\ _ 4" MIN. TOPSOIL
'
DETECTABLE TAPE/ I
��
IS" FROM SURFACE \ I - III COMPACTED BACKFILL
I I -II (ACCEPTABLE EXCAVATED
MATERIAL FROMDEPTh
VARIES TRENCH
III -III SEE SPECIFICATIONS)
III HI
SEE PROFILE
NEW PVC SEWER LINE (8"
/>)/_"': ;;.Y,; OR 12" SDR 26)
\/ 8" MIN. OF PIPE BEDDING
�'1\\\ �" Out 8' I MATERIAL (GRIT OR EQUAL)
UNDISTURBED EARTH / MnlDialMinl AROUND PIPE
Pipe
' TYPIC,4L SI=UJE�'LIN TRENCH
NON -PAVED AREA
' PROPOSED STREET
(FOR EXISTING STREET
SEE THAT DETAIL)
2" WIDE GREEN
DETECTABLE TAPE/ ao. • �..
CLASS 7 A.B.G. BACKFILL
' 18 FROM SURFACE i ``g ;A,.,; \
/>� COMPACTED TO q5% (M.P.D.)
.
DEPTH °A•p �o
UP TO ORIGINAL GROUND
' VARIES o°�°;� ' •°.•o,"P:
SEE PROFILE
NEW PVC SEWER LINE (8"
• /> OR 12" SDR 26)
3 MIN. OF PIPE II ' I MATERIAL (GRIT OR BEDDING
EQUAL)
� �Outl 8 1 (
UNDISTURBED EARTH Min DiaJJMinf AROUND PIPE
Pipe
TYi'ICAL SEUJERLINE TRENCH
UNDER PAVEMENT
CITY ENGERING ARKANSAS RESEARCH E
INEDEPARTMENT TECHNOLOGY PARK PI-IASE I
FAYETTEVILLE, ARKANSAS WATER S SANITARY SEWER IMPROVEMENTS ��
tl
PROVIDE 24" ROUND BEVELED
CONCRETE VALVE PAD
FINISH
GRADE
tPTH VARIES
o" MIN.
I
I
i
I
I
I
I
I
STAINLESS STEEL -
CLAMP TO HOLD
TRACER WIRE TO
VALVE BOX WITHIN
6" OF TOP AREAS
COUPLING
GLAND
COMPACTED
BACKFILL
(SEE SPECS)
G" COMPACTED
CLASS 7 A.B.G.
VALVE BOX COVER (GREEN)
W/"SEWER" ON COVER
VALVE BOX TOP
DRILL HOLE FOR TRACER WIRE
G" COMPACTED ABC UNDER
CONCRETE VALVE PAD
TRACER WIRE LOOPED
TRENCH ADAPTER BY
AMERICAN FLOW CONTROL
(OR EQUAL) AT WEIGHT
REQUIRED N/GRAY
IRON LID d TOP.
REINFORCED GUIDES FOR
VALVE MOUNTING STRAPS
FORCE MAIN 3"m
CONSTRUCT —�
CONCRETE BASE PAD
FOR VALVE BOX
FORCE MAIN LOCATION BOX
Nile-# TRACER WIRE
N.T.S.
ENGINEERING DEPARTMENT ARKANSAS RESEARCH 4
TECHNOLOGY PARK PHASE I GX`"
FAYETTEVILLE, ARKANSAS WATER $ SANITARY SEWER IMPROVEMENTS . -- . wa. ten"
I FAYETTEVILLE
I
ITHE CITY OF FAYETTEVILLE, ARKANSAS
IMarch 20, 2000
' All Planholders
RE: Arkansas Research and Technology Park Phase 1, Water and Sanitary Sewer
' Improvements
Bid # 2000-14
Fayetteville, Arkansas
1
Dear Mr. Planholder:
Please find enclosed ADDENDUM NO. 3 for this project. Be advised that this addendum
forms a part of the Contract Documents and modifies the Bidding Documents dated February
2000.
Thank you for participating in the bid process for this project. If you have any questions
regarding this addendum or any other part of the Bidding Documents, please contact this office at
501-444-3417. The fax number for response to this addendum is 501-575-8316.
i
[I
I
I
C
Li
I
I
113 WEST MOUNTAIN 72701 501 521-7700
FAX 501 575-8257
ARKANSAS RESEARCH and TECHNOLOGY PARK
iE 1. WATER and SANITARY SEWER IMPROVEMENTS
This Addendum No. 3 makes changes to the Bidding Requirements, Specifications, and
Drawings. This Addendum No.3 consists of Pages AD3-1. Should there be any conflicts
between the previous Plans and/or the Specifications and this addendum, this addendum
supersedes those documents.
Bidders must acknowledge the receipt of this Addendum No.3 in the location provided on the Bid
Page 11308-3, paragraph 2.2g,
Manufactured
Units, Please note
that
the
controller wi
an Electrogage by E.G. Controls or equal that will be
reviewed by OMI
and
City
Engineering.
Note: Ignore any reference to single phase for pumps. These pumps will be 3 -phase.
Section 020601 - Cast -in -Place Manholes, paragraph 1.3B2., Manhole Exfiltration Testing, T
following supersedes the exfiltration criteria: 0.90 gal/day/48 inch dia.MH/vertical ft.and 1.14
gal/day/60 inch dia. MH/vertical foot.
there will be constructed 2- 45 degree bends instead of the 90 degree bend.
The exact stations will be given later for construction.
The
vertical steel in
the concrete basin will be
#4 @
10"O.C.
instead of #4 @
12"O.C.
The
horizontal steel
in the concrete basin will
be #3
@ 10"O.C.
instead of #3
@ 12"O.C.
The exfiltration requirement from Section 020601
dia.WetweW vertical will apply
for the concrete
wetwell basin.
Therefore,
all construction
procedures that the Contractor
can employ and
apply whether
specified or
not to obtain this is
14 gal/day/60 inch
City of Fayetteville
GENERAL
Please note that a copy of water shut off notice and other types of paper work criteria related to
water shut off can be obtained from the City Engineering office.
END OF ADDENDUM
The Bidder shall acknowledge receipt of the Addendum by return fax, as well as, by submitting a
signed copy with his Proposal and acknowledging receipt on page 00300-1 of the Bid Form.
Acknowledged by:
Note: This addendum becomes a part of the bidding documents
City of Fayetteville AD3- 2
S 1 501 521 9871
11:21 5915758316
FAYETTE TREE & T
CITY FAY 11.1 11.0(11:
04
PAGE 04
note that a copy of water shut off notice and other types of paper work criteria (dated to
shut oilcan be obtained from the City liugirtu cling office.
END OF ADDENDUM
Bidder shall acknowledge receipt of the Adderdwn by return far, as well as, by submitting a
id copy with his Proposal and acknowledging receipt on page 00300-1 of the Bid :Foam.
_
lowledged by: T
r. This addendum becomes a part of the bidding documents.
AI)3- 2.
PROJECT MANUAL
CITY OF FAYETTEVILLE
ARKANSAS
RESEARCH & TECHNOLOGY PARK
PHASE 1
WATER & SANITARY SEWER
IMPROVEMENTS
BID # 2000-14
FAYETTEVILLE, ARKANSAS
FEBRUARY 2000
Ii
Section 00005
TABLE OF CONTENTS
Arkansas Research & Technology Park
Phase I, Water & Sanitary Sewer
Improvements
Section No. Title Pages
00005 Table of Contents ............................... 00005-1 to 00005-2
00020 Advertisement for Bids ...........................00020-1
BIDDING REQUIREMENTS
00100
Instructions to Bidders ...........................
00100-1
to
00100-10
00200
Information to Bidders (Prevailing Wage Determination)
. 00200-1
to
00200-3
00300
Bid Form .....................................
00300-1
to
00300-10
00350
Bid Bond .....................................
00350-1
to
00350-2
Notice of Selection ..............................
00350-3
CONTRACT FORMS AND CONDITIONS
00500 Agreement Form Between Owner & Contractor ........
Construction Performance Bond - Exhibit A ...........
Construction Payment Bond - Exhibit B ..............
Certificates of Insurance - Exhibit C .................
Notice to Proceed ...............................
00700 General Conditions ..............................
00800 SupplementaryConditions ........................
SPECIFICATIONS
Division 1 - General Requirements
01010
SummaryofWork ..............................
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 ..............................
00500-1 to 00500-8
00500-9
00500-10
00500-11
00500-12
1 to 42
00800-1 to 00800-14
01010-1
01025-1
01027-1
01035-1
01040-1
01051-1
01060-1
01090-1
01300-1
01310-1
01410-1
01500-1
01620-1
01630-1
01700-1
to 01010-3
to 01025-14
to 01027-3
to 01035-3
to 01040-4
to 01051-2
to 01060-3
to 01090-3
to 01300-4
to 01310-2
to 01410-3
to 01500-5
to 01620-2
to 01630-2
to 01700-5
City of Fayetteville
2/18/2000
Page 00005-1
I
Division 2 - Site Work
1 02050 Demolition....................................02050-1 to 02050-2
02100 Site Preparation ................................ 02100-1 to 02100-3
02161 Excavation Safety ........... ..... . .. .. .. . .... 02161-1
02220 Excavation and Embankment . . . . 02220-1 to 02220-I0
02230 Road Bed Preparation ........................... 02230-1 to 02230-6
' 02261 Site Restoration................................02261-1 to 02261-7
02270 Slope Protection and Erosion Control ................ 02270-1 to 02270-4
02500 Asphaltic Cement Paving ......................... 02500-1 to 02500-10
02600 Pipelaying ...... . 02600-1 to 02600-4
02601 Cast -in -Place Manholes . 02601-1 to 02601-2
02605 Utility Sleeves .. . . 02605-1 to 02605-2
02615 Iron Pipe and Fittings ............................ 02615-1 to 02615-4
02616 Polyethylene Encasement ......................... 02616-1 to 02616-2
02620 Cement -Lined Ductile Iron Pipe & Fittings ............ 02620-1 to 02620-5
02622 Plastic Pipe and Fittings .......................... 02622-1 to 02622-4
02641 Valves ....................................... 02641-1to 02641-6
02644 Fire Hydrants .................................. 02644-1 to 02644-3
02666 Potable Water Services ...........................02666-1 to 02666-3
1 02675 Water System Maintenance of Service & Disinfection .. _ . 02675-1 to 02675-4
02731 Sewage Force Main . 02731-1 to 02731-6
02800 Chain Link Fence & Gates ........................ 02800-1 to 02800-6
02830 Fencing ...................................... 02830-1 to 02830-3
02840 Signage:..................................... 02840-1 to 02840-4
02900 Landscaping ................................... 02900-1 to 02900-12
Division 3 - Concrete
03210 Reinforcing Steel ...............................03210-1 to 03210-3
03316 Miscellaneous Concrete Work ..................... 03316-1 to 03316-13
Division 5 - Metals
05500 Fabricated Metal Work & Castings .................. 05500-1 to 05500-7
Division 9 - Finishes
09900 Painting ...................................... 09900-1 to 09900-13
' Division 11 - Equipment
11308 Grinder Pump Station ............................ 11308-1 to 11308-3
II
.1
I
City of Fayetteville
2/18/2000
Page 00005-2
lJ
Division 16 - Electrical
16000 General Electrical Provision . .............. . . . ..... Page 1-22
16109 Identification ..................................Page 1-2
16111 Conduit ...................................... Page 1-5
16120 Wires and Cables ............................... Page 1-4
16180 Overcurrent Protective ........................... Page 1-2
16450 Grounding....................................Pagel-2
16510 Light Fixtures .................................. Page 1-3
Appendix
City of Fayetteville Cross Connection Control Program
Safe -T -Cover
End of Section 00005
I
I
I
ii
t
I
I
I
I
I
City of Fayetteville 2/18/2000 Page 00005-3
I
2/17/2000
' Document 00020
ADVERTISEMENT FOR BIDS
Date: February 22 & 29, 2000
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 2:30 p.m. (local time) on Thursday, March 9, 2000, for furnishing all
tools, materials and labor and performing the necessary work for The Arkansas Research and
Technology Park, Phase 1, Water and Sanitary Sewer Improvements for Fayetteville, Arkansas.
At this time and place all bids received will be publicly opened and read aloud.
The work generally consists of:
constructing approximately 1600 LF of 3" PVC force main, 1750 LF of 8" and 180 LF of 12"
sanitary sewer, a reinforced concrete sewer lift station, 9 concrete manholes, 770 LF of 12"
and 800 LF of 8" water line with valves, fire hydrants, steel encasements, fittings, associated
earthwork, clearing, seeding and mulching, some erosion control and all other items indicated
in the Drawings and Specifications.
Drawings and specifications are on file and may be examined at the office of the Engineering
Department, City of Fayetteville. Copies of these documents may be obtained from the office of the
engineers upon request and upon the payment of $ 50.00 for the drawings and specifications. This
amount 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.
Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville encourages all qualified
small, minority, and women business enterprises to bid on and receive contracts for good, services,
and construction. Also, the City of Fayetteville encourages all general contractors to subcontract
'portions of their contract to qualified small, minority, and women business enterprises.
Bid security, if applicable, as defined in the Instruction 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
I
City of Fayetteville Page 00020-1
I
f_I
Ii
I
II
[I
I
I
11
I
I
I
2/17/2000
The successful Bidder will be required, if applicable, 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
I, City of Fayetteville Page 00020-2
Section 00100
INSTRUCTIONS TO BIDDERS
1 1 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.
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.
EXAMINATION OF SITE AND CONTRACT DOCUMENTS
3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville
Engineering Department, and shall constitute all of the information which the Owner shall
furnish. No other information given or sounding made by the Owner or any official thereof, prior
Ito the execution of said contract, shall ever become a part of, or change the contract, drawings,
specifications and estimates, or be binding on Owner.
II
City of Fayetteville 07/12/99 Page 00100-1
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
1 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
1 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
1 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
1 has complied with every requirement of this Article 3, that without exception the Bid is premised
upon performing and furnishing the Work required by the Contract Documents and applying the
specific means, methods, techniques, sequences, or procedures of construction (if any) that may
be shown or indicated or expressly required by the Contract Documents, that Bidder has given
Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has
' discovered in the Contract Documents and that the written resolutions thereof by Engineer are
acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and
convey understanding of all terms and conditions for performing and furnishing the Work.
I
1 City of Fayetteville 07/12/99 Page 00100-2
I
1 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.
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
1
will not be responsible for any other explanations or interpretations of the proposed Contract
Documents.
5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner
or Engineer.
6 APPROXIMATE ESTIMATE OF QUANTITIES
6.1 Engineer's estimate of quantities, on file at the City Engineer's office, is approximate only and
shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders
as actual quantities that may be required for the completion of the proposed work. However, such
quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each
bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose
of awarding the contract, and will be used as basis for fixing the amount of the required Bonds.
7 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 fmish completely all of the work as
called for in the Specifications or indicated on the Drawings.
City of Fayetteville 07/12/99 Page 00100-3
1
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 ate 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.
8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not
1 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.
City of Fayetteville 07/12/99 Page 00100-4
I
1 9 SIGNATURE ON BIDS
L 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the
individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the
names of each member must be given, and the Bid signed by a member of the partnership, or a
' person duly authorized. If the Bid is made by a company or corporation, the company or
corporate name must be given and the Bid signed by an officer or agent duly authorized. The
corporate seal must be affixed and attested by the secretary or an assistant secretary. The
corporate address and state of incorporation must be shown below the signature.
' 9.2 All names must be typed or printed in black ink below the signature.
9.3 The address and telephone number for communications regarding the Bid must be shown.
9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and
filed with Owner.
9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda.
' 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
Selection, Owner may annul the Notice of Selection 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 sixty (60) days after bid opening, whichever is sooner.
I Cash equivalent security of the second and third low bidder may be exchanged for an equivalent
bid bond after bid tabulations are complete or thirty (30) days after bid opening, whichever is
sooner. If any Bidder refuses to enter into an Agreement, Owner may retain Bidder's bid security
1 as liquidated damages but not as a penalty.
' 11 PERFORMANCE BOND AND PAYMENT BOND
' 11.1 Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a
payment Bond, equal to one hundred percent of the contract price.
I
1 City of Fayetteville
07/12/99 Page 00100-5
11.2 Contractor is to pay all expense in connection with the obtaining of said Bonds. The Bonds shall
be conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness
for labor and materials furnished or performed in the construction of such alterations and
additions as prescribed in this contract.
11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies
Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued
in an amount greater than the underwriting limitations for the surety company as set out therein.
11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works
contracts shall be executed by a resident local agent who is licensed by the Insurance
Commissioner to represent the surety company executing said Bonds and filing with such Bonds
his Power of Attorney as his authority. The mere countersigning of the Bonds will not be
sufficient.
11.5 The date of the Bonds, and of the Power of Attorney. must not be prior to the date of the contract.
At least six originals of the Bonds shall be furnished, each with Power of Attorney attached.
11.6 Bonds are to be approved by Owner. If any Bonds contracted for become unsatisfactory or
unacceptable to Owner after the acceptance and approval thereof, Contractor, upon being notified
to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein
specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at
the discretion of Contractor.
12 CONTRACT TIME
12.1 The number of days within which, or the dates by which the Work is to be substantially
completed and also completed and ready for final payment is outlined in the Bid Form.
13 LIQUIDATED DAMAGES
13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form.
14 SUBCONTRACTORS SUPPLIERS AND OTHERS
14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written
approval of Owner nor shall Contractor allow such subcontractor to commence work until
approval ofworkman's compensation insurance and public liability insurance as maybe 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.
City of Fayetteville 07/12/99 Page 00100-6
C
I"I
II
I
I
I
C1
I
I
I
.1
I
I
I
I
I
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 maybe furnished
or used by Contractor if acceptable to Engineer. Application for such acceptance will not be
considered by Engineer until after the Effective Date of the Agreement. The procedure for
submission of any such application by Contractor and consideration by Engineer is set forth in
the General Conditions and may be supplemented in the General Requirements.
16 COMPLIANCE WITH STATE LICENSING LAW
16.1 Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of
1965, the "Arkansas State Licensing Law for Contractors". Bidders who submit Bids in excess
of $20,000 must submit evidence of their having a contractor's license before their Bids will be
considered, and shall note their license number on the outside of the envelope containing the Bid
Form and on the Bid Form.
17 QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS
17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit
within five days afterbid opening, upon Owner's orEngineers'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.
I i
City of Fayetteville 07/12/99 Page 00100-7
18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment
statements submitted. Lack of responsibility as shown by past work judged from the standpoint
of workmanship and progress.
18.6 A bid by an unlicensed contractor bidding under a licensed contractor's name.
18.7 Uncompleted work which, in the judgement of Owner, might hinder or prevent the prompt
completion of additional work if awarded.
18.8 Being in arrears on existing contracts, in litigation with Owner, or having defaulted on a previous
contract.
19 OPENING OF BIDS
19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room
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.
20 CONSIDERATION OF BIDS
20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with
the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder.
20.2 In evaluating Bids, Owner will consider the qualifications of Bidders, whether or not the Bids
comply with the prescribed requirements, and such alternates, unit prices, and other data as may
be requested in the Bid Form or prior to the Notice of Selection.
I
I
20.3 Owner may consider the qualifications and experien
persons and organizations proposed for those portioi
Subcontractors, Suppliers, and other persons and org
in the Supplementary Conditions. Owner also may
requirements, performance data, and guarantees of
proposed for incorporation in the Work when such d
Notice of Selection.
21 RIGHT TO REJECT BIDS
of Subcontractors, Suppliers, and other
of the Work as to which the identity of
izations must be submitted as provided
nsider the operating costs, maintenance
ajor items of materials and equipment
i is required to be submitted prior to the
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.
' City of Fayetteville 07/12/99 Page 00100-8
I
21.2 Owner also reserves the right to waive informalities not involving price, time or changes in the
Work and to negotiate contract terms with the Successful Bidder.
' 22 AWARDING OF CONTRACT
22.1 Owner reserves the right to withhold the awarding of a contract a reasonable period of time from
' the date of opening bids, not to exceed sixty (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
1 the contracting parties. The letting of a contract shall not be complete until the contract is
executed and the necessary Bonds approved.
23 RETAINAGE 1
' 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 Selection to the Successful Bidder, it will be accompanied by the
number of unsigned counterparts of the Agreement as indicated in the Supplementary Conditions,
' with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor
shall sign and deliver the required number of counterparts of the Agreement and attached
documents to Owner with the required Bonds & Certificate of Insurance. Within ten (10) days
thereafter Owner shall deliver one fully signed counterpart to Contractor.
25 MATERIALS GUARANTY
25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the
origin, composition, or manufacture of any or all materials proposed to be used in the
construction of the Work, together with samples, which may be subjected to tests provided for
in the Specifications to determine their quality and fitness for the Work.
I
I
I
City of Fayetteville
07/12/99
Page 00100-9
26 FAMILIARITY WITH LAWS
26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations
which in any manner affect those engaged or employed in the Work, or the materials or
equipment used, or that in any way affect the Work and shall in all respects comply with said
laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of
Contractor will in any way serve to modify the provisions of the contract. No representations
shall be binding unless embodied in the contract. i
27 ADDITIONAL LAWS AND REGULATIONS
Bidders' attention is
called to the
following laws
and regulations which may have an impact on
the Work and on the
preparation
of the Bid.
27.1 Americans With Disabilities Act
27.2 Storm water discharge regulations, enacted under the Clean Water Act and administered by the
Arkansas Department of Environmental Quality (ADEQ) under a general permits program.
Contractor may be required to obtain coverage under general permit ARR001000 prior to
commencing work at the site.
27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law on March 1, 1993.
1
End of Instructions to Bidders
City of Fayetteville 07/12/99 I Page 00100-10
Mike Huckabee James L. Salkeld
Gavamar
Director
STATE OF ARKANSAS
}°. ARKANSAS DEPARTMENT OF LABOR
qv 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-VM
February 10, 2000 f t k 20 0
Albert Wayne Ledbetter
1 City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
1 Re: Arkansas Research & Technology Park
Phase I Water & Sewer Improvements
Fayetteville, Arkansas
1
Washington County
Dear Mr. Ledbetter:
1 In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 99-300 establishing
the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the
1 Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations
promulgated thereunder.
1 If the work is subject to the Arkansas Prevailing Wage Law,l every specification shall include minimum
prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark Code
Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract a
1 stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing
work under the contract. Ark. Code Ann. §22-9-308(c).
1 Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place
at the work site. Ark. Code Ann. §22-9-309(a).
L
I
filled out and returned to this office within 30 days of the Notice to Proceed for this Droject.
IIf you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508.
1
1
Enclosures
1
I
Sinc rely,
Don Cash
Prevailing Wage Investigator
00100—'
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION — HEAVY RATE
DATE: February 10, 2000 DETERMINATION #: 99-300
PROJECT: Arkansas Research & Technology Park COUNTY: Washington
Phase 1 — Water & Sewer Improvements EXPIRATION DATE: 8-10-00
Fayetteville, Arkansas SURVEY #: 799-AH05
BASIC
HOURLY
FRINGE
CLASSIFICATION
RATE
BENEFITS
Bricklayer/Pointer, Cleaner, Caulker
7.95
Carpenter
8.45
Concrete Finisher/Cement Mason
9.40
.72
Electrician/Alarm Installer
12.00
.46
Ironworker
17.25
Laborer
7.95
Pipelayer
8.90
Truck
Driver
11.30
Power Equipment Operators:
Backhoe, Rubber tired I yd. or less
Bulldozer, Finish
Bulldozer, Rough
Crane, Derrick, Dragline,
Shovel & Backhoe, 1-1/2 yds. or less
Crane, Derrick, Dragline,
Shovel & Backhoe, Over 1-1/2 yds.
Distributor
Front End Loader, Finish
Front End Loader, Rough
Mechanic
Motor Patrol, Finish
Motor Patrol, Rough
Roller
Scraper, Finish
Scraper, Rough
12.60
13.40
9.00
11.45
11.20
13.05
12.65
10.40
14.70
13.05
9.00
11.75
12.55
11.25
1.00
17
Welders —receive rate prescribed for craft performing operation to which welding is incidental.
Certified July 1, 1999
CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT WILL BE WORKING ON THIS
PROJECT, MUST BE REQUESTED FROM THE ARKANSAS DEPARTMENT OF LABOR,
PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE MADE AS
SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING, NORMALLY
THIS WOULD BE DURING THE BID PROCESS.
0O100-2-
I
17
I
L
I
L
r
I
I
U
I
I
I
I
I
i
Lu
m
C
C.
eq
ao
C
C.
O
w
0 O
a
0
w
Ct
a•
O
M
p
0
C
8
PD
O
N
C
CD
I-
0)
g
N
t X Y.
O O N
N CD CD N
OOO
0o
o
.» 0- -.
O CD w
0 O O ^
ry C
Y. 3
Y• a - N
a O G
O a 'O O
a E.
t O O b0
•C y
C N
ti
Cp N N N
P,O
O ❑ O
'C 3• W
C O a
C d - 0
w Ct
a
N
r. ti N
N �
a " w
w c Q
aoCli
��w
CD
O O. o
N 0 a w
a' y
o xaa
0 a m D
C '0
e a
Roam
PD
a
O S m
L3 "
dQ
T (D
V V
PD Y. w
eq
f or"
CAD N
N
p
eD
N
-'
N
M
N
O
!
-t
s
O
N
N
m
~
n
►w
-to
p
ASE
��Opp
C
N
I
o02W'3
Section 00300
Contract 2000-14
Bid of n5`'zZOC
and existing and
doing business as
Arkansas Research & Technology Park
Phase I, Water & Sanitary Sewer Improvements
Fayetteville, Arkansas
½. OJ � (h feifter called "Bidder"), a corporation, organized
er the laws of the State of (<?,ed hQQc) , or a partnership, or an individual
To: City of Fayetteville, (hereinafter called the "Owner"):
The Bidder, in compliance with the Owner's Advertisement For Bids on February 22 & February 29,
2000, and having examined the drawings and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions surrounding the construction of the proposed
project including normal inclement weather conditions and the availability of materials, and labor, hereby
proposes to furnish all labor, materials, and equipment to construct the project in accordance with the
Contract Documents, within the time set forth therein, and at the prices stated below. These prices are
to cover all expenses incurred in performing the work required under the Contract Documents. The costs
of miscellaneous material items not listed below that are required for a complete job shall be included in
the prices below and shall not be a cause for an extra.
Bidder hereby agrees to commence work under this contract on or before a date to be agreed upon by the
Contractor and the Owner and to substantially complete the project within 100 consecutive calendar days
thereafter as stipulated in the General Conditions and to fully complete the project within 130 consecutive
calendar days after that agreed date.
Bidder acknowledges receipt of the following addendum
Addendum No. Subject
3
F
ICity of Fayetteville 2/17/2000 Page 00300-1
l l
U ARKANSAS RESEARCH & TECHNOLOGY PARK
PHASE!, WATER & SANITARY SEWER IMPROVEMENTS
Li
Item Estimated
No. Quantity Unit Description of Item and Unit Price Bid Total Amount
1 1 Lump Sum Clearing and G bbing Trees
ouars ($ %850.09 )/LS $ 50, £O
amount written in w fe ioo irfigures in figures
1
2 1 Lump Sum Site Preparation
i 71 f ollars ($150O6O )/LS $ Ca. S00 cv
' amount tten m words in figures in figures
3 1 Lump Sum Common Excavation for Lift Station
"'%o C ($ O&v )/LS $
' »ant written in words in figures in figures
4 200 Cu Yd Rock Excavation
oLe,f "h"/oa dollars ($ 11 0O )/CY $
amount en in words in figures in figures
5 100 Cu Yd Compacted Embankment (Select Hillside Material) ��-yy��
P /OO dollars ($ /X )/CY $1// rpp(yy�����W
amount written in words in figures in figures
6 100 Cu Yd Undercut of Trench Material/
F/moo dollars ($_/f& D /CY $ / 0 p DO
1 amount written in words in figures in figures
I
1 City of Fayetteville
2/17/2000
Page 00300-2
I
Item Estimated
No. Quantity Unit Description of Item and Unit Price Bid Total Amount
7 200 Tons Aggregate Base Course (under proposed pavement at trench)
• /no/Oo dollars ($ /J' )/TN $ 4 � 60
amount written in words in figures in figures
1 8 10 Tons ACHM Surface Course (Type 2)
dollars ($7500 )/TN $
iamoun n in words in figures in figures
' 9 100 Sq Yd Asphalt Street Repair n �
/oo dollars ($ _)O -OS —)/SY $ (/� y
/
1 afltunt written in words in figures in figures
' 10 1 Lump sun Mobilization Q6 09
d��1 do ar°s� ($ ?29() d0 /LS $ ?
' (, amount 'tte words in figures in figures
11 1 Lump sum Pipe Line Construction Control
f ellar� ($a)/LS $
amount wkne ordsm figures / in figures
' 12 180 Lin Ft 12 -inch Sewer Pipe (SDR 26)
'/Do dollars ($ OQ )/LF $ � ���• CO
amou tten in words in figures in figures
13 1750 Lin Ft 8 -inch Sewer Pipe (SDR 26)
f X100 dollars ($ • )/LF $ 3______v, W
amount written in words in figures in figures
I
I
1 City of Fayetteville 2/17/2000 Page 00300-3
I
If
Item Estimated
No. Quantity Unit Description of Item and Unit Price Bid
' 14 Iv ,SO/
Lin Ft 3 -inch PVC Force Main (DR 21)
//���
r �`O/oo dollars ($ . SO )/LF
amount written in words in figures
15 100 Lin Ft 6" Sewer Service (SDR 26)
Lj f S0/'/
dollars (S/ 5( )/LF
amount written in words in figures
' 16 775 Lin Ft 12" Water Line (C900 PVC DR 14 or D.I. Class 350)
f 501100 dollars ($ 3a • 5O )/LF
amo nt written in words in figures
li
Total Amount
$,2(O 4222W
in figures
$,5SO4OO
in figures
$ 25,189,57
in figures
17 800 Lin Ft 8" Water Line (C900 PVC DR 14 or D.L Class 350)
c� J/L//�7 F 2✓�/00 dollars ($ a, a5 )/EA $
amo written in words in figures in figures
18 2 Each 12 -inch Butterfly Valve (Water) w/Box
Sit c/Cl1I7G�lyf d bus ($ 3w• W)/EA
amount written in words in figures
' 19
Each 8 -inch Gate Valve (Water) w/Box
' �� fJ/ 2k� P l/oo dollars ($ Q 00 )/EA
amount writt n in words in figures
20 2 Each 3 -inch Gate Valve (Force Main) w/Box
2GSG S _ dollars ($ 4SO.C2C21EA
amoukwnttenpnporth in figures
in figures
2,73000
in figures
$ /309,90
in figures
I, City of Fayetteville 2/17/2000 Page 00300-4
Description of Item and Unit Price Bid
�w �h Ct/�e9 oliars ii°° ($ 25. (0 )/EA
amount written in word in figures
22 1 Each Water Meter Setting wBoa
($.57500 )/EA
amount writt n in words in figures
cJjJ iJ/ / CP F 7/00 dollars
amount written in words
($ 32 0, 00 )/EA
in figures
($12.50 )/LF
in figures
?$37S30 )/EA
in figures
26 1 Each Bacldlow Preventer Enclosure w/Heat
Cable Kit
2JJd/ 7 �7 7)/EA
amount written in worAV in figures
P /dollars
aniountfrin in words
($255O )/LF
in figures
Total Amount
$ L5 OO
in figures
$ 5 / o, co
in figures
$9�7dO
in figures
in figures
$ 375O0
in figures
$
in figures
$ 2, 550, Da
in figures
City of Fayetteville
E
J
' Item Estimated
No. Quantity Unit Description of Item and Unit Price Bid
' 28 200 Lin Ft Protective Fencing for Trees
4� _ � SOI/Oo dollars ($ 5CJ )/LF
�/ amount written in words in figures
29 2 Each 4 -inch Gate Valves on Force Main @ Lift Station
f dollars ($ 850. 00 )/EA
amount writte%' o�4 in figures
Total Amount
$ 900 0O
in figures
in figures
30 1 Lump sum Reinforced Concrete Sewage Lift Station w/Pumps, Controls, Hoist,
Access Lid, and all accessories necessary for complete installation
isw` t1 f 261 a'rs ($3&. 30a B/Ls $ .3A{ 300 00
amount written in wor s in figures in figures
1
31 200 Cu Yd Imported Top Soil
'/ ) f Xoo dollars ($ QO )/CY
amount written in words in figures
1
32 250 Pound Cement Lined Ductile Iron Fittings (Force Main)
1 dollars ($525 )/LB
amount written in words in figures
I
33 1800 Pound Ductile Iron Fittings (Water)
1 C,O.l!A f r
00 dollars ($ _4426 )/LB
amount written in words in figures
34 1 Lump sum Maintenance of Traffic
e 4 f 611u ($<9d(2DD )/Ls
- amount written in words in figures
in figures
$
in figures
$ 5
in figures
$ 90 . o0
in figures
ICity of Fayetteville
2/17/2000
Page 00300-6
U
' Item Estimated
No. uantit Unit Description of Item and Unit Price Bid
I
I
I
35 2.0 Acres Seeding and Mulching
AL &/ f dolllb ($ 250. £ 9 )/AC
amount written in words in figures
36 150 Lin Ft 4 -inch Diameter PVC Conduit (Schedule 40)
• Q 5O//Da dollars ($/2 50 )/LF
amount written in words in figures
37/. r/ 170 Lin Ft 8 -inch Diameter Steel Encasement (Schedule 10)
4& ( ( d%2 F /ad dollars <s2/ SO )/LF
amoun written in words in figures
' 38 3 Each Fire Hydrant Assembly
(J
do iar�($ b _52 00 )/EA
amount en in words in figures
39 1500 Lin Ft Silt Fence (Type E-4)
Q f �s5ob dollars <s275
)/LF
' amount written in words in figures
40 200 Each Straw Bale
���Oo dollars ($- 6 )/EA
amount written in words in figures
41 1 Each Connection into Existing Manhole
C/ �11z%o?4%ll3is ($ dd, d0/EA
amount written in w&4s in figures
I
Total Amount
2 5Or00
in figures
in figures
$ 3455 00
in figures
s5 6,00
in figures
$4/25.00
in figures
$ ,OO
in figures
$ .in figuresOO
ICity of Fayetteville 2/17/2000 Page 00300-7
I
Item Estimated
No. uanti Unit Description of Item and Unit Price Bid Total Amount
42 1 Each 8 -inch Inserting
gV(
Valve
' o��GfLL�f/I f dollars $ n 0, 3O)/EA $ �(/� 00
amount wntt in words in figures in figures
' 43 100 Sq Yd Concrete Sidewalk
F�oo dollars (S 0O )/SY $ CO
amount written in words in figures in in figures
44 1 Each Pig Launch Structure r/
5 C0 )/EA $ l 3S. Co
iamount written in words in figures in figures
45 1 Lump sun Electrical Work for Lift Station and Backflow Preventer Heat Cable
o4/2 642Z?/rte lWca $ 200, (20 )/EA $ 1200100
amount written in words in figures in figures
I
(See following page of Bid Form)
I
[1
I
I
L
Li
City of Fayetteville 2/17/2000 Page 00300-8
I
I
U
I
1]
46 1 Lump sum Excavation Safety
//6
�/ nzzo w4 ' o dollars ($ (�,f
���� l� d9 )/LS $ 4 CJW.
amount written in words in figures in
figures
TOTALBASE BID............................................................................ $ 209, 4/co, Oa
The Bidder shall
state the price bid in words and figures (written in ink or typed) for each pay
item,
and the
total
bid.
In case
of conflict
between words
and
figures, the words, unless obviously incorrect,
shall
govern.
I
11
I
[l
Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids
and to waive any formalities in the bidding.
Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 60 calendar days after the
scheduled closing time for receiving bids.
Respectfully submitted,
Fi ame
By
Address 9O 41 0' 45-4 r
n xx1J1 l//1L1 / , , Q/I %%Da
City / State
0O0O(a/O 7OO
Arkansas State Contractor's License Number
End of Section 00300 - Bid Form
1 City of Fayetteville 2/17/2000 Page 00300-9
American States Insurance Company
INDIANAPOLIS. INDIANA
Bid Bond
Know all Men by these Presents
That we, FAYETTE TREE & TRENCH, INC.
P.O. BOX 471
of FAYETTEVILLE, AR 72702 (hereinafter called the Principal),
as Principal, and AMERICAN STATES INSURANCE COMPANY (hereinafter called the Surety), as Surety, are
held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS
113 WEST MOUNTAIN, FAYETTEVILLE, AR 72701
(hereinafter called the Obligee) in the penal sum of 5% OF BID AMOUNT -----------------------
Dollars ($5% OF AMT BID) for the payment of which the Principal
and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for ARKANSAS RESEARCH & TECHNOLOGY PARK
PHASE 1. WATER & SANITARY SEWER IMPROVEMENT, FAYETTEVILLE, ARKANSAS
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may
be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance
of such Contract, or in the event of the failure of the Principal to enter such Contract and give such bond or
bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the
amount specified in said bid and such larger amount for which the Obligee may in good faith contract with
another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and Sealed this 13TH day of MARCH , 400
FAYETTE TREE & TRENCH, INC.
Princi
p
al
.r By:________________�Y'.if.QO/
Witness - V/ Title
STATES INSURANCE
By
Witness
9-1027
(10-89)
;ey-in-.act•
;`
•
•
=
tr
d
n 1
- r
1 _.
GENERAL POWER OF ATTORNEY
ANCiiICAN STATES
LGSURANCE
A mdl1NC01N NATIONAL CORPORATION
I
LL
W
ZW
Q¢
`L F
Zz
'W
aI-
ZZ
' W N
d W
'Q¢
LL
F- F
0
Z Z
fn
10
0
O
f- W
Izo
WZ
LUQ
Z I -Z
La-ui
Q F Q
LL ~
_(n
WZ
Z Q
ir Q
OW
Q Q
LL
O�
Q
H
OLL
'j0
Q Q
loo
LU
Z�
LO
' F H
I
CI
9-1459
(2-92)
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American States Insurance Company, a Corporation duly organized and existing under the laws of the State
of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make,
constitute and appoint
--------------------------ROBERT M. RENNER OR KEVIN RENNER---------------------
of Fayetteville and State of Arkansas OD
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings, provided, however, GO
that the penal sum of any one such instrument executed hereunder shall not exceed 1
TWO MILLION FIVE HUNDRED THOUSAND AND NO/100 ($2,500,000.00) DOLLARS -----------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the common seal of the Corporation
and duly arrested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This Power of Attorney is executed
and may be revoked pursuant to and by authority granted by Section 7.07 of the By -Laws of the American States Insurance Company, which reads as follows:
"The Chairman, the President or any Vice -President (including any Executive Vice -President, Senior Vice -President, Second Vice -President
or Assistant Vice -President) shall have power, by and with the concurrence with any other officer of the Corporation, to appoint Attorneys -in -fact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
IN WITNESS WHEREOF, American States Insurance Company has caused these presents to be signed by its Second Vice -President, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this 29th day of
A.D. 19_94
ATTEST:
Assistant Vice -President
STATE OF INDIANA
COUNTY OF MARION SS
On this 29th day of
AMERICAN STATES INSURANCE COMPANY
, A.D., 19 94 , before me personally came
Joseph I. Helm , to me known, who
being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Second Vice -President of
American States Insurance Company; that he knows the seal of said Corporation; that the seat affixed to the said instrument is such corporate
seal; that it was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
In further said that he is acquainted with John J. Rosich and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the above instrument
MARGO L. THAYER, NOTARY PUBLIC
HENDRICKS COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES: 1213196
STATE OF INDIANASS t xnd
COUNTY OF MARION
ON
John J . Rosich the Assistant Vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which
is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
"All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice-president (including any Executive Vice -President, Senior Vice -President, Vice -President, Second Vice -President,
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation." �'LN
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this / 5?ZH day of_________________
A.D., Th4fL.
Assistant
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN TI-
RED INK, WITH A RED DIAGONAL IMPRINT - AMERICAN STATES INSURANCE - PRESEI
YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY,
WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 462O6-1636.
NOTICE OF SELECTION
TO: Fayette Tree and Trench, Inc.
P.O. Box 471
Fayetteville, AR 72702
PROJECT DESCRIPTION: Arkansas Research & Technology Park, Phase I,
Water & Sanitary Sewer Improvements
The OWNER has considered the BID submitted by you for the above described WORK in
response to its Advertisement for Bids dated February 22 & 29 , 2000 and Instructions to
Bidders.
You are hereby notified that your BID has been accepted in the amount of:
Two Hundred Eighty -Nine Thousand, Four Hundred Sixteen and No/100 dollars
( S 289,416.00)
You are required by the Instructions to Bidders to execute the Contract and furnish six (6)
original CONTRACTOR'S Performance BOND, Payment BOND, and Certificates Of Insurance
within ten (10) calendar days from the date of this Notice to you.
If you fail to execute said Contract and to furnish said BONDS within ten (10) days from the
date of this Notice, said OWNER will be entitled to consider all your rights arising of your BID
BOND. The OWNER will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF SELECTION to the
OWNER.
1 I Dated this 7th day of April , 2000.
I
L•
I
I
I
I
FAYETTEVILLE
ACCEPTANCE OF NOTICE
ecei ejeNOT=ELE TIO is er by acknowledged
-.y
by��,
this the % day of 2000 -_•
ByrC yLt d�fJ�� �hv•.
.4 Ai�
Title r -
City of Fayetteville
2/17/2000
00350- 3
L Section 00500
IAGREEMENT
BETWEEN OWNER AND CONTRACTOR
THIS AGREEMENT is dated as of the _day of e in the year 2000 by and between the
City of Fayetteville, Arkansas (hereinafter called OWNER) and 726 (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 Research & Technology Park, Phase I, Water & Sanitary Sewer
Improvements: Demolition oftrees, shrubs, fences, building and other various items; construction
' of approximately 1600 LF of 3 -inch sewer force main with some asphalt pavement repair and steel
encasements; construction of approximately 180 LF of 12 -inch and 1750 LF of 8 -inch gravity
sewer line with concrete manholes and 6 -inch sewer services; construction of reinforced concrete
' sewage lift station with pumps, controls, access lid, pig launch assembly and all accessories
necessary to provide a complete installation, construction of chain link fence with barb wire
extenders and gates around lift station; construction of a 3/4 -inch reduced pressure zone backflow
preventer with heat kit and enclosure; construction of approximately 800 LF of 8 -inch and 770
LF of 12 -inch water line with valves, fire hydrants, water meter and service and any other
appurtenance needed for complete installation; construction of all electric work necessary to make
I. the sewage lift station, backflow preventer, or any other item operational on or around the station,
construction of erosion control items and any associated earthwork involved to complete this
' project and all other items indicated in the Drawings and Specifications.
Article 2. ENGINEER
The Project has been designed by
City of Fayetteville Engineering Dept.
113W. 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.
ICity of Fayetteville 2/18/2000 Page 00500-1
CONTRACT TIME.
3.1. The Work shall be substantially completed within 100 calendar days after the date when the
Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and
completed and ready for final payment in accordance with paragraphs 14.07.B & C of the General
Conditions within 130 calendar days after the date when the Contract Time commences to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence
of 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
thereofgranted 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.
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.
Item
No.
Item Description
Unit
Estimated
Quantity
Unit Price
Extended
1
Clearing and Grubbing Trees
LS
1
17,850.00
$17,850.00
2
Site Preparation
LS
1
6,500.00
$6,500.00
3
Common Excavation for Lift Station
LS
1
6,000.00
$6,000.00
4
Rock Excavation
CY
200
75.00
$15,000.00
5
Compacted Embankment Sub de Fill (Select Hillside Material
CY
100
18.00
$1,800.00
6
Undercut of Trench Material
CY
100
18.00
$1,800.00
City of Fayetteville
I.
7 Aggregate Base Course (under proposed pavement at trench) TN 200 18.00 $3,600.00
' 8 ACT -TM Surface Course e 2 TN 10 75.00 $750.00
9 Asphalt Street Repair SY 100 60.00 $6,000.00
10 Mobilization LS 1 1800.00 $1,800.00
Iii Pipe Line Construction Control LS 1 1500.00 $1,500.00
12 12 -inch Sewer Pipe (SDR 26) LF 180 24.00 $4,320.00
13 8 -inch Sewer Pipe (SDR 26) LF 1750 19.00 $33,250.00
14 3 -inch PVC Force Main R 21) LF 1600 16.50 $26,400.00
15 6" Sewer Service (SDR 26) LF 100 15.50 $1,550.00
16 12" Water Line (C900 PVC DR 14 or D.I. Class 350 LF 775 32.50 $25,187.50
17 8" Water Line (C900 PVC DR 14 or D.T. Class 350) LF 800 22.25 $17,800.00
' 18 12 -inch Butterfly Valve Water wBox EA 2 3300.00 $6,600.00
19 8 -inch Gate Valve (Water) wBox EA 3 910.00 $2,730.00
20 3 -inch Gate Valve (Force Main) w/Box EA 2 650.00 $1,300.00
' 21 Concrete Manhole EA 9 1325.00 $11,925.00
22 Water Meter Setting wBox EA 1 575.00 $575.00
23 Force Main Location Box w/17acer Wire EA 6 320.00 $1,920.00
' 24 3/4 -inch Water Service LF 50 12.50 $625.00
25 3/4 -inch Reduced Pressure Zone Backflow Preventer EA 1 375.00 $375.00
26 Backflow Preventer Enclosure w/Heat Cable Kit EA 1 775.00 $775.00
' 27 6 -foot Chain Link Fence w/Barb Wire Extenders LF 100 25.50 $2,550.00
28 Protective Fencing for Trees LF 200 4.50 $900.00
29 4 -inch Gate Valves on Force Main @ Lift Station EA 2 850.00 $1,700.00
' 30 Reinforced Concrete Sewage Lift Station w/Pinups, Controls, LS I 36,300.00 $36,300.00
Hoist, Access Lid, and all accessories necessary for complete
installation
31 hn orted To Sail CY 200 16.00 $3,200.00
32 Cement Lined Ductile Iron Fittings (Force Main) LB 250 5.25 $1,312.50
33 Ductile Iron Fittings (Water) LB 1800 4.20 $7,560.00
34 Maintenance of Traffic LS 1 1900.00 $1,900.00
' 35 Seeding and Mulching AC 2.0 1250.00 $2,500.00
36 4 -inch Diameter PVC Conduit (Schedule 40) LF 150 12.50 $1,875.00
37 8 -inch Diameter Steel Encasement (Schedule 10 LF 170 21.50 $3,655.00
P
38 Fire H dram Assembl EA 3 1850.00 $5,550.00
39 Silt Fence (Type E-4) LF 1500 2.75 $4,125.00
40 Straw Bale EA 200 5.50 $1,100.00
41 Connection to Existing Manhole EA 1 1100.00 $1,100.00
42 8 -inch Inserting Valve EA 1 5800.00 $5,800.00
43 Concrete Sidewalk SY 100 18.00 $1,800.00
P44 Pig Launch Structure EA 1 1356.00 $1,356.00
45 Electrical Work for Lift Station and Backflow Preventer Heat EA 1 1200.00 $1,200.00
Cable
46 Excavation Safety LS 1 6000.00 $6,000.00
Total Base Bid Amount $289,416.00
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as provided in
paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph
City of Fayetteville 2/18/2000 Page 00500-3
J
11.03.E of the General Conditions.
1 Article 5. PAYMENT PROCEDURES
1 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.
1
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract
1 Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs
5.1.1 and 5.1.2 below and SC -14.02. All such payments will be measured by the schedule of
values established in paragraph 2.07 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
1 provided in the General Requirements.
5.1.1. Prior to Substantial Completion, progress payments will be made in an amount
1 equal to the percentage indicated below, but, in case, less the aggregate of payments
previously made and less such amounts as ENGINEER shall determine, or OWNER may
withhold, in accordance with paragraphs 14.02. B.5 & 14.02.O of the General Conditions.
1 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
1 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,
1 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
1 amount. equal to 100 percent of the Work completed.
100 percent of materials and equipment not incorporated in the Work but
1 delivered, suitably stored, and accompanied by documentation satisfactory to
OWNER as provided in paragraphs 14.02.B.5 & 14.02.D of the General
Conditions. That is, if any such items are setup for that type payment in the
1 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 accordancewith paragraphs 14.02.B.5 & 14.02.D of the General Conditions.
I
I
ICity of Fayetteville 2/18/2000 Page 00500-4
H
I.
5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with
' paragraphs 14.07.B & C of the General Conditions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.B & C.
' Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
' representations:
6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in Article 7) and the other related data identified in the Bidding Documents
including "technical data."
6.2. CONTRACTOR has visited the site and become familiar with and is satisfied as to the
general, local, and site conditions that may affect cost, progress, performance, or furnishing of the
' Work.
6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
6.4. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface
tconditions at or contiguous to the site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site which have been identified
in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions.
' CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and drawings upon
' which CONTRACTOR is entitled to rely as provided in paragraph 4.02 ofthe General Conditions.
' CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and
may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that
OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of
' information and data shown or indicated in the Contract Documents with respect to Underground
Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or
assumes responsibility for having done so) all such additional supplementary examinations,
' investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface,
and Underground Facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance, or furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences, and procedures of construction to the employed by
CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does
not consider that any additional examinations, investigations, explorations, tests, studies, or data
are necessary for the performance and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the Contract
Documents.
' 6.5. CONTRACTOR is aware of the general nature of work to be performed by OWNER and
' City of Fayetteville 2/18/2000 Page 00500-5
I
I
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. Certificates of Insurance, (Exhibit C).
' 7.4. Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D).
7.5. General Conditions (pages 1 to 42, inclusive).
' 7.6. Supplementary. Conditions (pages 1 to 14, inclusive).
7.7. Specifications consisting of Divisions 1 through 16, as well as, some in the appendix listed
' in table of contents thereof.
7.8. Addenda numbers 1 to 3 , inclusive.
' 7.9. Drawings (not attached hereto) consisting of a cover sheet and seventeen additional sheets
pertaining to Phase I of this portion of the Arkansas Research and Technology Park with
' each sheet bearing the following general title: Arkansas Research &. Technology Park,
Phase 1 Water and Sanitary Sewer Improvements
I
I
' City of Fayetteville
2/18/2000
Page 00500-6
I
I
I
I
I
I
I
I
I
I
I
I
7.10. The following which maybe delivered or issued after the Effective Date of the Agreement
and are not attached hereto:
7.10.1. Notice to Proceed
7.10.2. Al! Written Amendments and other documents amending, modifying or
supplementing the Contract Documents pursuant to paragraph 3.04 ofthe General
Conditions.
The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly
noted otherwise above).
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General
Conditions.
Article 8. MISCELLANEOUS.
8.1. Terms used in the Agreement which are defined in Article I ofthe General Conditions will have
the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without the written consent of the party sought to be bound;
and, specifically but without limitation, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in any written consent to an assignment
no assignment will release or discharge the assignor from any duty or responsibility under the
Contract Documents.
8.3. OWNER and CONTRACTOR each binds itself, it partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements and obligations contained in the Contract Documents.
8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any
Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid
' and binding upon stricken provision or part thereof with a valid and enforceable provision that
comes as close as possible expressing the intention of the stricken provision.
I
.1
I
' City of Fayetteville 2/18/2000 Page 00500-7
I
n
1
I
I
I
I
I
[1
II
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. Al! portions ofthe Contract Documents have been
signed, initialed, or identified by OWNER and CONTRACTOR or identified by ENGINEER on their
behalf.
This Agreement will be effective on —,2000 (which is the Effective Date of the Agreement).
OWNER: City of Fayetteville
By:
Mayor
[CORPORATE SEAL]
Attest J 114j/
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.)
By:
Title
[CORPORATE
`I
i
Attest ,/j1/f j4Z7
Address for giving notices
License No.
Agent for service of process:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign)
City of Fayetteville
2/18/2000
Page 00500-8
Irr1ttitan States
Insurance
A SAFKO Com ny
Bond No. 5982022
PAYMENT AND PERFORMANCE BOND
KNOW ALL BY THESE PRESENTS, That we, FAYETTE TREE & TRENCH, INC.
, whose principal office is located in the City of
State of ARKANSAS
FAYETTEVILLE
, as Principal, and the AMERICAN
STATES INSURANCE COMPANY, a Indiana Corporation of INDIANAPOLIS, INDIANA , as Surety, are held
and firmly bound unto
CITY OF FAYETTEVILLE, ARKANSAS
of FAYETTEVILLE. AR , as Obligee, in the penal sum of TWO HUNDRED EIGHTY NINE
THOUSAND FOUR HUNDRED SIXTEEN & 00/100---------------------($289,416.00* )Dollars,
lawful money of the United States for payment of which sum, well and truly be made, we bind ourselves, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal entered into a certain Contract
Agreement with the Obligee, dated the day of
wherein the Principal has agreed to fully perform and complete the following work:
ARKANSAS RESEARCH & TECHNOLOGY PARK, PHASE 1, WATER & SANITARY SEWER IMPROVEMENT,
FAYETTEVILLE, WASHINGTON COUNTY, ARKANSAS
as more fully set forth in said Contract Agreement.
'NOW, THEREFORE, if the Principal shall well and truly perform and fulfill all of the covenants, terms and conditions of the said
Contract Agreement, and shall pay for all labor performed and materials furnished in the prosecution of the work provided for under
the terns of the said Contract Agreement, then this obligation shall be null and void, otherwise to remain in full force and effect. No
right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the
heirs, executors, administrators or successors of the Obligee.
'IN WITNESS WHEREOF, the above bounded parties have executed this instrument, this 12TH : �? ^: ` L -
day of APRIL 2000 � Y� . A
_ i Jty
FAYETTE E�TREE
& TRENCH, INC • '
Principal
By./d' _mil ,(�!
AMERI N STATES INSURANCE; ; COMPANY''
. e
1 t�
i
By 5 'r 'Attorneyin-Fact.
S-3901/ASEF 10/99
� tea•
.�3
I
AMERICAN STATES
INSURANCE
.,.,e LINCOLN NATIONALCORPORAnON
I
L&.
'0f-
Z w
Q tZ
?w
0
w0
T
Z
zo
A-DUL
� c Z
LU
II-
rll �
WZ
ZQ
0cc
Ow
I—
F -
'H
in
1 Q Q
0❑
Zw
'p
GENERAL POWER OF ATTORNEY
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American States Insurance Company, a Corporation duly organized and existing under the laws of the Slate
of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make,
constitute and appoint
--------------------------ROBERT M. RENNER OR KEVIN RENNER---------------------
of Fav2tteville and State of Arkansas OD
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings, provided, however, '
that the penal sum of any one such instrument executed hereunder shall not exceed
TWO MILLION FIVE HUNDRED THOUSAND AND 110/100 ($2,500,000.00) DOLLARS --
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the common seal of the Corporation
and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This Power of Attorney is executed
and may be revoked pursuant to and by authority granted by Section 7.07 of the By -Laws of the American States Insurance Company, which reads as follows:
"The Chairman, the President or any Vice -President (including any Executive Vice -President, Senior Vice -President, Second Vice -President
or Assistant Vice -President) shall have power, by and with the concurrence with any other officer of the Corporation, to appoint Attorneys -in -fact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
IN WITNESS WHEREOF, American States Insurance Company has caused these presents to be signed by its Second Vice -President, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this 29th day of
A.D.19Q4_,
ATTEST:
Assistant Vice -President
STATE OF INDIANA SS
COUNTY OF MARION
On this 29th day of
AMERICAN STATES INSURANCE COMPANY
econd�V cep- resident 4; Es way,
" sT
. O n
J weuu �O
s�Av 'N�s
A.D., 19 94 , before me personally came
Joseph F. Heim , to me known, who
being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Second Vice -President of
American States Insurance Company: that he knows the seal of said Corporation: that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Joseph F. HQjm further said that he is acquainted with John J . Rosich and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the
MARGO L. THAYER, NOTARY PUBLIC
HENDRICKS COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES: 12(3(96
STATE OF INDIANA SS
COUNTY OF MARION
1, John J. Rosich , the Assistant Vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which
is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
"All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice-president (including any Executive Vice -President. Senior Vice -President, Vice -President, Second Vice -President,
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation."
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this day
A.D.. 19.
' L/ ' l-'--_ '-.<
N
Assistant Vice-Presid6nty �1
ti p'" _ 1.
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN TH0rAARGIW HEP.EOF IN
RED INK, WITH A RED DIAGONAL IMPRINT - AMERICAN STATES INSURANCE - PRESEIT.LLITS ENt1RETYJ1F,
'9.1459 YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, 6K L317-262 -o262.OR
(2-92) WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206-1636. .�%y+..W ' <'
ACORDD
CERTIFICATE OF
LIABILITY INSURANCE
DATE (MM DD/YY)
4/12/00
PRODUCER
Renner & Co.,
P.O. Box 427
Fayetteville,
Inc.
AR 72702
I
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NSURED
Fayette Tree
P.O. Box 471
Fayetteville,
I
& Trench, Inc.
AR 72702
INSURER A: American States Insurance Companies
INSURERS:
INSURERC:
INSURERD:
INSURERE:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
SR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
GENERAL
LIABILITY
EACH OCCURRENCE
$1 ,000,000
X
FIRE DAMAGE (Anyone lire)
S 200 000
A
COMMERCIALGENERAL I
CLAIMS MADE OCCUR
010E370879
4/30/00
j 4/30/01
MEDEXP(Any one person)
$ 10,000
A
x.
Owner & Cont Prot
010E779129
4/12/00
14/12/01
PERSONAL&ADVINJURY
$1,000,000
GENERAL AGGREGATE
s2 4000, 000
PGEN*L
AGGREGATE LIMIT APPLIES PER:
PRODUCTS- COMP/OP AGO
$2 00O • 000
POLICY PR° LOC
A
AUTOMOBILE
LIABILITY J
ANY AUTO
01CD596945
4/30/00
4/30/01
COMBINED SINGLE LIMIT
(Eaemicient)
$1 000000
x
ALL OWNED AUTOS
SCHEDULED AUTOS
I
I
BODILY INJURY
(Per person)
$
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANV AUTO
OTHER THAN EAACC
AUTO ONLY: AGG
S
$
EXCESS LIABILITY
EACH OCCURRENCE
$2 000 1000
A
X OCCUR I ICLAIMSMADE
01SU246758
4/30/00
4/30/01
AGGREGATE
$2,000,000
$
DEDUCTIBLE
$
RETENTION $
COMPENSATION AND
I
WC STATU-
TORY LIMITS
I
OTH-
E
E.L. EACH ACCIDENT
$ 500,000
L.A
EMPLOYERS
02WC495603
4/30/00
4/30/01
E.L. DISEASE - EA EMPLOYEE
$ 500 000
E.L. DISEASE- POLICY LIMIT
$
A
!°TNER
Inland Marine
01GF238174
4/30/00
4/30/01
Equipment,Tools,Stock,Prope
Coverage Extending to Projec
Coverage
Below-
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Excavation, Water & Sewer Utility Installation. Additional Insured: City of Fayettevil
113 W. Mountain
Arkansas Research & Technology Park ($289,416.00) Fayetteville, AR
Fayetteville, Arkansas
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Fayetteville DATE THEREOF, THE ISSUING INSURER WILL I$NDGAVCUTO MAIL 10 DAYS WRITTEN
113 West Mountain NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,4UT-FAIWRBJO-BO-S4YBNM-b
Fayetteville, AR 72701 IMrose4 eeauo*neNOR-L+Aelcrrorxnrxm0'won-mnnstRCR ffncvnsoR
ty
le l
•-
IMPORTANT
If the certificate holder is an. ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED,' subject to the,ternis and conditions of the policy, certain policies may
require .an endorsement. A statement on this certificate does,. not confer rights to the certificate
holder in lieu of such endorsement(s). `'
DISCLAIMER e
The Certificate of Insurance on the' reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively,or negatively amend, extend or alter the coverageafforded by the, policies listed thereon.
Y •
4 i
- f -I
-a
- -
u..
ACORD 25-S (7/97) - -
I
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TO: Fayette Tree and Trench
P.O. Box 471
Fayetteville, AR 72702
NOTICE TO PROCEED
DATE: April 28, 2000
PROJECT: Arkansas Research & Technology Park, Phase I,
Water and Sanitary Server Improvements
You are hereby notified to commence WORK in accordance with the Contract dated
April 4.2000 on or before May 8.2000 , and you are to substantially complete the WORK within one
hundred consecutive calendar days thereafter and have the Work complete and ready for final payment
within one hundred thirty consecutive calendar days thereafter. The date for Substantial completion is
therefore August 15, 2000. The date for final completion is therefore September 14, 2000.
Staff Engineer
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged by
Do
Title
this the day of
2000.
City of Fayetteville
2/18/2000
Page 00500-12
I1
I
Li
[J
I
I
1!
L
I_,
I
I
[1
H
I
I
I
I
This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or !,
modification. This document should be adapted to the particular circumstances of the contemplated Project and the
Controlling Law.
STANDARD
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
/U Issued and Published Jointly By
National Society of Professional Engineers
AMERICAN CONSULTING Professional Engineers in Private Practice AMERICAN SOCIETY OF
ENGINEERS COUNCIL CIVIL ENGINEERS
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
a practice division of the
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CIVIL ENGINEERS
This document has been approved and endorsed by
The Associated General c _ Contractors of America
Construction Specifications Institute
These General Conditions have been prepared for use with the Owner -Contractor Agreements (No. 1910-8-A-1 or 1910-
8-A-2) (1996 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other.
Comments concerning their usage are contained in the EJCDC User's Guide (No. 1910-50). For guidance in the
preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-17)
(1996 Edition).
' EJCDC No. 1910-8 (1996 Edition)
fl
Copyright O1996
National Society of Professional Engineers
1420 King Street, Alexandria, VA 22314
American Consulting Engineers Council
1015 15th Street N.W., Washington, DC 20005
American Society of Civil Engineers
345 East 47th Street, New York, NY 10017
C
1
00700-2
TABLE OF CONTENTS
FM
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ..................................... 00700 . 6
1.01
Defined Terms ...................................................
00700-6
1.02
Terminology.....................................................
00700 - 8
ARTICLE 2 -
PRELIMINARY MATTERS ............................................
00700 - 9
2.01
Delivery of Bonds .................................................
00700 - 9
2.02
Copies of Documents ...............................................
00700 - 9
2.03
Commencement of Contract Times; Notice to Proceed ..........................00700-9
2.04
Starting the Work .................................................
00700 - 9
2.05
Before Starting Construction ..........................................
00700 - 9
2.06
!'reconstruction Conference ..........................................
00700 -
10
2.07
Initial Acceptance of Schedules ........................................
00700-10
ARTICLE 3 -
CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ....................
00700-10
3.01
Intent
00700-10
3.02
........................................................
Reference Standards ..............................................
00700 -
10
3.03
Reporting and Resolving Discrepancies ...................................
00700-11
3.04
Amending and Supplementing Contract Documents ...........................
00700-11
3.05
Reuse of Documents ...............................................
00700 -
11
ARTICLE 4-
AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS ..............................................
00700 -
11
4.01
Availability of Lands ..............................................
00700 -
11
4.02
Subsurface and Physical Conditions .....................................
00700-12
4.03
Differing Subsurface or Physical Conditions ................................
00700 -
12
4.04
Underground Facilities.................................
00700 -
13
4.05
Reference Points .................................................
00700 -
13
4.06
Hazardous Environmental Condition at Site ................................
00700 -
14
ARTICLE 5 -
BONDS AND INSURANCE ...........................................
00700 -
15
5.01
Performance, Payment, and Other Bonds .................................
00700 -
15
5.02
Licensed Sureties and Insurers ........................................
00700 -
15
5.03
Certificates of Insurance ............................................
00700 -
15
5.04
CONTRACTOR's Liability Insurance ....................................
00700 -
15
5.05
OWNER'S Liability Insurance .........................................
00700 -
16
5.06
Property Insurance ...............................................
00700 -
16
5.07
Waiver of Rights .................................................
00700-17
5.08
Receipt and Application of Insurance Proceeds ..............................
00700-18
5.09
Acceptance of Bonds and Insurance; Option to Replace ........................
00700-18
5.10
Partial Utilization, Acknowledgmentof Property Insurer ........................
00700 -
18
ARTICLE 6 -
CONTRACTOR'S RESPONSIBILITIES ...................................
00700-18
6.01
Supervision and Superintendence .......................................
00700 -
18
6.02
Labor Working Hours .............................................
00700 -
19
6.03
Services, Materials, and Equipment .....................................
00700 -
19
6.04
Progress Schedule ................................................
)07()0-
19
6.05
Substitutes and "Or -Equals" ..........................................
00700 -
19
6.06
Concerning Subcontractors, Suppliers, and Others ............................
00700-20
6.07
Patent Fees and Royalties ...........................................
00700 -
21
6.08
Permits.......................................................
00700-21
6.09
Laws and Regulations ..............................................
00700 -
22
6.10
Tares
00700-22
6.11
........................................................
Use of Site and Other Areas ..........................................
00700 -
22
6.12
Record Documents ................................................
00700 -22
6.13
Safety and Protection ..............................................
00700 -
23
6.14
Safety Representative ..........................................
00700 -
23
6.15
Hazard Communication Programs .......................................
00700 -
23
00700-3
•!
6.16 Emergencies.................................................... 00700 -23
6.17 Shop Drawings and Samples .......................................... 00700 - 23 (�
6.18 Continuing the Work ............................................... 00700 - 24
6.19 CONTRACTOR's General Warranty and Guarantee ........................... 00700-25
6.1O Indemnification.............................................:..... 00700 - 25
ARTICLE 7 - OTHER WORK .................................................... 00700 - 26
7.01 Related Work at Site ............................................... 00700 -26
7.02 . Coordination................................................... 00700 - 26
ARTICLE 8 - OWNER'S RESPONSIBILITIES ........................................ 00700 - 26
8.01 Communications to Contractor ......................................... 00700 - 26
8.02 Replacement of ENGINEER .................... . ..................... 00700 - 26
8.03 Furnish Data ................................................... 00700 -26
8.04 Pay Promptly When Due ............................................ 00700 - 26
8.05 Lands and Easements; Reports and Tests .................................. 00700-26
8.06 Insurance..................................................... 00700-27 '
8.07 Change Orders .................................................. 00700-27
8.08 Inspections, Tests, and Approvals ...................................... 00700 - 27
8.09 Limitations on OWNER's Responsibilities ................................. 00700-27
8.10 .Undisclosed Hazardous Environmental Condition ............................00700-27
8.11 Evidence of Financial Arrangements ..................................... 00700 - 27
ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION ........................... 00700-27
9.01 OWNER'S Representative ........................................... 00700 - 27 1
9.02 Visits to Site ...... ....... ....................................... 00700 -27
9.03 Project Representative ............................................. 00700 - 27
9.04 Clarifications and Interpretations ....................................... 00700 - 28
9.05 Authorized Variations in Work ........................................ 00700 - 28
9.06 Rejecting Defective Work ............................................. 00700 - 28
9.07 Shop Drawings, Change Orders and Payments .............................. 00700 - 28
9.08 Determinations for Unit Price Work ..................................... 00700-28
9.09 Decisions on Requirements of Contract Documents and Acceptability of Work .......... 00700 - 28
9.10 Limitations on ENGINEER's Authority and Responsibilities ...................... 00700-28
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ................................... 00700-29
10.01 Authorized Changes in the Work ....................................... 00700 - 29
10.02 Unauthorized Changes in the Work ...................................... 00700 - 29
10.03 Execution of Change Orders .......................................... 00700 - 29
10.04 Notification to Surety ............................................... 00700 - 29
10.05 Claims and Disputes ...... ..................... ................ .... 00700 - 30
ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK .......... . 00700-30
11.01 Cost of the Work ................................................. 00700-30
11.02 Cash Allowances ................................................. 00700 -32
11.03 Unit Price Work ................................................. 00700 - 32
ARTICLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES ............. 00700 - 33
12.01 Change of Contract Price ........................................... 00700 - 33
12.02 Change of Contract Times ........................................... 00700 - 33
12.03 Delays Beyond CONTRACTOR's Control ................................. 00700-33
12.04 Delays Within CONTRACTOR'S Control ................................... 00700 - 34 '
12.05 Delays Beyond OWNER'S and CONTRACTOR's Control ........................ 00700-34
12.06 Delay Damages .................................................. 00700 -34
ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK ............................................... 00700-34
13.01 Notice of Defects ................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -34
13.02 Access to Work ................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 34 '
13.03 Tests and Inspections .............................................. 00700 - 34
13.04. Uncovering Work ....•.....................................:....... 00700-35
13.05 OWNER May Stop the Work ........... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 35
13.06 Correction or Removal of Defective Work ................................. 00700-35 1
13.07
Correction Period ................. . . . . . . . . . .
. . . . . . . . . . . . . . . . . . .
. . 00700-35
13.08
Acceptance of Defective Work ................ ..........................
00700 -
36
13.09
OWNER May Correct Defective Work ..... . . . . . . . . .
. . . . . . . . . . . . . . . . . . .
. . 00700 -
36
ARTICLE 14 -
PAYMENTS TO CONTRACTOR AND COMPLETION ........................
00700-36
14.01
Schedule of Values .................................................
00700-36
14.02
Progress Payments ................................................
00700 -
37
14.03
CONTRACTOR's Warranty of Title .....................................
00700 -
38
14.04
Substantial Completion .............................................
00700 -
38
14.05
Partial Utilization ................................................
00700 -39
14.06
Final Inspection .................................................
00700 -39
14.07
Final Payment ..................................................
(30700-39
14.08
Final Completion Delayed ...........................................
00700 -
40
14.09
Waiver of Claims .................................................
00700 -40
ARTICLE 15 -
SUSPENSION OF WORK AND TERMINATION ............................00700-40
15.01
OWNER May Suspend Work ..........................................
00700 -
40
15.02
OWNER May Terminate for Cause ......................................
00700 -
40
15.03
OWNER May Terminate For Convenience .................................
00700 -
41
15.04
CONTRACTOR May Stop Work or Terminate ...............................
00700 -
41
ARTICLE 16 -DISPUTE
RESOLUTION ............................................
00700-41
16.01
Methods and Procedures ............................................
00700 -
41
ARTICLE 17 -MISCELLANEOUS
................................................
00700-42
17.01
Giving Notice ...................................................
00700 -
42
17.02
Computation of Times ..............................................
00700 -
42
17.03
Cumulative Remedies ..............................................
00700 -
42
17.04
Survival of Obligations .............................................
00700 -
47.
17.05
Controlling law .................................................
00700 -
42
00700-5
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in the Contract Documents and
printed with initial or all capital letters, the terms listed
below will have the meanings indicated which are applicable
to both the singular and plural thereof.
1. Addenda —Written or graphic instruments issued
prior to the opening of Bids which clarify, correct; or
change the Bidding Requirements or the Contract
Documents.
2. Agreement —The written instrument which is
evidence of the agreement between OWNER and
CONTRACTOR covering the Work.
3. Application for Payment --The form acceptable to
ENGINEER which is to be used by CONTRACTOR
during the course of the Work in requesting progress or
final payments and which is to be accompanied by such
supporting documentation as is required by the Contract
Documents,
4. Asbestos --Any material that contains more than
one percent asbestos and is friable or is releasing asbestos
fibers into the air above current action levels established
by the United States Occupational Safety and Health
Administration.
5. Bid —The offer or proposal of a bidder submitted
on the prescribed form setting forth the prices for the
Work to be performed.
6. Bidding Documents —The Bidding Requirements
and the proposed Contract Documents (including all
Addenda issued prior to receipt of Bids).
7. Bidding Requirements —The Advertisement or
Invitation to Bid, Instructions to Bidders, Bid security
form, if any, and the Bid form with any supplements.
8. Bonds --Performance and payment bonds and
other instruments of security.
9. Change Order —A document recommended by
ENGINEER which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion, or revision
in the Work or an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective Date of
the Agreement.
10. Claim --A demand or assertion by OWNER or
CONTRACTOR seeking an adjustment of Contract Price
or Contract Times, or both, or other relief with respect to
the terms of the Contract. A demand for money or
services by a third party is not a Claim.
11. Contract --The entire and integrated written
agreement between the OWNER and CONTRACTOR
concerning the Work. The Contract supersedes prior
negotiations, representations, or agreements, whether
written or oral.
12. Contract Documents --The Contract Documents
establish the rights and obligations of the parties and
include the Agreement, Addenda (which pertain to the
Contract Documents), CONTRACTOR's Bid (including
documentation accompanying the Bid and any post Bid
documentation submitted prior to the Notice of Award)
when attached as an exhibit to the Agreement, the Notice
to Proceed, the Bonds, these General Conditions, the
Supplementary Conditions, the Specifications and the
Drawings as the same are more specifically identified in
the Agreement, together with all Written Amendments,
Change Orders, Work Change Directives, Field Orders,
and ENGINEER's written interpretations and
clarifications issued on or after the Effective Date of the
Agreement. Approved Shop Drawings and the reports
and drawings of subsurface and physical conditions are
not Contract Documents. Only printed or hard copies of
the items listed in this paragraph are Contract Documents.
Files in electronic media format of text, data, graphics,
and the like that may be furnished by OWNER to
CONTRACTOR are not Contract Documents.
13. Contract Price —The moneys payable by OWNER
to CONTRACTOR for completion of the Work in
accordance with the Contract Documents as stated in the
Agreement (subject to the provisions of paragraph 11.03
in the case of Unit Price Work).
14. Contract Times —The number of days or the dates
stated in the Agreement to: (i) achieve Substantial
Completion; and (ii) complete the Work so that it is ready
for final payment as evidenced by ENGINEER's written
recommendation of final payment.
15. CONTRACTOR --The individual or entity with
whom OWNER has entered into the Agreement.
II
II
I
I
I
I
I
I
I
i
I
I
16. Cost of the Work --See paragraph 11.01.A for
definition.
17. Drawings —That part of the Contract Documents
prepared or approved by ENGINEER which graphically
shows the scope, extent, and character of the Work to be
performed by CONTRACTOR. Shop Drawings and
other CONTRACTOR submittals are not Drawings as so
defined.
18. Effective Date of the Agreement --The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated, it means the date on
which the Agreement is signed and delivered by the last
of the two parties to sign and deliver.
19. ENGINEER --The individual or entity named as
such in the Agreement.
20. ENGi7VEER's Consultant —An individual or entity
having a contract with ENGINEER to furnish services as
ENGINEER'S independent professional associate or
consultant with respect to the Project and who is
identified as such in the Supplementary Conditions.
21. Field Order --A written order issued by ENGI-
NEER which requires minor changes in the Work but
which does not involve a change in the Contract Price or
the Contract Times.
22. General Requirements —Sections of Division 1 of
the Specifications. The General Requirements pertain to
all sections of the Specifications.
23. Hazardous Environmental Condition —The
presence at the Site of Asbestos, PCBs, Petroleum,
Hazardous Waste, or Radioactive Material in such
quantities or circumstances that may present a substantial
danger to persons or property exposed thereto in
connection with the Work.
24. Hazardous Waste —The term Hazardous Waste
shall have the meaning provided in Section 1004 of the
Solid Waste Disposal Act (42 USC Section 6903) as
amended from time to time.
25. Laws and Regulations; Laws or Regulations —Any
and all applicable laws, rules, regulations, ordinances,
codes, and orders of any and all governmental bodies,
agencies, authorities, and courts having jurisdiction.
26. Liens --Charges, security interests, or
encumbrances upon Project funds, real property, or
personal property.
27. Milestone --A principal event specified in the
Contract Documents relating to an intermediate comple-
tion date or time prior to Substantial Completion of all the
Work.
28. Notice of Award --The written notice by OWNER
to the apparent successful bidder stating that upon timely
compliance by the apparent successful bidder with the
conditions precedent listed therein, OWNER will sign and
deliver the Agreement.
29. Notice to Proceed --A written notice given by
OWNER to CONTRACTOR fixing the date on which the
Contract Times will commence to run and on which
CONTRACTOR shall start to perform the Work under
the Contract Documents.
30. OWNER --The individual, entity, public body, or
authority with whom CONTRACTOR has entered into
the Agreement and for whom the Work is to be
performed.
31. Partial Utilization --Use by OWNER of a substan-
tially completed part of the Work for the purpose for
which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
32. PCBs --Polychlorinated biphenyls.
33. Petroleum --Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and 14.7
pounds per square inch absolute), such as oil, petroleum,
fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil
mixed with other non -Hazardous Waste and crude oils.
34. Project —The total construction of which the
Work to be performed under the Contract Documents
may be the whole, or a part as may be indicated
elsewhere in the Contract Documents.
35. Project Manual —The bound documentary
information prepared for bidding and constructing the
Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is
contained in the table(s) of contents.
36. Radioactive Material —Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act
of 1954 (42 USC Section 2011 et seq.) as amended from
time to time.
37. Resident Project Representative —The authorized
representative of ENGINEER who may be assigned to the
Site or any part thereof.
1 00700-7
38. Samples --Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged.
39. Shop Drawings --All drawings, diagrams, illustra-
tions, schedules, and other data or information which are
specifically prepared or assembled by or for CON-
TRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
40. Site —Lands or areas indicated in the Contract
Documents as being furnished by OWNER upon which
the Work is to be performed, including rights -of -way and
easements for access thereto, and such other lands
furnished by OWNER which are designated for the use of
CONTRACTOR.
41. Specifications --That part of the Contract
Documents consisting of written technical descriptions of
materials, equipment, systems, standards, and
workmanship as applied to the. Work and certain
administrative details applicable thereto.
42. Subcontractor --An individual or entity having a
direct contract with CONTRACTOR or with any other
Subcontractor for the performance of a part of the Work
at the Site.
43. Substantial Completion —The time at which the
Work (or a specified part thereof) has progressed to the
point where, in the opinion of ENGINEER, the Work (or
a specified part thereof) is sufficiently complete, in
accordance with the Contract Documents, so that the
Work (or a specified part thereof) can be utilized for the
purposes for which it is intended. The terms
"substantially complete" and "substantially completed" as
applied to all or part of the Work refer to Substantial
Completion thereof.
44. Supplementary Conditions —That part of the
Contract Documents which amends or supplements these
General Conditions.
45. Supplier —A manufacturer, fabricator, supplier,
distributor, materialman, or vendor having a direct
contract with CONTRACTOR or with any Subcontractor
to furnish materials or equipment to be incorporated in
the Work by CONTRACTOR or any Subcontractor.
46. Underground Facilities --All underground
pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or
attachments, and any encasements containing such
facilities, including those that convey electricity, gases,
steam, liquid petroleum products, telephone or other
communications, cable television, water, wastewater,
storm water, other liquids or chemicals, or traffic or
other control systems.
47. Unit Price Work --Work to be paid for on the
basis of unit prices.
48. Work --The entire completed construction or the
various separately identifiable parts thereof required to be
provided under the Contract Documents. Work includes
and is the result of performing or providing all labor,
services, and documentation necessary to produce such
construction, and furnishing, installing, and incorporating
all materials and equipment into such construction, all as
required by the Contract Documents.
49. Work Change Directive --A written statement to
CONTRACTOR issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER ordering an addition, deletion, or revision
in the Work, or responding to differing or unforeseen
subsurface or physical conditions under which the Work
is to be performed or to emergencies. A Work Change
Directive will not change the Contract Price or the
Contract Times but is evidence that the parties expect that
the change ordered or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to
its effect, if any, on the Contract Price or Contract
Times.
50. Written Amendment --A written statement
modifying the Contract Documents, signed by OWNER
and CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
1.02 Terminology
A. Intent of Certain Terms or Adjectives
1. Whenever in the Contract Documents the terms
"as allowed," "as approved," or terms of like effect or
import are used, or the adjectives "reasonable,"
"suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an
action or determination of ENGINEER as to the Work, it
is intended that such action or determination will be solely
to evaluate, in general, the completed Work for
compliance with the requirements of and information in
the Contract Documents and conformance with the design
concept of the completed Project as a functioning whole
as shown or indicated in the Contract Documents (unless
there is a specific statement indicating otherwise). The
U.
I
I
',
I
I
00700-8 I
I
I
I
I
I
I
I
I
I
I
I
I
use of any such term or adjective shall not be effective to
assign to ENGINEER any duty or authority to supervise
or direct the performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.10 or any other provision of the
Contract Documents.
1. The word "day" shall constitute a calendar day
of 24 hours measured from midnight to the next midnight.
C. Defective
1. The word "defective," when modifying the word
"Work," refers to Work that is unsatisfactory, faulty, or
deficient in that it does not conform to the Contract
Documents or does not meet the requirements of any
inspection, reference standard, test, or approval referred
to in the Contract Documents, or has been damaged prior
to ENGINEER'S recommendation of final payment
(unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion in accor-
dance with paragraph 14.04 or 14.05).
D. Furnish, Install, Perform, Provide
1. The word "furnish," when used in connection
with services, materials, or equipment, shall mean to
supply and deliver said services, materials, or equipment
to Cie Site (or some other specified location) ready for use
or installation and in usable or operable condition.
2. The word "install," when used in connection
with services, materials, or equipment, shall mean to put
into use or place in final position said services, materials,
or equipment complete and ready for intended use.
3. The words "perform" or "provide," when used
in connection with services, materials, or equipment,
shall mean to furnish and install said services, materials,
or equipment complete and ready for intended use.
4. When "furnish," "install," "perform," or "pro-
vide" is not used in connection with services, materials,
or equipment in a context clearly requiring an obligation
of CONTRACTOR, "provide" is implied.
E. Unless stated otherwise in the Contract Documents,
words or phrases which have a well-known technical or
construction industry or trade meaning are used in the
Contract Documents in accordance with such recognized
meaning.
ARTICLE 2- PRELIMINARY MATTERS
2.01 Delivery of Bonds
A. When CONTRACTOR delivers, the executed
Agreements to OWNER, CONTRACTOR shall also deliver
to OWNER such Bonds as CONTRACTOR may be required
to furnish.
2.02 Copies of Documents
A. OWNER shall furnish to CONTRACTOR up to ten
copies of the Contract Documents. Additional copies will be
furnished upon request at the cost of reproduction.
2.03 Commencement of Contract Times; Notice to Proceed
A. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement or, if
a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at any
time within 30 days after the Effective Date of the
Agreement. In no event will the Contract Times commence
to run later than the sixtieth day after the day of Bid opening
or the thirtieth day after the Effective Date of the Agreement,
whichever date is earlier.
2.04 Starting the Work
A. CONTRACTOR shall start to perform the Work on
the date when the Contract Times commence to run. No
Work shall be done at the Site prior to the date on which the
Contract Times commence to run.
2.05 Before Starting Construction
A. C0NIRACTOR's Review of Contract Documents:
Before undertaking each part of the Work, CONTRACTOR
shall carefully study and compare the Contract Documents
and check and verify pertinent figures therein and all
applicable field measurements. CONTRACTOR shall
promptly report in writing to ENGINEER any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or
clarification from ENGINEER before proceeding with any
Work affected thereby; however, CONTRACTOR shall not
be liable to OWNER or ENGINEER for failure to report any
conflict, error, ambiguity, or discrepancy in the Contract
Documents unless CONTRACTOR knew or reasonably
should have known thereof.
B. Preliminary
Schedules:
Within
ten days
after the
Effective Date of the
Agreement
(unless
otherwise
specified
00700-9
in the General Requirements), CONTRACTOR shall submit
to ENGINEER for its timely review;
I. a preliminary progress schedule indicating the
times (numbers of days or dates) for starting and
completing the various stages of the Work, including any
Milestones specified in the Contract Documents;
2. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required submittal
and the times for submitting, reviewing, and processing
such submittal; and
3. a preliminary schedule of values for all of the
Work which includes quantities and prices of items which
when added together equal the Contract Price and subdi-
vides the Work into component parts in sufficient detail
to serve as the basis for progress payments during
performance of the Work. Such prices will include an
appropriate amount of overhead and profit applicable to
each item of Work.
C. Evidence of Insurance: Before any Work at the Site
is started, CONTRACTOR and OWNER shall each deliver
to the other, with copies to each additional insured identified
in the Supplementary Conditions, certificates of insurance
(and other evidence of insurance which either of them or any
additional insured may reasonably request) which
CONTRACTOR and OWNER respectively are required to
purchase and maintain in accordance with Article 5.
2.06 Preconstruction Conference
• A. Within 20 days after the Contract Times start to run,
but before any Work at the Site is started, a conference
attended by CONTRACTOR, ENGINEER, and others as
appropriate will be held to establish a working understanding
among the parties as to the Work and to discuss the schedules
referred to in paragraph 2.05.B, procedures for handling
Shop Drawings and other submittals, processing Applications
for Payment, and maintaining required records.
2.07 Initial Acceptance of Schedules
A. Unless otherwise provided in the Contract Docu-
ments, at least ten days before submission of the first
Application for Payment a conference.attended by CON-
TRACTOR, ENGINEER, and others as appropriate will be
held to review for acceptability to ENGINEER as provided
below the schedules submitted in accordance with paragraph
2.05.B. CONTRACTOR shall have an additional ten days to
make corrections and adjustments and to complete and
resubmit the schedules. No progress payment shall be made
to CONTRACTOR until acceptable schedules are submitted
to ENGINEER.
1. The progress schedule will be acceptable to
ENGINEER if it provides an orderly progression of the
Work to completion within any specified Milestones and
the Contract Times. Such acceptance will not impose on
ENGINEER responsibility for the progress schedule, for
sequencing, scheduling, or progress of the Work nor
interfere with or relieve CONTRACTOR from
CONTRACTOR's full responsibility therefor.
2. CONTRACTOR's schedule of Shop Drawing and
Sample submittals will be acceptable to ENGINEER if it
provides a workable arrangement for reviewing and
processing the required submittals.
3. CONTRACTOR's schedule of values will be
acceptable to ENGINEER as to form and substance if it
provides a reasonable allocation of the Contract Price to
component parts of the Work.
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
3.01 Intent
A.
The Contract
Documents are complementary; what
is called
for by one is
as binding as
if called for by all.
B. It is the intent of the Contract Documents to describe
a functionally complete Project (or part thereof) to be
constructed in accordance with the Contract Documents.
Any labor, documentation, services, materials, or equipment
that may reasonably be inferred from the Contract Docu-
ments or from prevailing custom or trade usage as being
required to produce the intended result will be provided
whether or not specifically called for at no additional cost to
OWNER.
C. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
Article 9.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and
Regulations
00700-10
1. Reference to standards, specifications, manuals,
or codes of any technical society, organization, or
association, or to Laws or Regulations, whether such
reference be specific or by implication, shall mean the
standard, specification, manual, code, or Laws or Regula-
tions in effect at the time of opening of Bids (or on the
Effective Date of the Agreement if there were no Bids),
:1
1
I
1
1
I
I
I
I
I
U
I
I
I
I
11
I
Li
I
I
I
F
I
except as may be otherwise
specifically stated in the
3.04 Amending
and Supplementing Contract Documents
Contract Documents.
2. No provision of any such standard, specification,
manual or code, or any instruction of a Supplier shall be
effective to change the duties or responsibilities of
OWNER, CONTRACTOR, or ENGINEER, or any of
their subcontractors, consultants, agents, or employees
from those set forth in the Contract Documents, nor shall
any such provision or instruction be effective to assign to
OWNER, ENGINEER, or any of ENGINEER's
Consultants, agents, or employees any duty or authority
to supervise or direct the performance of the Work or any
duty or authority to undertake responsibility inconsistent
with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies
1. If, during the performance of the Work,
CONTRACTOR discovers any conflict, error, ambiguity,
or discrepancy within the Contract Documents or between
the Contract Documents and any provision of any Law or
Regulation applicable to the performance of the Work or
of any standard, specification, manual or code, or of any
instruction of any Supplier, CONTRACTOR shall report
it to ENGINEER in writing at once. CONTRACTOR
shall not proceed with the Work affected thereby (except
in an emergency as required by paragraph 6.16.A) until
an amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.04; provided, however, that CONTRACTOR
shall not be liable to OWNER or ENGINEER for failure
to report any such conflict, error, ambiguity, or dis-
crepancy unless CONTRACTOR knew or reasonably
should have known thereof.
B. Resolving Discrepancies
1. Except as may be otherwise specifically stated in
the Contract Documents, the provisions of the Contract
Documents shall take precedence in resolving any
conflict, error, ambiguity, or discrepancy between the
provisions of the Contract Documents and:
a. the provisions of any standard, specification,
manual, code, or instruction (whether or not specifi-
cally incorporated by reference in the Contract
Documents); or
b. the provisions of any Laws or Regulations
applicable to the performance of the Work (unless
such an interpretation of the provisions of the
Contract Documents would result in violation of such
Law or Regulation).
A. The Contract Documents may be amended to provide
for additions, deletions, and revisions in the Work or to
modify the terms and conditions thereof in one or more of the
following ways: (i) a Written Amendment; (ii) a Change
Order; or (iii) a Work Change Directive.
B. The requirements of the Contract Documents may be
supplemented, and minor variations and deviations in the
Work may be authorized, by one or more of the following
ways: (i) a Field Order; (ii) ENGINEER's approval of a
Shop Drawing or Sample; or (iii) ENGINEER's written
interpretation or clarification.
3.05 Reuse of Documents
A. CONTRACTOR and any Subcontractor or Supplier
or other individual or entity performing or furnishing any of
the Work under a direct or indirect contract with OWNER:
(i) shall not have or acquire any title to or ownership rights
in any of the Drawings, Specifications, or other documents
(or copies of any thereof) prepared by or bearing the seal of
ENGINEER or ENGINEER's Consultant, including
electronic media editions; and (ii) shall not reuse any of such
Drawings, Specifications, other documents, or copies thereof
on extensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaption by ENGINEER. This
prohibition will survive final payment, completion, and
acceptance of the Work, or termination or completion of the
Contract. Nothing herein shall preclude CONTRACTOR
from retaining copies of the Contract Documents for record
purposes.
ARTICLE 4- AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
4.01 Availability of Lands
A. OWNER shall furnish the Site. OWNER shall notify
CONTRACTOR of any encumbrances or restrictions not of
general application but specifically related to use of the Site
with which CONTRACTOR must comply in performing the
Work. OWNER will obtain in a timely manner and pay for
easements for permanent structures or permanent changes in
existing facilities. If CONTRACTOR and OWNER are
unable to agree on entitlement to or on the amount or extent,
if any, of any adjustment in the Contract Price or Contract
Times, or both, as a result of any delay in OWNER's
furnishing the Site, CONTRACTOR may make a Claim
therefor as provided in paragraph 10.05.
I
00700-11
B. Upon reasonable written request, OWNER shall
furnish CONTRACTOR with a current statement of record
legal title and legal description of the lands upon which the
Work is to be performed and OWNER's interest therein as
necessary for giving notice of or filing a mechanic's or
construction lien against such lands in accordance with
applicable Laws and Regulations.
C. CONTRACTOR shall provide for all additional lands
and access thereto that may be required for temporary
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary
Conditions identify:
1. those reports of explorations and tests of
subsurface conditions at or contiguous to the Site that
ENGINEER has used in preparing the Contract Docu-
ments; and
2. those drawings of physical conditions in or
relating to existing surface or subsurface structures at or
contiguous to the Site (except Underground Facilities) that
ENGINEER has used in preparing the Contract
Documents.
B. Limited Reliance by CONTRACTOR on Technical
Data Authorized: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER, or any of
ENGINEER's Consultants with respect to:
1. the completeness of such reports and drawings
for CONTRACTOR's purposes, including, but not
limited to, any aspects of the means, methods,
techniques, sequences, and procedures of construction to
be employed by CONTRACTOR, and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions, and
information contained in such reports or shown or
indicated in such drawings; or
3. any CONTRACTOR interpretation of or
conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If CONTRACTOR believes that any subsur-
face or physical condition at or contiguous to the Site that is
uncovered or revealed either:
1. is of such a nature as to establish that any
"technical data" on which CONTRACTOR is entitled to
rely as provided in paragraph 4.02 is materially
inaccurate; or
2. is of such a nature as to require a change in the
Contract Documents; or
3. differs materially from that shown or indicated in
the Contract Documents; or
4. is of an unusual nature, and differs materially
from conditions ordinarily encountered and generally
recognized as inherent in work of the character provided
for in the Contract Documents;
then CONTRACTOR shall, promptly after becoming aware
thereof and before further disturbing the subsurface or
physical conditions or performing any Work in connection
therewith (except in an emergency as required by paragraph
6.16.A), notify OWNER and ENGINEER in writing about
such condition. CONTRACTOR shall not further disturb
such condition or perform any Work in connection therewith
(except as aforesaid) until receipt of written order to do so.
B. ENGINEER's Review: After receipt of written notice
as required by paragraph 4.03.A, ENGINEER will promptly
review the pertinent condition, determine the necessity of
OWNER's obtaining additional exploration or tests with
respect thereto, and advise OWNER in writing (with a copy
to CONTRACTOR) of ENGINEER's findings and
conclusions.
C. Possible Price and Times Adjustments
1. The Contract Price or the Contract Times, or
both, will be equitably adjusted to the extent that the
existence of such differing subsurface or physical
condition causes an increase or decrease in
CONTRACTOR's cost of, or time required for, perfor-
mance of the Work; subject, however, to the following:
a. such condition must meet any one or more of
the categories described in paragraph 4.03.A; and
b. with respect to Work that is paid for on a
Unit Price Basis, any adjustment in Contract Price
will be subject to the provisions of paragraphs 9.08
and 11.03.
t!
00700-12
I
II
I
U
I
I
[1
I
I
I
I
I
I
I
2. CONTRACTOR
shall
not be entitled to
any
b. locating all Underground Facilities shown or
adjustment in the Contract
Price
or Contract Times
if;
indicated in the Contract Documents,
a. CONTRACTOR knew of the existence of
such conditions at the time CONTRACTOR made a
final commitment to OWNER in respect of Contract
Price and Contract Times by the submission of a Bid
or becoming bound under a negotiated contract; or
b. the existence of such condition could
reasonably have been discovered or revealed as a
result of any examination, investigation, exploration,
test, or study of the Site and contiguous areas
required by the Bidding Requirements or Contract
Documents to be conducted by or for CON-
TRACTOR prior to CONTRACTOR's making such
final commitment; or
c. CONTRACTOR failed to give the written
notice within the time and as required by paragraph
4.03.A.
3. If OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if any,
of any adjustment in the Contract Price or Contract
Times, or both, a Claim may be made therefor as
provided in paragraph 10.05. However, OWNER,
ENGINEER, and ENGINEER's Consultants shall not be
liable to CONTRACTOR for any claims, costs, losses, or
damages.(including but not limited to all fees and charges
of engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
4.04 . Underground Facilities
A. Shown or Indicated: The information and data shown
or indicated in the Contract Documents with respect to
existing Underground Facilities at or contiguous to the Site
is based on information and data furnished to OWNER or
ENGINEER by the owners of such Underground Facilities,
including OWNER, or by others. Unless it is otherwise
expressly provided in the Supplementary Conditions:
1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any such
information or data; and
2. the cost of all of the following will be included in
the Contract Price, and CONTRACTOR shall have full
responsibility for:
a. reviewing and checking all such information
and data,
c. coordination of the Work with the owners of
such Underground Facilities, including OWNER,
during construction, and
d. the safety and protection of all such Under-
ground Facilities and repairing any damage thereto
resulting from the Work.
B. Not Shown or Indicated
1. If an Underground Facility is uncovered or
revealed at or contiguous to the Site which was not shown
or indicated, or not shown or indicated with reasonable
accuracy in the Contract Documents, CONTRACTOR
shall, promptly after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except in
an emergency as required by paragraph 6.16.A), identify
the owner of such Underground Facility and give written
notice to that owner and to OWNER and ENGINEER.
ENGINEER will promptly review the Underground
Facility and determine the extent, if any, to which a
change is required in the Contract Documents to reflect
and document the consequences of the existence or
location of the Underground Facility. During such time,
CONTRACTOR shall be responsible for the safety and
protection of such Underground Facility.
2. If ENGINEER concludes that a change in the
Contract Documents is required, a Work Change
Directive or a Change Order will be issued to reflect and
document such consequences. An equitable adjustment
shall be made in the Contract Price of Contract Times, or
both, to the extent that they are attributable to the
existence or location of any Underground Facility that
was not shown or indicated or not shown or indicated
with reasonable accuracy in the Contract Documents and
that CONTRACTOR did not know of and could not
reasonably have been expected to be aware of or to have
anticipated. If OWNER and CONTRACTOR are unable
to agree on entitlement to or on the amount or extent, if
any, of any such adjustment in Contract Price or Contract
Times, OWNER or CONTRACTOR may make a Claim
therefor as provided in paragraph 10.05.
4.05 Reference Points
A. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable CON-
TRACTOR to proceed with the Work. CONTRACTOR
shall be responsible for laying out the Work, shall protect and
preserve the established reference points and property
00700-13
I
.onuments, and shall make no changes or relocations
ithout the prior written approval of OWNER.
ONTRACTOR shall report to ENGINEER whenever any
ference point or property monument is lost or destroyed or
quires relocation because of necessary changes in grades or
cations, and shall be responsible for the accurate
placement or relocation of such reference points or
operty monuments by professionally qualified personnel.
06 Hazardous Environmental Condition at Site
A. Reports and Drawings: Reference is made to the
ipplementary Conditions for the identification of those
ports and drawings relating to a Hazardous Environmental
)ndition identified at the Site, if any, that have been utilized
the ENGINEER in the preparation of the Contract
acuments.
B. Limited Reliance by CONTRA CJ'OR on Technical
sta Authorized: CONTRACTOR may rely upon the
neral accuracy of the "technical data" contained in such
ports and drawings, but such reports and drawings are not
)ntract Documents. Such "technical data" is identified in
Supplementary Conditions. Except for such reliance on
:h "technical data," CONTRACTOR may not rely upon or
rke any Claim against OWNER, ENGINEER or any of
4GINEER's Consultants with respect to:
1. the completeness of such reports and drawings
for CONTRACTOR's purposes, including, but not
limited to, any aspects of the means, methods,
techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions and
information contained in such reports or shown or
indicated in such drawings; or
3. any CONTRACTOR interpretation of or
conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. CONTRACTOR shall not be responsible for any
zardous Environmental Condition uncovered or revealed
he Site which was not shown or indicated in Drawings or
:cifications or identified in the Contract Documents to be
bin the scope of the Work. CONTRACTOR shall be
ronsible for a Hazardous Environmental Condition created
h any materials brought to the Site by CONTRACTOR,
)contractors, Suppliers, or anyone else for whom CON -
ACTOR is responsible.
D. If CONTRACTOR encounters a Hazardous
ironmental Condition or if CONTRACTOR or anyone for
im CONTRACTOR is responsible creates a Hazardous
Environmental Condition, CONTRACTOR shall immedi-
ately: (I) secure or otherwise isolate such condition; (ii) stop
all Work in connection with such condition and in any area
affected thereby (except in an emergency as required by
paragraph 6.16); and (iii) notify OWNER and ENGINEER
(and promptly thereafter confirm such notice in writing).
OWNER shall promptly consult with ENGINEER concerning
the necessity for OWNER to retain a qualified expert to
evaluate such condition or take corrective action, if any.
E. CONTRACTOR shall not be required to resume
Work in connection with such condition or in any affected
area until after OWNER has obtained any required permits
related thereto and delivered to CONTRACTOR written
notice: (i) specifying that such condition and any affected
area is or has h_ en rendered safe for the resumption of Work;
or (ii) specifying any special conditions under which such
Work may be resumed safely. If OWNER and
CONTRACTOR cannot agree as to entitlement to or on the
amount or extent, if any, of any adjustment in Contract Price
or Contract Times, or both, as a result of such Work stop-
page or such special conditions under which Work is agreed
to be resumed by CONTRACTOR, either party may make a
Claim therefor as provided in paragraph 10.05.
• F. If after receipt of such written notice
CONTRACTOR does not agree to resume such Work based
on a reasonable belief .it is unsafe, or does not agree to
resume such Work under such special conditions, then
OWNER may order the portion of the Work that is in the
area affected by such condition to be deleted from the Work.
If OWNER and CONTRACTOR cannot agree as to
entitlement to or on the amount or extent, if any, of an
adjustment in Contract Price or Contract Times as a result of
deleting such portion of the Work, then either party may
make a Claim therefor as provided in paragraph 10.05.
OWNER may have such deleted portion of the Work
performed by OWNER's own forces or others in accordance
with Article 7.
G. To the fullest extent permitted by Laws and
Regulations, OWNER shall. indemnify and hold harmless
CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants and the officers, directors,
partners, employees, agents, other consultants, and
subcontractors of each and any of them from and against all
claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
Hazardous Environmental Condition, provided that such
Hazardous Environmental Condition: (i) was not shown or
indicated in the Drawings or Specifications or identified in
the Contract Documents to be included within the scope of
the Work, and (ii) was not created by CONTRACTOR or by
anyone for whom CONTRACTOR is responsible. Nothing
00700-14
I
I
I
I
[1
in this paragraph 4.06.E shall obligate OWNER to indemnify
any individual or entity from and against the consequences of
that individual's or entity's own negligence.
H. To the fullest extent permitted by Laws and
and hold
Regulations, CONTRACTOR shall indemnify
harmless OWNER, ENGINEER, ENGINEER'S Consultants,
and the officers, directors, partners, employees, agents, other
consultants, and subcontractors of each and any of them from
and against all claims, costs, losses, and damages (including
but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or
relating to a Hazardous Environmental Condition created by
CONTRACTOR or by anyone for whom CONTRACTOR is
responsible. Nothing in this paragraph 4.06.F shall obligate
CONTRACTOR to indemnify any individual or entity from
and against the consequences of that individual's or entity's
own negligence.
I. The provisions of paragraphs 4.02, 4.03, and 4.04
are not intended to apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
ARTICLE 5- BONDS AND INSURANCE
5.01 Performance, Payment, and Other Bonds
A. CONTRACTOR shall furnish performance and
payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect at
least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract Documents. CONTRACTOR
shall also furnish such other Bonds as are required by the
Contract Documents.
B. All Bonds shall be in the form prescribed by the
Contract Documents except as provided otherwise by Laws
or Regulations, and shall be executed by such sureties as are
named in the current list of "Companies Holding Certificates
of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular
570 (amended) by the Financial Management Service, Surety
Bond Branch, U.S. Department of the Treasury. All Bonds
signed by an agent must be accompanied by a certified copy
of such agent's authority to act.
C. If the surety on any Bond furnished by CON-
TRACTOR is declared bankrupt or becomes insolvent or its
right to do business is terminated in any state where any part
of the Project is located or it ceases to meet the requirements
of paragraph 5.01.8, CONTRACTOR shall within 20 days
thereafter substitute another Bond and surety, both of which
shall comply with the requirements of paragraphs 5.01.8 and
5.02.
5.02 Licensed Sureties and Insurers
A. All Bonds and insurance required by the Contract
Documents to be purchased and maintained by OWNER or
CONTRACTOR shall be obtained from surety or insurance
companies that are duly licensed or authorized in the
jurisdiction in which the Project is located to issue Bonds or
insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such
additional requirements and qualifications as may be provided
in the Supplementary Conditions.
5.03 Certificates of Insurance
A. CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the Supple-
mentary Conditions, certificates of insurance (and other
evidence of insurance requested by OWNER or any other
additional insured) which CONTRACTOR is required to
purchase and maintain. OWNER shall deliver to
CONTRACTOR, with copies to each additional insured
identified in the Supplementary Conditions, certificates of
insurance (and other evidence of insurance requested by
CONTRACTOR or any other additional insured) which
OWNER is required to purchase and maintain.
5.04 CONTRACTOR's Liability Insurance
A. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and as will provide protection from claims
set forth below which may arise out of or result from
CONTRACTOR's performance of the Work and
CONTRACTOR's other obligations under the Contract
Documents, whether it is to be performed. by
CONTRACTOR, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to
perform any of the Work, or by anyone for whose acts any
of them may be liable:
1. claims under workers' compensation, disability
benefits, and other similar employee benefit acts;
2. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR's employees;
3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
I
00700-15
4. claims for damages insured by reasonably
available personal injury liability coverage which are sus-
tained: (i) by any person as a result of an offense directly
or indirectly related to the employment of such person by
CONTRACTOR, or (ii) by any other person for any
other reason;
5. claims for damages, other than to the Work
itself, because of injury to or destruction of tangible
property wherever located, including loss of use resulting
therefrom; and
6. claims for damages because of bodily injury or
death of any person or property damage arising out of the
ownership, maintenance or use of any motor vehicle.
B. The
policies
of insurance
so required by this
paragraph 5.04
to be
purchased and
maintained shall:
1. with respect to insurance required by paragraphs
5.04.A.3 through 5.04.A.6 inclusive, include as
additional insureds (subject to any customary exclusion in
respect of professional liability) OWNER, ENGINEER,
ENGINEER's Consultants, and any other individuals or
entities identified in the Supplementary Conditions, all of
whom shall be listed as additional insureds, and include
coverage for the respective officers, directors, partners,
employees, agents, and other consultants and
subcontractors of each and any of all such additional
insureds, and the insurance afforded to these additional
insureds shall provide primary coverage for all claims
covered thereby;
2. include at least the specific coverages and be
written for not less than the limits of liability provided in
the Supplementary Conditions or required by Laws or
Regulations, whichever is greater;
3. include completed operations insurance;
4. include contractual liability insurance covering
CONTRACTOR's indemnity obligations under para-
graphs 6.07, 6.11, and 6.20;
5. contain a provision or endorsement that the
coverage afforded will not be canceled, materially
changed or renewal refused until at least thirty days prior
written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom a
certificate of insurance has been issued (and the
certificates of insurance furnished by the CONTRACTOR
Pursuant to paragraph 5.03 will so provide);
6. remain in effect at least until final payment and
at all times thereafter when CONTRACTOR may be
correcting, removing, or replacing defective Work in
accordance with paragraph 13.07; and
7. with respect to completed operations insurance,
and any insurance coverage written on a claims -made
basis, remain in effect for at least two years after final
payment (and CONTRACTOR shall furnish OWNER and
each other additional insured identified in the Supple-
mentary Conditions, to whom a certificate of insurance
has been issued, evidence satisfactory to OWNER and
any such additional insured of continuation of such
insurance at final payment and one year thereafter).
5.05 OWNER's Liability Insurance
A. In addition to the insurance required to be provided
by CONTRACTOR under paragraph 5.04, OWNER, at
OWNER's option, may purchase and maintain at OWNER's
expense OWNER's own liability insurance as will protect
OWNER against claims which may arise from operations
under the Contract Documents.
5.06 Property Insurance
A. Unless otherwise provided in the Supplementary
Conditions, OWNER shall purchase and maintain property
insurance upon the Work at the Site in the amount of the full
replacement cost thereof (subjecrto such deductible amounts
as may be provided in the Supplementary Conditions or
required by Laws and Regulations). This insurance shall:
3. include expenses incurred in the repair or
replacement of any insured property (including but not
limited to fees and charges of engineers and architects);
1. include the interests of OWNER, CONTRAC-
TOR, Subcontractors, ENGINEER, ENGINEER's
Consultants, and any other individuals or entities identi-
fied in the Supplementary Conditions, and the officers,
directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them,
each of whom is deemed to have an insurable interest and
shall be listed as an additional insured;
2. be written on a Builder's Risk "all-risk" or open
peril or special causes of loss policy form that shall at
least include insurance for physical loss or damage to the
Work, temporary buildings, false work, and materials and
equipment in transit, and shall insure against at least the
following perils or causes of loss: fire, lightning,
extended coverage, theft, vandalism and malicious
mischief, earthquake, collapse, debris removal,
demolition occasioned by enforcement of Laws and
Regulations, water damage, and such other perils or
causes of loss as may be specifically required by the
Supplementary Conditions;
00700-16
I
I
[1
I
Li
[1
4. cover materials and equipment stored at the Site
or at another location that was agreed to in writing by
OWNER prior to being incorporated in the Work,
provided that such materials and equipment have been
included in an Application for Payment recommended by
ENGINEER;
5. allow for partial utilization of the Work by
OWNER;
6. include testing and startup; and
7. be maintained in effect until final payment is
made unless otherwise agreed to in writing by OWNER,
CONTRACTOR, and ENGINEER with 30 days written
notice to each other additional insured to whom a certifi-
cate of insurance has been issued.
B. OWNER shall purchase and maintain such boiler and
machinery insurance or additional property insurance as may
be required by the Supplementary Conditions or Laws and
Regulations which will include the interests of OWNER,
CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants, and any other individuals or
entities identified in the Supplementary Conditions, each of
whom is deemed to have an insurable interest and shall be
listed as an insured or additional insured.
C. All the policies of insurance (and the certificates or
other evidence thereof) required to be purchased and
maintained in accordance with paragraph 5.06 will contain a
provision or endorsement that the coverage afforded will not
be canceled or materially changed or renewal refused until at
least 30 days prior written notice has been given to OWNER
and CONTRACTOR and to each other additional insured to
whom a certificate of insurance has been issued and will
contain waiver provisions in accordance with paragraph 5.07.
D. OWNER shall not be responsible for purchasing and
maintaining any property insurance specified in this
paragraph 5.06 to protect the interests of CONTRACTOR,
Subcontractors, or others in the Work to the extent of any
deductible amounts that are identified in the Supplementary
Conditions. The risk of loss within such identified deductible
amount will be borne by CONTRACTOR, Subcontractors,
or others suffering any such loss, and if any of them wishes
property insurance coverage within the limits of such
amounts, each may purchase and maintain it at the
purchaser's own expense.
E. If CONTRACTOR requests in writing that other
special insurance be included in the property insurance
policies provided under paragraph 5.06, OWNER shall, if
possible, include such insurance, and the cost thereof will be
charged to CONTRACTOR by appropriate Change Order or
Written Amendment. Prior to commencement of the Work
at the Site, OWNER shall in writing advise CONTRACTOR
whether or not such other insurance has been procured by
OWNER.
5.07 Waiver of Rights
A. OWNER and CONTRACTOR intend that all policies
purchased in accordance with paragraph 5.06 will protect
OWNER, CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants, and all other individuals or
entities identified in the Supplementary Conditions to be
listed as insureds or additional insureds (and the officers,
directors, partners, employees, agents, and other consultants
and subcontractors of each and any of them) in such policies
and will provide primary coverage for all losses and damages
caused by the perils or causes of loss covered thereby. All
such policies shall contain provisions to the effect that in the
event of payment of any loss or damage the insurers will
have no rights of recovery against any of the insureds or
additional insureds thereunder. OWNER and CONTRAC-
TOR waive all rights against each other and their respective
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them for
all losses and damages caused by, arising out of or resulting
from any of the perils or causes of loss covered by such
policies and any other property insurance applicable to the
Work; and, in addition, waive all such rights against
Subcontractors, ENGINEER, ENGINEER's Consultants, and
all other individuals or entities identified in the Supplemen-
tary Conditions to be listed as insureds or additional insureds
(and the officers, directors, partners, employees, agents, and
other consultants and subcontractors of each and any of them)
under such policies for losses and damages so caused. None
of the above waivers shall extend to the rights that any party
making such waiver may have to the proceeds of insurance
held by OWNER as trustee or otherwise payable under any
policy so issued.
B. OWNER waives all rights against CONTRACTOR,
Subcontractors, ENGINEER, ENGINEER's Consultants, and
the officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them for:
00700-17
1. loss due to business interruption, loss of use, or
other consequential loss extending beyond direct physical
loss or damage to OWNER's property or the Work
caused by, arising out of, or resulting from fire or other
peril whether or not insured by OWNER; and
2. loss or damage to the completed Project or part
thereof caused by, arising out of, or resulting from fire or
other insured peril or cause of loss covered by any
property insurance maintained on the completed Project
or part thereof by OWNER during partial utilization
pursuant to paragraph 14.05, after Substantial Completion
.1
pursuant to paragraph 14.04, or after final payment
pursuant to paragraph 14.07.
C. Any insurance policy maintained by OWNER cover-
ing any loss, damage or consequential loss referred to in
paragraph 5.07.B shall contain provisions to the effect that in
the event of payment of any such loss, damage, or
consequential. loss, the insurers will have no rights of
recovery against CONTRACTOR, Subcontractors,
ENGINEER, or ENGINEER's Consultants and the officers,
directors, partners, employees, agents, and other consultants
and subcontractors of each and any of them.
5.08 Receipt and Application of Insurance Proceeds
A. Any insured loss under the policies of insurance
required by paragraph 5.06 will be adjusted with OWNER
and made payable to OWNER as fiduciary for the insureds,
as their interests may appear, subject to the requirements of
any applicable mortgage clause and of paragraph 5.08.B.
OWNER shall deposit in a separate account any money so
received and shall distribute it in accordance with such agree-
ment as the parties in interest may reach. If no other special
agreement is reached, the damaged Work shall be repaired or
replaced, the moneys so received applied on account thereof,
and the Work and the cost thereof covered by an appropriate
Change Order or Written Amendment.
B. OWNER as fiduciary shall have power to adjust and
settle any loss with the insurers unless one of the parties in
interest shall object in writing within 15 days after the
occurrence of loss to OWNER's exercise of this power. If
such objection be made, OWNER as fiduciary shall make
settlement with the insurers in accordance with such
agreement as the parties in interest may reach. If no such
agreement among the parties in interest is reached, OWNER
as fiduciary shall adjust and settle the loss with the insurers
and, if required in writing by any party in interest, OWNER
as fiduciary shall give bond for the proper performance of
such duties.
5.09 Acceptance of Bonds and Insurance; Option to
Replace
A. If either OWNER or CONTRACTOR has any
objection to the coverage afforded by or other provisions of
the Bonds or insurance required to be purchased and
maintained by the other parry in accordance with Article 5 on
the basis of non-conformance with the Contract Documents,
the objecting party shall so notify the other party in writing
within 10 days after receipt of the certificates (or other
evidence requested) required by paragraph 2.05.C. OWNER
and CONTRACTOR shall each provide to the other such
additional information in respect of insurance provided as the
other may reasonably request. If either party does not
purchase or maintain all of the Bonds and insurance required
of such party by the Contract Documents, such party shall
notify the other party in writing of such failure to purchase
prior to the start of the Work, or of such failure to maintain
prior to any change in the required coverage. Without
prejudice to any other right or remedy, the other party may
elect to obtain equivalent Bonds or insurance to protect such
other party's interests at the expense of the party who was
required to provide such coverage, and a Change Order shall
be issued to adjust the Contract Price accordingly.
5.10 Partial Utilization, Acknowledgment of Property
Insurer
A. If OWNER fords it necessary to occupy or use a
portion or portions of the Work prior to Substantial
Completion of all the Work as provided in paragraph 14.05,
no such use or occupancy shall commence before the insurers
providing the property insurance pursuant to paragraph 5.06
have acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance shall consent by endorse-
ment on the policy or policies, but the property insurance
shall not be canceled or permitted to lapse on account of any
such partial use or occupancy.
ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. CONTRACTOR shall supervise, inspect, and direct
the Work competently and efficiently, devoting such attention
thereto and applying such skills and expertise as may be
necessary to perform the Work in accordance with the
Contract Documents. CONTRACTOR shall be solely
responsible for the means, methods, techniques, sequences,
and procedures of construction, but CONTRACTOR shall
not be responsible for the negligence of OWNER or
ENGINEER in the design or specification of a specific
means, method, technique, sequence, or procedure of
construction which is shown or indicated in and expressly
required by the Contract Documents. CONTRACTOR shall
be responsible to see that the completed Work complies
accurately with the Contract Documents.
B. At all times during the progress of the Work,
CONTRACTOR shall assign a competent resident superin-
tendent thereto who shall not be replaced without written
notice to OWNER and ENGINEER except under
extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the Site and shall have
authority to act on behalf of CONTRACTOR. All
communications given to or received from the superintendent
shall be binding on CONTRACTOR.
I
II
00700-18
II
]2 Labor; Working Hours
1. CONTRACTOR shall provide competent, suitably
talified personnel to survey, lay out, and construct the
Ikas required by the Contract Documents. CON-
CTOR shall at all times maintain good discipline and
der at the Site.
• Except as otherwise required for the safety or
ection of persons or the Work or property at the Site or
l'acent thereto, and except as otherwise stated in the
tract Documents, all Work at the Site shall be performed
g regular working hours, and CONTRACTOR will not
ermit overtime work or the performance of Work on
day, Sunday, or any legal holiday without OWNER's
ten consent (which will not be unreasonably withheld)
iven after prior written notice to ENGINEER.
IServices, Materials, and Equipment
A. Unless otherwise specified in the General Re-
tements, CONTRACTOR shall provide and assume full
onsibility for all services, materials, equipment, labor,
ransportation, construction equipment and machinery, tools,
liances, fuel, power, light, heat, telephone, water,
tary facilities, temporary facilities, and all other facilities
tti incidentals necessary for the performance, testing,
-up, and completion of the Work.
B. All materials and equipment incorporated into the
Work shall be as specified or, if not specified, shall be of
Id quality and new, except as otherwise provided in the
ntract Documents. All warranties and guarantees
;pecifically called for by the Specifications shall expressly
Ito the benefit of OWNER. If required by ENGINEER,
NTRACTOR shall furnish satisfactory evidence
,including reports of required tests). as to the source, kind,
quality of materials and equipment. All materials and
ipment shall be stored, applied, installed, connected,
cted, protected, used, cleaned, and conditioned in
accordance with instructions of the applicable Supplier,
Wept as otherwise may be provided in the Contract Docu-
nts.
Progress Schedule
A. CONTRACTOR shall adhere to the progress schedule
established in accordance with paragraph 2.07 as it may be
�iusted from time to time as provided below.
1. CONTRACTOR shall submit to ENGINEER for
'acceptance (to the extent indicated in paragraph 2.07)
proposed adjustments in the progress schedule that will
not result in changing the Contract Times (or Milestones).
Such adjustments will conform generally to the progress
' schedule then in effect and additionally will comply with
any provisions of the General Requirements applicable
thereto.
2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones) shall
be submitted in accordance with the requirements of
Article 12. Such adjustments may only be made by a
Change Order or Written Amendment in accordance with
Article 12.
6.05 Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is
specified or described in the Contract Documents by using
the name of a proprietary item or the name of a particular
Supplier, the specification or description is intended to
establish the type, function, appearance, and quality required.
Unless the specification or description contains or is followed
by words reading that no like, equivalent, or "or -equal" item
or no substitution is permitted, other items of material or
equipment or material or equipment of other Suppliers may
be submitted to ENGINEER for review under the circum-
stances described below.
1. "Or -Equal" Items: If in ENGINEER's sole
discretion an item of material or equipment proposed by
CONTRACTOR is functionally equal to that named and
sufficiently similar so that to change in related Work will
be required, it may be considered by ENGINEER as an
"or -equal" item, in which case review and approval of
the proposed item may, in ENGINEER's sole discretion,
be accomplished without compliance with some or all of
the requirements for approval of proposed substitute
items. For the purposes of this paragraph 6.05.A.1, a
proposed item of material or equipment will be
considered functionally equal to an item so named if:
a. in the exercise of reasonable judgment
ENGINEER determines that: (i) it is at least equal in
quality, durability, appearance, strength, and design
characteristics; (ii) it will reliably perform at least
equally well the function imposed by the design
concept of the completed Project as a functioning
whole, and;
• b. CONTRACTOR certifies that: (i) there is no
increase in cost to the OWNER; and (ii) it will
conform substantially, even with deviations, to the
detailed requirements of the item named in the
Contract Documents.
2. Substitute Items
a. If in ENGINEER's sole discretion an item of
material or equipment proposed by CONTRACTOR
does not qualify as an "or -equal" item under
00700-19
paragraph 6.05.A.1, it will be considered a proposed
substitute item.
b. CONTRACTOR shall submit sufficient
information as provided below to allow ENGINEER
to determine that the item of material or equipment
proposed is essentially equivalent to that named and
an acceptable substitute therefor. Requests for
review of proposed substitute items of material or
equipment will not be accepted by ENGINEER from
anyone other than CONTRACTOR.
C. The procedure for review by ENGINEER
will be as set forth in paragraph 6.05.A.2.d, as
supplemented in the General Requirements and as
ENGINEER may decide is appropriate under the
circumstances.
d. CONTRACTOR shall first make written
application to ENGINEER for review of a proposed
substitute item of material or equipment that
CONTRACTOR seeks to furnish or use. The
application shall certify that the proposed substitute
item will perform adequately the functions and
achieve the results called for by the general design,
be similar in substance to that specified, and be suited
to the same use as that specified. The application
will state the extent, if any, to which the use of the
proposed substitute item will prejudice
CONTRACTOR's achievement of Substantial
Completion on time, whether or not use of the
proposed substitute item in the Work will require a
change in any of the Contract Documents (or in the
provisions of any other direct contract with OWNER
for work on the Project) to adapt the design to the
proposed substitute item and whether or not
incorporation or use of the proposed substitute item
in connection with the Work is subject to payment of
any license fee or royalty. All variations of the pro-
posed substitute item from that specified will be
identified in the application, and available
engineering, sales, maintenance, repair, and
replacement services will be indicated. The
application will also contain an itemized estimate of
all. costs or credits that will result directly or indi-
rectly from use of such substitute item, including
costs of redesign and claims of other contractors
affected by any resulting change, all of which will be
considered by ENGINEER in evaluating the proposed
substitute item. ENGINEER may require CON-
TRACTOR to furnish additional data about the pro-
posed substitute item.
B. Substitute Construction Methods or Procedures: If a
specific means, method, technique, sequence, or procedure
of construction is shown or indicated in and expressly
required by the Contract Documents, CONTRACTOR may
furnish or utilize a substitute means, method, technique,
sequence, or procedure of construction approved by ENGI-
NEER. CONTRACTOR shall submit sufficient information
to allow ENGINEER, in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to that
expressly called for by the Contract Documents. The proce-
dure for review by ENGINEER will be similar to that
provided in subparagraph 6.05.A.2.
C. Engineer's Evaluation: ENGINEER will be allowed
a reasonable time within which to evaluate each proposal or
submittal made pursuant to paragraphs 6.05.A and 6.05.B.
ENGINEER will be the sole judge of acceptability. No
"or -equal" or substitute will be ordered, installed or utilized
until ENGINEER's review is complete, which will be
evidenced by either.a Change Order for a substitute or an
approved Shop Drawing for an "or equal." ENGINEER will
advise CONTRACTOR in writing of any negative
determination.
D. Special Guarantee: OWNER may require CON-
TRACTOR to furnish at CONTRACTOR's expense a special
performance guarantee or other surety with respect to any
substitute.
E. ENGINEER's Cost Reimbursement: ENGINEER will
record time required by ENGINEER and ENGINEER's
Consultants in evaluating substitute proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.B
and in making changes in the Contract Documents (or in the
provisions of any other direct contract with OWNER for
work on the Project) occasioned thereby. Whether or not
ENGINEER approves a substitute item so proposed or
submitted by CONTRACTOR, CONTRACTOR shall
reimburse OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such proposed
substitute.
F. CONTRACTOR'S Expense: CONTRACTOR shall
provide all data in support of any proposed substitute or
"or -equal" at CONTRACTOR's expense.
6.06 Concerning Subcontractors, Suppliers, and Others
A. CONTRACTOR shall not employ any Subcontractor,
Supplier, or other individual or entity (including those
acceptable to OWNER as indicated in paragraph 6.06.B),
whether initially or as a replacement, against whom OWNER
may have reasonable objection. CONTRACTOR shall not be
required to employ any Subcontractor, Supplier, or other
individual or entity to furnish or perform any of the Work
against whom CONTRACTOR has reasonable objection.
B. If the Supplementary Conditions require the identity
of certain Subcontractors, Suppliers, or other individuals or
00700-20
II
I
I
U
II
Ii
F
II
I
I
it
ll
I
I
I
I
I
Li
Li
I
entities to be submitted to OWNER in advance for acceptance
by OWNER by a specified date prior to the Effective Date of
the Agreement, and if CONTRACTOR has submitted a list
thereof in accordance with the Supplementary Conditions,
OWNER's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance
or objection in the Bidding Documents or the Contract
Documents) of any such Subcontractor. Supplier, or other
individual or entity so identified may be revoked on the basis
of reasonable :'objection after due investigation. CON-
TRACTOR shall submit an acceptable replacement for the
rejected Subcontractor. Supplier, or other individual or
entity, and the Contract Price will be adjusted by the differ-
ence in the cost occasioned by such replacement, and an
appropriate Change Order will be issued or Written
Amendment signed. No acceptance by OWNER of any such
Subcontractor, Supplier, or other individual or entity,
whether initially or as a replacement, shall constitute a
waiver of any right of OWNER or ENGINEER to reject
defective Work.
C. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions of the
Subcontractors. Suppliers, and other individuals or entities
performing or furnishing any of the Work just as
CONTRACTOR is responsible for CONTRACTOR's own
acts and omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor, Supplier, or
other individual or entity any contractual relationship between
OWNER or ENGINEER and any such Subcontractor,
Supplier or other individual or entity, nor shall it create any
obligation on the part of OWNER or ENGINEER to pay or
to see to the payment of any moneys due any such Subcon-
tractor, Supplier, or other individual or entity except as may
otherwise be required by Laws and Regulations.
D. CONTRACTOR shall be solely responsible for
scheduling and coordinating the Work of Subcontractors,
Suppliers, and other individuals or entities performing or
furnishing any of the Work under a direct or indirect contract
with CONTRACTOR.
E. CONTRACTOR shall require all Subcontractors,
Suppliers, and such other individuals or entities performing
or furnishing any of the Work to communicate with ENGI-
NEER through CONTRACTOR.
F. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among Subcontractors
or Suppliers or delineating the Work to be performed by any
specific trade.
G. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor
or Supplier which specifically binds the Subcontractor or
Supplier to the applicable terms and conditions of the
Contract Documents for the benefit of OWNER and
ENGINEER. Whenever any such agreement is with a
Subcontractor or Supplier who is listed as an additional
insured on the property insurance provided in paragraph
5.06, the agreement between the CONTRACTOR and the
Subcontractor or Supplier will contain provisions whereby
the Subcontractor or Supplier waives all rights against
OWNER, CONTRACTOR, ENGINEER, ENGINEER'S
Consultants, and all other individuals or entities identified in
the Supplementary Conditions to be listed as insureds or
additional insureds (and the officers, directors, partners,
employees, agents, and other consultants and subcontractors
of each and any of them) for all losses and damages caused
by, arising out of, relating to, or resulting from any of the
perils or causes of loss covered by such policies and any
other property insurance applicable to the Work. If the
insurers on any such policies require separate waiver forms
to be signed by any Subcontractor or Supplier, CONTRAC-
TOR will obtain the same.
6.07 Patent Fees and Royalties
A. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of
any invention, design, process, product, or device which is
the subject of patent rights or copyrights held by others. If
a particular invention, design, process, product, or device is
specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights or
copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations.
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and the
officers, directors, partners, employees or agents, and other
consultants of each and any of them from and against all
claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to any
infringement of patent rights or copyrights incident to the use
in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process,
product, or device not specified in the Contract Documents.
6.08 Permits
A. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such permits
00700-21
1
and licenses. CONTRACTOR shall pay all governmental
charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids,
or, if there are no Bids, on the Effective Date of the
Agreement. CONTRACTOR shall pay all charges of utility
owners for connections to the Work, and OWNER shall pay
all charges of such utility owners for capital costs related
thereto, such as plant investment fees.
6.09 Laws and Regulations
A. CONTRACTOR shall give all notices and comply
with all Laws and Regulations applicable to the performance
of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or Regulations.
B. If CONTRACTOR performs any Work knowing or
having reason to know that it is contrary to Laws or
Regulations, CONTRACTOR shall bear all claims, costs,
losses, and damages (including but not limited to all fees and
charges of engineers, architects, attorneys, and other
professionals and all court or arbitration or other dispute
resolution costs) arising out of or relating to such Work;
however, it shall not be CONTRACTOR's primary
responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but
this shall not relieve CONTRACTOR of CONTRACTOR's
obligations under paragraph 3.03.
C. Changes in Laws or Regulations not known at the
time of opening of Bids (or, on the Effective Date of the
Agreement if there were no Bids) having an effect on the cost
or time of performance of the Work may be the subject of an
adjustment in Contract Price or Contract Times. If OWNER
and CONTRACTOR are unable to agree on entitlement to or
on the amount or extent, if any, of any such adjustment, a
Claim may be made therefor as provided in paragraph 10.05.
6.10 Taxes
A. CONTRACTOR shall pay all sales, consumer, use,
and other similar taxes required to be paid by CONTRAC-
TOR in accordance with the Laws and Regulations of the
place of the Project which are applicable during the
performance of the Work.
6.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas
1. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas
permitted by Laws and Regulations, and shall not
unreasonably encumber the Site and other areas with
construction equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. Should any claim be made by any such owner or
occupant because of the performance of the Work,
CONTRACTOR shall promptly settle with such other
party by negotiation or otherwise resolve the claim by
arbitration or other dispute resolution proceeding or at
law.
3. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's
Consultant, and the officers, directors, partners,
employees, agents, and other consultants of each and any
of them from and against all claims, costs, losses, and
damages (including but not limited to all fees and charges
of engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant
against OWNER, ENGINEER, or any other party
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of the Work.
B. Removal of Debris During Performance of the Work:
During the progress of the Work CONTRACTOR shall keep
the Site and other areas free from accumulations of waste
materials, rubbish, and other debris. Removal and disposal
of such waste materials, rubbish, and other debris shall con-
form to applicable Laws and Regulations.
C. Cleaning: Prior to Substantial Completion of the
Work CONTRACTOR shall clean the Site and make it ready
for utilization by OWNER. At the completion of the Work
CONTRACTOR shall remove from the Site all tools,
appliances, construction equipment and machinery, and
surplus materials and shall restore to original condition all
property not designated for alteration by the Contract
Documents.
D. Loading Structures: CONTRACTOR shall not load
nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall
CONTRACTOR subject any part of the Work or adjacent
property to stresses or pressures that will endanger it.
6.12 Record Documents
A. CONTRACTOR shall maintain in a safe place at the
Site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
00700-22
11
it
I
fl
L
1
I
I
I
I
I
I
I
I1
I
I
I
I
I
Change Directives, Field Orders, and written interpretations
and clarifications in good order and annotated to show
changes made during construction. These record documents
together with all approved Samples and a counterpart of all
approved Shop Drawings will be available to ENGINEER for
reference. Upon completion of the Work, these record
documents, Samples, and Shop Drawings will be delivered to
ENGINEER for OWNER.
6.13 Safety and Protection
A. CONTRACTOR shall be solely responsible for
initiating, maintaining and supervising all safety precautions
and programs in connection with the Work. CONTRACTOR
shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage,
injury or loss to:
1. all persons on the Site or who may be affected
by the Work;
2. all the Work and materials and equipment to be
incorporated therein, whether in storage on or off the
Site; and -
3. other property at the Site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities, and Underground Facilities
not designated for removal, relocation, or replacement in
the course of construction.
B. CONTRACTOR shall comply with all applicable
Laws and Regulations relating to the safety of persons or
property, or to the protection of persons or property from
damage, injury, or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property and
of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate
with them in the protection, removal, relocation, and
replacement of their property. All damage, injury, or loss to
any property referred to in paragraph 6.13.A.2 or 6.13.A.3
caused, directly or indirectly, in whole or in part, by CON-
TRACTOR, any Subcontractor. Supplier, or any other
individual or entity directly or indirectly employed by any of
them to perform any of the Work, or anyone for whose acts
any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the
fault of Drawings or Specifications or to the acts or
omissions of OWNER or ENGINEER or ENGINEER's Con-
sultant, or anyone employed by any of them, or anyone for
whose acts any of them may be liable, and not attributable,
directly or indirectly, in whole or in part, to the fault or
negligence of CONTRACTOR or any Subcontractor,
Supplier, or other individual or entity directly or indirectly
employed by any of them). CONTRACTOR's duties and
responsibilities for safety and for protection of the Work shall
continue until such time as all the Work is completed and
ENGINEER has issued a notice to OWNER' and
CONTRACTOR in accordance with paragraph 14.07.B that
the Work is acceptable (except as otherwise expressly
provided in connection with Substantial Completion).
6.14 Safety Representative
A. CONTRACTOR shall designate a qualified and
experienced safety representative at the Site whose duties and
responsibilities shall be the prevention of accidents and the
maintaining and supervising of safety precautions and
programs.
6.15 Hazard Communication Programs
A. CONTRACTOR shall be responsible for coordinating
any exchange of material safety data sheets or other hazard
communication information required to be made available to
or exchanged between or among employers at the Site in
accordance with Laws or Regulations.
6.16 Emergencies
A. In emergencies affecting the safety or protection of
persons or the Work or property at the Site or adjacent
thereto, CONTRACTOR is obligated to act to prevent
threatened damage, injury, or loss. CONTRACTOR shall
give ENGINEER prompt written notice if CONTRACTOR
believes that any significant changes in the Work or
variations from the Contract Documents have been caused
thereby or are required as a result thereof. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive or
Change Order will be issued.
6.17 Shop Drawings and Samples
A. CONTRACTOR shall submit Shop Drawings to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
submittals. All submittals will be identified as ENGINEER
may require and in the number of copies specified in the
General Requirements. The data shown on the Shop
Drawings will be complete with respect to quantities, dimen-
sions, specified performance and design criteria, materials,
and similar data to show ENGINEER the services, materials,
and equipment CONTRACTOR proposes to provide and to
enable ENGINEER to review the information for the limited
purposes required by paragraph 6.17.E.
B. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
I
00700-23
submittals. Each. Sample will be identified clearly as to
material, Supplier, pertinent data such as catalog numbers,
and the use for which intended and otherwise as ENGINEER
may require to enable ENGINEER to review the submittal
for the limited purposes required by paragraph 6.17.E. The
numbers of each Sample to be submitted will be as specified
in the Specifications.
C. Where a Shop Drawing or Sample is required by the
Contract Documents or the schedule of Shop Drawings and
Sample submittals acceptable to ENGINEER as required by
paragraph 2.07, any related Work performed prior to
ENGINEER's review and approval of the pertinent submittal
will be at the sole expense and responsibility of
CONTRACTOR.
D. Submittal Procedures
1. Before submitting each Shop Drawing or Sample,
CONTRACTOR shall have determined and verified:
a. all field measurements, quantities, dimen-
sions, specified performance criteria, installation
requirements, materials, catalog numbers, and
similar information with respect thereto;
b. all materials with respect to intended use,
fabrication, shipping, handling, storage, assembly,
and installation pertaining to the performance of the
Work;
c. all information relative to means, methods,
techniques, sequences, and procedures of construc-
tion and safety precautions and programs incident
thereto; and
d. CONTRACTOR shall also have reviewed
and coordinated each Shop Drawing or Sample with
other Shop Drawings and Samples and with the
requirements of the Work and the Contract Docu-
ments. .
2. Each submittal shall bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review and
approval of that submittal.
3. At the time of each submittal, CONTRACTOR
shall give ENGINEER specific written notice of such
variations, if any, that the Shop Drawing or Sample
submitted may have from the requirements of the
Contract Documents, such notice to be in a written com-
munication separate from the submittal; and, in addition,
shall cause a specific notation to be made on each Shop
Drawing and Sample submitted to ENGINEER for review
and approval of each such variation.
E. ENGINEER's Review
1. ENGINEER will timely review and approve
Shop Drawings and Samples in accordance with the
schedule of Shop Drawings and Sample submittals
acceptable to ENGINEER. ENGINEER's review and
approval will be only to determine if the items covered by
the submittals will, after installation or incorporation in
the Work, conform to the information given in the
Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole
as indicated by the Contract Documents.
2. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular
means, method, technique, sequence, or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions.
3. ENGINEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the require-
ments of the Contract Documents unless CONTRACTOR
has in writing called ENGINEER's attention to each such
variation at the time of each submittal as required by
paragraph 6.17.D.3 and ENGINEER has given written
approval of each such variation by specific written
notation thereof incorporated in or accompanying the
Shop Drawing or Sample approval; nor will any approval
by ENGINEER relieve CONTRACTOR from
responsibility for complying with the requirements of
paragraph 6.17.D.1.
F. Resubmittal Procedures
1. CONTRACTOR shall make corrections required
by ENGINEER and shall return the required number of
corrected copies of Shop Drawings and submit as
required new Samples for review and approval. CON-
TRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by ENGI-
NEER on previous submittals.
6.18 Continuing the Work
A. CONTRACTOR shall carry on the Work and adhere
to the progress schedule during all disputes or disagreements
with OWNER. No Work shall be delayed or postponed
pending resolution of any disputes or disagreements, except
00700-24
II
I
I
I
1J
I
as permitted by paragraph 15.04 or as OWNER and
CONTRACTOR may otherwise agree in writing.
6.19 CONTRACTOR's General Warranty and Guarantee
A. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER, and ENGINEER's Consultants that
all Work will be in accordance with the Contract Documents
and will not be defective. CONTRACTOR's warranty and
guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or
operation by persons other than CONTRACTOR, Sub-
contractors, Suppliers, or any other individual or entity
for whom CONTRACTOR is responsible; or
2. normal wear and tear under normal usage.
B. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will
constitute an acceptance of Work that is not in accordance
with the Contract Documents or a release of
CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents:
1. observations by ENGINEER;
2. recommendation by ENGINEER or payment by
OWNER of any progress or final payment;
3. the issuance of a certificate of Substantial
Completion by ENGINEER or any payment related
thereto by OWNER;
4. use or occupancy of the Work or any part thereof
by OWNER;
5. any acceptance by OWNER or any failure. to do
so;
6. any review and approval of a Shop Drawing or
Sample submittal or the issuance of a notice of acceptabil-
ity by ENGINEER;
7. any inspection, test, or approval by others; or
8. any correction of defective Work by OWNER.
6.20 Indemnification
A. To the fullest extent permitted by Laws and Regula-
tions, CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and the
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them from
and against all claims, costs, losses, and damages (including
but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or
relating to the performance of the Work, provided that any
such claim, cost, loss, or damage:
1. is attributable to bodily injury, sickness, disease,
or death, or to injury to or destruction of tangible
property (other than the Work itself), including the loss of
use resulting therefrom; and
2. is caused in whole or in part by any negligent act
or omission of CONTRACTOR, any Subcontractor, any
Supplier, or any individual or entity directly or indirectly
employed by any of them to perform any of the Work or
anyone for whose acts any of them may be liable,
regardless of whether or not caused in part by any
negligence or omission of an individual or entity indem-
nified hereunder or whether liability is imposed upon such
indemnified party by Laws and Regulations regardless of
the negligence of any such individual or entity.
B. In any and all claims against OWNER or ENGINEER
or any of their respective consultants, agents, officers,
directors, partners, or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, or any
individual or entity directly or indirectly employed by any of
them to perform any of the Work, or anyone for whose acts
any of them may be liable, the indemnification obligation
under paragraph 6.20.A shall not be limited in any way by
any limitation on the amount or type of damages,
compensation, or benefits payable by or for CONTRACTOR
or any such Subcontractor, Supplier, or other individual or
entity under workers' compensation acts, disability benefit
acts, or other employee benefit acts.
C. The indemnification obligations of CONTRACTOR
under paragraph 6.20.A shall not extend to the liability of
ENGINEER and ENGINEER's Consultants or to the
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them
arising out of:
00700-25
1. the preparation or approval of, or the failure to
prepare or approve, maps, Drawings, opinions, reports,
surveys, Change Orders, designs, or Specifications; or
2. giving directions or instructions, or failing to
give them, if that is the primary cause of the injury or
damage.
II
ARTICLE 7- OTHER WORK
7.01 Related Work at Site
A. OWNER may perform other work related to the
Project at the Site by OWNER's employees, or let other
direct contracts therefor, or. have other work performed by
utility owners. If such other work is not noted in the Con-
tract Documents, then:
1. written notice thereof will be given to CON-
TRACTOR prior to starting any such other work; and
2. if OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if any,
of any adjustment in the Contract Price or Contract Times
that should be allowed as a result of such other work, a
Claim may be made therefor as provided in paragraph
10.05.
B. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility owner
(and OWNER, if OWNER is performing the other work with
OWNER's employees) proper and safe access to the Site and
a reasonable opportunity for the introduction and storage of
materials and equipment and the execution of such other
work and shall properly coordinate the Work with theirs.
Unless otherwise provided in the Contract Documents, CON-
TRACTOR shall do all cutting, fitting, and patching of the
Work that may be required to properly connect or otherwise
make its several parts come together and properly integrate
with such other work. CONTRACTOR shall not endanger
any work of others by cutting, excavating, or otherwise
altering their work and will only cut or alter their work with
the written consent of ENGINEER and the others whose
work will be affected. The duties and responsibilities of
CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that
there are comparable provisions for the benefit of
CONTRACTOR in said direct contracts between OWNER
and such utility owners and other contractors.
C. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work performed by
others under this Article 7, CONTRACTOR shall inspect
such other work and promptly report to ENGINEER in
writing any delays, defects, or deficiencies in such other
work that render it unavailable or unsuitable for the proper
execution and ,results of CONTRACTOR's Work.
CONTRACTOR's failure to so report will constitute an
acceptance of such other work as fit and proper for
integration with CONTRACTOR's Work except for latent
defects and deficiencies in such other work.
7.02 Coordination
A. If OWNER intends to contract with others for the
performance of other work on the Project at the Site, the
following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority
and responsibility for coordination of the activities among
the various contractors will be identified;
2. the specific matters to be covered by such
authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities
will be provided.
B. Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and respon-
sibility for such coordination.
ARTICLE 8 - OWNER'S RESPONSIBILITIES
8.01 Communications to Contractor
A. Except as otherwise provided in these General Condi-
tions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.02 Replacement of ENGINEER
A. In case of termination of the employment of ENGI-
NEER, OWNER shall appoint an engineer to whom
CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former
ENGINEER.
8.03 Furnish Data
A. OWNER shall promptly furnish the data required of
OWNER under the Contract Documents.
8.04 Pay Promptly When Due
A. OWNER shall make payments to CONTRACTOR
promptly when they are due as provided in paragraphs
14.02.C and 14.07.C.
8.05 Lands and Easements; Reports and Tests
A. OWNER's duties in respect of providing lands and
easements and providing engineering surveys to establish
reference points are set forth in paragraphs 4.01 and 4.05.
Paragraph 4.02 refers to OWNER's identifying and making
available to CONTRACTOR copies of reports of explorations
11
I
L
I
I
00700-26
I
Li
and tests of subsurface conditions and drawings of physical
in or relating to existing surface or subsurface
tridinions
uctures at or contiguous to the Site that have been utilized
ENGINEER in preparing the Contract Documents.
1..06 Insurance
A. OWNER'S responsibilities, if any, in respect to pur-
aasing and maintaining liability and property insurance are
t forth in Articles.
I07 Change Orders
A. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.03.
108 Inspections, Tests, and Approvals
`A. OWNER's responsibility in respect to certain inspec-
ns, tests, and approvals is set forth in paragraph 13.03.B.
109 Limitations on OWNER's Responsibilities
A. The OWNER shall not supervise, direct, or have
control or authority over, nor be responsible for,
NTRACTOR's means, methods, techniques, sequences,
• procedures of construction, or the safety precautions and
programs incident thereto, or for any failure of CON-
• CTOR to comply with Laws and Regulations applicable
the performance of the Work. OWNER will not be
responsible for CONTRACTOR's failure to perform the
ork in accordance with the Contract Documents.
10 Undisclosed Hazardous Environmental Condition
A. OWNER's responsibility in respect to an undisclosed
zardous Environmental Condition is set forth in paragraph
4.06.
'11 Evidence of Financial Arrangements
A. If and to the extent OWNER has agreed to furnish
NTRACTOR reasonable evidence that financial
angements have been made to satisfy OWNER's
obligations under the Contract Documents, OWNER's
ponsibility in respect thereof will be as set forth in the
pplementary Conditions.
I
I
[]
ARTICLE 9- ENGINEER'S STATUS DURING
CONSTRUCTION
9.01 OWNER'S Representative
A. ENGINEER will be OWNER's representative during
the construction period. The duties and responsibilities and
the limitations of authority of ENGINEER as OWNER's
representative during construction are set forth in the
Contract Documents and will not be changed without written
consent of OWNER and ENGINEER.
9.02 Visits to Site
A. ENGINEER will make visits to the Site at intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress
that has been made and the quality of the various aspects of
CONTRACTOR's executed Work. Based on information
obtained during such visits and observations, ENGINEER,
for the benefit of OWNER, will determine, in general, if the
Work is proceeding in accordance with the Contract
Documents. ENGINEER will not be required to make
exhaustive or continuous inspections on the Site to check the
quality or quantity of the Work. ENGINEER's efforts will
be directed toward providing for OWNER a greater degree
of confidence that the completed Work will conform
generally to the Contract Documents. On the basis of such
visits and observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work.
B. ENGINEER's visits and observations are subject to
all the limitations on ENGINEER's authority and
responsibility set forth in paragraph 9.10, and particularly,
but without limitation, during or as a result of ENGINEER's
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control, or have
authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences, or procedures of
construction, or the safety precautions and programs incident
thereto, or for any failure of CONTRACTOR to comply with
Laws and Regulations applicable to the performance of the
Work.
9.03 Project Representative
A. If OWNER and ENGINEER agree, ENGINEER will
furnish a Resident Project Representative to assist
ENGINEER in providing more extensive observation of the
Work. The responsibilities and authority and limitations
thereon of any such Resident Project Representative and
assistants will be as provided in paragraph 9.10 and in the
Supplementary Conditions. If OWNER designates another
00700-27
C1
representative or agent to represent OWNER at the Site who
is not ENGINEER's Consultant, agent or employee, the
responsibilities and authority and limitations thereon of such
other individual or entity will be as provided in the Supple-
mentary Conditions.
9.04 Clarifications and Interpretations
A. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the require-
ments of the Contract Documents as ENGINEER may deter-
mine necessary, which shall be consistent with the intent of
and reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER and CON-
TRACTOR are unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in the Contract
Price or Contract Times, or both, that should be allowed as
a result of a written clarification or interpretation, a Claim
may be made therefor as provided in paragraph 10.05.
9.05 Authorized Variations in Work
A. ENGINEER may authorize minor variations in the
Work from the requirements of the Contract Documents
which do not involve an adjustment in the Contract Price or
the Contract Times and are compatible with the design
concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be
accomplished by a Field Order and will be binding on
OWNER and also on CONTRACTOR, who shall perform
the Work involved promptly. If OWNER and CONTRAC-
TOR are unable to agree on entitlement to or on the amount
or extent, if any, of any adjustment in the Contract Price or
Contract Times, or both, as a result of a Field Order, a
Claim may be made therefor as provided in paragraph 10.05.
9.06 Rejecting Defective Work
A. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective, or
that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed
Project as a functioning whole as indicated by the Contract
Documents. ENGINEER will also have authority to require
special inspection or testing of the Work as provided in
paragraph 13.04, whether or not the• Work is fabricated,
installed, or completed.
9.07 Shop Drawings, Change Orders and Payments
A. In connection with ENGINEER's authority as to Shop
Drawings and Samples, see paragraph 6.17.
B. In connection with ENGINEER's authority as to
Change Orders, see Articles 10, 11, and 12.
C. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
9.08 Determinations for Unit Price Work
A. ENGINEER will determine the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with CON-
TRACTOR the ENGINEER's preliminary determinations on
such matters before rendering a written decision thereon (by
recommendation of an Application for Payment or
otherwise). ENGINEER's written decision thereon will be
final and binding (except as modified by ENGINEER to
reflect changed factual conditions or more accurate data)
upon OWNER and CONTRACTOR, subject to the
provisions of paragraph 10.05.
9.09 Decisions on Requirements of Contract Documents
and Acceptability of Work
A. ENGINEER will be the initial interpreter of the
• requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work, the
quantities and classifications of Unit Price Work, the
interpretation of the requirements of the Contract Documents
pertaining to the performance of the Work, and Claims
seeking changes in the Contract Price or Contract Times will
be referred initially to ENGINEER in writing, in accordance
with the provisions of paragraph 10.05, with a request for a
formal decision.
B. When functioning as interpreter and judge under this
paragraph 9.09, ENGINEER will not show partiality to
OWNER or CONTRACTOR and will not be liable in
connection with any interpretation or decision rendered in
good faith in such capacity. The rendering of a decision by
ENGINEER pursuant to this paragraph 9.09 with respect to
any such Claim, dispute, or other matter (except any which
have been waived by the making or acceptance of final
payment as provided in paragraph 14.07) will be a condition
precedent to any exercise by OWNER or CONTRACTOR of
such rights or remedies as either may otherwise have under
the Contract Documents or by Laws or Regulations in respect
of any such Claim, dispute, or other matter.
9.10 Limitations on ENGINEER's Authority and Respon-
sibilities
A. Neither ENGINEER's authority or responsibility
under this Article 9 or under any other provision of the
Contract Documents nor any decision made by ENGINEER
in good faith either to exercise or not exercise such authority
it
I
11
I
L
I
I
I
L
C
I
I
I
I
I
I
I
I
I
E
or responsibility or the undertaking, exercise, or performance
of any authority or responsibility by ENGINEER shall create,
impose, or give rise to any duty in contract, tort, or
otherwise owed by ENGINEER to CONTRACTOR, any
Subcontractor, any Supplier, any other individual or entity,
or to any surety for or employee or agent of any of them.
B. ENGINEER will not supervise, direct, control, or
have authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences, or procedures of
construction, or the safety precautions and programs incident
thereto, or for any failure of CONTRACTOR to comply with
Laws and Regulations applicable to the performance of the
Work. ENGINEER will not be responsible for
CONTRACTOR's failure to perform the Work in accordance
with the Contract Documents.
C. ENGINEER will not be responsible for the acts or
omissions of CONTRACTOR or of any Subcontractor, any
Supplier, or of any other individual or entity performing any
of the Work.
D. ENGINEER's review of the final Application for
Payment and accompanying documentation and all mainte-
nance and operating instructions, schedules, guarantees,
Bonds, certificates of inspection, tests and approvals, and
other documentation required to be delivered by paragraph
14.07.A will only be to determine generally that their content
complies with the requirements of, and in the case of
certificates of inspections, tests, and approvals that the results
certified indicate compliance with, the Contract Documents.
E. The limitations upon authority and responsibility set
forth in this paragraph 9.10 shall also apply to ENGINEER's
Consultants, Resident Project Representative, and assistants.
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS
10.01 Authorized Changes in the Work
A. Without invalidating the Agreement and without
notice to any surety, OWNER may, at any time or from time
to time, order additions, deletions, or revisions in the Work
by a Written Amendment, a Change Order, or a Work
Change Directive. Upon receipt of any such document,
CONTRACTOR shall promptly proceed with the Work
involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise
specifically provided).
B. If OWNER and CONTRACTOR are unable to agree
on entitlement to, or on the amount or extent, if any, of an
adjustment in the Contract Price or'Contract Times, or both,
that should be allowed as a result of a Work Change
Directive,
a
Claim
may be made therefor as provided in
paragraph
10.05.
10.02 Unauthorized Changes in the Work
A. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any work performed that is not required by
the Contract Documents as amended, modified, or
supplemented as provided in paragraph 3.04, except in the
case of an emergency as provided in paragraph 6.16 or in the
case of uncovering Work as provided in paragraph 13.04.B.
10.03 Execution of Change Orders
A. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER (or
Written Amendments) covering:
1. changes in the Work which are: (i) ordered by
OWNER pursuant to paragraph 10.0l.A, (ii) required
because of acceptance of defective Work under para-
graph 13.08.A or OWNER's correction of defective
Work under paragraph 13.09, or (iii) agreed to by the
parties;
2. changes in the Contract Price or Contract Times
which are agreed to by the parties, including any
undisputed sum or amount of time for Work actually
performed in accordance with a Work Change Directive;
and
3. changes in the Contract Price or Contract Times
which embody the substance of any written decision
rendered by ENGINEER pursuant to paragraph 10.05;
provided that, in lieu of executing any such Change
Order, an appeal may be taken from any such decision
in accordance with the provisions of the Contract
Documents and applicable Laws and Regulations, but
during any such appeal, CONTRACTOR shall carry on
the Work and adhere to the progress schedule as
provided in paragraph 6.18.A.
10.04 Notification to Surety
A. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
(including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be given
to a surety, the giving of any such notice will be
CONTRACTOR's responsibility. The amount of each
applicable Bond will be adjusted to reflect the effect of any
such change.
00700-29
LI
10.05 Claims and Disputes
A. Notice: Written notice stating the general nature of
each Claim, dispute, or other matter shall be delivered by the
claimant to ENGINEER and the other party to the Contract
promptly (but in no event later than 30 days) after the start of
the event giving rise thereto. Notice of the amount or extent
of the Claim, dispute, or other matter with supporting data
shall be delivered to the ENGINEER and the other party to
the Contract within 60 days after the start of such event
(unless ENGINEER allows additional time for claimant to
submit additional or more accurate data in support of such
Claim, dispute, or other matter). A Claim for an adjustment
in Contract Price shall be prepared in accordance with the
provisions of paragraph 12.01.8. A Claim for an adjustment
in Contract Time shall be prepared in accordance with the
provisions of paragraph 12.02.B. Each Claim shall be
accompanied by claimant's written statement that the adjust-
ment claimed is the entire adjustment to which the claimant
believes it is entitled as a result of said event. The opposing
party shall submit any response to ENGINEER and the
claimant within 30 days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
B. ENGINEER's Decision: ENGINEER will render
a formal decision in writing within 30 days after receipt of
the last submittal of the claimant or the last submittal of the
opposing party, if any. ENGINEER's written decision on
such Claim, dispute, or other matter will be final and binding
upon OWNER and CONTRACTOR unless:
1. an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the dispute
resolution procedures set forth in Article 16; or
2. if no such dispute resolution procedures have
been set forth in Article 16, a written notice of intention
to appeal from ENGINEER's written decision is
delivered by OWNER or CONTRACTOR to the.other
and to ENGINEER within 30 days after the date of such
decision, and a formal proceeding is instituted by the
appealing party in a forum of competent jurisdiction
within 60 days after the date of such decision or within
60 days after Substantial Completion, whichever is later
(unless otherwise agreed in writing by OWNER and
CONTRACTOR), to exercise such rights or remedies as
the appealing party may have with respect to such
Claim, dispute, or other matter in accordance with
applicable Laws and Regulations.
C. If ENGINEER does not render a formal decision in
writing within the time stated in paragraph 10.05.B, a
decision denying the Claim in its entirety shall be deemed to
have been issued 31 days after receipt of the last submittal of
the claimant or the last submittal of the opposing party, if
any.
D. No Claim for an adjustment in Contract Price or
Contract Times (or Milestones) will be valid if not submitted
in accordance with this paragraph 10.05.
ARTICLE I I - COST OF THE WORK; CASH
ALLOWANCES; UNIT PRICE WORK
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means
the sum of all costs necessarily incurred and paid by CON-
TRACTOR in the proper performance of the Work. When
the value of any Work covered by a Change Order or when
a Claim for an adjustment in Contract Price is determined on
the basis of Cost of the Work, the costs to be reimbursed to
CONTRACTOR will be only those additional or incremental
costs required because of the change in the Work or because
of the event giving rise to the Claim. Except as otherwise
may be agreed to in writing by OWNER, such costs shall be
in amounts no higher than those prevailing in the locality of
the Project, shall include only the following items, and shall
not include any of the costs itemized in paragraph 11.01.8.
1. Payroll costs for employees in the direct employ
of CONTRACTOR in the performance of the Work
under schedules of job classifications agreed upon by
OWNER and CONTRACTOR. Such employees shall
include without limitation superintendents, foremen, and
other personnel employed full time at the Site. Payroll
costs for employees not employed full time on the Work
shall be apportioned on the basis of their time spent on
the Work. Payroll costs shall include, but not be limited
to, salaries and wages plus the cost of fringe benefits,
which shall include social security contributions, unem-
ployment, excise, and payroll taxes, workers'
compensation, health and retirement benefits, bonuses,
sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of regular
working hours, on Saturday, Sunday, or legal holidays,
shall be included in the above to the extent authorized by
OWNER;
• 2. Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER. All trade discounts,
rebates and refunds and returns from sale of •• surplus
materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may
be obtained.
II
11
11
Li
I
I
I
I
J
LI
1.
00700-30 .,
u
I
I
I
Li
I
I
I
I
3. Payments made by CONTRACTOR to
Subcontractors for Work performed by Subcontractors.
If required by OWNER, CONTRACTOR shall obtain
competitive bids from subcontractors acceptable to
OWNER and CONTRACTOR and shall deliver such
bids to OWNER, who will then determine, with the
advice of ENGINEER, which bids, if any, will be
acceptable. If any subcontract provides that the
Subcontractor is to be paid on the basis of Cost of the
Work plus a fee, the Subcontractor's Cost of the Work
and fee shall be determined in the same manner as
CONTRACTOR's Cost of the Work and fee as provided
in this paragraph 11.01.
4. Costs of special consultants (including but not
limited to engineers, architects, testing laboratories,
surveyors; attorneys, and accountants) employed for
services specifically related to the Work.
5. Supplemental costs including the following:
a. The proportion of necessary transportation,
travel, and subsistence expenses of
CONTRACTOR's employees incurred in discharge
of duties connected with the Work.
b. Cost, including transportation and mainte-
nance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facili-
ties at the Site, and hand tools not owned by the
workers, which are consumed in the performance of
the Work, and cost, less market value, of such items
used but not consumed which remain the property of
CONTRACTOR.
c. Rentals of all construction equipment and
machinery, and the parts thereof whether rented
from CONTRACTOR or others in accordance with
rental agreements approved by OWNER with the
advice of ENGINEER, and the costs of
transportation, loading, unloading, assembly,
dismantling, and removal thereof. All such costs
shall be in accordance with the terms of said rental
agreements. The rental of any such equipment, ma-
chinery, or parts shall cease when the use thereof is
no longer necessary for the Work.
d. Sales, consumer, use, and other similar
taxes related to the Work, and for which CON-
TRACTOR is liable, imposed by Laws and Regu-
lations.
e. Deposits lost for causes other than negli-
gence of CONTRACTOR, any Subcontractor, or
anyone directly or indirectly employed by any of
them or for whose acts any of them may be liable,
and royalty payments and fees for permits and
licenses.
f. Losses and damages (and related expenses)
caused by damage to the Work, not compensated by
insurance or otherwise, sustained by
CONTRACTOR in connection with the perfor-
mance of the Work (except losses and damages
within the deductible amounts of property insurance
established in accordance with paragraph 5.06.D),
provided such losses and damages have resulted
from causes other than the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or
for whose acts any of them may be liable. Such
losses shall include settlements made with the
written consent and approval of OWNER. No such
losses, damages, and expenses shall be included in
the Cost of the Work for the purpose of determining
CONTRACTOR's fee.
g. The cost of utilities, fuel, and sanitary
facilities at the Site.
h. Minor expenses such as telegrams, long
distance telephone calls, telephone service at the
Site, expressage, and similar petty cash items in
connection with the Work.
i. When the Cost of the Work is used to
determine the value of a Change Order or of a
Claim, the cost of premiums for additional Bonds
and insurance required because of the changes in the
Work or caused by the event giving rise to the
Claim.
j. When all the Work is performed on the
basis of cost-plus, the costs of premiums for all
Bonds and insurance CONTRACTOR is required by
the Contract Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall
not include any of the following items:
00700 -31
1. Payroll costs and other compensation of
CONTRACTOR's officers, executives, principals (of
partnerships and sole proprietorships), general manag-
ers, engineers, architects, estimators, attorneys, audi-
tors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel
employed by CONTRACTOR, whether at the Site or in
CONTRACTOR's principal or branch office for general
administration of the Work and not specifically included
in the agreed upon schedule of job classifications
referred to in paragraph 11.0l.A.1 or specifically
covered by paragraph 11.01.A.4, all of which are to be
I
considered administrative costs covered by the ..
CONTRACTOR's fee.
2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at the
Site.
3. Any part of CONTRACTOR's capital expenses,
including interest on CONTRACTOR's capital employed
for the Work and charges against CONTRACTOR for
delinquent payments.
4. Costs due to the negligence of CONTRACTOR,
any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them
may be liable, including but not limited to, the
correction of defective Work, disposal of materials or
equipment wrongly supplied, and making good any
damage to property.
5. Other overhead or general expense costs of any
kind and the costs of any item not specifically and
expressly included in paragraphs 11.01.A and 11.01.B.
C. CONTRACTOR's Fee: When all the Work is
performed on the basis of cost-plus. CONTRACTOR's fee
shall be determined as set forth in the Agreement. When the
value of any Work covered by a Change Order or when a
Claim for an adjustment in Contract Price is determined on
the basis of Cost of the Work, CONTRACTOR's fee shall be
determined as set forth in paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for
any purpose is to be determined pursuant to paragraphs
11.01.A and 11.01.B, CONTRACTOR will establish and
maintain records thereof in accordance with generally
accepted accounting practices and submit in a form
acceptable to ENGINEER an itemized cost breakdown
together with supporting data.
11.02 Cash Allowances
A. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the Contract
Documents and shall cause the Work so covered to be
performed for such sums as may be acceptable to OWNER
and ENGINEER. CONTRACTOR agrees that:
1. the allowances include the cost to CONTRAC-
TOR (less any applicable trade discounts) of materials
and equipment required by the allowances to be
delivered at the Site, and all applicable taxes; and
2. CONTRACTOR's costs for unloading and
handling on the Site, labor, installation costs, overhead,
profit, and other expenses contemplated for the allow-
ances have been included in the Contract Price and not
in the allowances, and no demand for additional payment
on account of any of the foregoing will be valid.
B. Prior to final payment, an appropriate Change Order
will be issued as recommended by ENGINEER to reflect
actual amounts due CONTRACTOR on account of Work
covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or
part of the Work is to be Unit Price Work, initially the
Contract Price will be deemed to include for all Unit Price
Work an amount equal to the sum of the unit price for each
separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agree-
ment. The estimated quantities of items of Unit Price Work
are not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of
Unit Price Work performed by CONTRACTOR will be
made by ENGINEER subject to the provisions of paragraph
9.08.
B. Each unit price will be deemed to include an amount
considered by CONTRACTOR to be adequate to cover
CONTRACTOR's overhead and profit for each separately
identified item.
C. OWNER or CONTRACTOR may make a Claim for
an adjustment in the Contract Price in accordance with
paragraph 10.05 if:
1. the quantity of any item of Unit Price Work
performed by CONTRACTOR differs materially and
significantly from the estimated quantity of such ,item
indicated in the Agreement; and
r.
I
11
it
I
I
I
2.
there is no
corresponding
adjustment with
respect
any other item
of Work; and
3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in Contract
Price as a result of having incurred additional expense or
OWNER believes that OWNER is entitled to a decrease
in Contract Price and the parties are unable to agree as
to the amount of any such increase or decrease.
J
n
L
[1
IEtiltbatir7
1.
II
II
II
F
Li
I
I
I
ARTICLE 12 - CHANGE OF CONTRACT PRICE;
CHANGE OF CONTRACT TIMES
12.01 Change of Contract Price
A. The Contract Price may only be changed by a
Change Order or by a Written Amendment. Any Claim for
an adjustment in the Contract Price shall be based on written
notice submitted by the party making the Claim to the
ENGINEER and the other party to the Contract in accor-
dance with the provisions of paragraph 10.05.
B. The value of any Work covered by a Change Order
or of any Claim for an adjustment in the Contract Price will
be determined as follows:
1. where the Work involved is covered by unit
prices contained in the Contract Documents, by applica-
tion of such unit prices to the quantities of the items
involved (subject to the provisions of paragraph 11.03);
or
2. where the Work involved is not covered by unit
prices contained in the Contract Documents, by a
mutually agreed lump sum (which may include an
allowance for overhead and profit not necessarily in
accordance with paragraph 12.01.C.2); or
3. where the Work involved is not covered by unit
prices contained in the Contract Documents and agree-
ment to a lump sum is not reached under paragraph
12.01.B.2, on the basis of the Cost of the Work
(determined as provided in paragraph 11.01) plus a
CONTRACTOR's fee for overhead and profit (deter-
mined as provided in paragraph 12.01.C).
C. CONTRACTOR's Fee: The CONTRACTOR'S fee
for overhead and profit shall be determined as follows:
1. a mutually acceptable fixed fee; or
' 2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
' portions of the Cost of the Work:
a. for costs incurred under paragraphs
11.01.A.1 and 11.01.A.2, the CONTRACTOR's
' fee shall be 15 percent;
b. for costs incurred under paragraph
11.01.A.3, the CONTRACTOR'S fee shall be five
percent;
' c. where one or more tiers of subcontracts are
on the basis of Cost of the Work plus a fee and no
fixed fee is agreed upon, the intent of paragraph
12.01.C.2.a is that the Subcontractor who actually
performs the Work, at whatever tier, will be paid
a fee of 15 percent of the costs incurred by such
Subcontractor under paragraphs 11.01.A.1 and
I1.0I.A.2 and that any higher tier Subcontractor
and CONTRACTOR will each be paid a fee of five
percent of the amount paid to the next lower tier
Subcontractor;
d. no fee shall be payable on the basis of costs
itemized under paragraphs 11.01.A.4, 11.01.A.5,
and I1.01.B;
e. the amount of credit to be allowed by
CONTRACTOR to OWNER for any change which
results in a net decrease in cost will be the amount
of the actual net decrease in cost plus a deduction in
CONTRACTOR's fee by an amount equal to five
percent of such net decrease; and
f. when both additions and credits are in-
volved in any one change, the adjustment in
CONTRACTOR's fee shall be computed on the
basis of the net change in accordance with para-
graphs 12.01.C.2.a through 12.01.C.2.e, inclu-
sive.
12.02 Change of Contract Times
A. The Contract Times (or Milestones) may only be
changed by a Change Order or by a Written Amendment.
Any Claim for an adjustment in the Contract Times (or
Milestones) shall be based on written notice submitted by the
party making the claim to the ENGINEER and the other
party to the Contract in accordance with the provisions of
paragraph 10.05.
B. Any adjustment of the Contract Times (or
Milestones) covered by a Change Order or of any Claim for
an adjustment in the Contract Times (or Milestones) will be
determined in accordance with the provisions of this
Article 12.
12.03 Delays Beyond CONTRACTOR's Control
A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will be
extended in an amount equal to the time lost due to such
delay if a Claim is made therefor as provided in paragraph
12.02.A. Delays beyond the control of CONTRACTOR
shall include, but not be limited to, acts or neglect by
OWNER, acts or neglect of utility owners or other
contractors performing other work as contemplated by
1 00700-33
Ll
Article 7, fires, floods, epidemics, abnormal weather to CONTRACTOR. All defective Work may be rejected,
conditions, or acts of God. corrected, or accepted as provided in this Article 13.
12.04 Delays Within CONTRACTOR's Control
A. The Contract Times (or Milestones) will not be
extended due to delays within the control of
CONTRACTOR. Delays attributable to and within the
control of a Subcontractor or Supplier shall be deemed to be
delays within the control of CONTRACTOR.
12.05 Delays Beyond OWNER's and CONTRACTOR's
Control
A. Where CONTRACTOR is prevented from complet-
ing any part of the Work within the Contract Times (or
Milestones) due to delay beyond the control of both OWNER
and CONTRACTOR, an extension of the Contract Times (or
Milestones) in an amount equal to the time lost due to such
delay shall be CONTRACTOR's sole and exclusive remedy
for such delay.
.12.06 Delay Damages
A. In no event shall OWNER or ENGINEER be liable
to CONTRACTOR, any Subcontractor, any Supplier, or any
other person or organization, or to any surety for or
employee or agent of any of them, for damages arising out of
or resulting from:
1. delays caused by or within the control of CON-
TRACTOR; or `
2. delays beyond the control of both OWNER and
CONTRACTOR including but not limited to fires,
floods, epidemics, abnormal weather conditions, acts of
God, or acts or neglect by utility owners or other
contractors performing other work as contemplated by
Article 7.
B. Nothing in this paragraph 12.06 bars a change in
Contract Price pursuant to this Article 12 to compensate
CONTRACTOR due to delay, interference, or disruption
directly attributable to actions or inactions of OWNER or
anyone for whom OWNER is responsible.
ARTICLE 13 - TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
A. Prompt notice of all defective Work of which
OWNER or ENGINEER has actual knowledge will be given
13.02 Access to Work
A. OWNER, ENGINEER, ENGINEER's Consultants,
other representatives and personnel of OWNER, independent
testing laboratories, and governmental agencies with
jurisdictional interests will have access to the Site and the
Work at reasonable times for their observation, inspecting,
and testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's Site safety procedures and programs so
that they may comply therewith as applicable.
13.03 Tests and Inspections
A. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
B. OWNER shall employ and pay for the services of an
independent testing laboratory to perform all inspections,
tests, or approvals required by the Contract Documents
except:
1. for inspections, tests, or approvals covered by
paragraphs 13.03.C and 13.03.D below;
2. that costs incurred in connection with tests or
inspections conducted pursuant to paragraph 13.04.B
shall be paid as provided in said paragraph 13.04.B; and
3. as otherwise specifically provided in the Con-
tract Documents.
C. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically to
be inspected, tested, or approved by an employee or other
representative of such public body, CONTRACTOR shall
assume full responsibility for arranging and obtaining such
inspections, tests, or approvals, pay all costs in connection
therewith, and furnish ENGINEER the required certificates
of inspection or approval.
D. CONTRACTOR shall be responsible for arranging
and obtaining and shall pay all costs in connection with any
inspections, tests, or approvals required for OWNER's and
ENGINEER's acceptance of materials or equipment to be
incorporated in the Work; or acceptance of materials, mix
designs, or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in the
Work. Such inspections, tests, or approvals shall be
performed by organizations acceptable to OWNER and
ENGINEER.
I
J
Li
11
1')
II
I
I
I
I
I
I
1]
I
I
I
I
L
I
E. If any Work (or the work of others) that is to be
inspected, tested, or approved is covered by CONTRACTOR
without written concurrence of ENGINEER, it must, if
requested by ENGINEER, be uncovered for observation.
F. Uncovering Work as provided in paragraph 13.03.E
shall be at CONTRACTOR's expense unless CON-
TRACTOR. has given ENGINEER timely notice of
CONTRACTOR's intention to cover the same and ENGI-
NEER has.not acted with reasonable promptness in response
to such notice.
13.04 Uncovering Work
A. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by ENGINEER,
be uncovered for ENGINEER's observation and replaced at
CONTRACTOR's expense.
B. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or inspected
or tested by others, CONTRACTOR, at ENGINEER's
request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as ENGINEER may
require, that portion of the Work in question, furnishing all
necessary labor, material, and equipment. If it is found that
such Work is defective, CONTRACTOR shall pay all
Claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to such
uncovering, exposure, observation, inspection, and testing,
and of satisfactory replacement or reconstruction (including
but not limited to all costs of repair or replacement of work
of others); and OWNER shall be entitled to an appropriate
decrease in the Contract Price. If the parties are unable to
agree as to the amount thereof, OWNER may make a Claim
therefor as provided in paragraph 10.05. If, however, such
Work is not found to be defective. CONTRACTOR shall be
allowed an increase in the Contract Price or an extension of
the Contract Times (or Milestones), or both, directly attribut-
able to such uncovering, exposure, observation, inspection,
testing, replacement, and reconstruction. If the parties are
unable to agree as to the amount or extent thereof,
CONTRACTOR may make a Claim therefor as provided in
paragraph 10.05.
13.05 OWNER May Stop the Work
A. If the Work is defective, or CONTRACTOR fails to
supply sufficient skilled workers or suitable materials or
equipment, or fails to perform the Work in such a way that
the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop the
Work, or any portion thereof, until the cause for such order
has been eliminated; however, this right of OWNER to stop
the Work shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of
CONTRACTOR, any Subcontractor, any Supplier, any other
individual or entity, or any surety for, or employee or agent
of any of them.
13.06 Correction or Removal of Defective Work
A. CONTRACTOR shall correct all defective Work,
whether or not fabricated, installed, or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
Project and replace it with Work that is not defective.
CONTRACTOR shall pay all Claims, costs, losses, and
damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
arising out of or relating to such correction or removal
(including but not limited to all costs of repair or replacement
of work of others).
13.07 Correction Period
A. If within one year after the date of Substantial
Completion or such longer period of time as may be
prescribed by Laws or Regulations or by the terms of any
applicable special guarantee required by the Contract
Documents or by any specific provision of the Contract
Documents, any Work is found to be defective, or if the
repair of any damages to the land or areas made available for
CONTRACTOR's use by OWNER or permitted by Laws and
Regulations as contemplated in paragraph 6.11.A is found to
be defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) repair such defective land or areas, or (ii)
correct such defective Work or, if the defective Work has
been rejected by OWNER, remove it from the Project and
replace it with Work that is not defective, and (iii) satisfac-
torily correct or repair or remove and replace any damage to
other Work, to the work of others or other land or areas
resulting therefrom. If CONTRACTOR does not promptly
comply with the terms of such instructions, or in an
emergency where delay would cause serious risk of loss or
damage, OWNER may have the defective Work corrected or
repaired or may have the rejected Work removed and
replaced, and all Claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
arising out of or relating to such correction or repair or such
removal and replacement (including but not limited to all
costs of repair or replacement of work of others) will be paid
by CONTRACTOR.
B. In special circumstances where a particular item of
equipment is placed in continuous service before Substantial
Completion of all the Work, the correction period for that
00700-35
item may start to run from an earlier date if so provided in
the Specifications or by Written Amendment.
• C. Where defective Work (and damage to other Work
resulting therefrom) has been corrected or removed and
replaced under this paragraph 13.07, the correction period
hereunder with respect to such Work will be extended for an
additional period of one year after such correction or removal
and replacement has been satisfactorily completed.
D. CONTRACTOR's obligations under this paragraph
13.07 are in addition to any other obligation or warranty.
The provisions of this paragraph 13.07 shall not be construed
as a substitute for or a waiver of the provisions of any
applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
A. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (and, prior to
ENGINEER's recommendation of final payment,
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all Claims, costs, losses, and
damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
attributable to OWNER's evaluation of and determination to
accept such defective Work (such costs to be approved by
ENGINEER as to reasonableness) and the diminished value
of the Work to the extent not otherwise paid by
CONTRACTOR pursuant to this sentence. If any such
acceptance occurs prior to ENGINEER's recommendation of
final payment, a Change Order will be issued incorporating
the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an
appropriate decrease in the Contract Price, reflecting the
diminished value of Work so accepted. If the parties are
unable to agree as to the amount thereof, OWNER may make
a Claim therefor as provided in paragraph 10.05. If the
acceptance occurs after such recommendation, an appropriate
amount will be paid by CONTRACTOR to OWNER.
13.09 OWNER May Correct Defective Work
A. If CONTRACTOR fails within a reasonable time
after written notice from ENGINEER to correct defective
Work or to remove and replace rejected Work as required by
ENGINEER in accordance with paragraph 13.06.A, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails to
comply with any other provision of the Contract Documents,
OWNER may, after seven days written notice to
CONTRACTOR, correct and remedy any such deficiency.
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the Site, take possession of all or part of the Work and
suspend CONTRACTOR's services related thereto,take
possession of CONTRACTOR's tools, appliances, con-
struction equipment and machinery at the Site, and incorpo-
rate in the Work all materials and equipment stored at the
Site or for which OWNER has paid CONTRACTOR but
which are stored elsewhere. CONTRACTOR shall allow
OWNER, OWNER's representatives, agents and employees,
OWNER's other contractors, and ENGINEER and
ENGINEER's Consultants access to the Site to enable
OWNER to exercise the rights and remedies under this
paragraph.
C. All Claims, costs, losses, and damages (including
but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) incurred or
sustained by OWNER in exercising the rights and remedies
under this paragraph 13.09 will be charged against CON-
TRACTOR, and a Change Order will be issued incorporating
the necessary revisions in the Contract Documents with
respect to the Work; and OWNER shall be entitled to an
appropriate decrease in the Contract Price. If the parties are
unable to agree as to the amount of the adjustment, OWNER
may make a Claim therefor as provided in paragraph 10.05.
Such claims, costs, losses and damages will include but not
be limited to all costs of repair, or replacement of work of
others destroyed or damaged by correction, removal, or
replacement of CONTRACTOR's defective Work.
D. CONTRACTOR shall not be allowed an extension
of the Contract Times (or Milestones) because of any delay
in the performance of the Work attributable to the exercise by
OWNER of OWNER's rights and remedies under this
paragraph 13.09.
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND
COMPLETION
14.01 Schedule of Values
A. The schedule of values established as provided in
paragraph 2.07.A will serve as the basis for progress
payments and will be incorporated into a form of Application
for Payment acceptable to ENGINEER. Progress payments
on account of Unit Price Work will be based on the number
of units completed.
II
I
1l
11
Li
I
I
S
L
J
B. In
exercising
the rights and
remedies under
this
paragraph,
OWNER
shall proceed
expeditiously.
In
00700-36 ,
14.02 Progress Payments
A. Applications for Payments
1. At least 20 days before the date established for
each progress payment (but not more often than once a
month), CONTRACTOR shall submit to ENGINEER
for review an Application for Payment filled out and
signed by CONTRACTOR covering the Work
completed as of the date of the Application and
accompanied_by such supporting documentation as is
required by the Contract Documents. If payment is
requested on the basis of materials and equipment not
incorporated in the Work but delivered and suitably
stored at the Site or at another location agreed to in
writing, the Application for Payment shall also be
accompanied by a bill of sale, invoice, or other docu-
mentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered
by appropriate property insurance or other arrangements
to protect OWNER's interest therein, all of which must
be satisfactory to OWNER.
2. Beginning with the second Application for
Payment, each Application shall include an affidavit of
CONTRACTOR stating that all previous progress
payments received on account of the Work have been
applied on account to discharge CONTRACTOR's
legitimate obligations associated with prior Applications
for Payment.
3. The amount of retainage with respect to pro-
gress payments will be as stipulated in the Agreement.
B. Review of Applications
1. ENGINEER will, within 10 days after receipt of
each Application for Payment, either indicate in writing
a recommendation of payment and present the
Application to OWNER or return the Application to
CONTRACTOR indicating in writing ENGINEER's
reasons for refusing to recommend payment. In the
latter case, CONTRACTOR may make the necessary
corrections and resubmit the Application.
2. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute
a representation by ENGINEER to OWNER, based on
ENGINEER's observations on the Site of the executed
Work as an experienced and qualified design profession-
al and on ENGINEER'S review of the Application for
Payment and the accompanying data and schedules, that
to the best of ENGINEER's knowledge, information and
belief:
00700-37
a. the Work has progressed to the point
indicated;
b. the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the
results of any subsequent tests called for in the
Contract Documents, to a final determination of
quantities and classifications for Unit Price Work
under paragraph 9.08, and to any other
qualifications stated in the recommendation); and
c. the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled in so far as it is
ENGINEER's responsibility to observe the Work.
3. By recommending any such payment ENGI-
NEER will not thereby be deemed to have represented
that: (i) inspections made to check the quality or the
quantity of the Work as it has been performed have been
exhaustive, extended to every aspect of the Work in
progress, or involved detailed inspections of the Work
beyond the responsibilities specifically assigned to
ENGINEER in the Contract Documents; or (ii) that
there may not be other matters or issues between the
parties that might entitle CONTRACTOR to be: paid
additionally by OWNER or entitle OWNER to withhold
payment to CONTRACTOR.
4. Neither ENGINEER's review of
CONTRACTOR's Work for the purposes of recom-
mending payments nor ENGINEER's recommendation
of any payment, including final payment, will impose
responsibility on ENGINEER to supervise, direct, or
control the Work or for the means, methods, techniques,
sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for CON-
TRACTOR's failure to comply with Laws and Regu-
lations applicable to CONTRACTOR's performance of
the Work. Additionally, said review or recommendation
will not impose responsibility on ENGINEER to make
any examination to ascertain how or for'what purposes
CONTRACTOR has used the moneys paid on account of
the Contract Price, or to determine that title to any of
the Work, materials, or equipment has passed to
OWNER free and clear of any Liens.
5. ENGINEER may refuse to recommend the
whole or any part of any payment if, in ENGINEER's
opinion, it would be incorrect to make the representa-
tions to OWNER referred to in paragraph 14.02.B.2.
ENGINEER may also refuse to recommend any such
payment or, because of subsequently discovered
evidence or the results of subsequent inspections or tests,
J
f
revise or revoke any such paym
previously made, to such extent as
ENGINEER's opinion to protect
because:
ent recommendation OWNER shall promptly pay CONTRACTOR the
may be necessary in amount so withheld, or any adjustment thereto agreed to
OWNER from loss by OWNER and CONTRACTOR, when CONTRAC-
TOR corrects to OWNER's satisfaction the reasons for
such action.
a. the Work is defective, or completed Work
has been damaged, requiring correction or replace-
ment;
b. the Contract Price has been reduced by
Written Amendment or Change Orders;
c. OWNER has been required to correct
defective Work or complete Work in accordance
with paragraph 13.09; or
d. ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in para-
graph 15.02.A.
C. Payment Becomes Due
1. Ten days after presentation of the Application
for Payment to OWNER with ENGINEER's recom-
mendation, the amount recommended will (subject to the
provisions of paragraph 14.02.D) become due, and when
due will be paid by OWNER to CONTRACTOR.
D. Reduction in Payment
1. OWNER may refuse to make payment of the
full amount recommended by ENGINEER because:
a. claims have been made against OWNER on
account of CONTRACTOR's performance or fur-
nishing of the Work;
b. Liens have been filed in connection with the
Work, except where CONTRACTOR has delivered
i specific Bond satisfactory to OWNER to secure
the satisfaction and discharge of such Liens;
c. there are other items entitling OWNER to
a set-off against the amount recommended; or
d. OWNER has actual knowledge of the occur-
rence of any of the events enumerated id paragraphs
14.02.B.5.a through 14.02.B.5.c or paragraph
15.02.A.
2. If OWNER refuses to make payment of the full
amount recommended by ENGINEER, OWNER must
give CONTRACTOR immediate written notice (with a
copy to ENGINEER) stating the reasons for such action
and promptly pay CONTRACTOR any amount
remaining after deduction of the amount so withheld.
3. If it is subsequently determined that OWNER's
refusal of payment was not justified, the amount
wrongfully withheld shall be treated as an amount due as
determined by paragraph 14.02.C.1.
14.03 CONTRACTOR's Warranty of Title
A. CONTRACTOR warrants and guarantees that title
to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project
or not, will pass to OWNER no later than the time of
payment free and clear of all Liens.
14.04 Substantial Completion
A. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work is
substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that ENGINEER
issue a certificate of Substantial Completion. Promptly
thereafter, OWNER, CONTRACTOR, and ENGINEER
shall make an inspection of the Work to determine the status
of completion. If ENGINEER does not consider the Work
substantially complete. ENGINEER will notify
CONTRACTOR in writing giving the reasons therefor. If
ENGINEER considers the Work substantially complete,
ENGINEER will prepare and deliver to OWNER a tentative
certificate of Substantial Completion which shall fix the date
of Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment. OWNER shall have seven
days after receipt of the tentative certificate during which to
make written objection to ENGINEER as to any provisions
of the certificate or attached list. If, after considering such
objections, ENGINEER concludes that the Work is not
substantially complete, ENGINEER will within 14 days after
submission of the tentative certificate to OWNER notify
CONTRACTOR in writing, stating the reasons therefor. If,
after consideration of OWNER's objections, ENGINEER
considers the Work substantially complete, ENGINEER will
within said 14 days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the time
of delivery of the tentative certificate of Substantial Comple-
tion ENGINEER will deliver to OWNER and CONTRAC-
TOR a written recommendation as to division of responsibili-
11
it
11
[l
11
[I
00700-38
ties pending final payment between OWNER and
' CONTRACTOR with respect to security, operation, safety,
and protection of the Work, maintenance, heat, utilities,
insurance, and warranties and guarantees. Unless OWNER
and CONTRACTOR agree otherwise in writing and so
inform ENGINEER in writing prior to ENGINEER's issuing
• the definitive certificate of Substantial Completion,
ENGINEER's aforesaid recommendation will be binding on
' OWNER and CONTRACTOR until final payment.
B. OWNER shall have the right to exclude
CONTRACTOR from the Site after the date of Substantial
Completion, but OWNER shall allow CONTRACTOR
reasonable access to complete or correct items on the
tentative list.
14.05 Partial Utilization
IA. Use by OWNER at OWNER's option of any
substantially completed part of the Work which has
specifically been identified in the Contract Documents, or
'which OWNER, ENGINEER, and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended purpose
without significant interference with CONTRACTOR's
performance of the remainder of the Work, may be
accomplished prior to Substantial Completion of all the Work
subject to the following conditions.
I
I
I
I
I
I
I
[]
I
1. OWNER at any time may request CON-
TRACTOR in writing to permit OWNER to use any
such part of the Work which OWNER believes to be
ready for its intended use and substantially complete. If
CONTRACTOR agrees that such part of the Work is
substantially complete, CONTRACTOR will certify to
OWNER and ENGINEER that such part of the Work is
substantially complete and request ENGINEER to issue
a certificate of Substantial Completion for that part of
the Work. CONTRACTOR at any time may notify
OWNER and . ENGINEER in writing that
CONTRACTOR considers any such part of the Work
ready for its intended use and substantially complete and
request ENGINEER to issue a certificate of Substantial
Completion for that part of the Work. Within a
reasonable time after either such request, OWNER,
CONTRACTOR, and ENGINEER shall make an
inspection of that part of the Work to determine its status
of completion. If ENGINEER does not consider that
part of the Work to be substantially complete,
ENGINEER will notify OWNER and CONTRACTOR
in writing giving the reasons therefor. If ENGINEER
considers that part of the Work to be substantially
complete, the provisions of paragraph 14.04 will apply
with respect to certification of Substantial Completion of
that part of the Work and the division of responsibility
in respect thereof and access thereto.
2. No occupancy or separate operation of part of
the Work may occur prior to compliance with the
requirements of paragraph 5.10 regarding property
insurance.
14.06 Final Inspection
A. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will promptly make a final inspection with
OWNER and CONTRACTOR and will notify CON-
TRACTOR in writing of all particulars in which this
inspection reveals that the Work is incomplete or defective.
CONTRACTOR shall immediately take such measures as are
necessary to complete such Work or remedy such
deficiencies.
14.07 Final Payment
00700-39
A. Application for Payment
1. After CONTRACTOR has, in the opinion of
ENGINEER, satisfactorily completed all corrections
identified during the final inspection and has delivered,
in accordance with the Contract Documents, all main-
tenance and operating instructions, schedules, guaran-
tees, Bonds, certificates or other evidence of insurance
certificates of inspection, marked -up record documents
(as provided in paragraph 6.12), and other documents,
CONTRACTOR may make application for final
payment following the procedure for progress payments.
2. The final Application for Payment shall be
accompanied (except as previously delivered) by: (i) all
documentation called for in the Contract Documents,
including but not limited to the evidence of insurance
required by subparagraph 5.04.B.7; (ii) consent of the
surety, if any, to final payment; and (iii) complete and
legally effective releases or waivers (satisfactory to
OWNER) of all Lien rights arising out of or Liens filed
in connection with the Work.
3. In lieu of the releases or waivers of Liens
specified in paragraph 14.07.A.2 and as approved by
OWNER, CONTRACTOR may furnish receipts or
releases in full and an affidavit of CONTRACTOR that:
(i) the releases and receipts include all labor, services,
material, and equipment for which a Lien could be filed;
and (ii) all payrolls, material and equipment bills, and
other indebtedness connected with the Work for which
OWNER or OWNER's property might in any way be
responsible have been paid or otherwise satisfied. If any
Subcontractor or Supplier fails to furnish such a release
or receipt in full, CONTRACTOR may furnish a Bond
or other collateral satisfactory to OWNER to indemnify
OWNER against any Lien.
I1
B. Review of Application and Acceptance
'
1. If, on thebasis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER's review of the final Application for
Payment and accompanying documentation as required
by the Contract Documents, ENGINEER is satisfied that
the Work has been completed and CONTRACTOR's
other obligations under the Contract Documents have
been fulfilled, ENGINEER will, within ten days after
receipt of the final Application for Payment, indicate in
writing ENGINEER's recommendation of payment and
present the Application for Payment to OWNER for pay-
ment. At the same time ENGINEER will also give
written notice to OWNER and CONTRACTOR that the
Work is acceptable subject to the provisions of
paragraph 14.09. Otherwise, ENGINEER will return
the Application for Payment to CONTRACTOR,
indicating in writing the reasons for refusing to
recommend final payment, in which case CON-
TRACTOR shall make the necessary corrections and
resubmit the Application for Payment.
C. Payment Becomes Due
1. Thirty days after the presentation to OWNER of
the Application for Payment and accompanying docu-
mentation, the amount recommended by ENGINEER
will become due and, when due, will be paid by OWN-
ER to CONTRACTOR.
14.08 Final Completion Delayed
A. If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed, and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating the
Agreement, make payment of the balance due for that portion
of the Work fully completed and accepted. If the remaining
balance to be held by OWNER for Work not fully completed
or corrected is less than the retainage stipulated in the
Agreement, and if Bonds have been furnished as required in
paragraph 5.01, the written consent of the surety to the
payment of the balance due for that portion of the Work fully
completed and accepted shall be submitted by CON-
TRACTOR to ENGINEER with the Application for such
payment. Such payment shall be made under the terms and
conditions governing final payment, except that it shall not
constitute a waiver of Claims.
14.09 Waiver of Claims
1. a waiver of all Claims by OWNER against
CONTRACTOR, except Claims arising from unsettled
Liens, from defective Work appearing after final
inspection pursuant to paragraph 14.06, from failure to
comply with the Contract Documents or the terms of any
special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the
Contract Documents; and
2. a waiver of all Claims by CONTRACTOR
against OWNER other than those previously made in
writing which are still unsettled.
ARTICLE 15 - SUSPENSION OF WORK AND
TERMINATION
15.01 OWNER May Suspend Work
A. At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period of not
more than 90 consecutive days by notice in writing to CON-
TRACTOR and ENGINEER which will fix the date on which
Work will be resumed. CONTRACTOR shall resume the
Work on the date so fixed. CONTRACTOR shall be allowed
an adjustment in the Contract Price or an extension of the
Contract Times, or both, directly attributable to any such
suspension if CONTRACTOR makes a Claim therefor as
provided in paragraph 10.05.
15.02 OWNER May Terminate for Cause
A. The occurrence of any one or more of the following
events will justify termination for cause:
1. CONTRACTOR's persistent failure to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph 2.07 as adjusted from time to time
pursuant to paragraph 6.04);
2. CONTRACTOR's disregard of Laws or
Regulations of any public body having jurisdiction;
3. CONTRACTOR's disregard of the authority of
ENGINEER; or
4. CONTRACTOR's violation in any substantial
way of any provisions of the Contract Documents.
A. The making and acceptance of final payment will B. If one or more of the events identified in paragraph
constitute: 15.02.A occur, OWNER may, after giving CONTRACTOR
(and the surety, if any) seven days written notice, terminate
00700-40
11
I
Li
I
L,
I
L.
I
I
I
I
I
I
I
1
I
I
I
r -
L
the services of CONTRACTOR, exclude CONTRACTOR
from the Site, and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction equipment,
and machinery at the Site, and use the same to the full extent
they could be used by CONTRACTOR (without liability to
CONTRACTOR for trespass or conversion), incorporate in
the Work all materials and equipment stored at the Site or for
which OWNER has paid CONTRACTOR but which are
stored elsewhere, and finish the Work as OWNER may deem
expedient. In such case, CONTRACTOR shall not be
entitled -to receive any further payment until the Work is
finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or arbitration
or other dispute resolution costs) sustained by OWNER
arising out of or relating to completing the Work, such excess
will be paid to CONTRACTOR. If such claims, costs,
losses, and damages exceed such unpaid balance,
CONTRACTOR shall pay the difference to OWNER. Such
claims, costs, losses, and damages incurred by OWNER will
be reviewed by ENGINEER as to their reasonableness and,
when so approved by ENGINEER, incorporated in a Change
Order. When exercising any rights or remedies under this
paragraph OWNER shall not be required to obtain the lowest
price for the Work performed.
C. Where CONTRACTOR's services have been so
terminated by OWNER, the termination will not affect any
rights or remedies of OWNER against CONTRACTOR then
existing or which may thereafter accrue. Any retention or
payment of moneys due CONTRACTOR by OWNER will
not release CONTRACTOR from liability.
15.03 OWNER May Terminate For Convenience
A. Upon seven days written notice to CONTRACTOR
and ENGINEER, OWNER may, without cause and without
prejudice to any other right or remedy of OWNER, elect to
terminate the Contract. In such case, CONTRACTOR shall
be paid (without duplication of any items):
' 1. for completed and acceptable Work executed in
accordance with the Contract Documents prior to the
effective date of termination, including fair and
reasonable sums for overhead and profit on such Work;
2. for expenses sustained prior to the effective date
' of termination in performing services and furnishing
labor, materials, or equipment as required by the
Contract Documents in connection with uncompleted
' Work, plus fair and reasonable sums for overhead and
profit on such expenses;
3. for all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) incurred in settlement of terminated contracts
with Subcontractors, Suppliers, and others; and
4. for reasonable expenses directly attributable to
termination.
B. CONTRACTOR shall not be paid on account of loss
of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.04 CONTRACTOR May Stop Work or Terminate
A. If, through no act or fault of CONTRACTOR, the
Work is suspended for more than 90 consecutive days by
OWNER or under an order of court or other public authority,
or ENGINEER fails to act on any Application for Payment
within 30 days after it is submitted, or OWNER fails for 30
days to pay CONTRACTOR any sum finally determined to
be due, then CONTRACTOR may, upon seven days written
notice to OWNER and ENGINEER, and provided OWNER
or ENGINEER do not remedy such suspension or failure
within that time, terminate the Contract and recover from
OWNER payment on the same terms as provided in
paragraph 15.03. In lieu of terminating the Contract and
without prejudice to any other right or remedy, if ENGI-
NEER has failed to act on an Application. for Payment within
30 days after it is submitted, or OWNER has failed for 30
days to pay CONTRACTOR any sum finally determined to
be due, CONTRACTOR may, seven days after written notice
to OWNER and ENGINEER, stop the Work until payment
is made of all such amounts due CONTRACTOR, including
interest thereon. The provisions of this paragraph 15.04 are
not intended to preclude CONTRACTOR from making a
Claim under paragraph 10.05 for an adjustment in Contract
Price or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping the Work
as permitted by this paragraph.
ARTICLE 16 - DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Dispute resolution methods and procedures, if any,
shall be as set forth in the Supplementary Conditions. If no
method and procedure has been set forth, and subject to the
provisions of paragraphs 9.09 and 10.05, OWNER and
CONTRACTOR may exercise such rights or remedies as
either may otherwise have under the Contract Documents or
by Laws or Regulations in respect of any dispute.
F. I
ARTICLE 17 - MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents
requires the giving of written notice, it will be deemed to
have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the
corporation for whom it is intended, or if delivered at or sent
by registered or certified mail, postage prepaid, to the last
business address known to the giver of the notice.
17.02 Computation of Times
A. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude
the first and include the last day of such period. If the last
day of any such period falls on a Saturday or Sunday or on
a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computation.
17.03 Cumulative Remedies
A. The duties and obligations imposed by these General
Conditions and the rights and remedies available hereunder
to the parties hereto are in addition to, and are not to be
construed in any way as a limitation of, any rights and
remedies available to any or all of them which are otherwise
imposed or available by Laws or Regulations, by special
warranty or guarantee, or by other provisions of the Contract
Documents, and the provisions of this paragraph will be as
effective as if repeated specifically in the Contract
Documents in connection with each particular duty,
obligation, right, and remedy to which they apply.
17.04 Survival of Obligations
A. All representations, indemnifications, warranties,
and guarantees made in, required by, or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will survive
final payment, completion, and acceptance of the Work or
termination or completion of the Agreement.
17.05 Controlling Law
A. This Contract is to be governed by the law of the
state in which the Project is located.
C
I
I
I
I
I
00700-42
SUPPLEMENTARY CONDITIONS
LIST OF SUBJECTS
SC -1.01
Defined Terms
SC -2.02
Copies of Documents
SC -2.03
Commencement of Contract Times; Notice to Proceed
SC -2.05.B
Preliminary Schedules:
SC -2.05.C
Evidence ofInsurance:
SC -4.02
Subsurface and Physical Conditions
SC -4.04
Underground Facilities
SC -5.01
Performance, Payment, and Other Bonds
SC -5.02
Licensed Sureties and Insurers
SC -5.03
Certificates ofInsurance
SC -5.04
CONTRACTOR's Liability Insurance
SC -5.04.B.1
Identification of Additional Insureds
SC -5.04.B.5
Notice of Cancellation of Liability Insurance
SC -5.05
OWNER's Liability Insurance
SC -5.06
Property Insurance
SC -5.08
Receipt and Application ofInsurance Proceeds
SC -6.04
Progress Schedules
SC -6.08
Permits
SC -6.19
CONTRACTOR'S General Warranty and Guarantee
SC -7.01
Related Work at the Site
SC -7.03
Separate Contractor Claim
SC -8.06
Insurance
SC -9.03
Project Representative
SC -10.06
Authority for Changes in the Work
SC -11.03
Unit Price Work
SC -12.03
Delays Beyond CONTRACTOR's Control
SC -14.02
Progress Payments
SC -14.02.B
Review ofApplications
SC -14.02.C
Payment Becomes Due
SC -14.04
Substantial Completion
SC -14.05
Partial Utilization
SC -16.01
Methods and Procedures
Exhibit GC -A
Dispute Resolution Agreement
City of Fayetteville 09/2/99 Page 00800-1
I
These Supplementary Conditions amend or supplement the Standard General Conditions of the 1
Construction Contract (EJCDC No. 1910-8, 1996 Edition) and other provisions of the Contract
Documents as indicated below. All provisions which are not so amended or supplemented remain in full
force and effect. Paragraph numbers in these Supplementary Conditions correspond to the paragraph
numbers in the General Conditions, except with the designation "Sc".
SC -1.01 Defined Terms
The terms used in the Supplementary Conditions which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1996 Edition) have the meanings assigned to
them in the General Conditions. In addition to the provisions of paragraph 1.01, the following
supplemental definitions apply:
"1.01.30. "OWNER" shall mean the City Of Fayetteville, Arkansas, acting through its duly
authorized representatives. Address - City of Fayetteville, 113.West Mountain, Fayetteville, AR
72701."
Add the following definitions to paragraph 1.01 of the General Conditions:
"1.01.51. "Surety" or "sureties" shall mean the bondsmen or party or parties who have made the
fulfillment of the contract by Bonds, and whose signatures are attached to such Bonds.
1.01.52. "Advertisement" shall mean the legal publications pertaining to the work of this contract.
1.01.53. "Plans" shall mean, collectively, all of the Drawings pertaining to the contract and made
a part thereof, and also such supplementary drawings as Engineer may issue from time to time in
order to clarify the Drawings, or for the purpose of showing changes in the work as authorized under
the General Requirements, or for the showing of details which are not shown thereon.
1.01.54. "Grade" shall mean and indicate the established elevations of the paving, flow lines of
sewers and other appurtenances as shown on the Drawings."
SC -2.02 Copies of Documents
Delete paragraph 2.02.A of the General Conditions in its entirety and insert the following in its place:
"A. ENGINEER shall furnish to CONTRACTOR six (6) bound copies of the Agreement and other
Contract Documents, the Bond or Bonds properly executed. CONTRACTOR shall execute the
Agreement and submit all copies to the OWNER for execution. The date of contract on the
Agreement, Bond forms, and power of attorney shall be left blank for filling in by OWNER These
documents will be dated the day the OWNER executes the contract.
OWNER shall furnish to CONTRACTOR up to four (4) copies of the Contract Documents as are
reasonably necessary for the execution of the Work. Additional copies will be furnished, upon
request, at the cost of reproduction."
City of Fayetteville 09/2/99 Page 00800-2
1
II
I
I
I
I
I
I
I
SC -2.03 Commencement of Contract Times; Notice to Proceed
Delete the last sentence of paragraph 2.03.A of the General Conditions in its entirety and insert the
following in its place:
"In no event will the Contract Times commence to run later than the one hundred eightieth (1 80th) day
after the day of Bid opening or the one hundred twentieth (120'") day after the Effective Date of the
Agreement, whichever date is earlier."
SC -2.05.B. Preliminary Schedules:
Add the following to the end of paragraph 2.05.B.3 of the General Conditions:
"The unit prices provided by CONTRACTOR in the Bid Form shall serve as the basis of the Schedule
of Values. Additional subdivision of unit price or lump sum items shall be made as reasonably
requested by ENGINEER or as required to verify progress payments for Unit Price Work that will
take place over several progress periods."
SC -2.05.C. Evidence ofInsurance:
Delete all references to OWNER supplied and OWNER delivered insurance.
SC -4.02 Subsurface and Physical Conditions
Some subsurface investigation has been conducted within the project site area, and ENGINEER has
used some of the technical data related to subsurface and physical conditions in the preparation of
Drawings and Specifications.
SC -4.04 Underground Facilities
• ' Add a new paragraph 4.04.B.3 immediately following paragraph 4.04.B.2 of the General Conditions
which shall read as follows:
• ' "3. Paragraphs 4.04.B.1 and 4.04.B.2 do not apply to Underground Facilities that are being relocated
by others as part of the Project. OWNER does not control the schedule of the owners of those
Underground Facilities, and cannot determine whether those Underground Facilities will be relocated
prior to, simultaneous to, or after the Work under these Contract Documents. CONTRACTOR shall
advise ENGINEER of Underground Facilities have been relocated, but may not make a claim for
changes in the Contract Price or Contract Times as a result of any such relocation. If the relocation
'
of Underground Facilities presents an obstacle to the Work continuing, CONTRACTOR shall inform
OWNER and ENGINEER of the obstacle, and ENGINEER will determine if a change in the Work
is required. If the change in the Work results in a change in the quantity of Unit Price Work,
CONTRACTOR will be paid for the actual Unit Price Work installed."
LI
City of Fayetteville 09/2/99 Page 00800-3
1
11
SC -5.01 Performance, Payment and Other Bonds
Delete paragraph 5.01,C of the General Conditions in its entirety and insert the following new
paragraph in its place:
"C. If at any time a surety on any such Bond is declared bankrupt or loses its right to do business in
the State of Arkansas or is removed from the above list of surety companies, the CONTRACTOR
shall within ten (10) days after notice from the bond company that conditions are as described in this
sentence and/or after notice from the OWNER to do so, substitute an acceptable Bond or Bonds in
such form and sum and signed by other surety or sureties as may be satisfactory to the OWNER. The
premiums on such Bonds shall be paid by CONTRACTOR. No further payment shall be deemed due
nor shall be made until the new surety or sureties shall have furnished an acceptable Bond to the
OWNER."
Add the following new paragraphs immediately after paragraph 5.01.C of the General Conditions
which read as follows:
"D. Resident Agent: CONTRACTOR shall furnish performance and payment Bonds as provided
for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the
Arkansas State Insurance Commissioner to represent the surety company executing said Bonds, and
filing with such Bonds his power -of -attorney. The mere countersigning of the Bonds by a resident
agent shall not be sufficient.
E. Additional Information: CONTRACTOR shall provide the Bonds as described in these sections
within ten (10) days after the receipt of a Notice of Selection.
For contracts in excess of $100,000 the Bonds shall be issued by a bonding company listed by the
A.M. BEST Rating Book as follows:
(1) contracts in excess of $100,000, but less than $1,000,000 - "B+" rating or higher and contract
amount may not exceed 2.0 percent of the policyholder's surplus.
(2) contracts in excess of $1,000,000 - "A" rating or higher and contracts may not exceed 2.0 percent
of the policyholder's surplus.
The expense of all Bonds shall be borne by CONTRACTOR."
SC -5.02 Licensed Sureties and Insurers
Add the following new paragraphs immediately after paragraph 5.02.A of the General Conditions
which read as follows:
"B. CONTRACTOR shall furnish performance and payment Bonds as provided for by Article 5 of
the General Conditions executed by a resident local agent who is licensed by the Arkansas State
Insurance Commissioner to represent the surety company executing said Bonds, and filing with such
11
I
I
City of Fayetteville
09/2/99
I'.•4 11:11E
Bonds his power -of -attorney. The mere countersigning of the Bonds by a resident agent shall not be
sufficient.
C. No employers' liability, public liability or workmen's collective insurance policy shall be written
in any casualty company not authorized to do business in the State of Arkansas. These policies shall
likewise be issued by a resident local agent licensed by the Insurance Commission of the State of
Arkansas."
SC -5.03 Certificates ofInsurance
Delete the second sentence of paragraph 5.03.A ("OWNER shall deliver to Contractor...") in its
entirety.
SC -5.04 CONTRACTOR'S Liability Insurance
The limits for liability for the insurance required by paragraph 5.04 of the General Conditions shall
provide coverage for not less than the following amounts or greater where required by Laws and
Regulations:
Workers Compensation, etc. under paragraphs 5.04.A.1 and 5.04.A.2 of the General Conditions:
1) State:
2) Applicable Federal:
3) Employer's Liability:
Statutory
Statutory
$10.0,000.00 each occurrence
Comprehensive General Liability Insurance, under paragraphs 5.04.A.3 through 5.04.A.5 of the
General Conditions:
$1,000,000.00 Combined Single Limit
Policies will include premise/operations, products, completed operations, independent contractors,
explosions, collapse, underground hazard, Broad Form contractual, personal injury, with employment
exclusion deleted and broad form property damage.
Comprehensive Automobile Liability under paragraph 5.04.A.6 of the General Conditions:
(1) Bodily Injury:
$1,000,000.00 Each person
'
$2,000,000.00 Each occurrence
Property Damage:
$500,000.00 Each occurrence
City of Fayetteville 09/2/99 Page 00800-5
or
(2) a combined single limit of $2,000,000.00.
SC -5.04.B.1. Identification of Additional Insureds
Additional insureds with respect to insurance required by paragraph 5.04 of the General Conditions
shall include: the City of Fayetteville, Arkansas (OWNER and ENGINEER).
SC -5.04.B.5. Notice of Cancellation of Liability Insurance
Add the following language at the end of paragraph 5.04.B.5 of the General Conditions:
"any wording such as "will endeavor" or "but failure to mail such notice shall impose no obligation
or liability of any kind upon the [insurance] Company" shall be deleted from the policies and
insurance certificates."
SC -5.05 OWNER's Liability Insurance
Delete paragraph 5.05 of the General Conditions in its entirety and insert the following in its place:
"5.05 OWNER's and ENGINEER's Contingent Protective Liability Insurance
A. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents
and employees from and against all losses and claims, demands, payments, suits, actions, recoveries,
judgments of every nature and description brought or recovered against them by reason of omission
or act of CONTRACTOR, his agent(s), employees, Subcontractor, Supplier, anyone directly or
indirectly employed by any of them or anyone. for whose acts any of them may be liable, in the
execution of the Work or guarding of it. CONTRACTOR shall obtain in the name of OWNER and
ENGINEER (either as co-insured or by endorsement), and shall maintain and pay the premiums for
such insurance in an amount not less that $2,000,000.00 for property damage and bodily injury limits,
and with such provisions as shall protect OWNER and ENGINEER from contingent liability under
this contract. '
SC -5.06 Property Insurance
Delete paragraph 5.06.A of the General Conditions in its entirety and insert the following in its place:
"A. CONTRACTOR shall purchase and maintain, until final payment, property insurance upon the
Work at the site to the full insurable value thereof (subject to deductible amounts as maybe 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
City of Fayetteville
09/2/99
Page 00800-6
[J
malicious mischief, collapse, flood, and water damage, and such other perils as may be provided in
the Supplementary Conditions, and shall include damages, losses and expenses arising out of or
' resulting from any insured loss or incurred in the repair or replacement of any insured property
(including but not limited to the fees and charges of engineers, architects, attorneys and other
professionals). If not covered under the "all-risk" insurance or otherwise provided in these
' Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance
on portions of the Work stored on and off the site or in transit when such portions of the Work are to
be included in an application for payment. The polices of insurance required to be purchased and
maintained by the CONTRACTOR in accordance with this paragraph 5.06 will contain a provision
or endorsement that the coverage afforded will not be canceled or materially changed or renewal
refused until at least 30 days prior written notice has been given to the OWNER by certified mail and
'
will contain wavier provisions in accordance with General Condition paragraph 5.07.B."
Delete paragraph 5.06.B of the General Conditions in its entirety and insert the following in its place:
"B. CONTRACTOR shall protect OWNER against all loss during the course of the contract. If, due
to the nature of the Project, insurance coverage other than that specified is needed by CONTRACTOR
to protect OWNER against all losses, CONTRACTOR shall be responsible for the determination of
and procurement of any additional insurance needed."
Delete paragraph 5.06.C of the General Conditions in its entirety and insert the following in its place:
"C. Policies shall also specify that insurance provided by CONTRACTOR will be considered
primary and not contributory to any other insurance available to OWNER or ENGINEER.
All polices will provide for 30 days written notice (certified mail shall be required) prior to any
cancellation or non -renewal of insurance policies required under the Contract. Any such wording as
"will endeavor" or "but failure to mail such notice shall impose no obligation or liability of any kind
upon the Company..." shall be deleted from the policies and certificates."
'Delete paragraph 5.06.E of the General Conditions in its entirety.
SC -5.08 Receipt and Application of Insurance Proceeds
Delete paragraph 5.08 of the General Conditions in its entirety.
' SC -6.04 Progress Schedules
Add a new paragraph 6.04.A.3 immediately following paragraph 6.04.A.2 of the General Conditions
which shall read as follows:
' "3. An updated schedule, in the format specified in the Specifications, shall be required with each
submittal for progress payment by CONTRACTOR. Failure to provide an accurate schedule (and/or
updated schedule) shall be reason for OWNER to refuse progress payment to CONTRACTOR."
1
City of Fayetteville 09/2/99 Page 00800-7
SC -6.08 Permits
Add a new paragraph 6.08.B immediately after paragraph 6.08.A of the General Conditions which
shall read as follows:
"B. CONTRACTOR shall obtain, and maintain on the job -site, an NPDES Storm Water Discharge
Permit, if needed, from the NPDES Branch of the Water Division of the Arkansas Department of
Environmental Quality (ADEQ). CONTRACTOR shall request the necessary forms and instructions
by writing to the following address:
ADEQ
8001 National Drive
P.O. Box 8913
Little Rock, Arkansas 72219-8913
(501) 682-0744
SC -6.19 CONTRACTOR's General Warranty and Guarantee
Add a new paragraph 6.19.C immediately after paragraph 6.19.B of the General Conditions which
shall read as follows:
"C. For a period of two (2) years, or longer if specified by special guarantees or by law,
CONTRACTOR shall at the CONTRACTOR's expense make all repairs and replacements
necessitated by defects in the materials, workmanship or prosecution of the Work under this contract,
and pay for any damage to other works or property resulting from such defects. CONTRACTOR
shall hold the OWNER and ENGINEER harmless from any liability of any kind arising from said
defects. The effective date for the beginning of the two (2) year warranty period will be as decided
by the ENGINEER and will be either the date of the ENGINEER'S recommendation for Final
Payment in accordance with paragraph 14.07.B, Review of Application and Acceptance, or the date
of Substantial Completion as specified in paragraph 14.04. CONTRACTOR shall make all repairs
or replacements promptly upon receipt ofwritten order for the repairs or replacements from OWNER.
If the CONTRACTOR fails to make the repairs or replacements promptly, OWNER may perform the
work and the CONTRACTOR and the CONTRACTOR'S Surety shall be liable for all costs thereof."
SC -7.01 Related Work at the Site
Delete paragraph 7.01.A of the General Conditions in its entirety and insert the following in its place:
"A. The Work is part of a Capital Improvements Program. As a result of the City's proposed
improvements, additional right-of-way and/or easements may or may not be obtained by the City.
Some utilities in the area may have to undertake various relocation and demolition in the Project area.
Utilities being required to relocate are not known at this time. 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 ofother utilities, nor is the proposed schedule for relocating these
utilities known. Also, OWNER and ENGINEER cannot be certain that each and every utility
City of Fayetteville 09/2/99 Page 00800-8
II
I
iI
I
I
I
li
I
I
requiring relocation has been identified as to type and owner. It is likely that conditions at the site
could vary according to work done by other utility owners prior to the start of the Work under these
Contract Documents. CONTRACTOR shall have no right to make a claim for changes in the
Contract Price or Contract Time as a result of the work of other utility owners being done by those
owners as a result of this Project, other than the right for additional quantities of Unit Price Work, if
applicable."
Delete the first sentence of paragraph 7.01.B of the General Conditions and insert the following
sentence in its place:
"B. CONTRACTOR shall afford each utility owner and proper and safe access to the site and a
reasonable opportunity for the introduction and storage of materials and equipment and the execution
of such other work and shall properly connect and coordinate the Work with theirs."
Delete the last sentence of paragraph 7.01.B of the General Conditions in its entirety.
SC -7.03 Separate Contractor Claim
Add a new paragraph 7.03 immediately after paragraph 7.02 of the General Conditions which shall
read as follows:
"7.03 Separate Contractor Claim
A. Should CONTRACTOR cause damage to the Work or property of any separate contractor (or
separate party) at the site, or should any claim arising out of CONTRACTOR'S performance of the
Work at the site be made by any separate contractor (or separate party) against CONTRACTOR,
OWNER or ENGINEER, or any such person, CONTRACTOR shall promptly attempt to settle with
such other separate contractor (or separate party) by agreement or otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations,
indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses
and expenses (including, but not limited to, fees and charges of engineers, architects, attorneys and
other professionals and court and arbitration costs) arising directly, indirectly or consequentially out
of any action, legal or equitable, brought by any separate contractor (or separate party) against
OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance
of the Work. Should a separate contractor (or separate party) cause damage to the Work or property
of CONTRACTOR or should the performance of Work by any separate contractor (or separate party)
at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or
equitable, against OWNER or ENGINEER or permit any action against them to be maintained and
continued in CONTRACTOR'S name for benent 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
1 City of Fayetteville 09/2/99 Page 00800-9
I
OWNER and ENGINEER for any delay, disruption, interference or hindrance caused by any separate
contractor (or separate party). This paragraph does not prevent recovery from OWNER or
ENGINEER for activities that are their respective contractual responsibilities."
SC -8.06 Insurance
Delete paragraph 8.06 of the General Conditions in its entirety.
SC -9.03 Project Representative
Paragraph 9.03 of the General Conditions is herein modified to include the furnishing of a Resident
Project Representative by ENGINEER. The responsibilities and authority and limitations thereon of
the Resident Project Representative are as provided in paragraph 9.10 of the General Conditions.
SC -10.06 Authority for Changes in the Work
Add a new paragraph 10.06 immediately following paragraph 10.05 of the General Conditions to
read:
"10.06 Authority for Changes in the Work
A. 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). - I
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 -11.03 Unit Price Work
Paragraph 11.03.C of the General. Conditions is hereby deleted in its entirety and the following is
substituted in its place:
"C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment
under the following conditions:
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
it
City of Fayetteville 09/2/99 Page 00800-10
t�
IH
1 2. if there is no corresponding adjustment with respect to any other item of Work; and
I
I
I
I
11
it
II
I
I
I
I' I
II
3. if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a
result thereof; or
4. if O WNER believes that the quantity variation entitles OWNER to an adjustment in the unit
price; then
5. either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract
Price in accordance with Article 11 of the General Conditions if the parties are unable to agree
as to the effect of any such variations in the quantity of Unit Price Work performed."
SC -12.03 Delays Beyond CONTRACTOR's Control
Delete the words "abnormal weather conditions" from the second sentence of paragraph 12.03.A of
the General Conditions, and add the following sentences at the end of paragraph 12.03.A:
"Contractor will be allowed delays for weather conditions, based on the concurrence of Contractor
and Owner or Engineer, for two circumstances: 1) isolated inclement weather, wherein the project site
is determined to be unworkable for days of precipitation and days following for short times between
otherwise good weather; and 2) sustained inclement weather, wherein the project site is determined
to be unworkable for a sustained period of time, such as the winter months, with only an occasional
working day within the sustained unworkable conditions. If Contractor believes either condition
applies, a request shall be made to Engineer or Owner for a site meeting and ajoint determination of
the site conditions and approval of the delay. Engineer will catalog these approved delays, and will
incorporate them into a Change Order for signature of Owner and Contractor."
SC -14.02 Progress Payments
Paragraph 14.02.A of the General Conditions is hereby deleted in its entirety and the following
substituted in its place:
"A. Applications for Payments
1. Monthly estimates will be prepared to include all work accomplished for the period ending
the third Friday of each month, or
2. Progress payments will be prepared at regular intervals, as scheduled by joint consent of
CONTRACTOR and ENGINEER at the pre -construction conference.
3. ENGINEER, based upon data gathered during the construction process, will make an
estimate of the value of the Work done and materials furnished in place during the previous
estimate period. CONTRACTOR shall furnish to ENGINEER such detailed information
including invoices from material suppliers as ENGINEER may request to aid in the preparation
of the progress payment estimate. All payment requests are subject to retainage as indicated in
II City of Fayetteville 09/2/99
Page 00800-11
I
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.
4. Ifpayment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice or. other
documentation warranting that OWNER has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate property
insurance and other arrangements to protect OWNER's interest therein, all of which will be
satisfactory to OWNER.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Agreement."
SC -14.02.B. Review ofApplications
Insert the following new paragraphs 14.02.B.5.c and 14.02.B.5.d to paragraph 14.02.B.5 of the
General Conditions, as additional reasons for ENGINEER to reduce CONTRACTOR's request for
progress payment, and renumber paragraphs 14.02.B.5.c and 14.02.B.5.d as 14.02.B.5.e and
14.02.B.5.f:
"c. liability for liquidated damages has been incurred by CONTRACTOR;
d. CONTRACTOR has failed to maintain record documents as required by paragraph 6.12;"
SC -14.02.C. Payment Becomes Due
Delete paragraph 14.02.C.1 of the General Conditions and replace with the following:
"1. After the required internal reviews and processing by OWNER, OWNER will diligently proceed
to make payment to CONTRACTOR, in accordance with the approved payment request, within 30
days. All efforts will be made to make payments within the 30 day period, but OWNER cannot
guarantee the 30 days maximum time."
SC -14.04 Substantial Completion
The following shall be added at the end of paragraph 14.04.A of the General Conditions:
"The Work will be considered substantially complete when the following work items are complete
and ready for continuous use by the OWNER: e
The proposed water line has been properly installed, tested and passed all testing aspects.
City of Fayetteville 09/2/99 Page 00800-12
I
I
I
I
I I
I
11
11
I
L
I
L
All drainage structures have been properly constructed, inspected and approved for use.
' All pavement work has been completed, along with appurtenant items such as curb & gutter,
sidewalks, striping, and signage.
CONTRACTOR has essentially completed the record documents required by paragraph 6.12,
and, in ENGINEER's judgment, these are accurate and complete and will be ready for delivery
to OWNER prior to Final Payment being made.
The following items need not be completed for the Work to be considered substantially complete:
Final cleanup of project area and final dressing of grassy/earthen areas behind curbs.
1 Determination of quality of growth resulting from sodding and seeding & mulching.
Other minor items identified for correction on the final punchlist."
SC -14.05 Partial Utilization
Insert the following new paragraphs 14.05.A.2 and 14.05.A.3 in the General Conditions, and
renumber existing paragraph 14.05.A.2 as 14.05.A.4:
"2. Any portions of the pipeline work may be considered substantially complete, prior to the
entire project being substantially complete, if the OWNER may take over continuous operation
' of that part of the Work. Such part of the Work shall only be considered by ENGINEER for
partial utilization if no further connections must be made to it, and no further interruptions in
service due to other parts of the Work can reasonably be anticipated.
3. OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over
operation of any such part of the Work although it is not substantially complete. A copy of such
request will be sent to ENGINEER and within a reasonable time thereafter OWNER,
CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine
its status of completion and will prepare a list of the items remaining to be completed or corrected
thereon before final payment. If CONTRACTOR does not object in writing to OWNER and
ENGINEER that such part of the Work is not ready for separate operation by OWNER,
I. ENGINEER will finalize the list of items to be completed or corrected before final payment.
ENGINEER will furnish OWNER and CONTRACTOR together with a written recommendation
as to the division of responsibilities pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance,
warranties and guarantees for that part of the Work which will become binding upon OWNER
and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have
otherwise agreed in writing and so informed ENGINEER). During such operation and prior to
Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR
reasonable access to complete or correct items on said list and to complete other related Work."
I
• City of Fayetteville 09/2/99 Page 00800-13
SC -16.01 Methods and Procedures
Add a new paragraph 16.01.E immediately following paragraph 16.01.A of the General Conditions
which shall read as follows:
"B. The OWNER and CONTRACTOR agree that the methods and procedures for resolving disputes
between them that may arise under this Agreement shall be as set forth in Exhibit GC -A, "Dispute
Resolution Agreement," attached hereto and made a part hereof.
City of Fayetteville 09/2/99 Page 00800-14
I
1 Section 01010
SUMMARY OF WORK
Part 1- GENERAL
A. SECTION INCLUDES
A. Project Scope
B. Work by Others
C. Work Sequence
iD. Contractor Use of Premises
B. CONTRACT SCOPE
A. Demolition of trees, shrubs, fences, and other various items; construction of approximately
1 1600 LF of 3 -inch sewer force main with some asphalt pavement repair and steel encasements;
construction of approximately 180 LF of 12 -inch and 1750 LF of 8 -inch gravity sewer line with
concrete manholes and 6 -inch sewer services; construction of reinforced concrete sewage lift
station with pumps, controls, access lid, pig launch assembly, and all accessories necessary to
provide a complete installation, construction of chain link fence with barb wire extenders and
gates around lift station; construction of a 3/4 -inch reduced pressure zone backflow preventer
' with heat kit and enclosure; construction of approximately 800 LF of 8 -inch and 770 LF of 12 -
inch water lines with valves, fire hydrants, water meter and service and any other appurtenance
needed for complete installation; construction of all electric work necessary to make the
I sewage lift station, backflow preventer, or any other item operational on or around the station,
construction of erosion control items and any associated earthwork involved to complete this
1 project and all other items indicated in the Drawings and Specifications.
C. WORK BY OTHERS
A. Southwestern Bell has utilities that are in the vicinity. These need to located and worked
around with extreme caution.
' B. Arkansas Western Gas has utilities in the vicinity that may have to be relocated or adjusted.
C. The City of Fayetteville shall have the 36 -inch by 8 -inch tapping sleeve and valve constructed
by the manufacturer of the existing concrete water pipe. The coordination of the tap and the
remainder of the water line construction shall be between the Contractor and the Water and
Sewer Department. Their telephone number is 575-9507. The contact person is Mr. David
Jurgens, P.E. superintendent.
I
ICity of Fayetteville
2/18/2000 Page 01010-1
D. Ozark Electric shall provide underground electric to the sewage lift station. The Contractor
shall coordinate the electric work in order to connect this project to electricity and have an
operational system.
The Contractor shall provide all traffic control to facilitate the work done by the City.
D. CONTRACTOR'S USE OF PREMISES
A. Contractor will be limited to the areas obtained as rights -of -way or easements within the
project.
B. Contractor may obtain additional construction easements from property owners for
Contractor's convenience.
C. No work shall begin until all agency approvals, easements, and required permits are obtained.
Note that work on this project takes place within the City ofFayetteville. The Contractor shall
comply with all facets of the city's drainage ordinance. The Contractor shall comply with the
requirements of the Federal Clean Water Act and the Arkansas Water and Air Pollution Control
Act 472. In case of conflict between these regulations, orders, or decrees and other provisions,
the restrictive requirements shall apply.
The National Pollutant Discharge Elimination System (NPDES) requires a permit to discharge
storm water associated with industrial activity of construction sites into the waters of the
United States. The Arkansas Department of Environmental Quality (ADEQ) issues the
permits. The Contractor shall furnish the Engineer a copy of the Notice of Intent.
E. WORK SEQUENCE
A. Identify and locate all underground and above ground utilities in the project area. Determine
the elevations of these lines at any conflict area. Use the local datum provided by the City to
establish elevations. Submit these elevations in order that the Engineer may adjust any
elevations, and/or gradients if necessary.
B. The Contractor shall provide his sequence of construction for the various items that involve
either existing and/or potential relocated utilities to the Engineer for his review. This schedule
shall have the least negative impact on the adjacent property owners and provide an orderly
sequence that will produce the least disruptive action for utilities and their customers.
Coordinate with other utilities and/or their contractors to provide orderly sharing ofthe site and
schedule of activities to best continue the progress of the Work.
C. Establish schedules and work areas for construction of roadway, signal related work, and
pavement markings.
I
City of Fayetteville 2/18/2000 Page 01010-2
L
Section 01025
' MEASUREMENT AND PAYMENT
Part 1- GENERAL
1.1 SECTION INCLUDES:
A. Delineation of measurement and payment criteria applicable to Unit Price Work, whether
the unit price items are part of a unit price contract or are part of a Stipulated Price
Icontract.
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..
I 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
I.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.
D. Linear Measurement: Measured by linear dimension, at the item centerline or mean
chord, with survey chain or steel tape.
' City of Fayetteville
09/7/99
Page 01025-1
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. i
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.
D. Mobilization - mobilization, clean-up, project closeout, project record documents, and all I
City of Fayetteville 09/7/99 Page 01025-2
costs not directly mentioned in this section are considered as incidental to the Work
E. Excess Excavation - Excess excavation is generally incidental to the payment item, except
where Engineer has indicated that an excavation be expanded due to subsurface
conditions. Excess excavation undertaken by Contractor to stabilize the trench bottom or
walls, where dewatering or shoring would be suitable to correct trench conditions, will not
be paid. Excess excavation includes backfilling with approved material as specified or as
indicated on the Drawings.
1.9 PAYMENT ITEMS
A. Clearing and Grubbing Trees (Pay item 1)
1. Description - Removal of individual, isolated trees, stumps, roots, etc.
2. Incidental Items - Incidental items include furnishing all equipment, materials, and
labor required to complete the work, and protection of adjacent trees which are
not to be removed.
3. Related Items - None.
4. Units and Measurement - Payment shall be lump sum price for trees removed.
Grubbing of stumps of trees previously removed by others will be included in this
price.
5. Partial Payment Provisions - No partial payment will be made for this item.
11 Site Preparalion(Pay Item 2)
1. Description - Removing and disposing ofexisting pipes, existing pavement (gravel,
concrete and/or asphalt), existing concrete drainage structures, existing concrete
walls, sidewalk, and concrete curb and gutter. This item includes scalping, brush
removal, sapling removal and the disposal of any unsuitable soil material and
vegetative material removed from the site that is not paid for under any other pay
item. This item includes preparing the site for construction of the various items
that are indicated on the Drawings and for any work not specifically noted and paid
for but required to complete the project (i.e. temporary fencing and/or relocating
fences, saw cutting any pavement, etc).
2. Incidental Items - Incidental items include restoration of demolition areas, and
furnishing all equipment, materials, and labor necessary to complete the various
items of this work.
3. Related Items - None.
4. Units and Measurement - Payment shall be as a lump sum.
5. 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.
ICity of Fayetteville 09/7/99 Page 01025-3
G Common Excavation for Lift Station (Pay Item 3)
1. Description - Removal of soil material at and possibly from the site required to
construct to the subgrade of the proposed lift station, and to obtain the lines,
grades, and slopes indicated on the Drawings. This item essentially is material
excavated to the elevation required to begin the construction of the footing. At
this elevation, if further excavation is required to accommodate density
requirements of the subgrade of the footing, excavation of unsuitable material will
be paid for under the pay item of "Undercut".
2. Incidental Items - Any type of minor scalping, brush removal, sapling removal if
necessary and all equipment, labor, and materials necessary to complete this
excavation work for construction of the sewage lift station..
3. Related Items
a. Rock excavation is a separate pay item.
b. Site preparation, Section 02100, is a separate pay item.
c. Excavation Safety, 02161, is a separate pay item.
4. Units and Measurement - Payment shall be at the lump sum bid and indicated on
the Bid Form, completed and accepted by Engineer. Please note that this bid
item does not reflect over excavation for safety and/or other reasons or concerns.
Payment for over excavation or other methods to comply with provision required
by Act 291 of 1993 and 29 CFR 1296 Subpart P should be factored in and
included in the pay item of Excavation Safety.
4. Partial Payment Provisions - No partial payment will be made for this item.
D, Rock Excavation (Pay Item 4)
1. Description - Removal of material meeting the definition of rock. Note that rock
is defined as material that a 150 horse power / 50,000 lb trackhoe cannot excavate
under normal operations with a normal bucket.
2. Incidental Items - Equipment, labor, and materials necessary to complete the work.
3. Related Items - Common excavation is all excavation that is not rock excavation.
4. Units and Measurement - Payment shall be at the unit price per cubic yard
excavated and accepted by Engineer. Measurement will be agreed to on site my
Engineer and Contractor, and shall be in -place measurement of the rock removed.
5. Partial Payment Provisions - No partial payment will be made for this item.
E Compacted Embankment - (Select Hillside Material) (Pay Item 5)
1. Description - Construction of depth as noted on the Plans and/or specifications of
select "hillside" material, using off -site materials, to the lines and grades and
compaction requirements indicated by the project field representative. This may
be used in conjunction with Class 7 ABC aggregate in street crossings and/or in
some trench excavation if there is any undercut. This pay item before being
installed will be cooperatively agreed to between the project field representative
and the Contractor.
2. Incidental Items - Hauling of excavated material, and equipment, labor, and
materials necessary to complete the work.
3. Related Items - Site preparation, Section 02100, common excavation, undercut.
These are separate pay items.
City of Fayetteville 09/7/99 Page 01025-4
II
II
I
I
4. Units and Measurement - Payment shall be at the unit price per each cubic yard of
compacted embankment and accepted by Engineer. The total quantity paid will be
the in place and compacted quantity determined by the average -end method.. The
Bid Form quantity is a relative amount that allows the Contractor to estimate the
amount of imported material he may need for the project. There is a possibility
that no hillside will be needed or used.
5. Partial Payment Provisions - No partial payment will be made for this item.
F. Undercut of Trench Material (Pay Item 6)
1. Description - Excavating existing materials that are unsuitable below the depth of
' the anticipated typical ditch section shown on the Plans. This potential subgrade
or sub-subgrade material that is to be removed cannot be utilized for pipe laying.
The material backfilled in the excavated areas shall be field determined and
1 compacted to a density suitable to provide the material for pipe laying as is noted
in the details. Excavation for this item shall be approved by the Engineer.
2. Incidental Items - Equipment, labor, and materials necessary to complete the work.
3. Related Items - Common excavation, rock excavation, compacted embankment,
are separate pay items.
4. Units and Measurement - Payment shall be at the unit price per each cubic yard of
material excavated as approved by the Engineer. Measurement will be by
measuring the volume of the area excavated. This measurement will be agreed to
by the Engineer and the Contractor.
5. Partial Payment Provisions - No partial payment will be made for this item.
1G. Aggregate Base Course (under proposed pavement at trench) (Pay Item 7)
1. Description - Construct aggregate base course to the lines and grades under
pavement indicated on the typical section and details in the Drawings. Aggregate
base course used in pipe trenches and other structures under pavement, whether
• proposed or existing, will also be paid for as part of this item.
2. Incidental Items
a. Scalping in areas that are not excavated or which do not have compacted
embankment constructed over them.
b. Blading and shaping subgrade, scarifying and compacting subgrade,
$ maintaining subgrade shape and moisture until base course is placed.
• c. Equipment, labor, and materials necessary to complete the work.
3. Related Items - Site preparation, common excavation, rock excavation, and
compacted embankment are separate pay items.
4. Units and Measurement - Payment shall be at the unit price per each ton of
1 aggregate base course furnished and installed, and accepted by Engineer. If
determined by Engineer, payment for completed units will be delayed until proof
of construction for installed units is complete. Measurement will be based on truck
1 weight tickets. All quantities shall be documented. However, any quantity
exceeding the bid amount shall have full documentation by Contractor and
approval by Engineer.
5. Partial Payment Provisions - None.
ICity of Fayetteville 09/7/99
Page 01025-5
H. ACHM Surface Course (Type 2) (Pay Item 8)
1. Description - Furnish and install the 3 -inches asphalt surface course at the lines and
grades indicated on the typical section and details in the Drawings.
2. Incidental Items - Equipment, labor, materials, and any other item necessary to
complete the work.
3. Related Items - Concrete pavement and aggregate base course under the surface
course shall be paid under a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per ton furnished and
installed, and accepted by Engineer. Measurement will be based on truck weight
tickets.
Partial Payment Provisions - No partial payment will be made for this item.
I. Asphalt Street Repair (Type 2)(Pay Item 9)
1. Description - Furnish and install 6 -inches of concrete under the binder course at
the lines and grades indicated on the typical section and detail in the Drawings.
This will include any cutting ofpavement, excavation, and/or any item not covered
under another pay item.
2. Incidental Items - Equipment, labor; and materials and any other item necessary to
complete the work.
3. Related Items - Aggregate base course under the binder course shall be paid under
• a separate pay item. Surface course shall be paid under a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per square yard
furnished and installed, and accepted by the Engineer. Measurement will be based
on truck weight tickets.
5. Partial Payment Provisions - No partial payment will be made for this item:
J. Mobilization (Pay Item 10)
1. Description - The preparatory work and operations, including, but not limited to,
those necessary for the movement of personnel, equipment, supplies, and
incidentals to the project site; for the establishment of the Contractor's offices,
buildings, and other facilities necessary to undertake the work on the project. This
item shall also include other work and operations that must be performed, or for
expenses incurred, before beginning work on the various Contract items on the
project site. In no case shall the amount bid for the item of "Mobilization"
exceed 5% of the total contract amount for all other items listed in the
2.
4.
5.
proposaL
Incidental Items - It shall also include pre -construction costs which are necessary
direct costs to the project and are of a general nature rather than.directly
directly
attributable to other pay items under the Contract.
Related Items - None.
'Units and Measurement - Paid as lump sum.
Partial Payment Provisions - Allowable partial payments will be based on the
percentage of the original Contract earned exclusive of the item of Mobilization
according to the following schedule:
City of Fayetteville 09/7/99 Page 01025-6 1
II
C
IF1
I
I
1
I
II
I
I
I
I
I
I
I
Percentage of Original
Contract Amount Earned
First Progress Estimate
10-
25
Percentage of Bid Price
for Mobilization Allowed
25
50
100
R Pipe Line Construction Control (Pay Item 11)
1.
Description - Furnish and maintain all lines, grades, and measurements necessary
for the proper execution of the lift station and pipe line work, all according to the
Drawings and Specifications, commonly called "construction staking".
2,
Incidental Items - Furnish all labor, stakes, templates, straightedges, surveying
equipment, and other devices and materials necessary for establishing, setting,
checking, marking, and maintaining points, lines, grades, and layout of the work
called for on the Drawings and in the Specifications.
3.
Related items - The Engineer shall set temporary bench marks and centerline
roadway staking. Engineer shall set all P.I.'s, P.C.'s, and P.T.'s for construction.
4.
Units and Measurement - Paid as lump sum.
5.
Partial Payment Provisions - Allowable partial payments will be based on the
percentage of the original Contract completed.
L. Sewer Pipe (SDR 26), Force Main (DR 21) and Water Line (O900 PVC DR 14 or D.I.
Class 350) (Pay Items 12, 13, 14, 15,16 and 17)
1.
Description - Furnish and install PVC or ductile iron pipe as indicated on the
Drawings and details.
2.
Incidental Items - Trench excavation, bedding material, backfill, compaction of
bedding and backfill, and equipment, labor, and materials necessary to complete
the work.
3.
Related Items - Aggregate base course installed in trenches under proposed road
beds shall be paid for under the Aggregate Base Course pay item.
4.
Units and Measurement - Payment shall be at the unit price per linear foot
furnished and installed and accepted by Engineer. Measurement will be as defined
in paragraph 1.4.D.
5.
Partial Payment Provisions - Partial payment will be made for materials on site but
not yet incorporated into the work, as approved by Engineer.
M. Butterfly Valves, Gate Valves (Pay Items 18, 19, 20 and 29)
1. Description - Furnish and install valves at the sizes, types, and at the locations
indicated on the Drawings and details.
2. Incidental Items - Excavation, trenching, backfilling, concrete, and equipment,
labor, and materials necessary to complete the work.
3. Related Items - Pipe line and fittings are separate pay items..
4. Units and Measurement - Payment shall be at the unit price per each furnished and
installed and accepted by Engineer.
5. Partial Payment Provisions - Partial payment may be made for materials stored on
ICity of Fayetteville 09/7/99 Page 01025-7
I
site not yet incorporated in the work, as approved by Engineer. ■
N. Concrete Manholes (Pay Item 21) ,
1: Description - Furnish and install the reinforced concrete manholes the sizes and at
the locations indicated on the Drawings and per the details..
2. Incidental Items - Excavation, trenching,, bedding material, backfill, compaction
of bedding and backfill, concrete, reinforcement, castings, bitumastic material, and
equipment, labor, and materials necessary to complete the work. ,
3. Related Items - Sewer Pipe.
4. Units and Measurement - Payment shall be at the unit price per each concrete
manhole furnished and installed and accepted by Engineer.
5. Partial Payment Provisions - No partial payment will be made for this item.
0. Water Meter Setting w/Box(Pay Items 22)
1. Description - Construct water meter and box at the location on the Plans and per
the details. Exact location will be field determined.
2. Incidental Items - Incidental items include excavation, backfill, equipment, labor,
and materials necessary to complete the work.
3. Related Items - Water service installation is a separate payment item.
4. Units and Measurement - Payment shall be at the unit price per each meter. setting
constructed and tested and accepted by Engineer.
5. Partial Payment Provisions - No partial payment will be made for this item.
P. Force Main Location Box w/Tracer Wire (Pay Item 23)
1. Description - Furnish and install location boxes location and grades as indicated
on the Drawings and per the detail.
2. Incidental Items - Incidental items include excavation, backfill, equipment, labor,
and materials necessary to complete the work.
3. Related Items - Force main pipe is a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per each location box
furnished, installed, and accepted by the Engineer.
5. Partial Payment Provisions - None.
Q. 3/4 -inch Water Service (Pay Item 24)
1. Description - Construct water service line at in the location and per the detail
indicated in the Drawings.
2. Incidental Items - Incidental items include excavation, backfill, allequipment, labor,
and materials necessary to complete the work.
3. Related Items - Water Meter Setting w/Box is paid under a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per linear feet of water
service line constructed and approved by Engineer.
5. Partial Payment Provisions - None.
R 3/4 -inch Reduced Pressure Zone. Bacic low Preventer (Pay Item 25)
1. Description - Provide the type and size backflow preventer per the detail in the Drawings at all the location indicated on the Drawings and per manufacturer's '
City of Fayetteville 09/7/99 Page 01025-8
II
I
I
LI
f
I
I
I
C
I
I
Cl
J
specifications.
2. Incidental Items - All items needed to famish and install this backflow preventer
as indicated in the Drawings. All excavation and compaction of subgrade for the
concrete pad, concrete, other material, equipment, labor, and any other item
necessary to complete the work.
3. Related Items - Backflow preventer enclosure w/heater cable kit is paid under a
separate pay item.
4. Units and Measurement - Payment shall be at the unit price per each furnished and
placed and accepted by Engineer.
5. Partial Payment Provisions - None.
S. Backflow Preventer Enclosure w/Heater Cable Kit (Pay Item 26)
1. Description - Provide the enclosure and cable kit specified at the location indicated
on the Drawings and as per details and per manufacturer's specifications.
2. Incidental Items - All materials, labor, tools, and equipment required to complete
the installation of the heating system.
3. Related Items - Backflow preventer shall be paid for under separate pay items.
4. Units and Measurement - Payment shall be at the unit price per each heating
system furnished and installed and accepted by the Engineer.
5. Partial Payment Provisions - None.
T. 6 -foot Chain Link Fence wBarb V/ire Extenders (Pay Item 27)
1. Description - Furnish and install chain link fence and gates with barb wire
extenders in the locations and to the lines and grades indicated in the details and
Drawings and as per specifications.
2. Incidental Items - Providing all items related to constructing the fence and gates
as required, and all materials, labor, tools and equipment required to complete the
work.
3. Related Items - None.
4. Units and Measurement - Payment shall be at the unit price per linear foot offence
furnished and placed and accepted by the Engineer. The gates shall be considered
as fence in measuring for payment.
5. Partial Provisions - None.
U. Protective Fencing for Trees (Pay Item 28)
1. Description - Provide tree protection fencing per the detail in the Drawings at all
locations indicated on the Drawings and/or directed by the Engineer.
2. Incidental Items - All items needed to furnish and install this protection fencing as
indicated on the Drawings. All material, equipment, labor, and any other item
necessary to complete the work.
3. Related Items - Site preparation is paid under a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per linear foot
furnished and placed and accepted by the Engineer. Measurement will be defined
in paragraph 1.4D.
5. Partial Provisions - None.
City of Fayetteville 09/7/99 Page 01025-9
Y. Reinforced Concrete Sewage Lift Station w/Pumps, Controls, Hoist, Access Lid, and
all accessories necessary for complete installation (Pay Item 30)
1. Description - Construct reinforced concrete wetwell for sewage lift station.. Also,
provide pumps and all associated. with the pumps to furnish a complete installation.
Also, furnish the controls, access lid, hoist, and all interior piping inside the
wetwell to provide a complete installation of the structure, pumps, controls, and
or any other item necessary for an operational sewage lift station as indicated on
the Drawings and as the specifications and/or manufacturer's recommendations.
2. Incidental Items - Incidental items include preparation of subgrade for footing,
concrete, reinforcement, pumps, controls, piping, guide rails, bubbler tube, access
lid, inlet splash baffles, chains, hoist, and any item not expressly mentioned that
completes the construction of the sewage lift station. All materials, equipment,
labor, and any other item necessary to complete the work.
3. Related Items - Sewer pipe, force main, gate valves, pig launch, electrical work
shall be paid for under a separate pay items.
4. Units and Measurement - Payment shall be at the lump sum price as stated in the
Bid Form that satisfactorily constructed and accepted by Engineer.
5. Partial Payment Provisions - Percentage estimate completion related to the bid
price.
W. Imported Top Soil (Pay Item 31)
1. Description - Provide topsoil at the thickness and location, and to the lines and
grades in accordance with Engineer's instructions and as noted and described in
the specifications and/or Drawings.
2. Incidental Items - Fine grading, raking, removing, any nonspecified material from
the soil and/or any preparation work, and equipment, labor, and material, necessary
to complete the work.
3. Related Items - Site preparation and seeding and mulching are separate pay items.
4. Units and Measurement - Payment shall be at the unit price per cubic yard of
topsoil furnished and placed and accepted by the Engineer: Measurement shall be
verifying the 4 -inch thickness and taking average horizontal measurements and
computing the cubic feet this the cubic yard measurement.
5. Partial Payment Provisions - None.
X Cement Lined Ductile Iron Fittings (Force Main)& Ductile Iron Fittings (Water) (Pay
Item 32 and 33)
1. Description - Providing tees, bends, caps, and other ductile iron fittings as
indicated on the Drawings or needed to accomplish the required construction.
2. Incidental Items - Incidental items include excavation, backfill, bedding, concrete
blocking, and equipment, labor, and materials necessary to complete the work.
3. Related Items - Water line, force main, and appurtenances are paid for under
separate pay items.
4. Units and Measurement - Payment shall be at the unit price per pound of fittings
installed and accepted by the Engineer. The Contractor shall submit technical
sheets of the fittings he is using and the accepted fittings poundage on the tech
.City of Fayetteville 09/7/99 Page 01025-10
II
F
II
sheets shall be used to determine the weight.
Partial Payment Provisions - Partial payment will be made for materials on site, but
not yet incorporated in the work, approved by the Engineer.
' Y. Maintenance of Traffic(Pay Item 34)
1. Description - Provide all signs, barricades, and other traffic control devices in
accordance with the Manual on Traffic Control Devices. Allow residents access
to their houses. This item includes relocating any existing sign on this project.
• 2. Incidental Items - Providing all components of traffic control and furnishing all
equipment, labor, and materials necessary to complete the work.
' 3. Related Items - None.
4. Units and Measurement - None.
' 5. 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.
z Seeding and Mulching (Pay Item 35)
1. Description - Provide all seed and mulch to cover the disturbed areas as result of
1 2. construction. Erosion matting will be required for slopes steeper than 3:1.
Incidental items - Incidental items include all equipment, labor, and material to
complete the work.
3. Related items - Topsoil and erosion control are separate pay items.
4. Units and Measurement - Payment shall be at the unit price per acre of seeding and
mulching and erosion control matting (if required) completed and accepted by
• Engineer.
5. Partial Payment Provisions - 75 percent of the unit price shall be paid upon
completion of initial seeding and mulching, with remainder held until a suitable
viable grass stand is established.
' AA. 4 -inch Via. PVC Conduit (Schedule 40) & 8 -inch Via. Steel Encasement (Schedule 10)
(Pay Items 36 and 37)
1. Description - Furnish and install the PVC conduit and steel encasement at the size
I
3. 4.
1 5.
and location indicated on the Drawings. Please note that the exact locat►on of the
PVC may vary from the Plans, therefore those locations shall be determined and
verified by the Engineer.
Incidental Items - Trench excavation and/or boring under the pavement (if
applicable), forming into concrete (etc.), bedding material, backfill, compaction of
bedding and backfill, flowable fill (when applicable), and equipment, labor, and
materials necessary to complete the work as indicated on the Drawings and as per
specifications.
Related Items - None.
Units and Measurement - Payment shall be at the unit price per linear foot
furnished and installed and accepted by the Engineer. Measurement will be as
defined in paragraph 1.4D.
Partial Payment Provisions - None.
ICity of Fayetteville 09/7/99 Page 01025-11
BB. Fire Hydrant Assembly (Pay Item 38)
1. Description - Furnish and install complete fire hydrant assembly including auxiliary
valve.
2. Incidental Items - Incidental items include excavation, concrete backing, gravel,
and equipment, labor, and materials necessary to complete the work.
3. Related Items - Water main tee and connecting pipe are paid for under separate
pay items.
4. Units and Measurements - Payment shall be at the unit price per fire hydrant
assembly furnished and installed, and accepted by Engineer.
5. Partial Payment Provisions - Partial payment will be made for materials on site, but
not yet incorporated into the work, as approved by Engineer.
CC Silt Fence (Type E-4) (Pay Item 39)
1. Description - Provide silt fence as indicated on the details in the Drawings and per
these specifications at location indicated on the Drawings or as directed by the
Engineer.
2. Incidental Items - Equipment, labor, materials and any other item necessary to
complete the work.
3. Related Items - Straw Bales may be used in conjunction with silt fence, the straw
bales shall be paid for as a separate pay item. Site preparation shall include any
costs due to permits for erosion control (stormwater pollution prevention) with the
governing agencies.
4. Units and Measurement - Payment shall be at the unit price per linear foot of silt
fence furnished, installed and accepted by Engineer.
5. Partial Payment Provisions - None.
DD. Straw Bale (Pay Item 40)
1. Description - Provide Baled Straw as indicated in the E-1, E-2, and E-4 details and
per the specifications at the locations indicated on the Drawings or as directed by
the Engineer.
2. Incidental Items -Equipment, materials, tools, labor, and any other item required
to complete the work.
3. Related Items - When straw bales are used in conjunction with silt fence, the silt
fence shall be paid for as a separate pay item. Site preparation shall include any
costs due to permits for erosion control (stormwater pollution prevention) with the
governing agencies.
4. Units and Measurement - Payment shall be at the unit price per each straw bale
furnished, installed and accepted by the Engineer.
5. Partial Payment Provisions - None.
EE. Connection into Existing Manhole (Pay Item 41)
1. Description - Construct force main into existing manhole. Core for the piping,
grout with non -shrink grout the connection and provide concrete support for the
pipe installed. See detail for additional information.
2. Incidental Items - All materials, equipment, and labor necessary to provide a
City of Fayetteville 09/7/99 Page 01025-12
complete installation of force main into existing manhole.
3. Related Items - Site preparation and force main pipe are separate pay items.
4. Units and Measurement - Payment shall be at the unit price per each connection
furnished and installed and accepted by the Engineer.
5. Partial Payment Provisions - None.
FF. 8 -inch Inserting Valve(Pay Item 42)
1. Description - Furnish and install an inserting valve per the manufacturer's
recommendations at the locations indicated on the Drawings or as directed per the
Engineer..
2. Incidental Items - This item shall consist of furnishing and installing the inserting
valve with all necessary materials, equipment, and labor necessary to complete the
work.
3. Related Items - None.
4. Units and Measurement - Payment shall be at the unit price per each inserting valve
constructed and accepted by Engineer.
6. Partial Payment Provisions - None.
GG. Concrete Sidewalk(Pay Items 43)
1. Description - Construct reinforced sidewalks in the locations indicated on the
Drawings and as required by site conditions.
2. Incidental Items - Incidental items include preparation of subgrade, adjusting width
as required by drainage structures, tool joints, saw joints, and expansion joints with
expansion joint material, expansion joint material between sidewalk and drainage
structure or driveway, and all material, equipment, and labor necessary to complete
the work.
3. Related Items- Concrete Access Ramp shall be paid for under a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per square yard of
sidewalk constructed and accepted by Engineer.
5. Partial Payment Provisions - None.
HH. Pig Launch Structure(Pay Item 44)
1. Description - Furnish and install all fittings, pipe, and other enumerated in the list
"Components of the PIG Launch"as indicated in the Drawings. Note that these
fittings and the gate valve will not be paid under any other pay item.
2. Incidental Items - Incidental items all material, equipment, and labor necessary to
complete the PIG Launch structure.
3. Related Items - Sewage Lift Station shall be paid for under a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per each structure
furnished and installed and accepted by Engineer.
5. Partial Payment Provisions - None.
If. Electrical Work for Lift Station and Backflow Preventer Heat Cable (Pay Item 45)
1 Description - Furnish and install all electrical wiring, schematics, to complete the
operations of the pump controls, or any other part of the sewage lift station for an
acceptable operation as indicated in the Drawings, notes, specifications, and or
City of Fayetteville 09/7/99 Page 01025-13
manufacturer's recommendations. This includes providing all electric to heat the
backflow preventer enclosure. Acquire. all necessary permits to construct this
work.
2. Incidental Items - Trench excavation; bedding material, conduit, wiring,
schematics, backfill, compaction of bedding and backfill, and any other equipment,
labor, and materials necessary to complete the work.
3. Related Items - Sewage Lift Station and Backflow Preventer Enclosure are
separate pay items.
4. Units and Measurement - Payment shall be at the lump sum for a complete
installation furnished, installed and accepted by Engineer.
5. Partial Payment Provisions - None.
J). Excavation Safety (Pay Item 46)
1. Description - Compliance with provisions of the Arkansas Excavation Safety Act,
including management practices, construction techniques, personnel training,
supervision, excavation site staffing, and other provisions required by Act 291 of
1993 and 29 CFR 1296 Subpart P.
2. Incidental Items - Any reporting required of the Contractor by Federal or State
agencies is incidental. -
3. Related Items - None.
4. Units and Measurement - Paid as a lump sum.
5. 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.
. -
Part 2 - PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01025
I
L!
H
City of Fayetteville 09/7/99 Page 01025-14
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 1 of these
Specifications.
2. The Contract Price and the schedule for payments are described in the General
Conditions.
3. Payments
upon
Substantial Completion
and Final Completion
of the Work are
described
in the
General Conditions and in Section 01700 of these
Specifications.
4. Engineer's approval of applications for progress payment and final payment may be
contingent upon Engineer's approval of status of Project Record Documents as
described in Section 01700 of these Specifications.
1.2 QUALITY ASSURANCE
A. Prior to start of construction, Contractor shall secure Engineer's approval of the schedule of
values required to be submitted under Paragraph 2.07 of the General Conditions, and further
described in 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
continuation sheet or sheets.
City of Fayetteville 07/13/99 Page 01027-1
1.4 PREPARATION OF APPLICATIONS I
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 14.02.D.1.a through
14.02.D.1.d.
2. Sign Application For Payment and make disbursement to Contractor.
D. Engineer will distribute signed copies of Application for Payment to Contractor, Owner and
Engineer's file. Additional copies of Application for Payment will be distributed by Engineer
to the appropriate funding agency or agencies, if required.
1.6 SUBSTANTIATING DATA
A. If payment request is for materials and for equipment, or when Engineer requires
substantiating information, Contractor shall also submit copies of invoices or documentation
as set forth in paragraph 14.02.A of the General Conditions.
B. Provide one
copy of
data
with cover letter for each copy of submittal. Show application
number and
date, and
line
item by number and description.
11
City of Fayetteville
07/13/99
Page 01027-2 1
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.
1.3 FORMAT -
A. Change Order Form: EJCDC 1910-8-B.
IB. Work Change Directive Form: EJCDC 1910-F.
II City of Fayetteville 07/13/99 Page 01035-1
J
C. Field Order Form: Engineer's letter. ,
1.4 DOCUMENTATION OF CHANGE IN CONTRACT PRICE AND CONTRACT TIME
A. Maintain detailed records of work done on a time and material basis. Provide full information
required for evaluation of proposed changes, and to substantiate costs of changes in the Work.
B. Document each quotation for a change in cost or time with sufficient data to allow evaluation
of the quotation. '
C. On request, provide additional data to support computations:
1. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from the Work, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material basis, with
additional information:
1. Origin and date of claim.
2. Dates and times work was performed, and by whom. ,
3. Time records and wage rates paid.
4. Invoices and receipts for products, equipment, and subcontracts, similarly documented.
1.5 FIELD ORDER ,
A. Engineer will authorize, in writing, minor changes in the Work not involving an adjustment ,
to Contract Price or Contract Time as authorized by Paragraph 9.05 of the General Conditions
by issuing a Field Order.
1.6 WORK CHANGE DIRECTIVE
A. Engineer may issue a Work Change Directive, signed by Owner, instructing Contractor to 1
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.
City of Fayetteville 07/13/99 Page 01035-2
UNIT PRICE CHANGE ORDER
For pre -determined unit prices and quantities, Change Order will be executed on a fixed unit
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.
TIME AND MATERIAL CHANGE ORDER
Submit itemized account and supporting data after completion of change, within time limits
indicated in the General Conditions.
Engineer will determine the change allowable in Contract Price and Contract Time as provided
in the Contract Documents.
Maintain detailed records of work done on time and material basis.
Provide full information required for evaluation ofproposed changes, and to substantiate costs
for changes in the Work.
EXECUTION OF CHANGE ORDERS
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.
CORRELATION OF CONTRACTOR SUBMITTALS
Promptly revise Schedule of
Values
and
Application for Payment torms tc
authorized Change Order as a
separate
line
item and adjust the Contract Price.
Promptly
revise progress schedules to
reflect
any change in
Contract Time, revise
schedules
to adjust time for other items
of work
affected by the
change, and resubmit.
Promptly enter changes in Project Record Documents.
Part 2- PRODUCTS
Part 3- EXECUTION
End of Section 01035
City of Fayetteville
Section 01040
COORDINATION AND MEETINGS
Part 1- GENERAL
1.1 SUMMARY
A. This Section expands upon requirements regarding coordination, conferences and
meetings, described to permit direct reference from individual product specification
Sections.
1. Coordination
2. Preconstruction conference
3. Progress meetings
1.2 RELATED SECTIONS
A. Documents affecting work of this Section include, but are not necessarily limited to
General Conditions, Supplementary Conditions, and Section in Division 1 of these
Specifications.
1.3 COORDINATION
A. Coordinate construction activities with other contractors working in the same vicinity on
other projects. It is anticipated that other utilities maybe relocated during the same time,
in the same area as this project.
B. The Contractor, on the basis of the schedule and progress meetings shall notify the
appropriate property owners of trenching, pipe laying, cleanup, or other activities
scheduled to occur on, or adjacent to, their property during the coming week. The
individual property owner, or tenant thereof, shall be notified at least 48 hours in advance
of occupying, storing materials on, or performing work on any right-of-way or easement.
It shall be the responsibility of the Contractor to provide a minimum of 72 hours advance
notice to the Engineer, Traffic department, Police Department, and Fire Department prior
to cutting or blocking any public street or roadway.
I
II
I
All planned interruptions of water service shall be coordinated with the Engineer and the
Fayetteville Water department. A minimum of 48 hours notice shall be required. Service
interruptions, when allowed by the Engineer, shall be scheduled between 8:00 a.m. and
5:00 p.m. and shall be limited to a maximum time of 4 hours for each individual meter
unless specifically approved otherwise.
ICity of Fayetteville 07/13/99 Page 01040-1
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.
C. Coordinate scheduling, submittals, and Work of the various Sections of specifications to
assure efficient and orderly sequence • of installation of interdependent construction
elements with provisions for accommodating items installed later.
D. Verify that utility requirement characteristics of operating equipment are compatible with
existing utilities. Coordinate work of various Sections having interdependent
responsibilities for installing, connecting to, and placing in service such equipment.
E. Coordinate completion and clean up of Work of separate Sections in preparation for
Substantial Completion.
F. After Owner occupancy of premises, coordinate access to site for correction of defective
Work and Work not in accordance with Contract Documents, to minimize disruption of
Owner's activities.
1.4
PRECONSTRUCTION CONFERENCE
'3
B.
C.
Engineer will schedule a conference within 20 days after the Contract Times start to run,
but before any Work at the site is started.
Attendance Required: Authorized representatives of Owner, Engineer, and Contractor.
Agenda:
1. Distribution of executed Owner -Contractor Agreement. '
2. Submission of executed bonds and insurance certificates., a
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.
City of Fayetteville
07/13/99
Page 01040-2
I
1
I
I
1
I
1
I
1
I
I
1
8. Channels and procedures for communication.
9. Rules and regulations governing performance of the Work.
10. Procedures for safety and first aid, security, quality control, and related matters.
1.5 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work beginning at weekly
intervals or as determined by Engineer.
B., Make arrangements for meetings, prepare agenda with copies for participants, preside at
meetings, record minutes, and distribute copies within two days to Engineer, Owner,
participants, and those affected by decisions made.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner,
Engineer, and others as appropriate to agenda topics for each meeting.
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Review of off -site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
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
07/13/99
Page 01040-3
Section 01051
CONSTRUCTION SURVEYS
Part 1- GENERAL
1.1 SUMMARY
A. This Section defines staking services that Engineer will furnish, and sets forth
responsibilities of Contractor regarding the use and maintenance of same.
B. Related Work: Documents affecting work of this Section include, but are not limited to,
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
C. Definitions
1. "Control Stakes" are the original reference points set by the Engineer for the
construction work.
2. "Construction Staking" is an additional staking required as the project progresses
which is the responsibility of the Contractor.
1.2 REQUIREMENTS
A. Engineer shall provide the following staking:
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
[1
n
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 07/13/99 Page 01051-1
B. Checking Stakes
1. Examine stakes before commencing operations.
2. Notify Engineer, if validity of any control stake is questionable.
3. Engineer will check stake or stakes in question.
4. Any control stakes found to be in error will be reset by the Engineer.
5. If stakes are valid, Contractor shall pay for cost of checking stakes.
C. Preservation of Stakes
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 01051
City of Fayetteville
07/13/99
Page 01051-2
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 1 of these Specifications.
B. Section 01090 - Reference Standard: applicable consensus standards.
C. Specific Sections of this Specification include additional requirements of local, state, and
federal regulatory requirements.
1.4 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.
1.6 ARKANSAS HIGHWAY AND TRANSPORTATION
A. Construction standards as listed in individual Specification Sections.
City of Fayetteville 07/13/99 Page 01060-1
11
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.
II
C. Deviations requested by Contractor which require re -submittal to ADOH - Contractor will
reimburse Owner for cost of re -submittal and obtaining approval.
1.8 NPDES STORM WATER DISCHARGE PERMIT
11
A. NPDES Permit - Apply to the State of Arkansas for storm water discharges during
construction at this site to be covered by General NPDES Permit No. ARR10A000. This '
application includes filing a Notice of Intent (NOI) and preparing a Storm Water Pollution
Prevention Plan.
B. Permit Activities: Manage the discharge of storm water from the project areas in accordance
with the NPDES permit and the following provisions.
1. Minimum requirements for storm water construction permit compliance.
Contractor will develop and place in field office file a storm waterpollution prevention
plan (Plan) for this construction site. The objective of this Plan is to identify all
potential pollution sources on -site, and, devise management and physical measures
which reduce pollution and prevent such pollution from leaving the permit site.
Plan shall include methods and timing for prevention of storm water pollution by the
construction process, equipment and materials. This includes a description of both
structural and non-structural control measures.
Plan shall include flow diversion, erosion control, sediment containment, and re -
vegetation consistent with the specified work and the storm water permit.
Plan shall specify the Contractor's supervisory personnel who shall conduct the
required inspections of the site and control facilities and who shall file the written
reports for each such inspection.
Plan shall require such inspection of the control facilities after each rain of 0.5 inches
per day as specified in the permit. Such inspections are of particular importance in
evaluating control structures and non-structural methods or procedures. Failure or
ineffectiveness of control measures or procedures must be documented with corrective
actions specified.
City of Fayetteville
07/13/99
Page 01060-2 ,
I
I2. Conduct sampling and analysis of storm water run-off in accordance with the NPDES
permit and the following provisions. Analysis shall be performed by a laboratory
approved by Owner.
' 3. Complete compliance reports required by the permit in a timely manner and provide
Owner with copies of all data on storm water management activities and monitoring.
C. Permit Compliance: Conduct storm water management practices in accordance with the
permit. Contractor shall be responsible for any enforcement action taken or imposed by
federal or state agencies, including the cost of fines, construction delays, and remedial actions,
resulting from Contractor's failure to comply with the permit provisions.
Monitor the suitability of the designated management practices to achieve the storm water
quality provisions of the permit, and notify Engineer of the any changes made to management
practices.
If changes are ordered by Engineer, an adjustment in Contract Price shall be considered in
' accordance with the General Conditions. However, Contractor's failure to monitor or report
deficiencies to Owner will result in Contractor being liable for fines and construction delays
resulting from any federal or state agency enforcement action.
Part 2- PRODUCTS
Not Used
Part 3- EXECUTION
' Not Used
IEnd of Section 01060
I
[I
I
I
City of Fayetteville 07/13/99 Page 01060-3
I
Section 01090
STANDARDS AND ABBREVIATIONS
1.1 SECTION INCLUDES
A. A listing of organizations providing reference standards referenced in the
Specifications.
B. Information on the use of reference standards.
C. A listing of abbreviations used throughout the Contract Documents.
1.2 RELATED SECTIONS
A. General Conditions, Supplementary Conditions
1.3 SCHEDULE OF
A.
AASHTO
American Association of State Highway and Transportation Officials
444 North Capitol Street, NW
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, NW
Washington, DC 20006
D.
Al
Asphalt Institute
Asphalt Institute Building
College Park, MD 20740
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
City of Fayetteville 07/13/99 Page 01090-1
G. ASTM American Society for Testing and Materials
1916 Race Street
Philadelphia, PA 19103
H. AWWA American Water Works Association
6666 West Quincy Avenue
Denver, CO 80235
EJCDC Engineers' Joint Contract Documents Committee
American Consulting Engineers Council
1015 15th Street, NW
Washington, DC 20005
J. FS Federal Specifications
General Services Administration, Specifications and Consumer
Information Distribution Section (WFSIS)
Washington Navy Yard, Building 197
Washington, DC 20407
K. MIL Military Specification
Naval Publications and Forms Center
5801 Tabor Avenue
Philadelphia, PA 19120
L. PCA Portland Cement Association
5420 Old Orchard Road
Skokie, IL 60077
M. UL Underwriters' Laboratories, Inc.
333 Pfringston Road
Northbrook, IL 60062
1.4
ABBREVIATIONS
Whenever the following abbreviations and acronyms are used, they shall have the
corresponding meaning as follows.
AGA - American Gas Association
AHTD - Arkansas Highway and Transportation Department
ASHTD - Arkansas Highway and Transportation Department
AISC - American Institute of Steel Construction
APA - American Plywood Association
ASA - American Standards Association
AWG - American Wire Gage
City of Fayetteville 07/13/99 Page 01090-2 '
AWPA
- American Wood Products Association
AWS
- American Welding Society
GSA
- General Services Administration, U.S. Government
NHBA
- National Builders Hardware Association
NEC
- National Electric Code
NEMA
- National Electric Manufactures Association
NFPA
- National Fire Protection Association
NPT
- National Pipe thread
SBC
- Standard Building Code (also SSBC)
SPA
- Southern Products Association
A
- Ampere
cfm
- cubic feet per minute
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
End of Section 01090
City of Fayetteville 07/13/99 Page 01090-3
Section 01300
SUBMITTALS
Part 1- GENERAL
1.1
1.2
A. This Section expands upon requirements regarding administrative and procedural
requirements for submittals of progress schedules, shop drawings, product data, samples,
manufacturer's instructions, and manufacturer's certificates.
B. Related Work:
1. Section 01400 - Quality Control: Manufacturers' field services and reports.
2. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates,
and closeout submittals.
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 ofthe Work and Contract Documents.
E. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate
submission of related items.
F. Identify variations from Contract Documents and Product or system limitations which
may be detrimental to successful performance of the completed Work.
G. Provide space for Contractor and Engineer review stamps.
H. Revise and resubmit submittals as required, identity all changes made since previous
submittal.
I. Distribute copies ofreviewed submittals to concerned parties. Instruct parties to promptly
City of Fayetteville 07/13/99 Page 01300-1
report any inability to comply with provisions.
1.3
1.4
CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate within 15 days after date of Owner -
Contractor Agreement for Engineer review.
B. Update, in accordance with Section 01310 and resubmit with each pay request.
C. Submit a horizontal bar chart with separate line for each major section of Work or
operation, identifying first work day of each week.
D. Show complete sequence of construction by activity, identifying Work of separate stages
and other logically grouped activities. .
E. Indicate estimated percentage of completion for each item of Work at each submission.
F. Indicate submittal dates required for shop drawings, product data, and samples.
SHOP DRAWINGS
A. Submit the number of opaque reproductions which Contractor requires, plus two copies
which will be retained by Engineer.
B. Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects
of the item and its method of connection to the Work.
C. Unless otherwise specified, make submittals in groups containing all associated items to
assure that information is available for checking each item when it is received.
1. Partial submittals may be rejected as not complying with the provisions of the
Contract.
2. The Contractor may be held liable for delays so occasioned.
D. Make submittals far enough in advance of scheduled dates for installation to provide time
required for reviews, for securing necessary approvals, for possible revisions and re -
submittals, and for placing orders and securing delivery.
E. In scheduling, allow at least ten working days for review by the Engineer following the
Engineer's receipt of the submittal.
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.
City of Fayetteville
07/13/99
Page 01300-2 '
G. After review distribute in accordance with Article on Procedures above and for Record
Documents described in Section 01700- Contract Closeout.
1.5 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus two copies which will
be retainer: 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 ofwhich
will be retained by Engineer.
E. Reviewed samples which may be used in the Work are indicated in individual
specificatioi, Sections.
1.7 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specifications Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing,
in quantities specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
1.8 MANUFACTURER'S CERTIFICATES
IA. 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.
1
City of Fayetteville 07/13/99 Page 01300-3
1
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Engineer.
Part 2- PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01300
City of Fayetteville 07/13/99 Page 01300-4
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 V2 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.
E. Show accumulated percentage of completion of each item, and total percentage of Work
completed, as of the first day of each month.
City of Fayetteville 07/13/99 Page 01310-1
I
1.4
1.5
1.6
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.
REVISIONS TO SCHEDULES
A. Indicate progress of each activity to date of submittal, and projected completion date of
each activity.
B. Identify activities modified since previous submittal, major changes in scope, and other
identifiable changes.
L
II
I
I
i
C. Provide narrative
report to
define
problem areas, anticipated delays, and impact on
Schedule. Report
corrective
action
taken, or proposed, and its effect.
SUBMITTALS
A. Submit initial Schedules within fifteen (15) days after date of Notice of Award. After
review, resubmit required revised data within ten (10) days.
B. Submit the number of opaque reproductions which Contractor requires, plus two copies
which will be retained by Engineer.
DISTRIBUTION
A. Distribute copies ofreviewed Schedules to project site file, Subcontractors, suppliers, and
other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
Part 2- PRODUCTS
Not Used
Part 3- EXECUTION
Not Used
End of Section 01310
11
City of Fayetteville
07/13/99
Page 01310-2
Section 01410
TESTING LABORATORY SERVICES
Part 1- GENERAL
1.1
SUMMARY
A. This Section describes testing and inspecting to be provided by Contractor, plus
cooperation required from Contractor with Owner's selected testing agency and others
responsible for testing and inspecting the Work.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily limited
to, General Conditions, Supplementary Conditions, and Sections in Division 1 of
these Specifications.
2. Requirements for testing may be described in various Sections of these
Specifications.
3. Where no testing requirements are described, but Owner decides that testing is
required, Owner may require such testing to be performed under current pertinent
standards for testing. Payment for such testing will be made as described in this
Section.
C. Work not included:
Selection of testing laboratory: Owner and Contractor will each select a pre -qualified
independent testing laboratory for the testing services required by each. Neither Owner
nor Contractor shall utilize a testing laboratory against which the other has a reasonable
objection.
QUALITY ASSURANCE
A. The testing laboratory will be qualified to the Owner's approval in accordance with
ASTM E 329.
B. Testing, when required, will be in accordance with all pertinent codes and regulations, and
with selected standards of the American Society for Testing and Materials and the
American Association of State Highway and Transportation Officials.
DELIVERY, STORAGE, AND HANDLING
A. Comply with pertinent provisions of Section 01620.
B. Promptly process and distribute required copies of test reports and related instructions to
City of Fayetteville
07/13/99 Page 01410-1
I
assure necessary re -testing and replacement of materials with the least possible delay in
progress of the Work.
Part 2 PRODUCTS
2.1 PROOF OF MATERIALS TESTING
A. Materials to be incorporated into the work shall be tested, using suitable laboratory and
source quality control tests, as indicated in individual specification Sections, to prove
their compliance with the Specifications.
B. Proof of materials testing shall be paid for by Contractor.
2.2 PROOF OF CONSTRUCTION TESTING
A. Completed construction shall be tested, using suitable in -situ and laboratory tests, as
indicated in individual specification sections or as recommended by Engineer or required
by Owner, to prove compliance of completed work with Specifications.
B. Proof of construction testing will be paid for by Contractor.
2.3 CODE COMPLIANCE TESTING
A. Inspections and tests required by codes or ordinances, orby 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.
Part 3- EXECUTION
3.1 COOPERATION WITH TESTING LABORATORY L1
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.
i
I
City of Fayetteville
07/13/99
Page 01410-2 '
I
1 3.2 TAKING SPECIMENS
I
3.3
I
I
I
r1
1'
II
I
I
I
I
Li
I
A. Specimens and samples fcrtesting, 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.
SCHEDULES FOR TESTING
A. Establishing schedule:
1. By advance discussion with testing laboratory selected by Owner, determine the
time required for laboratory to perform tests and to issue findings.
2. Provide all required time within the construction schedule.
B. Revising schedule: When changes of construction schedule are necessary during
construction, coordinate all such changes with the testing laboratory as required.
C. Adherence to schedule: When the testing laboratory is ready to test according to the
established schedule, but is prevented from testing or taking specimens due to
incompleteness of the Work, all extra charges for testing attributable to the delay may be
back -charged to Contractor and shall not be borne by Owner.
End of Section 01410
' City of Fayetteville 07/13/99 Page 01410-3
Section 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
Part 1 - GENERAL
1.1 SUMMARY
A. This Section describes construction facilities and temporary controls required for the Work.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily limited to,
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
2. Except that equipment furnished by subcontractors shall comply with requirements of
pertinent safety regulations, such equipment normally furnished by the individual
trades in execution of their own portions of the Work are not part of this Section.
3. Permanent installation and hookup of the various utility lines are described in other
Sections.
1.2 REQUIREMENTS
A. Provide construction facilities and temporary controls needed for the Work including, but not
necessarily limited to:
1. Temporary Utilities: Electricity, heat, ventilation, telephone, water and sanitary
facilities.
2. Temporary Controls: Barriers, enclosures, fencing, protection of the Work, and water
control.
3. Construction Facilities: Access roads and temporary buildings.
4. Project sign, if required.
1.3 DELIVERY, STORAGE, AND HANDLING
A. Maintain temporary facilities and controls in proper and safe condition throughout progress
of the Work.
11, City of Fayetteville 07/13/99 Page 01500-1
I
u
Part 2- PRODUCTS
2.1 MAINTENANCE OF TRAFFIC I
A. Keep existing roads open to all traffic. Detour routes are not required for this project. Keep
the portion of the project being used by public traffic, either through or local traffic, in such
condition to permit safe, continuous flow two-way traffic at all times.
Where the nature of the work restricts or prohibits two-way flow, one-way operation may be
maintained by use of flaggers.
B. Conduct work as to assure the least possible obstruction to traffic. Provide for safety and
convenience ofthe general public, residents affected by construction, and protection ofpersons
and property. 1
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 ofAHTD. 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
Provide necessary temporary piping and water supply and, upon completion of the
Work, remove such temporary facilities.
Provide and pay for water used in construction, including water used to flush and test
pipelines and appurtenances.
B. Electricity
L1
I
1. Provide necessary temporary wiring and, upon completion of the Work, remove such ,
temporary facility.
2. Provide area distribution boxes so located that the individual trades may furnish and
use 100 ft. maximum length extension cords to obtain power and lighting at points
where needed for work, inspection, and safety.
3. Provide and pay for electricity used in construction.
C. Heating: Provide and pay for heat devices and heat necessary to maintain specified conditions
for construction operations needed in the Work.
City of Fayetteville 07/13/99 Page 01500-2
D. Telephone
1. Make necessary arrangements and pay costs for installation and operation of telephone
service to the Contractor's office at the job site.
2. Make the telephone available to the Engineer for use in connection with the Work.
E. Temporary Ventilation
1. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to
prevent accumulation of dust, fumes, vapors, or gases.
2. Provide equipment as required to maintain proper ventilation construction operations.
F. Temporary Sanitary Facilities
1. Provide temporary sanitary facilities in the quantity required for use by all personnel.
2. Maintain in sanitary condition at all times.
2.3 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use
of site, and to protect existing facilities and adjacent properties from damage from construction
operations and demolition.
B. Provide protection for plant life designated to remain. Replace damaged plant life.
C. Protect non -owned vehicular traffic, stored materials, site and structures from damage.
2.4 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain
pumping equipment.
B. Protect site from puddling or running water. Provide water barriers as required to protect site
from soil erosion.
2.5 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual
specification Sections.
B. Provide temporary and removable protection for installed Products. Control activity in
immediate work area to minimize damage.
C. Provide temporary covering at the ends of installed piping at the end of each work day to
prevent entry of dirt, debris and rodents.
City of Fayetteville 07/13/99 Page 01500-3
D. Prohibit traffic on dressed and seeded areas. ' I
2.6 SECURITY
A. Provide security and facilities to protect Work, existing facilities, and Owner's operations I
from unauthorized entry, vandalism, or theft.
2.7 ACCESS ROADS
A. Construct and maintain temporary roads accessing public thoroughfares to serve construction
area.
B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded
traffic flow. '
C. Provide and maintain access to fire hydrants, free of obstructions. _
2.8 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and
orderly condition.
B. Remove waste materials, debris, and rubbish from site periodically and dispose off -site.
2.9 FIELD OFFICES AND SHEDS
A. Contractor's facilities: (applicable when included as a bid item)
1. Provide a temporary field office building and sheds adequate in size and
accommodation for Contractor's offices, supply, and storage.
2. Within the Contractor's facilities, provide enclosed space adequate for holding project
meetings. Furnish with table, chairs, and utilities.
B. Locate offices and sheds a minimum distance of 30 feet from existing and new structures.
2.10 ENCLOSURES
A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies,
warning signs, steps, platforms bridges, and other temporary constructing necessary forproper
completion of the Work in compliance with pertinent safety and other regulations.
B. Provide temporary weather -tight closure of exterior openings to accommodate acceptable
working conditions and protection for Products, to allow for temporary heating and
maintenance of required ambient temperatures identified in individual specification Sections,
and to prevent entry ofunauthorized persons. Provide access doors with self -closing hardware
City of Fayetteville
07/13/99
Page 01500-4 1
I
Iand locks.
2.11 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.
1 C. Provide and maintain temporary cattle fencing to restrict movement of cattle into work areas
both during regular work hours and during nighttime and weekends.
Part 3 - EXECUTION
II
II
11
3.1 MAINTENANCE AND REMOVAL
A. Maintain temporary facilities and controls as long as needed for safe and proper completion
of the Work.
B. Remove such temporary facilities and controls as rapidly as progress of the Work will permit,
or as directed by the Engineer.
IC. Clean and repair damage caused by installation or use of temporary work.
II
i
I
1]
City of Fayetteville 07/13/99
1
D. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.
End of Section 01500
Page 01500-5
Section 01620
STORAGE AND PROTECTION
Part 1 - GENERAL
1.1 SUMMARY
A. Protect products scheduled for use in the Work by means including, but not necessarily limited
to, those described in this Section.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily limited to,
General Conditions, Supplementary Conditions, and Sections in Division I of these
Specifications.
2. Additional procedures also maybe 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.
1. Maintain packaged materials with seals unbroken and labels intact until time of use.
2. Promptly remove damaged material and unsuitable items from the job site, and
promptly replace with material meeting the specified requirements, at no additional
cost to the Owner.
B. Engineer may reject as non -complying such material and products that do not bear
identification satisfactory to Engineer as to manufacturer, grade, quality, and other pertinent
information.
City of Fayetteville 07/13/99 Page 01620-1
1.5 STORAGE
A. Store materials, supplies and equipment in an orderly fashion at the site of the work as will not
unduly interfere with the progress of his work or of other contractors.
1.6 PROTECTION
A. Provide the necessary care in unloading procedures to prevent damage to materials and
equipment delivered to the job site.
B. Provide necessary security fencing and measures to prevent damage through vandalism or
theft.
11
It
C. At all times safely guard Owner's property from injury or loss in connection with this ,
Contract. At all times safely guard and protect the Work, and that of adjacent property, from
damage. Furnish, maintain, and use such equipment as maybe necessary to protect adjacent property from damage caused by construction equipment, dust, mud, dirt, and refuse from ,
operations. Failure to prevent such damage shall be cause for stopping the Work until dust,
mud, dirt, and refuse are controlled. Be fully responsible for safety precautions and protection
until acceptance of the Work.
D. Exercise due care to avoid damage to existing improvements or facilities, fences, building,
structures, adjacent properties, and trees and shrubs that are not to be removed.
E. In the event of temporary suspension of work, or during inclement weather, or whenever
Engineer shall direct, direct Subcontractors to carefully protect the Work and materials against
damages or injury from the weather.
1.7 REPAIRS AND REPLACEMENTS
A. In event of damage, promptly make replacements and repairs to the approval of Engineer and
at no additional cost to Owner.
B. Additional time required to secure replacements and to make repairs will not be considered
by Engineer to justify an extension in the Contract Times.
End of Section 01620
City of Fayetteville
07/13/99
Page 01620-2 1
Section 01630
PRODUCT OPTIONS AND SUBSTITUTIONS
Part 1- GENERAL
1.1 SUMMARY
A. This Section describes product options available to the Contractor, plus procedures for
securing approval of proposed substitutions.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily limited to,
General Conditions, Supplementary Conditions, and Sections in Division 1 of these
Specifications.
2. Make submittals in accordance with pertinent provisions of Section 01300.
1.2 PRODUCT OPTIONS
A. The Contract is based on standards of quality established in the Contract Documents.
1. In agreeing to the terms and conditions of the Contract, Contractor has accepted a
responsibility to verify that the specified products will be available and to place orders
for all required materials in such a timely manner as is needed to meet agreed upon
construction schedule.
2. Neither Owner nor Engineer has agreed to the substitution of materials or methods
called for in the Contract Documents, except as they may specifically otherwise state
in writing.
B. Materials and/or methods specified by name:
1. Where materials and/or methods are specified by naming one single manufacturer
and/or model number, without stating that equal products will be considered, only the
material and/or method named is approved for incorporation into the Work.
2. Should Contractor demonstrate to the satisfaction ofEngineer 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 07/13/99 Page 01630-1
C
.1
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 Contractorto be used in lieu of materials and/or 1
methods;
3. Information on proposed substitutions shall be submitted to Engineer in triplicate in '
accordance with Paragraph 6.05.A of the General Conditions.
D. The following products do not require further approval except for interface within the Work: ,
1. Products specified by reference to standard specifications such as ASTM, AWWA, and
similar standards;
2. Products specified by manufacturer's name and catalog model number.
E. Where the phrase "or equal," or "or equal as approved by Engineer," occurs in the
Specifications, do not assume that the materials, equipment, or methods will be approved as
equal unless the item has been specifically so approved for the Work by Engineer.
F. The decision of Owner shall be final.
1.3 REIMBURSEMENT OF ENGINEER'S COSTS I
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.
14 DELAYS
A. Delays in construction arising by virtue of the non -availability of a specified material and/or
method will not be considered by Engineer as justifying an extension of the agreed Contract '
Time.
End of Section 01630
U
City of Fayetteville
07/13/99
Page 01630-2 ,
17
Section 01700
1 CONTRACT CLOSEOUT
' Part 1- GENERAL
1.1 SECTION INCLUDES
A. Description of an orderly and efficient transfer of the completed Work to Owner.
', B. Expands upon requirements regarding project closeout procedures, final cleaning, adjusting,
project record documents, operation and maintenance data, and warranties described to permit
direct reference from individual product specification Sections.
C. Related work: Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 ofthese
' Specifications.
' 1.2 QUALITY ASSURANCE
A. Prior to requesting inspection by Engineer, use adequate means to assure that the Work is
completed in accordance with the specified requirements and is ready for the requested
inspection.
' 1.3 PROCEDURES
A. Substantial Completion:
i. Prepare and submit the list required by the first sentence of Paragraph 14.04 of the
General Conditions.
2. Within a reasonable time after receipt of the list, Engineer will inspect to determine
status of completion.
3. Should Engineer determine that the Work is not substantially complete:
a. Engineer promptly will so notify Contractor, in writing, giving reasons
therefore.
' b. Remedy the deficiencies and notify Engineer when ready for reinspection.
c. Engineer will reinspect the Work.
4. When Engineer concurs that the Work is substantially complete:
I. a. Engineer will prepare a "Certificate of Substantial Completion", accompanied
by Contractor's list of items to be completed or corrected, as verified by
Engineer.
b. Engineer will submit the Certificate to Owner and Contractor for their written
acceptance of the responsibilities assigned to them in the Certificate.
' City of Fayetteville
07/13/99 Page 01700-1
I
B. Final Completion:
1. Prepare and submit the notice required by the first sentence of Paragraph 14.06 of the ,
General Conditions.
2. Verify that the Work is complete including, but not necessarily limited to, the items
mentioned in Paragraph 14.07.A of the General Conditions.
3. Certify that:
a. Contract Documents have been reviewed;
b. Work has been inspected for compliance with the Contract Documents;
c. Work has been completed in accordance with the Contract Documents;
d. Equipment and systems have been tested as required, and are operational; and
e. Work is completed and ready for final inspection.
4. Engineer will make an inspection to verify status of completion.
5. Should Engineer determine that the Work is incomplete or defective:
a. Engineer promptly will so notify Contractor and Owner, in writing, listing the
incomplete or defective work.
b. Remedy the deficiencies promptly, and notify Engineer when ready for
reinspection.
6. When Engineer determines that the Work is acceptable under the Contract Documents,
he will request Contractor to make closeout submittals.
C. Closeout submittals include, but are not necessarily limited to: '
1. Project Record Documents.
. 2. Operation and maintenance data for items so listed in pertinent other Sections of these ,
Specifications, and for other items when so directed by Engineer.
3. Warranties and Bonds
4. Specifications with recorded changes made by addenda.
5. Spare parts and materials extra stock
6. Evidence of compliance with requirements ofgovernment agencies havingjurisdiction
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.
I
J
D. Final adjustment of accounts: Submit a final statement of accounting to Engineer, showing
all adjustments to the Contract Price. A final Change Order reconciling quantities installed
to contract amounts will be issued.
11
11
City of Fayetteville 07/13/99 Page 01700-2 '
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 ADJUSTING
A. Adjust operating equipment to ensure smooth and unhindered operation.
1.6 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; protect from deterioration and
from loss and damage until completion of the Work; record actual revisions to the Work. Do
not use the record documents set for any purpose except entry of new data and for review by
Engineer.
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress. Failure to promptly make
notations on Record Documents will be considered in evaluating requests for progress
payments.
1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
2. Date all entries.
3. Call attention to the entry by a "cloud" drawn around the area or areas affected.
4. In the event of overlapping changes, use different colors for the overlapping changes.
D. Specifications: Legibly mark and record at each product section description ofactual 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,
City of Fayetteville 07/13/99 Page 01700-3
J
referenced to permanent surface improvements.
2. Field changes of dimension and detail.
3. Details not on original Contract Drawings.
F. Submittal, Review, and Approval
1. Submit the completed set of Project Record Documents to Engineer for review.
2. Participate in review meetings as required.
3. Make required changes and promptly deliver the final Project Record Documents to
Engineer.
G. Contractor has no responsibility for recording changes in the Work subsequent to Final
Completion, except for changes resulting from work performed under Warranty.
1.7 OPERATION AND MAINTENANCE DATA
11
I
I
I
A. Submit three sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three ring I
capacity expansion binders with durable plastic covers.
B. Prepare binder covers with printed title "OPERATION AND MAINTENANCE I
INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are
required.
C. Internally subdivide the binder contents with permanent page dividers, logically organized as
described below, with tab titling clearly printed under reinforced laminated plastic tabs.
D. Contents:
Prepare a
Table
of Contents for
each volume, with each product or system
description
identified,
type on 30 pound white
paper.
E. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor,
Subcontractors, and major equipment suppliers.
F. Part 2: Operation and maintenance instructions, arranged by system and subdivided by
specification section. For each category, identify names, addresses, and telephone numbers
of Subcontractors and suppliers. Identify the following:
1. Significant design criteria.
2. List of equipment.
3. Parts list for each component.
4. Operating instructions.
5. Maintenance instructions for equipment and systems.
6. Maintenance instructions for cleaning methods, materials, and special precautions
identifying detrimental agents.
G. Part 3: Project documents and certificates, including the following:
1. Shop Drawings and product data.
2. Certificates.
City of Fayetteville
07/13/99
Page 01700-4 ,
3. Photocopies of warranties.
H. Submit one copy of completed volumes in final form fifteen (15) days prior to final inspection.
This copy will be returned after final inspection, with Engineer's comments. Revise content
of documents as required prior to final submittal.
I. Submit final volumes revised, within ten (10) days after final inspection.
1.8 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, Suppliers, and manufacturers.
C. Provide Table of Contents and assemble in three ring binder with durable plastic cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten (10) days after acceptance, listing date of acceptance as start of warranty period.
1.9 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment.
1.10 INSTRUCTION
A. Instruct Owner's personnel in proper operation and maintenance of systems, equipment, and
similar items which were provided as part of the Work.
Part 2- PRODUCTS
Not Used
' Part 3 -EXECUTION
Not Used
End of Section 01700
L
City of Fayetteville
07/13/99
Page 01700-5
II
II
I
IPart 1- GENERAL
Section 02050
DEMOLITION
1.1 SECTION INCLUDES
A. Neatly saw cut existing asphalt pavement across Deane Solomon Road where force main
' crosses. Construct encasement and force main and repair pavement in accordance with
details. Remove portion of wall and fence along Deane Solomon Road to construct force
main. Reconstruct wall and fence. Remove portion of curb and sidewalk at intersection
' of Coyote Trail and Deane Solomon Road, reconstruct. Remove concrete sidewalk
between Coyote and culdesac to construct force main, reconstruct. Remove and dispose
of any trees, bushes, etc. to construct main.
B. Remove and dispose of existing debris from old building where the water line is in Linear
Park. Also, remove and dispose of trees, shrubs, bushes, etc. in that area.
C. Remove and dispose of trees and/or bushes in the utility easement area and enough outside
the easement to construct sewer line.
' D. Remove and dispose of enough trees and brush to construct the water line along Shiloh
and Moore Lane.
E. 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
A. Demolition work may be scheduled to be completed prior to other work to be performed
' in the area, but not so far in advance that the general public is inconvenienced any more
than is necessary. Demolition of any item on the COF right of way shall be coordinated
with the City of Fayetteville Traffic Department.
Part 2 -PRODUCTS
Not Used
Ll
L1
ICity of Fayetteville 07/13/99 Page 02050-1
Part 3 - EXECUTION
3.1 EXAMINATION
A. Verify with Engineer the limits of asphalt pavement and concrete removal.
B. Examine all demolition material. Remove and dispose of in accordance with all local,
state, and federal laws.
3.2 DEMOLITION
A. Saw cut and remove asphalt pavement where necessary. Take care to avoid damage to
adjacent pavement.
B. Saw cut and remove concrete where needed . Take care to avoid damage to'adjacent.
concrete.
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 02050
City of Fayetteville
07/13/99
Page 02050-2
Section 02100
SITE PREPARATION
Part 1- GENERAL
1.1 SECTION INCLUDES
A. Isolated Tree Clearing
B. Preserved Vegetation
C. Scalping
D. 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 07/13/99 Page 02100-1
Part 2- PRODUCTS
Not Used.
Part 3 - EXECUTION
3.1 GENERAL
A. The limits of construction for the Work shall be prepared for excavation and embankment and
road construction by a combination of isolated tree clearing, 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:
1. Preserved Vegetation - Areas of the right-of-way containing trees and brush that are
not to be disturbed except for trimming above the roadbed 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. Isolated Tree Clearing - Cutting, grubbing, and removal of individual, isolated trees
and stumps greater than 4 inches diameter measured 12 inches above ground, in areas
that are otherwise to be scalped; isolated tree clearing does not apply to areas that are
cleared and grubbed.
4. 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 07/13/99 Page 02100-2
II
II
II
I
I
I
' 3.3 SCALPING
IA. 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
Ito the area from which it is obtained, after excavation or embankment operations are complete.
3.4 ISOLATED TREE REMOVAL
' A. Cut and clear and grub isolated trees designated for removal and grub stumps from previously
cleared trees as required for clearing and grubbing.
3.5 MISCELLANEOUS
' A. Any item not noted under another pay item that mayor 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 construction.
Relocating mailboxes, fencing, guardrails, signs or any other item that will require relocation
or reconstruction.
3.5 DISPOCAL OF EXCESS MATERIALS
A. Merchantable timber in the site preparation area that has not been removed from right-of-way
prior to the beginning of construction shall become the property of Contractor, unless
otherwise provided.
B. Burning is not permitted.
IC. Remove from the site materials and debris, and dispose 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.
[I
End of Section 02100
I
I
I
Page 02100-3
City of Fayetteville
I
07/13/99
Section 02161
EXCAVATION SAFETY
PART 1- GENERAL
1.1 SECTION INCLUDES
Excavation safety measures, including materials and methods, required by 29 CFR 1926 Subpart
P.
1.2 RELATED SECTIONS
01025 Measurement and Payment
01500 Construction Facilities and Temporary Controls
02221 Trenching, Backfilling and Compacting
1.3 REFERENCE STANDARD
29 CFR 1296 Subpart P - Occupational Safety and Health Standards - Excavations
A copy of the Reference Standard follows this page. This is included as a reference only. The
Contractor shall attain his own copy of 29 CFR 1296 Subpart P and be responsible for the
interpretation and compliance with this standard.
PART 2- MATERIALS
Not Used
PART 3 - EXECUTION
Not Used
End of Section 02161
City of Fayetteville
07/13/99 Page 02161-1
§1926.606 29 CFR Ch. XVII (7-1-92 Edition) I
(6) Obstructions shall not be laid on
or across the gangway.
(7) The means of access shall be ade-
quately illuminated for its full length.
• (8) Unless the structure makes it im-.
possible, the means of access shall be
so located that the load will not pass
over employees.
(c) Working surfaces of barges. (1)
Employees shall not be permitted to
walk along the sides of covered light-
ers or barges with coamings more than
5 feet high, unless there is a 3 -foot
clear walkway, or a grab rail, or a taut
handline is provided.
(2) Decks and other working sur-
faces shall be maintained in a safe
condition.
(3) Employees shall not be permitted
to pass fore and aft, over, or around
deckloads, unless there is a safe pas-
sage.
(4) Employees shall not be permitted
to walk over deckloads from rail to
coaming unless there is a safe passage.
If it is necessary to stand at the out-
board or inboard edge of the deckload
where less than 24 inches of bulwark,
rail, coaming, or other protection
exists, all employees shall be provided
with a suitable means of protection
against falling from the deckload.
(d) First -aid and lifesaving equip-
ment. (1) Provisions for rendering first
aid and medical assistance shall be in
accordance with Subpart D of this
part.
(2) The employer shall ensure that
there is in the vicinity of each barge in
use at least one U.S. Coast Guard -ap-
proved 30 -inch lifering with not less
than 90 feet of line attached, and at
least one portable or permanent.
ladder which will reach the top of the
apron to the surface of the water. If
the above equipment is not available
at the pier, the employer shall furnish
it during the time that he is working
the barge.
(3) Employees walking or working on
the unguarded decks of barges shall be
protected with U.S. Coast Guard -ap-
proved work vests or buoyant vests.
Ce) Commercial diving operations.
Commercial diving operations shall be
subject to subpart T of part 1910,
§ § 1910.401-1910.441, of this chapter.
[39 FR 22801, June 24, 1974, as amended at
42 FR 37674, July 22, 1977)
§ 1926.606 Definitions applicable to this
subpart.
(a) Apron —The area along the wa-
terfront edge of the pier or wharf.
(b) Bulwark —The side of a ship
above the upper deck.
Cc) Coaming—The raised- frame, as
around a hatchway in the deck, to
keep out water.
(d) Jacob's. ladder —A marine ladder
of rope or chain with wooden or metal
rungs. _
(e) Rail, for the purpose of
§ 1926.605, means a light structure
serving as a guard at the outer edge of
a ship's deck.
Subpart P— Excavations
AUTHORITY: Sec. 107, Contract Worker
Hours and Safety Standards Act (Construc-
tion Safety Act) (40 U.S.C. 333); Sees. 4, 6, 8,
Occupational Safety and Health Act of
1970 (29 U.S.C. 653, 655, 657); Secretary of
Labor's Order No. 12-71 (36 FR 8754), 8-76
(41 FR 25059), or 9-83 (48 FR 35736), as ap-
plicable, and 29 CFR part 1911.
SOURCE: 54 FR 45959, Oct. 31, 1989, unless
otherwise noted.
§ 1926.650 Scope, application, and defini-
tions applicable to this subpart.
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Excava-
tions are defined to include trenches.
(b) Definitions applicable to this
subpart.
Accepted engineering practices
means those requirements which are
compatible with standards of practice
required by a. registered professional
engineer.
Aluminum Hydraulic Shoring means
a pre-engineered shoring system com-
prised of aluminum hydraulic cylin-
ders (crossbraces) used in conjunction
with vertical rails (uprights) or hori-
zontal rails (walers). Such system is
designed, specifically to support the
sidewalls of an excavation and prevent.
cave-ins.
Bell-bottom pier hole means a type
of shaft or footing excavation, the
bottom of which is made larger than
the cross section above to form a
belled shape.
I
I
I
L
11
11
218
I
L
I
I
I
I
I
I
I
I
I
I
Occt'potional Safety and Health Admin., Labor
§ 1926.650
Benching (Benching system) means Ramp means an inclined walking or
a method of protecting employees working surface that is used to gain
from cave-ins by excavating the sides access to one point from another, and
of an excavation to form one or a is constructed from earth or from
series of horizontal levels or steps, structural materials such as steel or,
usually with vertical or near -vertical wood. Registered Professional Engineer
surfaces between levels.
Cave-in means the separation of a means a person who is registered as a
mass of soil or rock material from the professional engineer in the state
side of an excavation, or the loss of where the work is to be performed.
soil from under a trench shield or sup- However, a professional engineer, reg-
port system, and its sudden movement istered in yprofessionalstate
isdmedeto be era.
into the excavation, either by fallingof this standard
or sliding, in sufficient quantity so within the meaning
that it could entrap, bury, or other- when approving designs for "manufac-
wise injure and immobilize a person. tured protective systems" or "tabulat-
Competent person means one who is ed data" to be used in interstate corn -
capable of identifying existing and merce.
predictable hazards in the surround- Sheeting means the members of a
ings, or working conditions which are shoring system that retain the earth
unsanitary, hazardous, or dangerous in position andmein urn of are supported
to employees, and who has authoriza- by other
tion to take prompt corrective meas- system.
shid (Shield system) means a
ures to eliminate them.
Cross braces mean the horizontal structure that is able to withstand the
members of a shoring system installed forces imposed on it by a cave-in and
perpendicular to the sides of the exca- thereby protect employees within the
vation, the ends of which bear against structure. hields canbedbeigned peiuianent
either uprights or wales. structures or can
be
Excavation means any man-made portable
dite and
moved
l along
ngshas o k be
cut, cavity, trench, or depression in an gr in
esses.earth surface, formed by earth remov- either aci h
ordance acjob-built
1926.652 (c)(3) t or
al.
Faces or sides means the vertical or (c)(4). Shields used. in trenches are
inclined earth surfaces formed as a usually referred to as "trench boxes"
result of excavation work. or "trench shields.
Failure means the breakage, dis- Shoring (Shoring system) means a
placement, or permanent deformation structure such as a metal hydraulic,
of a structural member or connection mechanical or at supports the b des of an excr shoring tem thand its supportive capabilities.
so as to reduce its structural integrity tion and which is designed toprevent
Hazardous atmosphere means an at- cave-ins.
mosphere which by reason of being ex- Sides. See "Faces."
plosive, flammable, poisonous, corro- Sloping (Sloping system) means a
sive, oxidizing, irritating, oxygen deli- m Vehod of byprotecting
excavating to form sides of
cient, toxic, or otherwise harmful, may caan excavation that are inclined away
cause death, illness, or injury.
Kickout means the accidental re- from the excavation
x av t oe so asine ravet
lease or failure of a cross brace.
uired
Protective system means a method of to
preventisuch fact
cave -lit varies with itoild fifer -
r,
protecting employees from cave-ins, ences
from material that could fall or roll environmental conditions of exposure,
from an excavation face or into an ex- anS abled lrock means natural solid min-
ication of surcharge loads.
cavation, or from the collapse of adja-
cent structures. Protective systems in- with materialthat
shdes can
andbwill remain
avated
chide support , systems, sloping
benching systems, shield systems, and intact while exposed. Unstable rock is
other systems that provide the neces- material otbee stable
ide or when des of the rock
ck
sary protection.
219
§ 1926.651
I
cavation is secured
movement by rock
protective system
signed by a registe
gineer.
St
against caving -in or
bolts or by another
that has been de -
red professional en -
ructural ramp means a ramp built
of steel or wood, usually used for vehi-
cle access. Ramps made of soil or rock
are not considered structural ramps.
Support system, means a structure
such as underpinning bracing, or
shoring, which provides support to an
adjacent structure,. underground in-
stallation, or the sides of an excava-
tion.
Tabulated data means tables and
charts approved by a registered profes-
sional engineer and used to design and
construct a protective system.
Trench (Trench excavation) theans a
narrow excavation (in relation to its
length) made below the surface of the
ground..In general, the depth is great-
er than the width, but the width of a
trench (measured at the bottom) is
not greater than 15 feet (4.6 in). If
•forms or other structures are installed
or constructed in an excavation so as
to reduce the dimension measured
from the forms or structure to the side
of the excavation to 15 feet (4.6 m) or
less (measured at the bottom of the
excavation), the excavation is also con-
sidered to be a trench.
Trench boa. See "Shield."
Trench shield. See "Shield."
Uprights means the vertical mem-
bers of a trench shoring system placed
in contact with the earth and usually
positioned so that individual members
do not contact each other. Uprights
placed so that individual members are
closely spaced, in contact with or
interconnected to each other, are
often called "sheeting."
Wales means horizontal members of
a shoring system placed parallel to the
excavation face whose sides bear
against the vertical members of the
shoring system or earth.
§ 1926.651 General requirements.
(a) Surface. encumbrances. All sur-
face encumbrances that are located so
as to create a hazard to employees
shall be removed or supported, as nec-
essary, to safeguard employees.
(b) Underground installations. (1)
The estimated location of utility in -
29 CFR Ch. XVII (7.1_92 Edition)
stallations, such as sewer, telephone,
fuel, electric. water lines, or any other
underground installations that reason-
ably may be expected to be encoun.
tered during excavation work, shall be
determined prior to opening an exca-
vation.
(2) Utility companies or owners shall
be contacted within established or cus-
tomary local response times, advised
of the proposed work, and asked to es-
tablish the location of the utility un-
derground installations prior to the
al
start of actuexcavation. When utili-
ty companies or owners cannot re-
spond to a request to locate under-
ground utility installations within 24
hours (unless a longer period is re-
quired by state or local law), or cannot
establish the exact location of these
installations, the employer may pro-
ceed, provided the employer does so
with caution, and provided detection
equipment or other acceptable means
to locate utility installations are used.
(3) When excavation operations ap-
proach the estimated location of un-
derground installations, the exact lo-
cation of the installations shall be de-
termined by safe and acceptable
means.
(4) While the excavation is open, un-
derground installations shall be pro-
tected, supported or removed as neces-
sary to safeguard employees.
(c) Access and egress —(1) Structural
ramps. (1) Structural ramps that are
ns
used solely by employees as a means of
access or egress from excavations shall
be designed by a competent person.
Structural ramps used for access or
egress of equipment shall be designed
by a competent person qualified in
structural design, and shall be con-
structed in accordance with the
design.
(ii) Ramps and runways constructed
of two or more structural members
shall have the structural members
onnected together to prevent dis-
dacement.
(iii) Structural members used for
amps and runways shall be of un-
arm thickness.
(iv) Cleats or other appropriate
leans used to connect runway struc-
iral members shall be attached to the
ottom of the runway or shall be at -
L
I
I
I
L
I
11
L
I
220
Occupational Safety and Health Admin., Labor
§ 1926.651
H
L
I
1
I
I
I
11
tached in a manner to prevent trip-
ping.
(v) Structural ramps used in lieu of
steps shall be provided with cleats or
other surface treatments on the top
surface to prevent slipping.
(2) Means of egress from trench exca-
vations. A stairway, ladder, ramp or
other safe means of egress shall be lo-
cated in trench excavations that are 4
feet (1.22 m) or more in depth so as to
require no more than 25 feet (7.62 m)
of lateral travel for employees.
(d) Exposure to vehicular traffic.
Employees exposed to public vehicular
traffic shall be . provided with, and
shall wear, warning vests or other suit-
able garments marked with or made of
reflectorized or high -visibility materi-
al.
(e) Exposure to falling loads. No em-
ployee shall be permitted underneath
loads handled by lifting or digging
equipment. Employees shall be re-
quired to stand away from any vehicle
being loaded or unloaded to avoid
being struck by any spillage or falling
materials. Operators may remain in
the cabs of vehicles being loaded or
unloaded when the vehicles are
equipped, in accordance with
§ 1926.601(b)(6), to provide adequate
protection for the operator during
loading and unloading operations.
(f) Warning system for mobile equip-
ment. When mobile equipment is oper-
ated adjacent to an excavation, or
when such equipment is required to
approach the edge of an excavation,
and the operator does not have a clear
and direct view of the edge of the ex-
cavation, a warning system shall be
utilized such as barricades, hand or
mechanical signals, or stop logs. If pos-
sible, the grade should be away from
the excavation.
(g) Hazardous atmospheres —(1)
Testing and controls. In addition to
the requirements set forth in subparts
D and E of this part (29 CFR 1926.50-
1926.107) to prevent exposure to
harmful : levels of atmospheric con-
taminants and to assure acceptable at-
mospheric conditions, the following re-
quirements shall apply.
(i) Where oxygen deficiency (atmos-
pheres containing less than 19.5 per-
cent oxygen) or a hazardous atmos-
phere exists or could reasonably be ex-
petted to exist, such as in excavations
in landfill areas or excavations in
areas where hazardous substances are
stored nearby, the atmospheres in the
excavation shall be tested before em-
ployees enter excavations greater than
4 feet (1.22 m) in depth.
(ii) Adequate precautions shall be
taken to prevent employee exposure to
atmospheres containing less than 19.5
percent oxygen and other hazardous
atmospheres. These precautions in-
clude providing proper respiratory
protection or ventilation in accordance
with subparts D and E of this part re-
spectively.
(iii) Adequate precaution shall be
taken such as providing ventilation, to
prevent employee exposure to an at-
mosphere containing a concentration
of a flammable gas in excess of 20 per-
cent of the lower flammable limit of
the gas.
(iv) When controls are used that are
intended to reduce the level of atmos-
pheric contaminants to acceptable
levels, testing shall be conducted as
often as necessary to ensure that the
atmosphere remains safe.
(2) Emergency rescue equipment. (i)
Emergency rescue equipment, such as
breathing apparatus, a safety harness
and line, or a basket stretcher, shall be
readily available where hazardous at-
mospheric conditions exist or may rea-
sonably be expected to develop during
work in an excavation. This equipment
shall be attended when in use.
(ii) Employees entering bell-bottom
pier holes; or other similar deep and
confined footing excavations, shall
wear a harness with a life -line securely
attached to it. The lifeline shall be
separate from any line used to handle
materials, and shall be individually at-
tended at all times while the employee
wearing the lifeline is in the excava-
tion.
(h) Protection from hazards associ-
ated with water accumulation. (1) Em-
ployees shall not work in excavations
in which there is accumulated water,
or in excavations in which water is ac-
cumulating, unless adequate precau-
tions have been taken to protect em-
ployees against the hazards posed by
water accumulation. The precautions
necessary to protect employees ade-
quately vary with each situation, but
221
§ 1926.651
could include special support or shield.
systems to. protect from cave -ins, -
water removal to control the level of
accumulating water, or use of a safety
harness and lifeline.
(2) If water is controlled or prevent-
ed from accumulating by the use o
water removal equipment, the wate
removal equipment and operation
shall be monitored. by a competen
person to ensure proper operation.
(3) If excavation work interrupts th
natural drainage -of surface wate
(such as streams), diversion ditches
dikes, or other suitable means shall b
used to prevent surface water from en-
tering. the excavation and to provide
adequate drainage of the area adja-
cent to the excavation. Excavations
29 CFR Ch. XVI1 (7-1-92 Edition) I
222
Occupational Safety and Health Admin., Labor
§ 1926.652
I
I
I
I
I
I
I
I
I
L
I
I
I
I
(2) Adequate barrier physical protec-
tion shall be provided at all remotely
located excavations. All wells, pits,
shafts, etc., shall be barricaded or cov-
ered. Upon completion of exploration
and similar operations, temporary
wells, pits, shafts, etc., shall be back -
filled.
§ 1926.652 Requirements for protective
systems.
(a) Protection of employees in exca-
vations. (1) Each employee in an exca-
vation shall be protected from cave-ins
by an adequate protective system de-
signed in accordance with paragraph
(b) or (c) of this section except when:
(i) Excavations are made entirely in
stable rock; or
(ii) Excavations are less than 5 feet
(1.52m) in depth and examination of
the ground by a competent person
provides no indication of a potential
cave-in.
(2) Protective systems shall have the
capacity to resist without failure all
loads that are intended or could rea-
sonably be expected to be applied or
transmitted to the system.
• (b) Design of sloping and benching
systems. The slopes and configurations
of sloping and benching systems shall
be selected and constructed by the em-
ployer or his designee and shall be in
accordance with the requirements of
paragraph (b)(1); or, in the alterna-
tive, paragraph (b)(2); or, in the alter-
native, paragraph (b)(3), or, in the al-
ternative, paragraph (b)(4), as follows:
(1) Option (1) Allowable configura-
tions and slopes. (i) Excavations shall
be sloped at an angle not steeper than
one and one-half horizontal to one
vertical (34 degrees measured from the
horizontal), unless the employer uses
one of the other options listed below.
(ii) Slopes specified in paragraph
(b)(1)(i) of this section, shall be exca-
vated to form configurations that are
in accordance with the slopes shown
for Type C soil in Appendix B to this
subpart.
(2) Option (2) —Determination of
slopes and configurations using Ap-
pendices A and B. Maximum allowable
slopes, and allowable configurations
for sloping and. benching systems,
shall be determined in accordance
with the conditions. and requirements
set forth in appendices A and B to this
subpart.
(3) Option (3) —Designs using other
tabulated data. (i) Designs of sloping
or benching systems shall be selected
from and be in accordance with tabu-
lated data, such as tables and charts.
(ii) The tabulated data shall be in
written form and shall include all of
the following:
(A) Identification of the parameters
that affect the selection of a sloping
or benching system drawn from such
data;
(B) Identification of the limits of use
of the data, to include the magnitude
and configuration of slopes deter-
mined to be safe;
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective
system from the data.
(iii) At least one copy of the tabulat-
ed data which identifies the registered
professional engineer who approved
the data, shall be maintained at the
jobsite during construction of the pro-
tective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4) —Design by a regis-
tered professional engineer. (1) Sloping
and benching systems not utilizing
Option (1) or Option (2) or Option (3)
under paragraph (b) of this section
shall be approved by a registered pro-
fessional engineer.
(ii) Designs shall be in written form
and shall include at least the follow-
ing:
(A) The magnitude of the slopes
that were determined to. be safe for
the particular. project;
(B) The configurations that were de-
termined to be safe for the particular
project; and
(C) The identity of the registered
professional engineer approving the
design.
(iii) At least one copy of the design
shall be maintained at the jobsite
while the slope is being constructed.
After that time the design need not be
at the jobsite, but a copy shall be
made available to the Secretary upon
request.
(c) Design of support systems, shield
systems, and other protective systems.
I
223
§1926.452 - H .'29<CFR=Ch. XVW(7-1-92=Edition)
Designs'.of support systems shield sys-
tems, and .other protective systems
shall be, selected and -constructed by
the'emplgyer.,or his designee: and shall
be .in d:accordance with -the require-
ments .of .paragraph (c)(1); or, in The
alteriiative,'paragraph Cc)(2); or, in"the
alternative,; paragraph (c)(3); or, in .the
alternative -:paragraph (c)(4) .as fol-
lows:
(1) Option (1) Designs using'appen-
dices A, C and D. Designs for timber
shoring in trenches shall be .deter-
mined in accordance with the condi-
tions and requirements set forth in ap-
pendices A and C to this subpart. De-
signs for aluminum hydraulic shoring
shall be in accordance with paragraph
(c)(2) of this section, but if manufac-
turer's tabulated data cannot be uti-
lized, designs shall be in accordance
with appendix D.
(2) Option (2) —Designs Using Manu-
facturer's Tabulated Data. (i) Design
of support systems, shield systems, or
other protective systems that are
drawn from manufacturer's tabulated
data shall be in accordance with all
specifications, recommendations, and
limitations issued or made by the man-
ufacturer.
(ii) Deviation from the specifica-
tions, recommendations, and limita-
tions issued or made by the manufac-
turer shall only be allowed after the
manufacturer issues specific written
approval.
(iii) Manufacturer's specifications,
recommendations, and limitations, and
manufacturer's approval to deviate
from the specifications, recommenda-
tions, and limitations shall be in writ-
ten form at the jobsite during con-
struction of the protective system.
After that time this data may be
stored off the jobsite, but a copy shall
be made available - to the Secretary
upon request.
(3) Option (3) —Designs using other
tabulated data. (i) Designs of support
systems, shield systems, or other pro-
tective systems shall be selected from
and be in accordance with tabulated
data, such as tables and charts.
(ii) The tabulated data shall be in
written form and include all of the fol-
lowing:
. (A) Identification of :the .parameters
that affect the .selection -of a protec-
tivesystemdrawnfromsuch.data; .
(B) Identification -of the limits .of :use
Of :the data;
• CC) Explanatory information as may
be.:necessaryto ,aid.the•:uger inana'king.
'°a *correct selection •of a protedtiIve
system from the data.
• (iii) Ai least on'ecopy of:=the:tabulat-
ed data, which identifies .the 'regis
tered professional engineer who ap-
-proved the data, shall be maintained
at the jobsite during construction o1-'
the protective system After that time
the .data may be stored off the jobsite,
but a copy of the data shall be made
available to the Secretary upon re-
quest.
(4) Option (4) —Design by a regis-
tered professional engineer. (i) Sup-
port systems, shield systems, and
other protective systems not utilizing
Option 1, Option 2 or Option 3, above,
shall be approved by a registered pro-
fessional engineer.
(ii) Designs shall be in written form
and shall include the following:
(A) A plan indicating the sizes,
types, and configurations of the mate-
rials to be used in the protective
system; and
(B) The identity of the registered
professional engineer approving the
design.
(iii) At least one copy of the design
shall be maintained at the jobsite
during construction of the protective
system. After that time, the design
may be stored off the jobsite, but a
copy of the design shall be made avail-
able to the Secretary upon request.
(d) Materials and equipment. (1) Ma-
terials and equipment used for protec-
tive systems shall be free from damage
or defects that might impair : their
proper function.
• (2) Manufactured materials and
equipment used for protective systems
shall be used and maintained in a
manner that is consistent with the rec-
ommendations of the manufacturer,
and in a manner that will prevent em-
ployee exposure to hazards.
• (3) When material or equipment
that is used for protective systems is
damaged, a competent person shall ex=
amine the material or equipment and
evaluate its suitability for continued
I
i
ri
I
224
Occupational Safety and Health Admin., Labor
Subpt. P, App. A
II
I 1
1
use. .11 the competent person cannot
assure the material or equipment is
able to support the intended loads or
is otherwise suitable for safe use, then
such material or equipment shall be
removed from service, and shall be
evaluated and approved by a regis-
tered professional engineer before
being returned to service.
(e),Installation and removal of sup-
port —(1) General. (i) Members of sup-
port systems shall be securely connect-
ed together to prevent sliding, falling,
kickouts, or other predictable failure.
(ii) Support systems shall be in-
stalled and removed in a manner that
protects employees from cave-ins,
structural collapses, or from being
struck by members of the support
system.
(iii) Individual members of support
systems shall not be subjected to loads
exceeding those which those members.
were designed to withstand.
(iv) Before temporary removal of in-
dividual members begins, additional
precautions shall be taken to ensure
the safety of employees, such as in-
stalling other structural members to
carry the loads imposed on the sup-
port system.
(v) Removal shall begin at, and
progress from, the bottom of the exca-
vation. Members shall be released
slowly so as to note any indication of
possible failure of the remaining mem-
bers of the structure or possible cave-
in of the sides of the excavation.
(vi) Backfilling shall progress to-
gether with the removal of support
systems from excavations. -
(2) Additional requirements for sup-
port systems for trench excavations. (i)
Excavation of material to a level no
greater than 2 feet (.61 m) below the
bottom of the members of a support
system shall be permitted, but only if
the system is designed to resist the
forces calculated for the full depth of
the trench, and there are no indica-
tions while the trench is open of a pos-
sible loss of soil from behind or below
the bottom of the support system.
(ii) Installation of a support system
shall be closely coordinated with the
excavation of trenches.
(f) Sloping and benching systems.
Employees shall not be permitted to
work on the faces of sloped or benched
excavations at levels above other em-
ployees except when employees at the
lower levels are adequately protected
from the hazard of falling, rolling, or
sliding material or equipment.
(g) Shield systems —(1) General. (i)
Shield systems shall not be subjected
to loads exceeding those which the
system was designed to withstand.
(ii) Shields shall be installed in a
manner to restrict lateral or other
hazardous movement of the shield in
the event of the application of sudden
lateral loads.
(iii) Employees shall be protected
from the hazard of cave-ins when en-
tering or exiting the areas protected
by shields.
(iv) Employees shall not be allowed
in shields when shields are being in-
stalled, removed, or moved vertically.
(2) Additional requirement for shield
systems used in trench excavations.
Excavations of earth material to a
level not greater than 2 feet (.61 in)
below the bottom of a shield shall be
permitted, but only if the shield is de-
signed to resist the forces calculated
for the full depth of the trench, and
there are no indications while the
trench is open of a possible loss of soil
from behind or below the bottom of
the shield.
APPENDIX A TO SUBPART P —SOIL
CLASSIFICATION
(a) Scope and application —(1) Scope. This
appendix describes a method of classifying
soil and rock deposits based on site and envi-
ronmental conditions, and on the structure
and composition of the earth deposits. The
appendix contains definitions, sets forth re-
quirements, and describes acceptable visual
and manual tests for use in classifying soils.
(2) Application. This appendix applies
when a -sloping or benching system is de-
signed in accordance with the requirements
set forth in § 1926.652(b)(2) as a method of
protection for employees from cave-ins.
This appendix also applies when timber
shoring for excavations is designed as a
method of protection from cave-ins in ac-
cordance with appendix C to subpart P of
part 1926, and when aluminum hydraulic
shoring is designed in accordance with ap-
pendix D. This Appendix also applies if
other protective systems are designed and
selected for use from data prepared in ac-
cordance with the requirements set forth in
§ 1926.652(c), and the use of the data is
I
225
Subpt. P, App. A
29 CFR Ch. XVII (7-1-92 Edition)
predicated on the use of the soil classifica
tion system set forth in this appendix. .
(b) Definitions. The definitions and exam
pies given below are based on, in whole or '
part, the following: American Society fo
Testing Materials (ASTM) Standards D653
85 and D2488; The Unified Soils Classifica
tion System The U.S. Department of Agri
culture (USDA) Textural Classificatio
Scheme; and The National Bureau of Stand-
ards Report BSS -121.
Cemented soil means a soil in which the
particles are held together by a chemical
agent, such as calcium carbonate, such that
a hand -size sample cannot be crushed into
powder or individual soil particles by finger
pressure.
Cohesive soil means clay (fine grained
soil), or soil with a high clay content, which
has cohesive strength. Cohesive soil does
not crumble, can be excavated with vertical
-sideslopes, and is plastic when moist. Cohe-
sive soil is hard to break up when dry, and
exhibits significant cohesion when sub-
merged. Cohesive soils include clayey silt,
sandy clay, silty clay, clay and organic clay.
Dry soil means soil that does not exhibit
visible signs of moisture content.
Fissured means a soil material that has a
tendency to break along definite planes of
fracture with little resistance, or a material
that exhibits open cracks, such as tension
cracks. in an exposed surface.
Granular soil means gravel, sand, or silt,
(coarse grained soil) with little or no clay
content. Granular soil has no cohesive
strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be
molded when moist and crumbles easily
when dry.
Layered system means two or more dis-
tinctly different soil or rock types arranged
in layers. Micaceous seams or weakened
planes in rock or shale are. considered lay-
ered.
Moist soil means a condition in which a
soil looks and feels damp. Moist cohesive
soil can easily be shaped into a ball and
rolled into small diameter threads before
crumbling. Moist granular soil that contains
some cohesive material will exhibit signs of
cohesion between particles.
Plastic means a property of a soil which
allows the soil to be deformed or molded
without cracking, or appreciable volume
change.
Satura
ted soil means a soil in which the
voids are filled with water. Saturation does
not require flow. Saturation, or near satura-
tion, is necessary for the proper use of in-
struments such as a pocket penetrometer or
sheer vane.
Soil classification system means, for the
Purpose of this subpart, a method of catego-
rizing soil and rock deposits in a hierarchy
of Stable Rock, Type A, Type B, and Type
C. in decreasing order of stability. The cate-
gories are determined based on an analysis
of the properties and performance charac-
teristics of the deposits and the environ-
mental uconditions of exposure.
r Stable rock means natural solid mineral.
matter that can be excavated with vertical
sides and remain intact while exposed.
er..
Submged soil means soil which is under-
water n or is free seeping.
Type A means cohesive soils with an un-
confined compressive strength of 1.5 ton per
square foot (tsf) (144 kPa) or greater. Exam-
ples of cohesive soils are: clay, silty clay,
• sandy clay, clay loam and, in some cases,
silty . clay loam and sandy clay loam. Ce-
mented soils such as caliche and hardpan
are also considered -Type A. However, no soil
is Type A if:
(i) The soil is fissured; or
(ii) The soil is subject to vibration from
heavy traffic, pile driving, or similar effects;
or
(iii) The soil has been previously dis-
turbed; or
(iv) The soil is part of a sloped, layered
system where the layers dip into the excava-
tion on a slope of four horizontal to one ver-
tical C4H:1V) or greater; or
(v) The material is subject to other factors
that would require it to be classified as a
less stable material.
Type B means:
(i) Cohesive soil with an unconfined com-
pressive strength greater than 0.5 tsf (48
kPa) but less than 1.5 tsf (144 kPa); or
(ii) Granular cohesionless soils including:
angular gravel (similar to crushed rock), silt,
silt loam, sandy loam and, in some cases,
silty clay loam and sandy clay loam.
(iii) Previously disturbed soils except
those which would otherwise be classed as
Type C soil
(iv) Soil that meets the unconfined com-
pressive strength or cementation require-
ments for Type A, but is fissured or subject
to vibration; or
(v) Dry rock that is not stable; or
(vi) Material that is part of a sloped, lay-
ered system where the layers dip into the
excavation on a slope less steep than four
horizontal to one vertical (4H:1V), but only
if the material would otherwise be classified
as Type B.
Type C means:
(i) Cohesive soil with an unconfined com-
pressive strength of 0.5 tsf (48 kPa) or less;
or
(ii) Granular soils including gravel, sand,
and loamy sand; or
(iii) Submerged soil or soil from which
water is freely seeping; or
(iv) Submerged rock that is not stable, or
(v) Material in a sloped, layered system
where the layers dip into the excavation or
a slope of four horizontal to one vertical
(4H:1V) or steeper.
226
IOccupational Safety and Health Admin., Labor
Subpt. P, App. A
Unconfined compressive strength means
the load per unit area at which a soil will
fail in compression. It can be determined by
laboratory testing, or estimated in the field
using a pocket penetrometer, by thumb pen-
etration tests, and other methods.
Wet soil means soil that contains signifi-
cantly more moisture than moist soil, but in
such a range of values that cohesive materi-
al will slump or begin to flow when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those
cohesive properties when wet.
(c) Requirements —(1) Classification of
soil and rock deposits. Each soil and rock
deposit shall be classified by a competent
person as Stable Rock, Type A, Type B, or
Type C in accordance with the definitions
set forth In paragraph (b) of this appendix.
(2) Basis of classification. The classifica-
tion of the deposits shall be made based on
the results of at least one visual and at least
one manual analysis. Such analyses shall be
conducted by a competent person using
tests described in paragraph (d) below, or in
other recognized methods of soil classifica-
tion and testing such as those adopted by
the America Society for Testing Materials,
or the U.S. Department of Agriculture tex-
tural classification system.
(3) Visual and manual analyses. The
visual and manual analyses, such as those
noted as being acceptable in paragraph (d)
of this appendix, shall be designed and con-
ducted to provide sufficient quantitative
and qualitative information as may be nec-
essary to identify properly the properties,
factors, and conditions affecting the classifi-
cation of the deposits.
(4) Layered systems. In a layered system,
the system shall be classified in accordance
with its weakest layer. However, each layer
may be classified individually where a more
stable layer lies under a less stable layer.
(5) Reclassification. If, after classifying a
deposit, the properties, factors, or condi-
tions affecting its classification -change in
any way, the changes shall be evaluated by
a competent person. The deposit shall be re-
classified as necessary to reflect the
changed circumstances.
(d) Acceptable visual and manual tests. —
(1) Visual tests. Visual analysis is conducted
to determine qualitative information regard-
ing'the excavation site in general, the soil
adjacent to the excavation, the soil forming
the sides of the open excavation, and the
soil taken as samples from excavated mate-
rial.
(i) Observe samples ofsoilthat arc exca-
vated and soil in the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
material is cohesive material Soil composed
primarily of coarse -grained sand or gravel is
granular material.
(ii) Observe soil as it is excavated. Soil
that remains in clumps when excavated is
cohesive. Soil that breaks up easily and does
not stay in clumps is granular.
(iii) Observe the side of the opened exca-
vation and the surface area adjacent to the
excavation. Crack -like openings such as ten-
sion cracks could indicate fissured material.
If chunks of soil spall off a vertical side, the
soil could be fissured. Small spails are evi-
dence of moving ground and are indications
of potentially hazardous situations.
(iv) Observe the area adjacent to the exca-
vation and the excavation itself for evidence
of existing utility and other underground
structures, and to identify previously dis-
turbed soil.
(v) Observe the opened side of the excava-
tion to identify layered systems. Examine
layered systems to identify if the layers
slope toward the excavation. Estimate the
degree of slope of the layers.
(vi) Observe the area adjacent to the exca-
vation and the sides of the opened excava-
tion for evidence of surface water, water
seeping from the sides of the excavation, or
the location of the level of the water table.
(vii) Observe the area adjacent to the ex-
cavation and the area within the excavation
for sources of vibration that may affect the
stability of the excavation face.
(2) Manual tests. Manual analysis of soil
samples is conducted to determine quantita-
tive as well as qualitative properties of soil
and to provide more information in order to
classify soil properly.
(i) Plasticity. Mold a moist or wet sample
of soil into a ball and attempt to roll it into
threads as thin as '/a -inch in diameter. Cohe-
sive material can be successfully rolled into
threads without crumbling. For example, if
at least a two inch (50 mm) length of ya-inch
thread can be held on one end without tear-
ing, the soil is cohesive.
(ii) Dry strength. If the soil is dry and
crumbles on its own or with moderate pres-
sure into individual grains or fine powder, it
is granular (any combination of gravel,
sand, or silt)..If the soil is dry and falls into
clumps which break up into smaller clumps,
but the smaller clumps can only be broken
up. with difficulty, it may be clay in any
combination with gravel, sand or silt. If the
dry soil breaks into clumps which do not•
break up into small clumps and which can
only be broken with difficulty, and there is
no visual indication the soil is fissured, the
soil may be considered unfissured.
(iii) Thumb penetration. The thumb pene-
tration test can be used to estimate the un-
confined compressive strength of cohesive
soils. (This test is based on the thumb pene-
tration test described in American Society
for Testing and Materials (ASTM) Standard
designation D2488 —"Standard Recommend-
ed Practice for Description of Soils (Visual -
227
APPENDIX B TO SUBPART P -SLOPING
AND BENCHING -
(a) Scope and application. This appendix
contains specifications for sloping and
benching when used as methods of protect'
ing employees working in excavations from
cave-ins. The requirements of this appendix
apply when the design of sloping and bench -
Subpt. P, App. B
Manual Procedure).") Type A soils with an ing protective systems is to be performed in
unconfined compressive strength of 1.5 tsf accordance with the requirements set forth
can be readily indented by the thumb; how- in § 1926.652(b)(2).
ever, they can be penetrated by the thumb (b) Definitions.
only with very great effort. Type C soils Actual slope means the slope to which an
with an unconfined compressive strength of excavation face is excavated.
0.5 tsf can be easily penetrated several Distress means that the soil is in a condi-
inches by the thumb, and can be molded by tion where a cave-in is immin ent or is like
light finger pressure. This test should be to occur. Distress is evidenced by suc phe.
conducted on an undisturbed soil sample, nomena as the development of fissures in.
such as a large clump of spoil, as soon as the face of or adjacent to an open excava.
practicable after excavation to keep to a nil- tion; the subsidence of the edge of an exca-
minum the effects of exposure to drying in- vation; the slumping of material from the
fluences. If the excavation is later exposed face or the bulging or heaving of material
to wetting influences Train, flooding), the_• from the bottom of an excavation; the spall-
classification of the soil must be changed ac- ing of material from the face of an excava-
cordingly. tion; and ravelling, i.e., small amounts of
(iv) Other strength tests. Estimates of un- material such as pebbles or little clumps of
confined compressive strength .of soils can material suddenly separating from the face
also be obtained by use of a pocket gene- of an excavation and trickling or rolling
trometer or by using a hand -operated shear- down into the excavation.
vane. Maximum allowable .slope means the
(v) Drying test The basic purpose of the steepest incline of an excavation face that is
drying test is to differentiate between cohe- acceptable for the most favorable site condi-
sive material with fissures, unfissured cohe- tions as protection against cave-ins, and is
sive material, and granular material. The expressed as the ratio of horizontal distance
procedure for . the drying test involves to vertical rise (H:V).
drying a sample of soil that is approximate- Short term exposure means a period of
ly one inch thick (2.54 em) and six inches time less than or equal to 24 hours that an
(15.24 cm) in diameter until it is thoroughly excavation is open.
dry:
(A) If the sample develops cracks as it Soil )and groc Require
po itslshalllbelic classified in
dries, significant fissures are indicated. accordance with a
(B) Samples that dry without cracking are part 1926. ppendix A to subpart P of
to be broken by hand. If considerable force (2) Maximum allowable slope. The maxi -
is necessary to break a sample, the soil has mum allowable slope for a soil or rock de -
significant cohesive material content. The posit shall be determined from Table B-1 of
soil can be classified as a unfissured cohe- this appendix.
sive material and the unconfined compres- (3) Actual slope. (i) The actual slope shall
sive strength should be determined. I not be steeper than the maximum allowable
(C) If a sample breaks easily by hand, it is slope.
either a fissured cohesive material or a (ii) The actual• slope shall be less steep
granular material. To distinguish between than the maximum allowable slope, when
the two, pulverize the dried clumps of the there are signs of distress. If that situation
sample by hand or by stepping on them. If occurs, the slope shall be cut back to an
the clumps do not pulverize easily, the ma- actual slope which is at least 34, horizontal
terial is cohesive with fissures. If they pul- to one vertical (S4H:lV) less steep than the
verize easily into very small fragments, the maximum allowable slope.
material is granular. (iii) When surcharge loads from stored
material or equipment, operating equip-
ment, or traffic are present, a competent
person shall determine. the degree to which
the actual slope must be reduced below the
maximum allowable slope, and shall assure
that such reduction is achieved. Surcharge
loads from adjacent structures shall be eval-
uated in accordance with § 1926.651(1).
(4) Configurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure B-1.
29 CFR Ch. XVII (7-1-92 Edition)
F
I
I
J
I
11
L
I
I
L
C
11
LI
11
228 '
Occupational Safety and Health Admin., Labor Subpt. P, App. B
TABLE B-1
MAXIMUM ALLOWABLE SLOPES
I
I
I
I
SOIL
OR ROCK TYPE
MA'CIMUM
ALLOWABLE SLOPES(H:V)[l]
FOR
EXCAVATIONS LESS THAN 20 FEET
STAAbLE ROCK
VERTICAL (90')
TYPE
A [2)
3/4:1
(531
TYPE
B
1:1
(45°)
TYPE
C
1½: 1
- (34O)
' NOTES:
1. Numbers shown in parentheses next to -maximum allowable slopes are angles expressed in
degrees from the horizontal. Angles have been rounded off.
2. A short-term maximum allowable slope of 1/2H:1V (63°) is allowed in
excavations in Type A soil thac'are 12 feet (3.67 m) or less in depth.
Short-term maximum allowable slopes for excavations greater than 12
' feet (3.67 m) in depth shall be 3/4H:IV (53°).
3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered
professional engineer.
I.
Figure B-1
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
B-1.1 Excavations made in Type A soil
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable
slope of '/,:1.
I
I
I
I
I
I
229
Subpt. P, App: B
29 CFR Ch. XVII (7-1-92 Edition)
1 - 20' Max.
3/4
SIMPLE SLOPE -GENERAL
Exception: Simple slope excavations which are open 24 hours or less (short term) and
which are 12 feet or less in depth shall have a maximum allowable slope of 'h:1.
12' Max.
SIMPLE SLOPE -SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of � to 1 and maximum bench dimensions as follows:
230
Occupational Safety and Health Admin., Labor Subpt. P, App. tl I. SIMPLE BENCH
• /
//
20' Max. /1'
3/4 • Max. /
/
' 4' Max. /
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower
portions shall have a maximum vertical side of 3'/i feet.
1 / 1
3/4
8' Max.
3½! Max.
UNSUPPORTED VERTICALLY SIDED LOWER PORTION MAXIMUM 8 FEET IN DEPTH
All excavations more than 8 feet but not more than 12 feet in depth which unsupported
' vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum
vertical side of 3½ feet.
N:
1
12' Max..
3i' Max.
I.
231
Subpt. P, App. B ,
29. CFR Ch. XVII (7-1-92 Edition)
UNSUPPORLED VERTICALLY SIDED LOWER 12 PORTION—
znR
All excavations 20 feet or less in depth which have. verticall sided id�Mower�Portions
En hatare
supported or shielded shall have a maximum allowable slope of 3'.:1. The support or shield
system must extend at least 18 Inches above the top of the vertical side.
20' Max.
18 "
3/4
Min.
Total height of vertical side
SDPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other sple lope, compod shall be in acco danceswith the tther options pe perdmitted dSided 1926.652(b)Portion excavations
B-1.2 Excavations Made in Type B Soil
1. A11 simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 1:1.
SIMPLE
2. All benched excavations 20.feet orless
in depth shall have a maxim
of 1:1 and maximum bench dimensions as follows: um allowable slope
232
Occupational Safety and Health Admin., Labor
Subpt. P, App. B
This bench allowed in cohesive soil only. ..
1
20' Max l
1
Max. i
SINGLE BENCH
This bench allowed in cohesive soil only __J
i
20' Max. //
1
:fax. i 1
4' Max.
II /
MULTIPLE- BENCH
3. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1:1.
Support. or shield system
Z 1
ical side
233
Subpt. P, App. B 29 CFR Ch. XVII (7-1-92 Edition)
VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in
§ 1926.652(b).
B-1.3 Excavations Made in Type C Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 15:1.
20' Max.
I l
s i§
SIMPLESLOPE
2. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1'/2:1.
L18'
Min.
Total
height
of
vertical side
234
Occupational Safety and Health Admin., Labor Subpt. P, App. B
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be in accordance with tiie other options permitted in
g 1926.652(b).
B-1.4 Excavations Made in Layered Soils
1. All excavations 20 feet or less in depth made in layered soils shall have a maximum
allowable slope for each layer as set forth below.
I
1
1
1
1
1
1
1
B OVER A
C OVER A
C OVER 3
235
T 1
Subpt. P. App. C
11
A OVER
B OVER C
29 CFR Ch. XVII (7-1-92 Edition)
C Z 1
1§
I
11
Il
Li
I
I
I
U
fs
2.oth
er All
9 sloped excavations shall be in accordance with the other options e
§ 1926 l ).
permitted in
APPENDIX C TO SDBPART P -TIMBER
SHORING FOR TRENCHES
(a) Scope. This appendix contains infor-
mation that can be used timber shoring is
provided as a method of Protection from
cave-ins in trenches that do not exceed 20
feet (6.1 m) in depth. This appendix must be
used when design of timber shoring protec
tive systems is to be performed in accord-
ance with § 1926.652(c)(1). Other timber
shoring configurations; other systems of
support such as hydraulic and Pneumatic
systems and other protective systems such
as sloping, benching, shielding, and freezing
systems must be designed in accordance
with the requirements set forth in
§ 1926.652(b) and § 1926.652(c).
(b) Soil Classification. In order to use the
data presented in this appendix, the soil type or types in which the excavation is
made must first be determined using the
soil classification method set forth in appen-
dix A of subpart p of this part.
(c) Presentation of Information. Informs_
Lion is Presented in several forms as follows:
(1) Information is presented in tabular
form in Tables C-1.1, C-1.2, and C-1.3, and
Tables C-2.1, C-2.2 and C-2.3 following
I
CJ
I
236
I
Ii:Occupational Safety'and'Health -Admin., Labor
Subpt.P,'App. C
III
paragraph (g)of the appendix. Each table
presents the minimum sizes of timber inem-
:bers to use in a shoring system,':and each
table .contains ldata.oniy for the .particular
soij..type in which the.excavation_orFortion
of the excavation is made. The data are ar-
ranged to allow the user the flexibility ;to
.'select from 'amorig several.. acceptable con-
fighrations of members based on "'varying:
the horizontal spacing of the 'crossbraces.
Stable rock is'exemptlrom shoring'require-
ments and there! ate, 'no data 'are iresented
for this condition. .
(2) Information :concerning the basis of
the tabular data and the limitations of the.
data is presented in paragraph (d) of .this
appendix, and on the tables themselves.
(3)Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations regarding
Tables C-1.1 through C-1.3 and Tables C-
2.1 through C-2.3 are presented in para-
graph (g) of this Appendix.
(d) Basis and limitations of the data. —(1)
Dimensions of timber members. (i)The sizes
of the timber members listed in Tables C-
1.1 through C-1.3 are taken from the Na-
tional Bureau of Standards (NBS) report,
"Recommended Technical Provisions for
Construction Practice in Shoring and Slop-
ing of Trenches and Excavations." In addi-
tion, where NBS did not recommend specific
sizes of members, member sizes are based on
an analysis of the sizes required for use by
existing codes and on empirical practice.
(ii) The required dimensions of the mem-
bers listed in Tables C-1.1 through C-1.3
refer to actual dimensions and not nominal
dimensions of the timber.. Employers want-
ing to use nominal size shoring are directed
to Tables C-2.1 through C-2.3, or have this
choice under § 1926.652(c)(3),- and are re-
ferred to The Corps of Engineers, The
Bureau of Reclamation or data from other
acceptable sources.
(2) Limitation of application. (i) It is not
intended that the timber shoring specifica-
tion apply to every situation that may be
experienced in the field.: These data were
developed to apply to the situations that are
most commonly experienced in current
trenching practice. Shoring systems for use
in situations that are not covered by the
data in this appendix must be designed as
specified in § 1926.652(c).
(ii) When any of the following conditions
are present, the members specified in the
tables are not considered adequate. Either
an alternate timber shoring system must be
designed or another type of protective
system designed in accordance with
§ 1926.652.
-(A) When loads imposed by structures or
by stored material adjacent to the trench
weigh in excess of the load imposed by a,
two -foot. soil surcharge. The term "adja-
cent" as used here means the area within a
horizontal distance Yrdm'the•iedge of :tbg
-trench equal to the depth of the trench.
• (B). When vertical.3oads imposed_on cross
braces exceed a 240 -pound gravity Joad.dis-
tributed on a one -foot_ section 'of the center
of the crossbrace.
(C) When surcharge loads are :present
from equipment weighing in excess of 20,000
pounds.
(D) When only the lower portion of a
trench is shored and the remaining portion
of the trench is sloped or benched unless_
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables. The members of the
shoring system that are to be selected using
this information are the cross braces, the
uprights, and the wales, where wales are re-
quired. Minimum sizes of members are spec-
ified for use in different types of soil. There
are six tables of information, two for each
soil type. The soil type must first be deter-
mined in accordance with the soil classifica-
tion system described in appendix A to sub-
part P of part 1926. Using the appropriate
table, the selection of the size and spacing
of the members is then made. The selection
is based on the depth and width of the
trench where the members are to be in-
stalled and, in most instances, the selection
is also based on the horizontal spacing of
the crossbraces. Instances where a choice of
horizontal spacing of crossbracing is avail-
able, the horizontal spacing of the cross -
braces must be chosen by the user before
the size of any member can be determined.
When the soil type, the width and depth of
the trench, and the horizontal spacing of
the crossbraces are known, the size and ver-
tical spacing of the crossbraces, the size and
vertical spacing of the wales, and the size
and horizontal spacing of the uprights can
be read from the appropriate table.
(f) Examples to Illustrate the Use of Tables
C-1.1 through C-1.3.
(1) Example!.
A trench dug in Type A soil is 13 feet deep
and five feet wide.
From Table C-1.1, for acceptable arrange-
ments of timber can be used.
Arrangement #1
Space 4x4 crossbraces at six feet horizon-
tally and four feet vertically.
Wales are not required.
II
237
Subpt. P, App. C
29 CFR Ch. XVII (7-1-92 Edition)
Space 3X8 uprights at six feet horizontal-
ly. This arrangement is commonly called Arrangement #2
"skip shoring." Space 8X10 crossbraces at eight feet hori-
zontally and five feet vertically.
Arrangement #2 Space 12x 12 wales at five feet vertically.
Space 4x6 crossbraces at eight feet hoti- Position 2X6 uprights in a close sheeting
zontally and four feet vertically. configuration unless water pressure must be
Space 8X8 wales at four feet vertically, resisted. Tight sheeting must be used where
Space 2x6 uprights at four feet horizon- water must be retained.
tally. (4) Example 4.
Arrangement #3 A trench dug in Type C soil is 20 feet deep
and 11 feet wide. The size and spacing of
Space 6X6 crossbraces at 10 feet horizon- members for the section of trench that is
tally and four feet vertically, over 15 feet in depth is determined using
Space 8x 10 wales at four feet vertically. Table C-1.3. Only one arrangement of mem-
Space 2x6 uprights at five feet horizontal- bers is provided.
l y.
Arrangement #4
Space 6x6 crossbraces at 12 feet horizon
tally and four feet vertically.
Space 10x10 wales at four feet vertically
Spaces 3x8 uprights at six feet horizon
tally. _
(2) Example 2.
A trench dug in Type B soil in 13 feet
deep and five feet wide. From Table C-1.2
three acceptable arrangements of members
are listed.
Arrangement #1
Space 6x6 6 crossbraces at six feet horizon-
tally and five feet vertically.
Space 8x8 8 wales at five feet vertically.
Space 2x6 uprights at two feet horizontal-
ly.
Arrangement #2
Space 6x8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 10X 10 wales at five feet vertically.
Space 2 x 6 uprights at two feet horizontal.
ly.
Arrangement #3
races
Space 8X8 crossbat 10 feet horizon;
tally and five feet vertically.
Space 10x 12 wales at five feet vertically.
Space 2X6 uprights at two feet vertically.
(3) Example 3.
A trench dug in Type C soil is 13 feet deep
and five feet wide.
From Table C-1.3 two acceptable arrange. m
ments of embers can be used.
Arrangement #1
Space 8X8 crossbraces at six feet horizon-
tally and five feet vertically.
Space 10 x12 12 wales at five feet vertically.
Position 2x6 uprights as closely together
as possible.
If water must be retained use special
tongue and groove uprights to form tight
sheeting.
Space 8x10 crossbraces at six feet hori-
zontally and five feet vertically.
Space 12x12 wales at five feet vertically.
Use 3x6 tight sheeting.
Use of Tables C-2.1 through C-2.3 would
• follow the same procedures.
• (g) Notes for all Tables.
1. Member sizes at spacings other than in-
dicated are to be determined as specified in
§ 1926.652(c), "Design of Protective Sys-
tems."
2. When conditions are saturated or sub-
merged use Tight Sheeting. Tight Sheeting
refers to the use of sl,ecially-edged timber
• planks (e.g., tongue and groove) at least
three inches thick, steel sheet piling, or
similar construction that when driven -or
placed in position provide a tight wall to
resist the lateral pressure of water and to
prevent the loss of backfill material. Close
Sheeting refers to the placement of planks
side -by -side allowing as little space as possi-
ble between them.
3. All spacing indicated is measured center
to center.
4. Wales to be installed with greater di-
mension horizontal.
5. If the vertical distance from the center
of the lowest.crossbrace to the bottom of
the trench exceeds two and one-half feet,
uprights shall be firmly embedded or a
mudsill shall be used. Where uprights are
embedded, the vertical distance from the
center of the lowest crossbrace to the
bottom of the trench shall not exceed 36
inches. When mudsills are used, the vertical
distance shall not exceed 42 inches. Mudsills
are wales that are installed at the toe of the
• trench side.
6. Trench jacks may be used in lieu of or
in combination with timber crossbraces.
7. Placement cf crossbraces. When the ver-
tical spacing of crossbraces is four feet,
place the top crossbrace no more than two
feet below the top of the trench. When the
vertical spacing of crossbraces is five feet,
place the top crossbrace no more than 2.5
feet below the top of the trench.
I
E
I
u
11
11
238
Occupational Safety and Health Admin., Labor Subpt. P, App. C
ly
Cu
' J
Q .0 .O
X X
Z N N
O
N
ti
W x
W
W LL
O
O b
J
J N
6
• E'
# 0 C
E
H W # X X X x In 3.
., n N L
W LC.
E 00
q In 4
W L
U
~ L Ca)
' C U W 1 q L
O' In W l.. V 1 C Q ? C Q L J
C YLiIn d Y u
I.- ow N
N Y
W N Q v N
p — W ^ -o N L
f ,••J= u Y C Y- O .-+ O
N
N r r O O X O X X X X
-
- O- Nv ZC._ O Z C '0 O .O O O Jo
C c d
E
N 0^ L T • Z H 4 -Jr
lJ .-n F-' O
Cf
z + zuw c
W •- W <U- C Q cS Q c C C 61 L
J E Z ?O -v
m N L Y
Y
F 1 CI
x too
In O o N - .O .O .O .0 .O C O O O C O O+L L
In T• X X X X X X X X X X C
^ 11 O- IO IC .O .O IO IC IO IO IO O o N
J
O q C
S d 0 y C
N F- F-
W N .O .O .O T��
X
.0 .O x •O .O X Y 'L
C � .O .O .O O C O
W
C J 1 d
>0)
H {n 0 1-" Q IO. Q .O In .O .O m ..-.O
.o x x >C x x x x x x 'C X X
x n c v v c aO IO .O .o C m Q al
O W E
3 C L C
1 C V .O .O b .O b b C 1-
O L
w
X C- C- x X X X X x
-1 L V R Q Q C .O b t0 .O 67 Y
CU
u
W q
•O^ 1 ) =
^ r W O O O O O O O O O O O O O
- - - - h- F- O O Z x c
O W 0 N .O W O N .O N~ ~ N W `c E
O Q W d O• y 4 •.y O _L C_ _& - O- d O. L r-� W
V J V # #
S
H U F
• 6 O W .n O O O O ti .n O O j 0
W W W F- .--, r-i
O C W
F -V
i
I
i'
239
Subpt. P,
App.
C
29
CFR
Ch.
XVII
(7-1-92
Edition)
N
- Z
O
N
H
F O F
p
o
b
N
.tV
N
C . v
04=
3
-
_
O
p4N
>
b
N
N
N
-Cd
CO
x
4 O
•p
+ O
Z
x .-1
* U
X
b
b
N 3
L
£
X
X
N
E
t
Y
J
00
N W
CO
Z
-
r -I
•
[J< W
N
vl
L l
yl
✓1
Y
C W
)
N
01
y
ytEl
'El
Y
N v
Y y
v
V
-
ti
b y
0
W
n
N Z
-'-4
m
O
O
_ O
N
O
N
N
m
p.
y
X
.°
X
m
x
X
>4
x
'.'
x
r
.r
,
C,
FI-1„
0
m
o
o
>4
N
Z
N
r-
"
^
,�
0>.
G d
N
o^
N
F V
I
Z
Uv
Cc:]
In
N
vl
h
h
E
m
ZY
> v
h
N
fl
N
N L
L Y
"l
I
x
�_
Y 0
W C
-C
tin
v
x
Z
.N-.
u
e
x
X
m
>4
m
-1 u
C
1
o
w
O
=
N O
^
CuC
U' C
w
`- H N
m
x
m
m
O
m u
Uw
w.
•o
x
m
x
.v
x
m
m
x
x
x
-+
m>
Z
II1
N
-
m
m
m
L +>I
C
V
0=0
.Y1C
F
M
>.
<
6' rn
x
X
X
m
3 N
V
c.
C
'0
b
.O
X
b
.O
X
X
X
C O
c
.]
N r
.o
m
v
Z
F
O w H
zO 'O
'0�p
X
b
b
m
O
N H
Cl)
U
O
X
b
b
b
x'
X
X
> d
V
p
m
m
J E
N
WE
• v
.p
,O
.O
O
O
v
b
b
X
.o
X
.p
X
m
w
y
X J
m
mX
-.
mu
NZE-.
V
O
O u
K U F
F
u OF,
0
'..' O
O
O
u J
,-.
A.
W01D
L
W
.4. .T.
>
'O
C.
Y
N
O 0.
A.
wO
Y
'7
N
Z >
>
>
y Z0
NCO
N
F OH
G W 2 41
mom w
o c w
'^ o
o
o
wo
..
H
N
r.
240
Occupational Safety and Health Admin., Labor Subpt. P, App. C
1
-I---
or.J
C W
N u
O
6 Z
Z d
O rn
N
N
N K
Z X (FU
V 4
v w
w m
O
J
n o
d E 4 G 3
CO HO 6 N N
F Y + X O O Y
x x x x x x
F m U N N N C'1 ✓1 O
Z U Y
y U C V
J E .Zr N W
m w FrF t u
i w'V LJ1 h ✓1 V1it, U
o
ma u
U >n w m U
y W . C
d 0
z o r — _ r ... a
m r N Z N N N N N
z.
W H r .-r r r 0
JO
N W N O N O N N CC)
F 6 ,., r r — n
L
E N U >'
r n U m C
U 1+ F F d _
• 41 N + 416 L Ill Y1 N V1 N Ill L L
4 >d w Ul CC
tfltJ
N
F I X H O a O O O C :.
m .n .r -IJ
Z m C- m O O C O C
r O U
a . C
o W
in m W F m m m o O m i
4' x x x x x
t>
v - r m m m m m m
U N
W V V Y 3 W
C 4 <o O O O O
F m F C. X X x X X U'.-.
J
F .p m m m m m
I - -I O a 0 F O O O > W
F N V .C r r
m
X X X X X J c
_ C.
+ .O m m m m m �E
o
1 Y O
0 O o o Oh
m m - m r r Y
x X X x X X C
o u m m m m m r O u
4
F
N Z Hr O O O O r r O r r O W J
I-1 r l F F F F F Z x C
CE U 41 C' m O O: .O m GI W '.O W W O
O C w r W U O L W L W W U CI U 41 .F. Z
w WO L L 410 W O Ow W W O 0)0 41
y O - O I/]Z > > y Z m Z O N N Z N Z N {
OH-
oF. z la1 w vl 0 0 0 o vl N F 4 0
W O 41 41 F r r F '+ N
a w O
H'
1
1
241
Subpt. P, App. C
29 CFR Ch. XVII (7_1_92 Edition)
U
z
H m X
V v
a
o
O
ZO v
N v x
'-4
V
N a
Ho
S W
W W x
� m v
O
.t v
x 'O
x
K v X
W H W
W m
E m e .a o. 0
W L V x b
u U n n x o o o W N a V 00-
a • >a z o za v v zw 0 W N
H N u- u-- _� H +�
�•• - z Y 00- Z m O s O ^-� w
.-. jX z >4 X X m O N J G
N - m CO V >4X O O N
U w m
V z^ F H_
W `� ♦ C Y U tL] u L
eWi v v v v ccT
rI O X tr N ` v ` ` E
U
Z '0
X >4
G"1 x LI 'O b b� J
Lzj z.cc.
v v 'O
u H. m c a v v v x K X .c e `
K ;� u
C C p O
'o v. v x x x >4 •o' >4 >' m
v v v X X 'O
H V X x
3 O 'o o �_
F v
v x v '°
Li
0. `T v v V V X X x °
'0 .o v x x x i
• U C O
LU
NZ
� m F H F �" F F. F OF C O .4.
d W d y -. 'O m O F F-
-
Z CG J
F- OF- O O k e
C F - O
F W O
� N
O
242
Occupational Safety and Health Admin., Labor
Subpt. P, App. C
Cl,'C)
F
eo
Z
I+
W
N
E
L
cajj
U
L
W
N
L
W
N
v
M
W
F
m
6
�
N
�
n
r
z
i.
H
X
I
N
V
v
S
0
v�
q
U
Z
LD
W
o:
W
F
L
n'
W
m
.�
E
.+
r
O
F
rn
U
I.
Z N
d
a
N
J
F '
�
Z
O
N
N
O F N
S W I•'f -. cc
a0
W xx
x
W 4 nv
v
6
O
O
O
O
X
6
v
v
v
n
N N
Xj O
b
`O
'O
'O
'0
'O
ZW
x
I,
V
V
Y
U
N
I -CA
0 CL
tin
tin
v1
N
V1
v1
J1
V1
W
W Q
Vl
m
> L
t LL H
W .-.
O
M wn
W
W
O
N
O
N
N
y
X
X
U
z
'O
o3
of
m
0
0
w
O
X
N
r
r
6
Z F
o.
N
N
Ui
'n
tin
N
W .[ W
N
tin
O
> L v
z
O
JI
N
L
'.O
.O
[D
to
N
CO
N
cc
f0
n
�
x
b
'0
X
X
X
X
X
X
•O
b
cc
of
cc
to
q
N
IF+I F
x
X
X
X
X
V F
Q•
b
b
F
v
V
X
X
X
X
X
b
07
07
W O
_
O F
x
F O�
x
x
X
X
X
X
X
X
Of_______
V
'0
b
.O
b
b
m
3 O
`o
`o
>C
e
cc
m
m
m
m
X
X
X
X
X
X
V
V
V
'0
'0
•O
'O
.O
[D
-
•U
—'.
O O
F F
O
F F
F
OF
OF
W
nNi rZ
F
—
F
—
0
m
o
a
.v
b q
m
0<w
ow
mu
m
o
v
L_
L_
W
O
d �.
L-
N C
-
W u
W
h
_.
NZ
> >
a.
L
G.
N O
W
>
U]Z
>
>
0
NZ
N
S
S n
F
U F
-
1'
'n
O
O
O
O
UI
>
O
K [..
F
r
O
O
F `-•
-.
F
-
•F
N
O
243
Subpt. P, App. C
29 CFR Ch. XVII (7-1-92 Edition)
U
z
.4
U
(a
a
<
F
•
O
N
f4
N
U
W
N
L' .
a
O
O
..i
S
x
4)
La
b
x
X
X
X
X
X
X
n
O
n
v
v
�<
U
Cf
. Z
s U w
t.j < V
vl
V1
N
y\
y�
O
N
O
N
N
.N4
X
X
X
X
X
X
N
m
O
O
O
N
O
V
• Z F
r ly`
✓1
vt
Lfl
O
Co
m
y
X
X
X
X
X
j
Co
Co
Co
Co
Co
N
`C
Co
m
O
X
X
X
't"
m
Co
Co
Co
Co
'0
'0
Co
`A
Co
x
x
x
x
x
x
0
o
Co
.c
CO
Co
N
j
'i
N
.O
b
'0
Co
Co
X.
b
b
X
X
Co
X
Ho
'C
.V
Co
C
3
O
`C
x
- x
x
x
x
X
0'C
b
.p
'p
a
Co
O
O
O
O
FO
O
.. .4
s V tv
J
^
Z
0<Cs.
b
Co
O
v
m
p
N
.O
C.
,..,
a
N aJ
a o
w0
wo
Cl
a
u
'J
N
y`�
?
a_
a
C.
vo
wo
a
LU
N Z
NZ
NZ
V
01
N
NZ
N
N
O n
OH
_
C.
U p V W
U O O
O
N0 O
o s v.
F .4
.0 '-Or .N4
F N
> N
0
0 :Occupational.Sofety and .Health Admin., Labor
Subpt.'P, :App..D
A-PPENDIx *D TO SUBPART P -ALUMINUM
.HYDRADLIC.SHORING FOR TRENCHES
:(a) Scope:'This 'appendix contains infor-
mation •that -can be used when aluminum
-hydraulic shoring is provided as a method
pf.. protecdon against cave-ins ,hi :trenches
:that,do not exceed 20 feet (6.lm) :in alepth.A
•Thls appendix must be used when:design of
the alumim,m hydraulic protective system
cannot be performed in accordance with
3 1926.652(c)(2).
(b.) Soil ,Classification. In order .to use
data presented in this appendix, the _soil
type or types in which the excavation is
made must first be determined using the
soil classification method set forth In appen-
dixAofsubpartPofpart 1926.
(c) -Presentation. of Information. Informa-
tion is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables D-1.1, D-1.2, D-1.3 and E-
1.4. Each table presents the maximum verti-_
cal and horizontal spacings that may be
used with various aluminum member sizes
and various hydraulic cylinder sizes. Each
table contains data only for the particular
soil type in which the excavation or portion
of the excavation is made. Tables D-1.1 and
D-1.2 are for vertical shores in Types A and
B soil. Tables D-1.3 and D1.4 are for hori-
zontal waler systems in Types B and C soil.
(2) Information concerning the basis of
the tabular data and the limitations of the
data is presented in paragraph (d) of this
appendix.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations (footnotes) re-
garding Table D-1.1 through D-1.4 are pre-
sented in paragraph (g) of this appendix.
(6) Figures, illustrating typical- installa-
tions of hydraulic shoring, are included just
prior to the Tables. The illustrations page is
entitled "Aluminum Hydraulic Shoring;
Typical Installations."
(d) Basis and limitations of the data.
(1) Vertical shore rails and horizontal
wales are those that meet the Section Mod-
ulus requirements in the D-1 Tables. Alumi-
num material is 6061-T6 or material of
equivalent strength and properties.
(2) Hydraulic cylinders specifications. (i)
2 -inch cylinders shall be a minimum 2 -inch
Inside diameter with a minimum safe work-
ing capacity of no less than 18,000 pounds
axial compressive load at maximum exten-
sion. Maximum extension is to include full
range of cylinder extensions as recommend-
ed by product manufaturer.
(ii) 3 -inch cylinders shall be a minimum 3 -
inch inside diameter with a safe working ca-
paclty of not less than 30,000 .pounds axial
compressive load at-`extensionsas recom-
mended by product manufacturer:
(3) Limitation of application.
(flIt is not intended that the aluminum
hydraulic specificatlon.apply to every situa-
t1Qn that; may be experienced in the field.
These .data were. developed. to, apply:.to the
situations that are most commonly eicperl-
-enced in current trenching practice: Shoring'
• systems for use in situations that are not
covered by the .data in this appendix must
be otherwise dignecF as specified in
¢ 1926.652(c).
(ii). When any.of the following conditions
are present, the members specified in the .
Tables are not considered adequate. In this
case, an alternative aluminum hydraulic
shoring system or other type of protective
system must be designed in accordance with
1 1926.652.
(A) When vertical loads imposed on cross
braces exceed a 100 Pound gravity load dis-
tributed on a one foot section o₹ the center
of the hydraulic cylinder.
(B) When surcharge loads are present
from equipment weighing in excess of
20,000 pounds.
(C) When only the lower portion or a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables D-1.1, D-1.2, D-1.3 and
8-1.4. The members of the shoring system
that are to be selected using this informa-
tion are the hydraulic cylinders, and either
the vertical shores or the horizontal wales.
When a waler system is used the vertical
timber sheeting to be used is also selected
from these tables. The Tables D-1.1 and D-
1.2 for vertical shores are used in Type A
and B soils that do not require sheeting.
Type B soils that may require sheeting, and
Type C soils that always require sheeting
are found in the horizontal wale Tables D-
1.3 and D-1.4. The soil type must first be de-
termined in accordance with the soil classifi-
cation system described in appendix A to
subpart P of part 1926. Using the appropri-
ate table, the selection of the size and spac-
ing of the members is made. The selection is
based on the depth and width of the trench
where the members are to be installed. In
these tables the vertical spacing is held con-
stant at four feet on center. The tables
show the maximum horizontal spacing of
cylinders allowed for each size of wale in
the waler system tables, and in the vertical
shore tables, the hydraulic cylinder horizon-
tal spacing is the same as the vertical shore
spacing.
245
I
Subpt. P, App. D
(f) Example to illustrate the Use of th
Tables:
(1) Example 1:
A trench dug in Type A soil is 6 feet deep
and 3 feet wide. From Table D-1.1: Find ver-
tical shores and 2 inch diameter cylinders
spaced 8 feet on center (D.C.) horizontally
and 4 feet on center (o.c.) vertically. (See
Figures I & 3 for typical installations.)
(2) Example 2:
A trench is dug in Type B soil that does
not require sheeting, 13 feet deep and 5 feet
wide. From Table D-1.2: Find vertical shores
and 2 inch diameter cylinders spaced 6.5
feet o.c. horizontally and 4 feet o.c. verticaI-
lY• (See Figures 1 & 3 for typical installa.
tions. )
(3) A trench is dug in Type B soil that
does not require sheeting, but does experi-
ence some minor raveling of the trench face.
The trench is 16 feet deep and 9 feet wide.
From Table D-1.2: Find vertical shores and
2 inch diameter cylinder (with special overs-
leeves as designated by footnote #2) spaced
5.5 feet o.c. horizontally and 4 feet o.c. verti-
cally, plywood (per footnote (g)(7) to the D-
1 Table) should be used behind the shores.
(See Figures 2 & 3 for typical installations.)
(4) Example 4: A trench is dug in previous-
ly disturbed Type B soil, with characteris.
tics of a Type C soil, and will require sheet-
ing. The trench is 18 feet deep and 12 feet
wide. 8 foot horizontal spacing between cyl-
inders is desired for working space. From
Table D-1.3: Find horizontal wale with a
section modulus of 14.0 spaced at 4 feet o.c.
vertically and 3 inch diameter cylinder
spaced at 9 feet maximum o.c. horizontally.
3X12 timber sheeting is required at close
spacing vertically. (See Figure 4 for typical installation. )
(5) Example 5: A trench is dug in Type C
soil, 9 feet deep and 4 feet wide. Horizontal
cylinder spacing in excess of 6 feet is desired
for working space. From Table D-1.4: Find
horizontal wale with a section modulus of
7.0 and 2 inch diameter cylinders spaced at
6.5 feet o.c. horizontally. Or, find horizontal
wale with a 14.0 section. modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori-
zontally. Both wales are spaced 4 feet o.c.
C
29 CFR Ch. XVII (7-1-92 Edition)
e vertically. 3x12 timber sheeting is required
at close spacing vertically, (See Figure 4 for
typical installation.)
(g) Footnotes, and general notes, for
Tables D-1.1, D-1.2, D-1.$ and D-1.4. (1) r listed in thepta les, refer to §otherthan those
1926.652(c)(2)
for use of manufacturer's tabulated data.
For trench depths in excess of 20 feet, refer
to § 1926.652Cc)(2) and § 1926.652(c)(3).
(2) 2 inch diameter cylinders, at this
width, shall have structural steel tube
(3.5x3.5x0.1875) oversleeves, or structural
oversleeves of manufacturer's specification,
extending the full, collapsed length.
(3) Hydraulic cylinders capacities. Ci) 2
inch cylinders shall be a minimum 2 -inch
inside diameter with a safe working capacity
of not less than 18,000 pounds axial com-
pressive load at maximum extension. Maxi-
mum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(ii) 3 -inch cylinders shall be a minimum 3 -
inch inside diameter with a safe work capac-
ity of not less than 30,000 pounds axial com-
pressive load at maximum extension. Maxi-
mum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(4) All spacing indicated is measured
center to center.
(5) Vertical shoring rails shall have a min-
imum section modulus of 0.40 inch.
(6) When vertical shores are used, there
must be a minimum of three shores spaced
equally, horizontally, in a group.
(7) Plywood shall be 1.125 in. thick
softwood or 0.75 inch. thick, 14 ply, arctic
white birch (Finland form). Please note that
plywood is not intended as a structural
member, but only for prevention of local
raveling (sloughing of the trench face) be-
tween shores.
(8) See appendix c for timber specifics.
lions.
(9) Wales are calculated for simple span
(10) See appendix D, item (d), for basis
and limitations of the data.
I
L- I
I
I
11
Occupational Safety and Health Admin., Labor Subpt. P, App. D
ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
FIGURE NO. 1
V (RTCAS ALWM.AN FIGURE NO. 2
MYg1.LlAG .yppNp VERTICAL ALW.MI
CS?OT YMC]gl MTORALAIC ]M1IU DU
1wrtN nrwooD)
HORIZONTAL SPACING SPACING
S PACNG
VERTICAL RAIL
HYDRAULIC
C TLIN 0ER
18Y MA%. E K.
GL� VERTICAL RAIL
??I Y
NTDRAULIC CYLINDER 18 M. I PLTVOOO
) S TI FI
VERTICAL ,e+ fM�
SPACING i� 6Y I^) a
VERTICAL
�T K{
➢ SPACING
a j
<' MAX. IN iiy
1 ' �1c4 Al MAX.
y •4.:]._.
2' MAX
2' MAX. Y�Y
FIGURE NO. 3 FIGURE NO. 4
YERICM. ALlWM1V ALJrt HYORALC ]NORNO U' I GMT
M1Y (ZTACC FFOf1N0 �4 w.LFR ]Y]TFY SH T, :I IMP
1l TACKED) Lt IT VPCAU
�!y HORIZONTAL SPACING
VERTI121
MflEcW
SPACVERTICAL RAIL 2' MAX.
HYDRAULIC {/
CTLIMDER
VERTICAL
SPACING
L' MAX
t
MAX.
HYDRAULIC
CTLIMOEX
247
311-112 n -92-a
Subpt. P, App. D
29 CFR Ch. XVII (7-1-92 Edition)
C-
--
N - x
wz Og
> ¢
o Q
p
w
x a a
o
•c ^
U w F r. w z
O O N ¢
•C -�
C
C 3 c o
CL' W LLI
x
o c
[z O ¢
O 0. z N¢ G
O
¢C/)F >" v
l C ¢ U o
¢ x L U
¢
F V O = U Z
z> Gn C V V c
Q 4 G L U,
¢ O
z
c — <i
F z ^ y v
N^
Z V o m m
c E E
_
- mC C
K X
c a
m c c
-00
Cfl0Q,
u ao..
Q ¢
O = u u
�>v aC jr N oO n W v OO
N �cnh
OW i C
Q p LU
0 D O a O a O
o u o
w2z°z
' Occupational Safety and Health Admin., Labor
Subpt. P, App. D
' a
N o
' ow
w
>
1 Uoo
E� W O z F
O N Q Z
Li.
O
c0
n- U
IC 3 =
� _ µl °
O U� c
1 w F
W C °
N j O G Z =•
N Q G
s v
E " F
F C Q U
-4 -F U w v c
OF
C _ rl
C• v v
N C-'--
Q Ci d ��L.. L 1
O h u
coCq 0
x x
C
j
c c
- u u
ti n c
van.
Q Q
F U F C 0 K O C O c c v
1 It
WOw w >c•.—>Qjoy jviHo
- 4 u l
O a O a O a >O
v u
U.zz
1
1
249
Subpt. P, App. D
.. 29 CFR Ch. XVII (7-1-92 Edition)
U N
fag e+ e I'
N Z
oZ
m .O I I
X � 9(1)!n
zz z z z z z z z z
J Cl en en en en en to tr. en
} Q
-
OO
N a
NZ O O C y. 0V C C In C 0 • odd v-1 'a a . mu
vp > x n. — cz 3
c u O
L'7 L c u
o zz' N W IJ N N N 1.,
C-,
z z z W Z W Z (_ . Z Z.L': Z Z Z Z Z_ = .-
0 J NQN0 m NQ t^ m NO ^-. r. n
O V W ? u6 Z Z Z a
en top U F x U -
'—
m c = 3
Z_ Z L Z 7_ _ rr
U n -
v
-
-
L 1 Z
:D_ C ^... C c tr. C
Z
.zr2
E:_. - n
Ir
W] 'J 'a
< C C
u z c-- e
L
< I2. a .. c v Q u
L" N `
C C C C
v G
a`G
< Q
FLU F C J C O cc O - U U Q
i_u > - c Lt] c F v; > v, F c C c v] to
O C v v N
N N -
o U U Q
o O V
.. Z Z w
250
Occupational Safety and Health Admin., Labor Subpt. P, App. D
m =0
%C N N
x
F- Q en en en
L CL
o zlµ{ z z z z z z z z z
en en en en en en en en (n U 0
N
u' O In O O v O 'n O
p Q H �c �d o v in CO en r; .d
W > Sy
w cU O
C [ E
Z v N W lit N v N N u
z Q Z I.` z�? Z Z Z Z Z W Z Z -
O c_)
z C }MONO en N O en n NC r.: m O A
h U C a u a
c U W J L• C - Z a _
Q L:1 1' O vl O O vi a v'i a O
e o_ a vi ad en v: �d
C< y F Q P O x a
C
' < x Z W Z z z z z z Z Z Z uCO N CM en N CM en en
z ` u a
' C N Z c
C U O r. C O r o h a a
< C. O
z
• Z ti 7 T
^ —
O J ^ It) O C In O C in
Lj C ? r-i r` ce•i r-
Cl _ v ci r c o N,
L GJ :.U3
3 " F U u '
u e
e c c c
E
u n c
U F a O W O O C
i;LZ cu U -I W c( -,n �'='r.ro C orn vi �
O F L >In
LU ._ > > N W .O
O > u
N j
o I.
C n C
U u u O
c o U
1
1
1
251
Subpt. P, App.. E - 29. CFR Ch. XVII (7-1-92 Edition)
APPENDIX E TO SUBPART P -ALTERNATIVES TO TIMBER SHORING
18"
VER
SPAT
4' Mi
:RTICAL RAIL
YDRAULIC CYLINDER
Figure 1.Aluminum. Hydraulic Shoring
00 O O'
Figure 2. Pneumatic/hydraulic Shoring
252
Occupational Safety and Health Admin., Labor
Subpt. P, App. E
Figure 3. Trench Jacks (Screw Jacks)
Figure 4. Trench Shields
253
Subpt.
P, App. F
29
CFR Ch. XVII (7-1-92 Edition)
APPENDIx
F TO SUBPART P -SELECTION OF
PROTECTIVE SYSTEMS
The following figures are a graphic summary of the requirements contained in subpart P
for excavations 20 feet or less in depth. Protective systems for use in excavations more than
20 feet in depth must be designed by a registered professional engineer in accordance with
€ 1926.652 (b) and (c).
Is the excavation more
•than 5 feet in depth?
Is there potential
for cave-in?
NO
Sloping.
selected
Excavation maybe
made with
vertical sides.
Excavation must be
sloped, shored, or
shielded.
select
Is the excavation
entirely in stable rock?
or shielding
I
Co to Figure 2 Co to Figure 3
FICURE 1 - PRELIMINARY DECISIONS
254
Occupational Safety and Health Admin., Labor Subpt. P, App. F
Sloping selected as the
method of protection
Will soil classification
be made in accordance
with !1926.652 (b)?
Excavation must comply with Excavations must comply
one of the following three withfl926.652 (b)(1) which
options: requires a slope of 1,H:1V
(341).
Option 1:
1926.652 (b)(2) which
requires Appendices A
and 3 to be followed
Option 2:
§1926.652 (b)(3) which
requires other tabulated
data (see definition) to
be followed.
FIGURE 2.- SLOPING OPTIONS
Option 3:
£1926.652 (b)(4) which
requires the excavation
to be designed by a
registered professional
engineer. - _
255
Subpf. P, App. F 29 CFR Ch. XVII (7-1-92 Edition)
Shoring or shielding selected
as the method of protection.
Soil classification is required
when shoring or shielding is
used. The excavation must comply
with one of the. following. four
options:
Option 1
51926.652 (c)(1) which requires
Appendices A and C to be followed
(e.g. timber shoring).
Option 2
51926.652 (c)(2) which requires
manufacturers data to be followed
(e.g. hydraulic shoring,trench
jacks, air shores, shields).
Option 3
.51926.652 (c)(3) which requires
tabulated data (see definition)
to be.followed (e.g. any system
as per the tabulated data).
Option 4
31926.652 (c)(4) which requires
the excavation to be designed
by a registered professional
engineer (e.g. any designed
system).
FIGURE 3 - SHORING AND SHIELDING OPTIONS
256
:1
Section 02220
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 pipelines and appurtenances, including excavation,
backfilling, and compaction of backfill above embedment around pipes and appurtenances.
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 - Granular
Base Course.
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 09/2/99 Page 02220-1
i
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.
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.
1
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 '/2 cy or more.
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 cannotbe 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: is excavation required to construct a trench for utility or storm sewer '
piping. Trench excavation is incidental to pipelaying.
I
I
City of Fayetteville
09/2/99
Page 02220-2 '
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
A. 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
subgrade, on slopes, and at other such places indicated by Engineer.
1
City of Fayetteville 09/2/99 Page 02220-3
I
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.
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 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 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
plowing, scarifying, or disking 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
City of Fayetteville 09/2/99 Page 02220-4
11
I
I
I
"hillside" or acceptable common excavation (when available) in the slope areas and the areas
behind the curb.
' D. Place roadway 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.
1 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 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.
City of Fayetteville
Page 02220-5
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. 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 Compaction
1. Excavate or fill to subgrade lines and grades indicated on the Drawings.
2. Loosen top 6 inches within full width of roadbed.
3. Adjust moisture content to bring substantially to optimum.
4. Compact as specified for embankment.
5. Reshape section as part of compaction effort to conform to typical section.
3.7 TRENCH EXCAVATION
A. 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 1 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.
11
it
I
City of Fayetteville 09/2/99 Page 02220-6
II
I
I
I
I
I
I
I
LI
I
I
I
I
I
I
[1
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
1. 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 exactor 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 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. 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.
City of Fayetteville 09/2/99
1
Page 02220-7
I
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 amaximum 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.
Trench dewatering system shall discharge to natural drainage channel or storm sewer.
Obtain permit for this discharge if required.
L 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
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 above the top
of the pipe, and then a trench excavated in the compacted embankment.
IT
11
I
H
City of Fayetteville 09/2/99 Page 02220-8 ,
I
3.8 TRENCH BACKFILLING AND COMPACTION
IA. 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 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
1 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.
1 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.
1 D. 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
1 be placed in 8 inch layers loose measurement and compacted to 90 percent of standard
proctor density.
1 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
1 percent of maximum proctor density, to bottom elevation of pipe embedment.
G. Backfill wet condition trench bottom with crushed coarse aggregate that is typically used for
1 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.
1
City of Fayetteville 09/2/99 Page 02220-9
1
L
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 02220
I
11
City of Fayetteville 09/2/99 Page 02220-10
Section 02230
Part 1- 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".
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".
City of Fayetteville 09/2/99 Page 02230-1
I
5. T 224, "Correction for Coarse Particles in the Soil Compaction Test".
'II
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
1'
A. Work underthis 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.
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.
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 permitted.
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.
City of Fayetteville 09/2/99 Page 02230-2.
I
I
F
I
I
7
I
H
F. For Class 1 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 1
Classes of Granular Material
Grading and Crushing Requirements
Class 2
Class 7
SIEVE
Class 1
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
1 2.2 SOURCE QUALITY CONTROL
IA. 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.
1 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,
1 plasticity index, and liquid limit.
C. Ifrequested 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
1 City of Fayetteville 09/2/99 Page 02230-3
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
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.
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
City of Fayetteville 09/2/99 Page 02230-4
C
It
I
I
I
L
I
I
I
I
I
I
I
I
specified.
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 ofplacing 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 ofbase course exceeds 7 inches, constructbase
in two or more layers of approximately equal thickness.
D. 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.
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.
City of Fayetteville 09/2/99 Page 02230-5
II
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.
11
End of Section 02230
I
C
C
I
7
City of Fayetteville 09/2/99 Page 02230-6
1
II
LI
I
Part 1 - GENERAL
1 1.1 SCOPE
Section 02261
SITE RESTORATION
' 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 1.2 RELATED WORK
1 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.
1
I. Part 2- PRODUCTS
3.1 TOPSOIL
A. Topsoil shall be placed on disturbed areas equal to the better material on each side of the
disturbed area.
3.2 FERTILIZER
rT
1
I
A. 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.
City of Fayetteville
07/14/99
Page 02261-1
F
II
3.3 SEED
A. Seed mixture per Class of Restoration
1. Class 1 Restoration seed mixture shall be 40 percent Lawn Fescue, 30 percent Rye
Grass (annual), and 30 percent Blue Grass.
2. Class 2 Restoration seed mixture shall be 40 percent Field Fescue, 40 percent Rye
Grass (annual), and 20 percent White Clover (common).
3. Class 3 Restoration seed mixture shall be 40 percent Tall Fescue (Kentucky 31), 40
percent Rye Grass (annual), and 20 percent White Clover (common)..
B. Seed shall be labeled according to current requirements of the Arkansas State Plant Board
C. Seed shall be 95 percent pure and 85 percent germination by weight. 50 noxious weed seeds
shall be the maximum amount allowed per pound. The following types of seed are not
allowed in any amount: Johnson grass, wild onion, wild garlic, field bindweed, or nut grass.
D. Fescue seed shall be certified endophyte free.
3.4 SOD
A. Sod shall consist of a densely rooted growth of Bermuda grass, Zoysia, etc. and shall be
substantially free from noxious weeds and undesirable grasses: The sod shall be cut in
uniform strips with a minimum of 2 inches of root depth approximately 12 inches in width and
not less than 12 inches in length but not longer than can be conveniently handled and
transported.
B. Sod for replacement of disturbed sodded areas shall be approved by Engineer before cutting.
3.5 STRAW MULCH
A. Straw mulch shall be good grade clean straw, free of weeds or seed, and of a quality approved
by Engineer prior to use.
3.6 WATER
A.. Water shall be of irrigation quality, free of impurities which are detrimental to plant growth.
1
11
,I
I
I
I
L
City of Fayetteville
07/14/99
Page 02261-2
I
I
I
I
I
I
El
I
I
I
[TI
I
I
I
I
I
I
I
Part 3- EXECUTION
3.1 RESTORATION WHERE GROUND SURFACE IS NOT GRAVELED OR PAVED FOR
VEHICLE OR PEDESTRIAN USE.
A. Class 1 Restoration - Areas of construction within lawns, gardens, or other well -kept areas,
including street rights -of -way that are kept as lawns by adjacent landowners.
After trench settlement is complete, replace topsoil to same depth as adjacent
undisturbed areas.
2. Trim and remove all damaged limbs on trees, trim limbs of shrubs or, if necessary, cut
damaged shrub just below ground surface.
Hand rake disturbed area to remove all rocks '/2 inch or larger measured in any
direction, all man made debris, and all organic material. Debris and excess material
shall be disposed of in a manner approved by the Engineer and applicable government
regulations.
4. After raked area is accepted by Engineer for seeding,
a. apply 250 pounds of fertilizer per acre.
b. apply 0.50 pounds of seed per 100 square feet.
c. apply 4,000 pounds of mulch per acre.
Apply straw mulch using a non -asphalt tackifier. Apply tackifier to straw in sufficient
quantity to bind mulch together. Top spraying of straw with asphalt is not acceptable.
6. As an alternate method of seeding, seed may be applied by hydro mulching. The seed
shall be mixed with water and wood cellulose fiber. The wood cellulose fiber shall be
composed of natural wood chips and shall contain no growth or germination inhibiting
factors and shall contain a water soluble, nontoxic coloring agent.
Other alternate methods will be considered by Engineer but shall not be utilized until
expressly authorized by Owner and Engineer.
•7. Where ground cover adjacent to disturbed areas contains grasses such as Bermuda
grass, Zoysia, or other grasses not included in the prescribed seed mixture, Contractor
shall remove and stockpile the existing sod on the job site. After trench settlement is
complete, the sod shall be replaced to a condition equal to, or better than, that prior to
construction. In the event that insufficient sod has been stored, or sod has been lost
or destroyed, the Contractor shall be responsible for providing and installing new
ground cover of the existing type.
City of Fayetteville
I
07/14/99 Page 02261-3
I
B. Class 2 Restoration - Areas of construction within fields, meadows, and street rights -of -way
which are mowed or cultivated (gardens excepted).
1. Tree and shrub treatment shall be as specified in Section 3.1.A.2.
2. After trench settlement is complete, machine rake to remove rock, man made debris,
and organic material to a condition equal to existing surface on the better side of the
adjacent property.
3. Remove all excess excavated material from the site, including excess material which
has accumulated around fence posts, trees, mailboxes, etc. All areas which have been
disturbed, such as that caused by equipment tracks, shall be carefully backfilled and
repaired as though it were a part of the actual trench excavation.
4. After raked area is accepted by Engineer for seeding,
a. apply 250 pounds of fertilizer per acre.
b. apply 0.15 pounds of seed per 100 square feet.
c. apply 4,000 pounds of mulch per acre.
5. Mulching and seeding methods shall be as specified in Section 3.1.A.
6. Where existing field grass adjacent to disturbed areas contains grasses such as
Bermuda, etc. grasses not included in the prescribed seed mixture, Contractor shall
place such topsoil as required and seed with the existing type grass so that an
equivalent ground cover will be provided.
C. Class 3 Restoration -
Areas
of construction that are heavily
brushed or wooded, steep rocky
slopes, or other areas
where
it is not practical for the area to
be cultivated.
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.
LI
I
71
I
City of Fayetteville 07/14/99 Page 02261-4
1
3.3 RESTORATION OF SLOPES
A. Terrace slopes where, in the opinion of Engineer, erosion problems may arise after
construction.
3.4 RESTORATION BY SODDING
1. Place 3 inches of topsoil before installing sod.
2.
Apply 250 pounds of fertilizer per
acre and work into top 1
inch of topsoil.
3.
Make surface of top soil moist and
firm (not compacted) at
the time sod is placed.
B. Sod
1. Moisten sod before placing.
2. Lay by hand along contour lines beginning at lowest elevation.
3. Stagger transverse joints.
4. Make tight joints between sod pieces.
5. Cut sod into existing surface and backfill with topsoil to provide a smooth transition
from sodded areas to non -sodded areas.
6. Apply thin layer of topsoil over sod and overseed with 45 pounds of annual rye grass
per acre.
C Maintenance of Sod
1. Water overseeded areas as directed by Engineer.
2. Apply water to sod for 3 weeks as directed by Engineer.
City of Fayetteville 07/14/99 Page 02261-5
1
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. I
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.
C Concrete
Concrete is specified in Section 03316.
2. Flowable fill is specified in Section 03316.
D. Stone Base
1. 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
oftraffic. Receive permission from the proper authority to temporarily close the street
and notify all emergency agencies of the temporary closing.
City of Fayetteville 07/14/99 Page 02261-6
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 02261
City of Fayetteville 07/14/99 Page 02261-7
L
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
1 B. Section 02220 - Excavation and Compaction
IC. 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.
1
Part 2 -PRODUCTS
2.1 MATERIALS
IA. 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 ofnoxious weeds. Bales shall each weigh approximately
35 pounds. Straw in an advanced state of decomposition will not be acceptable.
I
I
U
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 (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
City of Fayetteville
07/14/99
02270-1
H
II
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 fl
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
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, ifrequired, shall be Curlex blankets by American Excelsior Company
or approved equal. Slopes in excess of 3:1 shall have erosion matting.
City of Fayetteville 07/14/99 02270-2
II
11
I
I
' 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.
I
I
L
I
I
I
I
L
I
I
I
I
I
H. Temporary mulches such as loose hay, straw, netting, wood cellulose or agricultural silage.
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.
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.
City of Fayetteville
07/14/99 02270-3
II
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 02270
I
I
I
I
City of Fayetteville
07/14/99
02270-4 '
Section 02500
ASPHALTIC CEMENT PAVING
Part 1 - GENERAL
1.l SECTION INCLUDES
Placement of asphaltic paving, including prime coat materials and installation, and hot mix asphalt
binder and surface courses.
1.2 RELATED SECTIONS
A. General quality control requirements and the division of responsibilities for laboratory and
field testing are specified in Section 01410.
B. Site preparation is specified in Section 02100.
C. Excavation and embankment are specified in Section 02220.
D. Subgrade preparation and base course construction are specified Section 02230.
E. Concrete curbs and gutters and sidewalks are 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. AASHTO
1. M 17, "Mineral Filler for Bituminous Paving Mixtures".
2. M 81, "Cut -Back Asphalt (Rapid -Curing Type)".
3. M 140, "Emulsified Asphalt".
4. M 145, "The Classification of Soils and Soil -Aggregate Mixtures for Highway
Construction Purposes".
5. M 208, "Cationic Emulsified Asphalt".
6. M 226, "Viscosity Graded Asphalt Cement".
7. T 30, "Mechanical Analysis of Extracted Mixture".
8. T 44, "Solubility of Bituminous Materials in Organic Solvents".
9. T 48, "Flash and Fire Points by Cleveland Open Cup".
10. T 49, "Penetration of Bituminous Materials".
11. T 51, "Ductility of Bituminous Materials".
City of Fayetteville 07/14/99 Page 02500-1
L
12. T 78, "Distillation of Cut -Back Asphaltic (Bituminous) Products".
13. T 96, "Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los
Angeles Machine".
14. T 102, "Spot Test of Asphaltic Materials".
15 T 104, "Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate".
16. T 166, "bulk Specific Gravity of Compacted Bituminous Mixtures".
B. AHTD
1. Standard Specifications for Highway Construction, 1996 Edition, referencing the
following specific sections.
a. 401, Prime and Tack Coats and Emulsified Asphalt in Base Course.
b. 403, Materials and Equipment for Prime, Tack, and Asphalt Surface
Treatment.
c. 404, Design and Quality Control of Asphalt Mixtures.
d. 406, Asphalt Concrete Hot Mix Binder Course.
e. 407, Asphalt Concrete Hot Mix Surface Course.
f. 409, Materials and Equipment for Asphalt Hot Mix Binder and Surface
Courses.
g. 410, Construction Requirements for Asphalt Hot Mix Binder and Surface
Courses.
2. AHTD Test Method 449/449A
3. AHTD Test Method 450
4. AHTD Test Method 460
C. ASTM standards maybe substituted for the listed AASHTO standard when the standards are
essentially the same.
1.5 SUBMITTALS
A. Submit product information on prime coat and tack coat products, and on asphalt cement
when requested by Engineer.
B. Submit mix design information in accordance with Paragraph 2.4.
C. Submit source quality control information when requested by Engineer in accordance with
Paragraph 2.5.
1.6 QUALITY ASSURANCE
Testing for materials and construction performance shall be at the option of Owner, or as specified
herein.. Owner has the authority to require any test needed, in their opinion, to demonstrate that the
quality of the construction materials or workmanship meet the specified requirements.
Site tests shall be made in the presence of Engineer. Required tests must demonstrate compliance
with the specifications before the paving work will be accepted.
City of Fayetteville 07/14/99 Page 02500-2
II
II
[1
I
fi
I
U
L
1.7 DELIVERY, STORAGE, AND HANDLING
A. HMAC mixtures shall be transported from mixing plant to the Work in vehicles with clean,
tight beds.
B. When mixtures are hauled more than 15 miles, or when mixtures are being placed between
November 1 and April 1, cover beds of vehicles with canvas or other suitable material to
retard loss of heat. Cover shall extend over the sides and ends of truck bed and shall be
securely fastened. Store cover on truck at all times regardless of haul distance or time of
year.
C. Provide sufficient vehicles to provide a continuous operation on the roadway.
D. Use only non -petroleum release agents.
Part 2- PRODUCTS
2.1 SOURCES
A. Obtain aggregate from a permanently established quarry regularly engaged in supplying
mineral aggregates for asphaltic concrete mixtures. Quarry shall have an established quality
control program.
B. Obtain asphalt cement from sources that have executed a certification agreement with
AHTD.
C. Obtain asphaltic concrete mixtures from a permanently established mixing plant regularly
engaged in supplying paving materials conforming to AHTD specifications. Applicable
provisions of AHTD 409.03 shall apply, except that Engineer will not be inspecting or
monitoring operations of the plant.
2.2 PRIME AND TACK COATS
A. Prime coat shall be emulsified petroleum resin, EPR-1, manufactured by Blackridge, or
equal.
B. Bituminous tack coat shall be rapidly curing cutback asphalt conforming to AASHTO M 81,
or an emulsified asphalt conforming to AASHTO M 140 or M 208. Cationic emulsified
asphalt shall have a minimum Saybolt Furol Viscosity at 122 degrees F at the point of
manufacture of 200 seconds, and a maximum Saybolt Furol viscosity of 500 seconds.
I
City of Fayetteville
07/14/99
Page 02500-3
I
I
2.3 ASPHALTIC CONCRETE
A. Mineral Aggregates
1. Mineral aggregates for asphaltic concrete binder course and surface course shall
consist of combinations of coarse aggregate, fine aggregate, and mineral filler
proportioned as provided for in the specifics mix designs.
2. Coarse aggregate is that fraction retained on the #10 sieve and shall consist of
crushed gravel, crushed stone, or slag.
3. Fine aggregate is that fraction passing the #10 sieve, and shall consist of clean, hard,
durable particles of natural or manufactured sand or combinations of the two.
Natural sand shall meet the requirements ofAASHTO M 145 except that a maximum
of 35 percent may pass the #200 sieve. Fine aggregate may contain a maximum of
2 percent coal and lignite by weight of the fine aggregate.
4. Crushed stone shall consist of clean, hard, durable fragments of rock of uniform
quality, free from an excess of soft particles. The stone shall have a percent of wear,
measured by AASHTO T 96, not greater that 40, and when subject to 5 cycles of the
Sodium Sulfate Soundness test, AASHTO T 104, the loss shall not exceed 12
percent.
5. Crushed gravel shall consist of clean, hard, durable aggregate free from an excess of
soft particles in which at least 98 percent of the particles retained on the #10 sieve
have been produced from larger particles by crushing operations. Gravel shall have
a percent of wear, measured by AASHTO T 96, not greater than 40.
6. Mineral aggregates shall be clean and free of deleterious material and adherent films
of clay that will prevent thorough coating with asphalt materials. The fraction
passing the #40 sieve shall have a plasticity index not greater than 4. For asphaltic
concrete mixes, a minimum of 65 percent of total aggregate shall be produced by
crushing larger particles.
7. Mineral filler shall comply with the requirements of AASHTO M 17.
8. Gradation of aggregates shall comply with the design mix, within the master ranges
given in paragraphs 2.3.C and 2.3.D.
B. Asphalt cement shall conform to AASHTO M 226. Physical requirements are per Table II
of AASHTO M 226, with the further provision that ductility for all grades of asphalt cement
shall be a minimum of 100 cm and all grades shall have a negative spot as determined by the
Spot Test. The grade to be used will be determined by the mix design.
L
11
City of Fayetteville 07/14/99 Page 02500-4
1.
I
I
I
I
I
I
I
LI
C. Binder course shall be hot mix asphaltic concrete composed of mineral aggregate, asphalt
cement, and any required additives proportioned to meet AHTD Type 2 binder course, in
accordance with the following:
Mineral Aggregate:
Sieve Size
1'/4 inch
1 inch
3/4 inch
'/2 inch
#4 sieve
#10 sieve
#20
#40 sieve
#80 sieve
Asphalt cement
Fines to Asphalt Ratio
Design Test Requirements
No. of Blows:
Minimum Marshall Stability
Marshall Flow, 1/100 inch
Air voids
Min. voids in mineral aggregate
Minimum water sensitivity ratio
Percent anti -strip
Type 2 Asphaltic Concrete
percent passing
100
92-100
75-97
55-85
35-60
20-45
14-35
10-30
6-20
3.7-7.0
0.6-1.4
50
1000 lbs
7-16
3.0-6.0 percent
13 percent
70 percent
As required
Maximum Tolerance
percent
f7
f7
f7
f5
t4
f4
f4
±0.4
1 Fines to asphalt ratio is defined as the weight of the aggregate passing the #200 sieve,
expressed as a percentage of the total mix weight divided by the percent asphalt cement
content.
Exact quantities of mineral filler and anti -strip additive incorporated into the mix will be as
determined by the laboratory mix design.
1
I
1
I
City of Fayetteville
07/14/99
Page 02500-5
1
C
D. Surface course shall be composed of mineral aggregates, asphalt cement, and any required
additives proportioned to meet the requirements for AHTD Type 2 surface course, in
accordance with the following:
Mineral Aggregate:
Sieve Size
3/4 inch
%: inch
#4
#10
#20
#40
#80
Asphalt cement
Fines to Asphalt Ratio
Design Test Requirements
No. of Blows:
Minimum Marshall Stability
Marshall Flow, 1/100 inch
Air voids
Min. voids in mineral aggregate
Minimum water sensitivity ratio
Percent anti -strip
Type 2 Asphaltic Concrete
percent passing
100
85-100
55-80
35-60
22-45
15-35
8-22
4.5-7.5
0.6-1.4
50
1000 lbs
7-16
2.5-5.0 percent
14 percent
70 percent
As required
Maximum Tolerance
percent
f7
f7
f5
f4
f4
f4
± 0.4
Exact quantities of mineral filler and anti -strip additives incorporated into the mix will be
as determined by the laboratory mix design.
Surface course shall contain not more than 60 percent limestone aggregate in the coarse
mineral aggregate fraction. When limestone is the primary coarse mineral aggregate, crushed
sandstone, crushed siliceous gravel, syenite, novaculite, or crushed slag shall be used as the
remaining coarse mineral fraction. The portion retained on the #10 sieve shall have an
insoluble residue of not less than 85 percent when tested in a 1:1 solution of hydrochloric
acid and water in accordance with AHTD Test Method 306.
2.4 MIX DESIGN
A. A special mix design prepared specifically for this project will not be required. Submit for
review the mix design in use at the mixing plant for its regular supply of the mixes specified.
B. Mix designs shall be prepared by laboratory analysis in accordance with the requirements of
the specifications. Mix design preparation shall comply with applicable provisions ofAHTD
I
1
I
City of Fayetteville
07/14/99
Page 02500-6
I
1 404.01.
2.5 SOURCE QUALITY CONTROL
A. Contractor is responsible for quality control testing of the HMAC mixtures to be
' incorporated in the work prior to their placement in the work, in accordance with Section
01410.
B. Tests shall be conducted by the mixing plant, as part of a regular quality control program.
Such tests shall be of the type and at the frequency required to demonstrate that the mixing
' plant is producing mixtures in conformance with required design mixes.
C. If required by Engineer, submit a copy of standing quality control program in use at the
mixing plant.
D. If required by Engineer, submit copies of testing records of tests conducted at the mixing
' plant on the HMAC products delivered for this project. Such tests will be ordered if
Engineer has reason to believe the HMAC mixtures supplied are not in compliance with the
specifications, or if the mixtures appear to result in overly difficult placement or compaction
' such that specified results are not obtained. Such testing, if ordered, may include: extraction
tests (AHTD 450) and sieve analysis (AASHTO T 30)of the extracted aggregate; nuclear
asphalt content gauge (AHTD 449/449A) and sieve analysis (AASHTO T 30) of the
' aggregate sample obtained by AHTD Test Method 460. Additional tests required for further
evaluation of the mixture will be as needed to prove the adequacy of the mixture.
Part 3 -EXECUTION
3.1 EXAMINATION
A. Examine the areas and conditions under which work will be performed. Conditions
detrimental to timely and proper execution of this work shall be corrected. No work shall
be done until unsatisfactory conditions are corrected.
3.2 PREPARATION
A. Before application of each course or surface coat, prepare the existing course to receive the
new course. Such preparation may include filling sags and depressions with asphalt binder
or surface course mixtures. Accomplish this work by hand, blade grader, or mechanical
spreader methods. Featheredge to a smooth and even surface around the edges ofthese areas.
Prime coat or tack coat as applicable before placing this material. Examine base course to
verify that the lines and grades conform to the requirements of the Drawings and
Specifications, including those for superelevation.
B. Clean loose and foreign materials.
City of Fayetteville 07/14/99 Page 02500-7
1
I
C. Paint contact surfaces of curbing, gutters, manholes, and other structures with a thin coating
of rapid curing cutback asphalt or emulsified asphalt.
3.3 INSTALLATION
A. Prime Coat
1. Clean surface to be treated with prime coat of dust, dirt, and loose or foreign material
by sweeping with mechanical brooms immediately preceding application of prime
coat. Take care to clean but not loosen or dislodge embedded aggregate in base
course. Remove patches of asphalt, dirt, or other material which does not form an
integral part of the surface to be treated.
2. Perform cleaning only far enough in advance of the application to ensure the surface
being properly prepared at the time of application.
3. Spray prime coat material uniformly over surface by means of mechanical pressure
distributor at the rate of 0.25 gallons per square yard, or as recommended by the
manufacturer for project conditions. Remove surplus material that collects in surface
depressions.
4. Allow prime coat to cure per manufacturer's recommendations before application of
asphalt material. No material for a succeeding course shall be placed on a primed
base course until the prime coat has cured sufficiently to prevent damage by hauling
operations.
5. Do not apply when air temperature is below 45 degrees F.
6. Observe special precautions to ensure uniform distribution of prime coat material.
Adjust and operate distributor so as to evenly distribute material. Remove excess
quantities on the road surface caused by stopping or starting the distributor, by
overflow, leakage, or otherwise.
7. Apply prime coat material only at temperatures within manufacturer's
recommendations.
8. Repair prime coat that becomes damaged.
B. Apply tack coat in a manner similar to that described in paragraph 3.3.A for prime coat.
Apply at the rate of 0.02 to 010 gallons per square yard. Apply tack coat sufficiently in
advance of asphalt course to allow proper curing of the tack coat material but not so far in
advance as to lose its adhesiveness as a result ofbeing covered with dust or foreign material.
If tack coat becomes damaged or covered with foreign material, clean and re -treat with tack
coat as required.
C. Binder Course construction is covered in general in AHTD Sections 406 and 410. Preparing
HMAC mixture is covered in general in AHTD Section 409. Binder course shall be
constructed to the following standards:
Minimum
Density, percent of theoretical
92.0
Maximum
Moisture, percent (Roadway)
0.75
Where binder course is placed on shoulders, minimum density shall be 90 percent of
City of Fayetteville
07/14/99
Page 02500-8
I
I
U
I
I
I
I
I
U
I
Li
1J
I
I
I
I
I
City of Fayetteville 07/14/99 Page 02500-9
1
maximum theoretical density.
2. Place mixture on prepared surface, spread, and strike off to line, grade, and elevation
required. Place mixture only on a base that shown no evidence of free moisture and
when weather conditions are suitable. Engineer may permit work of this character
to continue when overtaken by sudden rains to utilize materials that may be in transit
from the mixing plant to the site.
3. Mixture shall be delivered to the paver within recommended compaction temperature
range according to the design mix. Do not place binder course on roadway at a
temperature lower than 250 degrees F.
4. Hand spreading is permitted only in areas inaccessible to pavement.
5. Paver shall uniformly distribute and compact mixture in from of the screed for full
width being paved. Finished surface shall be smooth and of uniform texture.
6. Screed or strike -off assembly shall effectively produce a finished surface of required
evenness and texture without tearing, shoving, or gouging mixture.
7. Operate mixer at forward speeds consistent with satisfactory laying of mixture.
Match speed ofpaverwith mixing plant production rate and number of hauling units.
8. Establish edge of binder course by string or chalk line for at least 500 feet ahead of
spreading operation.
9. Thoroughly compact mixture after spreading by rolling as soon as it will bear weight
of rollers without undue displacement.
10. Establish an optimum rolling pattern at beginning of placement of each mix design.
11. The number, weight, and type of rollers, and the optimum rolling pattern shall be
such that the specified density and surface requirements are consistently attained
while mixture is in a workable condition. Rollers which produce excessive crushing
of aggregate particles will not be permitted.
12. Following the breakdown rolling operation and as soon as the mat will support the
roller without displacement, pass pneumatic roller over binder course a sufficient
number of times to knead and seal entire mat being placed.
13. Exercise due care when using vibratory rollers to prevent any deterioration of
material caused by excessive rolling or vibration. Operate vibratory rollers in such
a manner that overlap of adjacent passes shall be held to a minimum.
14. Start rolling longitudinally at the low edge and proceed toward the higher portion of
the mat. When paving abutting a previously placed lane, longitudinal joint shall be
rolled first followed by regular rolling procedure. Terminate alternate passes ofroller
3 feet from any preceding stop. Do not stop rollers perpendicular to centerline of
traveled way.
15. Restrict speed of roller to avoid displacement of hot mixture, and do not exceed 3
mph. Operate roller in such a manner that no displacement of the mat will occur.
Rolling shall proceed continuously until all roller marks are eliminated and required
density attained. Keep rollers moist for full width of roller to prevent adhesion of
asphalt mixture to roller. Excess water will not be permitted.
16. Do not pass rollers over unprotected end of a freshly laid mixture. Form transverse
joints by cutting back on previous run to expose full depth of the course. Use a brush
coat of asphalt material on contact surfaces of transverse joints just before additional
mixture is placed against previously placed material.
I
17. Upon completion of rolling operations, surface shall be smooth and of uniform ,
texture.
D. Surface Course construction is covered in general in AHTD Sections 407 and 410. ,'
Preparing HMAC mixture is covered in general in AHTD Section 409. Surface course shall
be constructed to the following standards. 1
Minimum Density, percent of theoretical 92.0
Maximum Moisture, percent (Roadway) 0.75
Surface course construction shall comply with the requirements of Paragraph 3.3.C, and with
the following additional requirements:
1. Offset longitudinal joint in one layerby approximately 6 inches from the layer below.
However, joint in top layer shall be at the centerline of pavement or at lane lines.
General casting back of material or hand raking material onto surface will not be
permitted.
2. Establish edge of surface course at least 500 feet ahead of spreading operation.
3. Finished surface, when checked with a 10 foot straight edge parallel to the centerline,
shall show no variation more than 1/8 inch for surface course.
3.4 FIELD QUALITY CONTROL
A. Owner will be responsible for quality .control testing of the completed pavement, in
accordance with Section 01410: Tests to be taken and their frequency will be determined by
the Engineer. Tests may include coring for depth and'laboratory density, in -place density,
and straight edge for smoothness. Density of compacted mixture shall be in accordance with
AASHTO T 166.
B. If testing shows deficiencies, correct deficiencies by means satisfactory to Engineer prior to
beginning additional work. If deficiencies appear to be the result ofvariation from approved
mix design, an inadequate mix design or materials (as opposed to workmanship), operations
will be stopped until corrections can be made at the mixture source. If deficiencies are a
result of workmanship, adjust operations and equipment to achieve the specified results.
3.5 CLEANING
A. Clean surface of pavement as required of debris and loose material after compaction and
before final acceptance.
B. Clean ACHM splatter or excess material from curbs, gutters, drainage structures, and other
places where it has been placed and exceeds the limits of paving indicated on the Drawings.
End of Section 02500
City of Fayetteville
07/14/99
Page 02500-10
.1
II
II
Section 02600
IPIPE LAYING
Part 1- GENERAL
1.1 SECTION INCLUDES
IA. Installation of water, wastewater, and storm sewer pipe and appurtenances.
1.2 RELATED WORK
A. Trenching, Backfilling and Compacting is specified in Section 02221.
B. Reinforced concrete pipe and fittings are specified in Section 02720.
C. Corrugated metal pipe and fittings are specified in Section 02720.
D. Perforated plastic tubing is specified in Section 02720.
E. Testing of installed pipe is specified in Section 02720.
F. Concrete is specified in Section 03316.
G. Ductile iron pipe and fittings are specified in Section 02615.
H. Plastic pipe and fittings are specified in Section 02622.
1.3 REFERENCES
A. AASHTO
1. T 99, "Standard Method of Test for the Moisture -Density Relations of Soils Using a
5.5 -lb. Rammer and a 12 -in. Drop".
' 2. T 180, "Standard Method of Test for the Moisture -Density Relations of Soils Using
a 10 -lb. Rammer and a 18 -in. Drop".
I B. AHTD Standard Specifications for Highway Construction
1. Section 303, "Aggregate Base Course".
II
II
Ii
C. ASTM
1. D 448, "Standard Classification for Sizes of Aggregate for Road and Bridge
Construction".
2. D 2774, "Recommended Practice for Underground Installation of Thermoplastic
Pressure Piping".
3. D 2922, "Standard Test Methods for Density of Soil and Soil -Aggregate in Place by
City of Fayetteville 07/14/99
,
Page 02600-1
Nuclear Methods (Shallow Depth),
1.4 QUALITY ASSURANCE
A. Provide skilled workers to insure proper handling, jointing, and embedment of pipe.
B. Methods of Testing
1. Moisture density relations of material shall be determined in the laboratory in
accordance with AASHTO T 99 or T 180, as specified.
2. Field density of backfill shall be determined in accordance with ASTM D 2922.
Part 2- MATERIALS
2.1 BEDDING MATERIALS
Bedding materials, used for bedding, haunching, and initial backfill in the locations indicated on the
Drawings, shall conform to one of the following materials.
A. Grit: a local designation for a crushed stone material, available from quarries in northwest
Arkansas, and is specified by City of Fayetteville for use in pipe embedment (bedding,
haunching, and initial backfill) where groundwater is not encountered. Approximate gradation
of grit is: 100 percent passing a 3/8th sieve, and 0 to 10 percent passing a No. 200 sieve. This
material is to be used for water line, sewer line, and any storm sewer installation designated
N/P-1 or P-1.
B. Natural pea gravel may be used as an alternative for grit, subject to approval of Engineer.
C. Sand: well
graded natural sand, free of
gravel, angular
pieces, organic matter, and other
deleterious
substances may be substituted
for grit, subject
to approval of Engineer.
D. Class 7 or Class 8 Base material per AHTD, Section 303, Table 303-1 as an alternative for
grit, subject to approval of Engineer.
E. Materials meeting either ASTM D 448 Size No 67 or ASTM D 2774 as an alternative to grit,
subject to approval of Engineer.
F. Concrete rock for storm sewer installation meeting the gradation requirements of Section
802.02 Materials (c) Coarse Aggregate. This material is to be used when groundwater is
encountered. The storm sewer installation will be designated N/P-2 or P-2.
Part 3- EXECUTION
3.1 GENERAL
City of Fayetteville
07/14/99
Page 02600-2 ,
A. Examine pipe and appurtenances for compliance with specifications.
B. Reject pipe and appurtenances not in compliance with specifications.
C. Remove foreign matter from pipe and appurtenances before lowering into excavated area.
3.2 PIPE HANDLING
A. Pipe shall be off loaded at site as close to location of installation as possible, subject to
constraints of traffic control and availability of land for construction. Pipe shall not be dropped
from carrier deck. Stack pipe according to manufacturer's recommendations.
B. Lower pipe into trench after placement of bedding using slings and mechanical equipment.
Workers shall be present in trench, in accordance with safety practices, to direct pipe into
place.
3.3 PIPE BEDDING, HAUNCHING, AND INITIAL BACKFILLING
A. For PVC pipe and fittings, and corrugated metal pipe, place 6 inches minimum of grit between
excavated trench bottom or stabilized trench bottom and bottom of pipe or fitting as bedding.
Provide a minimum of 6 inches of grit or acceptable material all around pipe. Provide
depression in bedding for joints so that barrel of pipe or fitting rests on grit.
B. For ductile -iron pipe and appurtenances, place 6 inches minimum of grit between excavated
trench bottom or stabilized trench bottom and bottom of pipe or appurtenance as bedding.
Provide depression in grit for joints so that barrel of pipe or fitting rests on grit.
C. Place grit in 6 inch maximum layers, compacted to 85 percent of maximum proctor density
to spring line of pipe as haunching, and to top of pipe as initial select backfill, ensuring that
grit is placed against haunch area of pipe.
D. For reinforced concrete pipe designated as storm sewer installation N/P-1 or P-1 and
appurtenances, place 4 inches of grit between the excavated trench bottom or stabilized trench
bottom and bottom of pipe or appurtenance as bedding. Provide depression in grit for joints
so that barrel of pipe or appurtenance rests on grit. No haunching is required for reinforced
concrete pipe. Initial backfill shall be job excavated select material.
E. For reinforced concrete pipe designated as storm sewer installation NIP -2 or P-2 and
appurtenances, place a minimum of 4 inches of concrete coarse aggregate between the
i excavated trench bottom or stabilized trench bottom and bottom of pipe or. appurtenance
as bedding. Initial backfill shall be this coarse aggregate to a minimum of eighteen inches
above the four inch diameter underdrain pipe. This underdrain pipe shall be laid at the flow
line elevation of the concrete pipe and capped at the upstream end. The downstream end
shall terminate into the drainage structure.
I
City of Fayetteville
07/14/99
Page 02600-3
I
3.4 JOINTING
A. Place pipe and appurtenance to planned line and elevation.
1. Place sewer pipe from low end to high end with pipe bells facing upstream.
2. Place potable water pipe with bells facing the direction of laying.
3. Cover open end of laid pipe whenever pipe laying is interrupted to prevent rodents and
debris from entering pipe.
B. Prepare pipe before jointing operations in accordance with manufacturer's recommendations.
. Place gasket in location marked.
C. Shove pipe
home into joint
using mechanical equipment as recommended by manufacturer
Pipe barrel
shall be inserted
into joint to appropriate mark,
if available on pipe.
3.5 BACKFILLING
A. Pipe Covering
1. Place minimum 12 inch of grit over top of PVC pipe and fittings.
2. Place minimum 6 inch of grit over top of iron pipe and fittings.
3. Place job excavated select material from bedding of reinforced concrete pipe and
compact to 90 percent of standard proctor density when groundwater is not
encountered.
4. When groundwater is encountered in storm sewer pipe construction, place concrete
rock for a minimum of 18 inches above the underdrain pipe as initial backfill.
B. See Section 02220 for remainder of backfill.
C. Existing Utility Crossings: Expose utilities located between two manholes 24 hours minimum
before the downstream manhole is constructed. Wherever possible sewer will be adjusted to
provide necessaryclearance.
3.6 THRUST BLOCKING
A. Construct thrust blocking at all pipe fittings, including bends and reducers, as indicated on the
Drawings.
B. Concrete for thrust blocking is specified in section 03316
C. Construct thrust blocking between pipe and undisturbed earth. If trench conditions do not
exist, either extend thrust blocking or backfill over excavation and dig new trench to obtain
trench conditions.
End of Section 02600
City of Fayetteville 07/14/99 Page 02600-4
Section 02601
CAST -IN -PLACE MANHOLES
Part 1- GENERAL
1.1 SCOPE
A. This section covers poured -in -place manholes for wastewater lines.
1.2 RELATED WORK
A. Concrete for manholes is specified in Section 03316.
B. Trenching, backfilling and compacting are specified in Section 02221.
C. Pipe laying is specified in Section 02600.
D. Cast -in -place manholes are specified in Section 02601.
1.3 QUALITY ASSURANCE
A. Concrete testing is specified in Section 03316.
B. Manhole Testing
1. Sanitary sewer manholes shall be tested in accordance with these specifications prior
to acceptance by Owner. If a manhole fails the test, make appropriate repairs.
2. Manhole Exfiltration Testing: Incoming and outgoing sewer lines shall be plugged and
the manhole filled with water up to the top of the poured concrete. If the water loss
exceeds the maximum allowable as shown below; the manhole shall have failed the test.
Depth of Manhole Maximum Allowable Water Loss
0 - 8 feet 1 inch over 5 minutes
Over 8 feet 1/8 gal. per vertical foot over 5 minutes
3. Manhole Vacuum Testing: Perform vacuum test. Manhole vacuum test shall be
performed with suitable apparatus made for such purpose and shall draw a vacuum of
10 inches of Mercury (Hg). The test shall pass if the vacuum remains at 10 inches of
Hg or drops to not less than 9 inches of Hg in one minute.
City of Fayetteville 07/14/99 Page 02601-1
[l
Part 2 - MATERIALS
2.1 MANHOLE, RINGS, AND COVERS
A. Concrete is specified in Section 03316.
B. Castings for manhole rings and covers must be of the best quality gray cast iron free from
cracks, holes, scale, shrinkage, distortion, and other defects which might make them unfit for
their intended use. They shall be of high workmanlike finish, shall be non -rocking, shall have
all bearing surfaces machined smooth, and shall be of such quality that a blow from a hammer
will produce an indentation on a rectangular edge of the casting without flaking the metal.
C. Manhole rings and lids shall have a combined weight of not less than 300 lbs. and shall have
a nominal diameter of 24 inches and a minimum access diameter of 22 inches. The manhole
lids shall be of solid construction without any openings of any type except two concealed pick
holes which shall be located on direct opposite sides of the manhole lid. The concealed pick
holes shall be of such design as not to allow infiltration into the manhole. Manhole lids shall
have "SANITARY SEWER" cast on the lids.
2.2 APPURTENANCES
A. Pipe connections to manholes shall be Femco Concrete Manhole Adapters, or equal, furnished
in the appropriate size for the type and class of pipe used:
Part 3- EXECUTION
3.1 MANHOLE CONSTRUCTION
A. Excavate to planned depth in. accordance with Section 02221.
B. Barricade excavation site in accordance with Section 01500.
C. Place 4000 psi concrete in accordance with Section 03316. Coat outside of manhole walls and i
cone section with 1/4" minimum of bitumastic trowelable grade. Inside of manhole will not be
lined.
11
fl
L
L
I
D. Place waterstops between concrete pours.
E. Place manhole ring and cover when concrete has cured 24 hours.
F. Backfill in accordance with Section 02221 after concrete has cured 48 hours.
G. Manholes shall not have steps.
End of Section 02601
I
City of Fayetteville
07/14/99
Page 02601-2 '
Section 02605
UTILITY SLEEVES
Part 1 - GENERAL
1.1 SECTION INCLUDES
A. Furnish and install sleeves for future utility crossings.
1.2 RELATED SECTIONS
A. Pipe laying is specified in section 02600.
B. Excavation safety is specified in section 02161.
C.
Pipe trenching
and backfill
is specified in section 02220.
D.
Flowable fill is
specified in
section 03316.
1.3 UNIT PRICES
A. See section 01025.
1.4 REFERENCES
A. ASTM A 139, "Electric -Fusion (ARC) -Welded Steel Pipe (NPS 4 and Over)".
1.5 SUBMITTALS
A. Submit manufacturer's data on sleeves to be furnished.
1.6 QUALITY ASSURANCE
A. Utility sleeves shall be installed by workers experienced in installing sleeves for utilities by
the open cut method.
B. Utility sleeve materials shall be new.
City of Fayetteville 07/14/99 Page 02605-1
I1
Part 2- PRODUCTS
2.1 MATERIALS
[l
A. Steel Utility Sleeves
1. Steel utility sleeves shall be steel pipe conforming to ASTM A 139. Pipe sizes and
wall thicknesses are indicated on the Drawings.
2. Joints may be welded or bolted and gasketed. Inside of joints shall be smooth, not
creating any hindrance to pushing pipes through the sleeve at a future time.
3. Interior and exterior of sleeve material shall be treated with a coal tar epoxy lining.
B. PVC Utility Sleeves
1. PVC utility sleeves shall be schedule 40, rigid, high impact polyvinlychloride,
conforming to Federal Specification W -C-1094 and Underwriters' Laboratories
Standard UL -651.
2. PVC conduit sizes are indicated on the Drawings.
Part 3 -EXECUTION
3.1 EXAMINATION
A. Examine sleeve materials for damage to pipe, lining, or coating during shipping.
3.2 INSTALLATION
A. If not coated at the factory, coat exterior of steel pipe with coal tar epoxy paint prior to
installation.
B. Install utility sleeves as specified for piping in sections 02220 and 02600.
End of Section 02605
City of Fayetteville 07/14/99 Page 02605-2 '
Section 02615
IRON PIPE AND FITTINGS
Part f- GENERAL
1.1 SCOPE
A. This section covers ductile iron pipe and fittings for potable water and wastewater systems.
1.2 RELATED WORK
A. Pipe Laying is specified in Section 02600.
B. Potable water systems are specified in Section 02675.
C. Valves are specified in Section 02641.
D. Plastic Pipe is specified in Section 02622.
1.3 REFERENCES
A. AWWA
1. C104, "AmericanNational Standard for Cement -Mortar Lining for Ductile -Iron Pipe
and Fittings for Water".
2. C110, "American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 In.
Through 48 In., for Water and Other Liquids".
3. C111, "American National Standard for Rubber Gasket Joints for Ductile Iron and
Gray -Iron Pressure Pipe and Fittings"
4. C151, "American National Standard for Ductile Iron Pipe, Centrifugally Cast in
Metal Molds or Sand -Lined Molds, for Water or Other Liquids"
5. C 153, "AmericanNational Standard for Ductile -Iron Compact Fittings, 3 In. Through
24 In., for Water Service".
B. ASTM
1. D 1248, "Standard Specification for Polyethylene Plastics Molding and Extrusion
Materials"
1.4 QUALITY ASSURANCE
A. No field testing of pipe, except pressure testing ofcompleted systems will be required unless
evidence develops that material is not as specified or as certified by manufacturer.
B. Affidavits of Compliance and Independent Laboratory Inspection
City of Fayetteville 07/14/99 Page 02615-1
Ductile iron pipe and ductile iron pipe fittings furnished and installed on this project
shall be inspected and tested by the manufacturer. The manufacturer shall furnish to
Engineer, prior to delivery, certificates stating that all pipe will be manufactured in
compliance with these Specifications. The certificate shall also fully describe the
pipes proposed to be furnished.
If evidence appears that all provisions of the applicable ASTM/AWWA Standards
have not been complied with after the pipe has been delivered, Owner will require.
such field testing and sampling as necessary for certified statements of compliance
to the provisions of said standards to be furnished by an approved independent
laboratory. The cost for the testing and sampling or job delay will be the
responsibility of the pipe supplier if the pipe is not in compliance. Owner will pay
the cost of the testing and sampling if the pipe is in compliance with the
Specifications. However, Owner will not be responsible for delays. The independent
laboratory may be chosen by Owner or the manufacturer, as directed by Engineer,
and shall be approved by Engineer.
C. Joint lubricant containers must be labeled with manufacturer's name and must be labeled as
pipe joint lubricant.
1.5 DELIVERY STORAGE AND HANDLING
A. Comply with pertinent provisions of Section 01620.
B. Protect polyethylene encasement from prolonged exposure to sunlight.
Part 2- MATERIALS
2.1 PIPE AND FITTINGS
A. Ductile Iron Pipe and Ductile Iron Pipe Fittings With. Mechanical Type Joints. Unless
otherwise specified or shown on the Drawings or specified, pipe and fittings furnished on this
project shall be ductile iron; pipe and fittings shall have mechanical joints.
Ductile iron pipe famished with either push -on or mechanical type joints shall
conform to the requirements of AWWA C151, latest revision, and shall be Pressure
Class Pressure Class 350 unless otherwise indicated on the Drawings.
2. Ductile Iron Pipe Fittings: Fittings over 3 inches shall be ductile iron fittings and
shall conform to the requirements of ANSI/AWWA C153/A21.53. Fittings shall
have a minimum pressure rating of 350 pounds per square inch and shall be
lightweight (compact) fittings, unless otherwise indicated on the Drawings.
City of Fayetteville 07/14/99 Page 02615-2
Ductile Iron Pipe Joints: Ductile iron pipe and ductile iron fittings with mechanical
or push -on type joints shall have rubber gasket joints in conformance with
ANSI/AWWA C111/A21.11.
4. Restrained Joints: Restrained joint pipe and fittings shall be ductile iron pipe
manufactured in accord with applicable sections of ANSI/AW WA Cl 5 1/A21.5 1 and
AWWA/ANSI C110/A21.10. Restrained joint pipe shall be "TR Flex," as
manufactured by U.S. Pipe, or equal.
5. Ductile Iron Pipe Joint Lubricant: Joint lubricant shall be provided by the pipe
manufacturer, and applied as per the manufacturer's recommendations.
6. Tapping sleeves shall be designed for 200 psi and shall be JCM Type 432 for 6 -inch
through 12 -inch lines and JCM Type 412 for 12 -inch lines and larger, or equal.
Taping sleeves shall be vinyl coated.
2.2 LINING AND COATING
A. Water Pipe: Ductile iron pipe and ductile iron fittings used for water systems shall have a
standard thickness cement mortar lining in conformance with ANSI/AWWA C104/A21.4.
B. Outside Coating: Ductile iron pipe shall have either a bituminous exterior coating, or shall
be delivered to the site factory cleaned and primed as set out below.
Factory Primed Pipe: Unless otherwise shown on the Drawings, all exposed pipe
and fittings within the limits of structure walls or all pipe exposed above ground shall
be delivered to the job site factory blasted, cleaned, and primed with one coat ofKop-
Coat 240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal.
2. Bituminous Coating: Pipe and fittings indicated for buried service shall have a
bituminous coating approximately 1 mil thick. The coating shall be factory applied
to the outside of all pipe and fittings. The finished coating shall be continuous,
smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun,
and shall be strongly adherent to the pipe or fitting.
2.3 DETECTABLE TAPE
Shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall
consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert
jacket that is impervious to all known alkalis, acids, chemical reagents, and solvents found in the
soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less
than 2 inches with a medium unit weight of 2-1/2 pounds/1 inch x 1,000 feet.
City of Fayetteville 07/14/99 Page 02615-3
The tape shall be color coded and imprinted with the message as follows:
Type of Color
Utility Code
Water Safety Precaution Blue
Sewer Safety Precaution Green
Part 3- EXECUTION
3.1 GENERAL
Legend
Caution, Buried Water Line Below
Caution, Buried Sewer Line Below
A. Pipe shall be laid in conformance with Section 02600.
3.2 PIPE DETECTION TAPE
A. Pipe detection tape shall be provided in all trenches for water and sewer line construction.
Installation shall be per manufacturer's recommendations and shall be as close as practical
to finished grade while maintaining a required minimum of 18 inches between the detection
tape and the top of any pipe line.
End of Section 02615
City of Fayetteville 07/14/99 Page 02615-4
Section 02616
POLYETHYLENE ENCASEMENT
Part 1- GENERAL
1.1 SCOPE
A. - This Section covers polyethylene encasement of iron pipe and fittings.
1.2 RELATED SECTIONS
A. Iron Pipe is specified in Section 02615.
B. Pipe Laying is specified in Section 02600.
1.3 REFERENCES
A. AWWA
C105, "American National Standard for Polyethylene Encasement of Ductile -Iron Pipe
Systems".
1.4 QUALITY ASSURANCE
Polyethylene encasement materials shall be products of a manufacturer experienced in producing
encasement materials in compliance with the governing standard, and installed by workers
experienced in this type of construction.
1.5 SUBMITTALS
Submit manufacturer's data for polyethylene materials.
Part 2- PRODUCTS
2.1 POLYETHYLENE
A. Comply with ANSI/AWWA O05, latest revision.
City of Fayetteville 07/14/99 Page 02616-1
B. Polyethylene film shall have a minimum nominal thickness of 0.008 inches (8 mils), and
shall be provided in tube style only.
Nominal Pine Dia.
4
6
8
12
16
24
Part 3- EXECUTION
3.1 POLYETHYLENE TUBE INSTALLATION
3.2
Flat Tube inches
16
20
24
30
37
54
A. Assemble tube on pipe as specified in ANSI/AWWA C105.
B. In dry trench conditions, tube may be assembled on pipe in trench.
C. In wet trench conditions, tube must be assembled on pipe before lowering into trench.
D. Seal any opening in tube with polyethylene compatible adhesive tape.
E. Wrap odd -shaped iron appurtenances with a split length of polyethylene tube.
INSTALL POLYETHYLENE ENCASEMENT
A.
Use
Method
A
or B as specified in ANSI/AWWA C105 for slip-on joints.
B.
Use
Method
A
as specified in ANSI/AWWA C105 for bolted joints.
End of Section 02616
City of Fayetteville 07/14/99 Page 02616-2
SECTION 02620
CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS
PART1. GENERAL
1.1 SUMMARY
A. Provide cement -lined ductile iron pipe and gray cast iron or ductile iron fittings specified.
B. Pipe and fittings shall be manufactured in the United States. Foreign made products shall
be unacceptable.
C. Service shall include gravity sewers and segments for the force main.
1.2
1.3
RELATED SECTIONS
A. Section 02225 - Trench Excavation, Bacldilling, and Compacting.
B. Section 02730 - Sewage Collection System.
C. Section 02731 - Sewage Force Main.
A. American National Standards Institute, 1430 Broadway, New York, New York 10018.
1. ANSI A21.11 - Standard for Rubber Gasket Joints for Ductile Iron Pressure Pipe
and Fittings.
2. ANSI A21.14 - Ductile Iron Fittings 3 in. Through 24 in., for Gas.
3. ANSI A21.15 - Standard for Flanged Ductile Iron Pipe with Threaded Flanges.
4. ANSI A21.4 - Standard for Cement -Mortar Lining for Ductile Iron Pipe and
Fittings.
5. ANSI A21.50 - Standard for Polyethylene Encasement for Ductile Iron Pipe.
6. ANSI B16.1 - Standard for Cast Iron Pipe Flanges and Flanged Fittings.
7. ANSI B 16.21 - Nonmetallic Flat Gaskets for Pipe Flanges.
B. American Society for Testing and Materials, 1916 Race Street, Philadelphia,
Pennsylvania 19103.
1. ASTM A307 - Specifications for Carbon Steel Externally Threaded Standard
Fasteners.
2. ASTM A563 - Specification for Carbon and Alloy Steel Nuts.
3. ASTM D1248 - Specification for Polyethylene Plastic Molding and Extrusion
Materials.
02620 - 1
I
C. American Water Works Association, 6666 West Quincy Avenue, Denver, Colorado __
80235.
1. AWWA C 153 - Ductile -Iron and Gray -Iron Fittings, 3 in. Through 48 in., for Water I
and Other Liquids.
2. AWWA CI I I - Rubber -Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe
and Fittings. ,
3. AWWA C115 - Standard for Flanged Ductile -Iron Pipe with Threaded Flanges.
4. AWWA C207 - Standard for Steel Pipe Flanges for Waterworks Service, Sizes 4
in. Through 144 in.
PART 2. PRODUCTS
2.1 PIPE
A. Buried Pipe: Class 350 and comply with applicable requirements of ANSI A21.50.
Flanged pipe shall meet ANSIJAWWA CI15/A21.15.
B. Pipe shall be jointed with push -on mechanical, flanged, restrained, or flexible joints
meeting applicable requirements of ANSI A21.11-72 and ANSI 21.15-75.
C. Ductile iron pipe shall receive standard thickness cement lining and bituminous seal coat
in conformance with ANSI 2.14-74.
D. Ductile iron pipe shall be coated on the exterior with either coal tar or asphalt base
material approximately 1 mil thick.
2.2
FITTINGS
,
A. Gray or ductile iron, 250 psi pressure class, cement -lined and seal -coated. Where taps
are shown on fittings, tapping bosses shall be provided.
1.' Flanged Joint: ANSI/AWWA C153 and ANSI B16.1, faced and drilled
125 -pound ANSI standard.
2. Mechanical Joint: ANSI/AWWA C153 and ANSI/AWWA Cl 11.
B. Cement Linings: In accordance with ANSI A21.4.
C. Fittings shall receive an exterior coating of 1 mil thick bituminous material in accordance
with ANSI A21.4.
D. Fittings shall have distinctly cast on them the manufacturer's identification, pressure
rating, nominal diameter of openings, and the number of degrees or fraction of the circle
on bends.
02620-2
2.3 FLANGES
A. ANSI A21.15/AWWA C115, threaded, 250 psi working pressure, ANSI 125 -pound
drilling.
2.4
Pa
`mod
2.7
BOLTS
A. For Class 125 FF flanges use carbon steel, ASTM A307, Grade A hex head bolts and
ASTM A563, Grade A hex head nuts.
B. For Class 250 RF flanges use carbon steel, ASTM A307, Grade B hex head bolts and
ASTM A563, Grade A heavy hex head nuts.
C. For mechanical joint use manufacturer's standard.
POLYETHYLENE ENCASEMENT
A. Encase piping with polyethylene film in tube or sheet form.
B. Polyethylene Film: Manufactured of virgin polyethylene material conforming to the
following requirements of ASTM Standard Specification D-1248-78, Polyethylene
Plastics Molding and Extrusion Materials:
1. Minimum thickness: 0.008 inch (8 mil). The minus tolerance on thickness shall
not exceed 10 percent of the nominal thickness.
2. Tube size or sheet width for each pipe diameter shall be as listed in the DIPRA
Handbook, latest edition.
GASKETS
A. Gaskets for mechanical joints shall be rubber, conforming to ANSI A21.11, AWWA
C111.
B. Gaskets for flanged joints shall be 1/8 -inch thick, cloth -inserted rubber conforming to
applicable parts of ANSI B 16.21 and AWWA C207.
C. Gasket Material: Free from corrosive alkali or acid ingredients and suitable for use in
potable waterlines.
D. Gaskets shall be full -face type for 125 -pound FF flanges.
LUBRICANT
A. Lubricant for push -on or mechanical joint end piping shall be manufacturer's standard.
02620-3
PART 3
3.1
A.
3.2
3.3
k]E!
3.5
3.6
EXECUTION
HANDLING PIPE
Do not damage the cement lining when handling the pipe.
RELATION TO WATER LINES
A. Laying sewer main, follow Health Department requirements. Maintain 10 -foot
horizontal separation and 18 -inch vertical separation in crossing water lines.
CUTTING PIPE
A. Cut pipe with milling type cutter, rolling pipe cutter, or abrasive saw cutter. Do not
flame cut.
DRESSING CUT ENDS
A. Dress cut ends of pipe in accordance with the type of joint to be made.
B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which may
damage the rubber gasket.
C. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as
recommended by the coupling or adapter manufacturer.
MECHANICAL JOINT
A. Join pipe with mechanical joints in accordance with the manufacturer's
recommendations. Provide special tools and devices, special jacks, chokers, and similar
items required for proper installation. Pipe manufacturer shall provide lubricant for the
pipe gaskets, no substitutes shall be permitted.
FABRICATION OF FLANGED PIPE AND FITTINGS
A. Flanged pipe and fittings shall be fabricated in the shop, not in the field, and delivered
to the job site with flanges in place and properly faced. '
B. Threaded flanges shall be individually fitted and machine tightened on the threaded pipe
by the manufacturer.
C. Flanges shall be faced after fabrication in accordance with ANSI A21.15/AWWA C115.
I
02620 -4
3.7
3.9
JOINTING FLANGED PIPE
A. Prior to connecting flanged pipe, the faces of the flanges shall be thoroughly cleaned of
oil, grease, and foreign material.
B. The rubber gaskets shall be checked for proper fit and thoroughly cleaned.
C. Care shall be taken to assure proper seating of the flanged gasket.
D. Bolts shall be tightened so that the pressure on the gasket is uniform.
E. Use torque -limiting wrenches shall be used to ensure uniform bearing insofar.
F. If joints leak when the hydrostatic test is applied, the gaskets shall be removed and reset
and bolts retightened.
POLYETHYLENE ENCASEMENT
A. Install in accordance with DIPRA Handbook, latest edition.
TESTING
A. Lines shall be hydrostatically or pneumatically tested. Test procedures shall be as
specified in Section 02661.
END OF SECTION
02620-5
I
Section 02622
1 PLASTIC PIPE AND FITTINGS
Part 1- GENERAL
' 1.1 SCOPE
IA. - This section covers polyvinyl chloride (PVC) pipe and fittings for potable water and
wastewater systems.
1.2 RELATED WORK
A. Wastewater systems are specified in Section 02722.
B. Potable water services are specified in Section 02666.
C. Potable water systems are specified in Section 02675.
D. Ductile Iron Pipe and Fittings are specified in Section 02615.
E. Pipelaying is specified in Section 02600.
t1.3 REFERENCES
A. ASTM
1. D 1784, "Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds
and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds"
'/ 2. D 2241, "Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated Pipe
(SDR-Series)"
3. D 3034, "Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer
Pipe and Fittings"
4. D 3139, "Standard Specification for Plastic Pressure Pipes Using Flexible
Elastomeric Seals"
'
5. D 3212, "Standard Specification for Drain and Sewer Plastic Pipe using Flexible
Elastomeric Seals"
' 6. F 477, "Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic
Pipe"
'• B. AWWA
1. C900, "Polyvinyl Chloride (PVC) Pressure Pipe, 4 In. Through 12 In., for Water
Distribution".
' 2. C905, "Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameters 14
In. Through 36 In."
I
City of Fayetteville
07/14/99
Page 02622-1
L]
1.4 SUBMITTALS
Submit manufacturer's data for pipe being supplied; include weights, handling procedures, jointing
procedures, field cutting, manufacturing materials, markings, and otherpertinent drawings and data.
1.5 QUALITY ASSURANCE
A. No field testing of pipe, except pressure testing of completed systems will be required unless
evidence develops that material is not as specified or as certified by manufacturer.
B.. Affidavits of Compliance and Independent Laboratory Inspection
PVC pipe and ductile iron pipe fittings furnished and installed shall be inspected and
tested by the manufacturer. Manufacturer shall furnish to Engineer, prior to delivery,
certificates stating that all pipe will be manufactured in compliance with these
Specifications. The certificate shall also fully describe the pipes proposed to be
furnished.
2. If evidence appears that all provisions of the applicable ASTM/AWWA standards
have not been complied with after the pipe has been delivered, Owner will require
such field testing and sampling as necessary for certified statements of compliance
to the provisions of said standards to be furnished by an approved independent
laboratory. The cost for the testing and sampling or job delay will be the
responsibility of the pipe supplier and Contractor if the pipe is not in compliance.
Owner will pay the cost of the testing and sampling if pipe is in compliance with the
Specifications; however, Owner will not be responsible for job delay. The
independent laboratory may be chosen by the Owner or the pipe manufacturer, and
shall be approved by the Engineer.
C. Joint lubricant containers must be labeled with manufacturer's name and must be labeled as
pipe joint lubricant.
D. Stamp manufacturer's name or trademark, ASTM standard, SDR, and Cell Class on each
pipe.
1.6 DELIVERY STORAGE AND HANDLING
A. Comply with pertinent provisions of Section 01620
I
I
B. Minimize handling of pipe below 25 degrees F. ,
I
I
City of Fayetteville
07/14/99
Page 02622-2 '
Part 2- PRODUCTS
2.1 MATERIALS
A. Potable Water Pipe
PVC pipe 2 inches in size shall be manufactured in accordance with ASTM D 2241
and shall have an SDR of 17. PVC pipe 4 inches through 12 inches in size shall be
manufactured in accordance with AWWA Specification C900 and shall have a DR
of 14; PVC pipe 14 inches through 24 inches in diameter shall be manufactured in
accordance with AWWA C905 and shall have a DR of 21.
2. The plastic material used in making the pipe shall be clean, virgin, Cell Classification
12454B PVC compound conforming to ASTM resin specification D 1784, latest
revision. Clean, reworked material generated from the manufacturer's own
production shall be acceptable as long as the pipe produced meets all the
requirements of the Specifications. Nominal laying length shall be 20 feet.
3. Joints for 2 -inch plastic pipe shall conform to ASTM D 3139. Joints for plastic pipe
4 inches and larger shall conform to AWWA C900 or C905, as applicable.
4. Fittings for PVC pipe 2 -inch diameter shall comply with ASTM D 3139, "Joints for
Plastic Pressure Pipes Using Flexible Elastomeric Seals".
5. Fittings for PVC pipe 4 inches and larger shall conform to the specifications for
ductile iron fittings.
B. Gravity Wastewater Pipe
Supply pipe and fittings, 4 inch diameter and greater, in compliance with ASTM D
3034 limited as follows.
a. Manufacture pipe and fittings with PVC compound having cell classification
12454B conforming to ASTM D 1784.
b. Manufacture pipe and fittings with wall thickness classification SDR 26.
c. Manufacture pipe and fittings to use Elastomeric Gasket Joints that comply
with ASTM D 3212.
C. Elastomeric Gaskets: Supply gaskets manufactured in compliance with ASTM F 477 and
with additional markings as follows.
1. Year of manufacture.
2. Color striped on the side of gasket that faces open bell.
D. Trace wire shall be 14 gage coated copper for underground burial and shall be taped to the
top of the pipe at 12 foot intervals.
1
City of Fayetteville 07/14/99 Page 02622-3
1
E. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved
equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in
a protective inert jacket that is impervious to all known alkalis, acids, chemical reagents, and
solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and
the width shall not be less than 2 inches with a medium unit weight of 2-1/2 pounds/1 inch
x 1,000 feet.
Tape shall be color coded and imprinted with the message as follows:
Type of
Utility
Water
Sewer
Part 3- EXECUTION
3.1 INSTALLATION
Color
Code
Safety Precaution Blue
Safety Precaution Green
A A. Pipe Installation is covered in Section 02600.
Legend
Caution, Buried Water Line Below
Caution, Buried Sewer Line Below
B. Pipe Detection tape shall be provided in trenches for water and sewer line construction.
Installation shall be per manufacturer's recommendations and shall be as close as practical
to finished grade while maintaining a requiredminimum of 18 inches between the detection
tape and the top of any pipe line.
C. Trace wire shall be laid adjacent to all PVC installations and shall be looped around the pipe
at least once per joint and connected to all valves and fittings. A tracing test shall be required
prior to final acceptance.
End of Section 02622
L.J
I
City of Fayetteville
07/14/99
Page 02622-4 ,
Section 02641
VALVES
Part 1- GENERAL
1.1 SCOPE
This section covers valves for potable water systems, except for valves for individual service
connections.
1.2 RELATED WORK
A. Iron pipe and fittings are specified in Section 02615.
B. PVC pipe is specified in Section 02622.
C. Potable water services are specified in Section 02665.
D. Potable water systems are specified in Section 02713
1.3 REFERENCES
A. AWWA Standards:
1. C504, "Rubber Seated Butterfly Valves".
2. C509, "Resilient Seated Gate Valves for Water Supply Service."
3. C550, "Protective Epoxy Coatings for Valves and Hydrants."
4. C600, "Installation of Ductile -Iron Water Mains and Their Appurtenances".
B. ASTM Standards:.
1. A 126, "Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe
Fitting".
2. A 153, "Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel
Hardware".
3. A 436, "Standard Specification for Austenitic Gray Iron Castings".
4. D 429, "Standard Test Methods for Rubber Property —Adhesion to Substrates".
1.4 SUBMITTALS
A. Submit manufacturer's catalog data, including illustrations and a parts list, that identifies the
materials to be used for making various parts, in sufficient detail to serve as a guide in the
assembly and disassembly of the valve and for ordering repair parts.
B. Submit a statement of the net assembled weight for each size valve exclusive of joint
accessories.
City of Fayetteville 07/14/99 Page 02641-1
C. Submit drawings showing principal dimensions, construction details, and materials used for
all parts of valve.
1.5 QUALITY ASSURANCE
A. Valves shall be manufactured by a company with at least five years of experience in
manufacturing the same type of valve in the required sizes.
B. No field testing of valves, except pressure test of completed systems, will be required unless
evidence develops that material is not as specified or as certified by manufacturer.
1.6 DELIVERY, STORAGE, AND HANDLING
A. - Comply with pertinent provisions of Section 01620
t ._aw- -rautua
2.1 GATE VALVES
A. Gate valves shall be used for pipe up through 10 -inches in size. Valve sizes are indicated on
the Drawings.
B. Gate valves shall be iron body, resilient seated type, non -rising stem gate valves, in
conformance with the requirements of AWWA C509. Gate valves shall be designed for a
minimum of 200 psi working pressure. Gate valves shall be M&H, Waterous, Mueller, or
Clow.
C. Gate valves shall have O-ring stem seals. The O-ring stem seal shall be so designed that the
seal above the stem collar can be replaced with the valve under pressure in the full -open
position.
D. Gate valves shall have standard mechanical joint ends conforming with AWWA C 111, unless
tapping valves, valves with flanged ends, or valves of a special nature are indicated on the
Drawings.
E. Buried gate valves shall be designed for operation with a nominal 2 inch square operating nut.
The standard direction of opening shall be open left, counter -clockwise as viewed from the
top.
F. The interior and exterior of the valve body, bonnet, and seal plate shall have factory applied
fusion bonded epoxy coating meeting AWWA C550.
G. The valve shall be tested in accordance with AWWA C509.
City of Fayetteville 07/14/99
N.
Pageb02641-2
I
1J
I
I
I
1 H. Bolting materials shall be zinc coated per ASTM A 153.
2.2 BUTTERFLY VALVES
A. Butterfly valves shall be used for all pipe 12 -inches and larger. Valve sizes are indicated on
the Drawings.
B. Butterfly valves shall conform with therequirements of'AWWA C504, except that valves shall
1 be suitable for 200 psi working pressure and provide drip -tight shut off at 250 psi. Butterfly
valves shall be groundhog type, as furnished by Henry Pratt Company HP -250 Ground Hog
1 type, or equal. Manufacturer's other than Henry Pratt Company will be required to submit
proof of design certificates as required by AWWA C504 paragraph 5.2.4.
IC. Valve body shall be constructed of cast iron ASTM A 126, Class B, and shall have integrally
cast mechanical joint ends unless alternate valve ends are indicated on the Drawings. Body
thickness shall be in strict accordance with AWWA C504, Class 150B, except as greater
thicknesses are required for the greater pressures.
D. Butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows.
I1. Valves 20 inches (nominal diameter) and smaller shall have bonded seats which are
simultaneously molded in, vulcanized, and bonded to the body. Seat bond must
withstand 75 pounds pull under test procedure ASTM D 429, Method B.
1 2. Valves 24 inches and larger shall have seats of synthetic rubber compound. Seats shall
be retained in the valve body by mechanical means without retaining rings, segments,
screws, or hardware of any kind in the flow stream. Seats shall be a full 360 degrees
circumference and replaceable without dismantling operator, disc, or shaft and without
removing valve from the line.
3. Valve discs shall be as follows.
a. For valves 12 inches through 20 inches, nominal diameter, valve disc shall be
constructed of alloy cast iron ASTM A 436, Type 1.
1 b. For 24 inch valves, nominal diameter, valve disc shall be cast iron with a
stainless steel seating edge.
E. Valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant
and self-lubricating. Valve shall be equipped with a totally enclosed type operator, fully
gasketed and grease packed, suitable for direct burial. Operator shall be designed for operation
1 with a nominal 2 inch square operating nut for use with a T -wrench. Operators shall be
designed to open with a counterclockwise rotation of the operator nut. Shaft seal shall be 0 -
ring type.
F. Valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550, latest
revision.
G. Valve shall be hydrostatically tested at 250 psi for leakage in accordance with AWWA C504,
latest revision.
City of Fayetteville 07/14/99 Page 02641-3
I
II
H. Where valves are specifically shown and detailed on the Drawings to be painted, valves shall
be delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340
Gold Primer of Kop-Coat 622 LCF Primer, or approved equal.
I. Affidavit of Compliance - Manufacturer shall furnish to Engineer prior to delivery, an affidavit
stating that valve and materials used in its construction conform to the requirements of
AWWA C504 and that tests specified therein have been performed and that test requirements
have been met.
2.3 TAPPING VALVES
A. Tapping valves shall be gate valves, for buried service, of modified design to serve as valves
to tap a pressurized pipeline.
B. Tapping valves shall be manufactured by a company regularly supplying such valves, in the
sizes required, for at least five years.
C. Valve sizes are indicated on the Drawings.
D. Valve ends shall be: flanged end for bolting to the tapping sleeve; and mechanical joint end
for joining to the new distribution main.
E. Valves shall be suitable for a working pressure of 200 psi and a drip -tight shut-off pressure of
250 psi.
F. Valve end shall allow direct connection of the tapping machine.
G. Valve shall provide the necessary clear opening to allow insertion of the cutting mechanism
and removal of the cut piece of pipe.
H. Other provisions of Paragraph 2.1, covering gate valves, apply.
2.4 AIR/VACUUM RELEASE VALVES
A. Air and vacuum valves shall be APCO, Series 140 for 3 -inch and smaller and Series 150 for
4 -inch and larger. Sizes are indicated on the Drawings.
B. Air and vacuum valves shall conform with the following.
Designed to allow large quantities of air to escape out of the orifice when filling the
pipeline, to close watertight when liquid enters the valve, and to permit large quantities
of air to enter through the orifice when the pipeline is being drained to break the
vacuum.
2. Discharge orifice area equal to or greater than the inlet of the valve.
3. Body and cover: cast iron, ASTM A 126 grade B.
4. Float: stainless steel, ASTM A 240.
11
1
11
11
City of Fayetteville 07/14/99 Page 02641-4
L
5. Seat: Buna-N.
6. Exterior paint: phenolic primer red oxide, FDA and/or EPA approved for contact with
potable water.
7. Protector hood: steel.
' 2.5 VALVE BOXES
A. Valve boxes for gate valves, butterfly valves, and tapping valves shall be constructed of cast
iron. Valve box and appurtenances shall consist of a base, extensions as required, and a top
section with a drop lid. The lid shall be marked with the word "WATER". Valve boxes shall
be compatible with the valve for which they are provided.
B. Air/Vacuum release valve boxes shall be 48 -inch diameter concrete pipe or manhole section.
Length ofpipe shall be sufficient to reach from just above the pipeline to finish grade. Provide
removable concrete cover for valve box, with a Neenah t manhole frame and cover cast
in the concrete cover.
Part 3 -EXECUTION
3.1 EXAMINATION
A. Inspect valves prior to installation for direction of opening, number of turns to open, freedom
of operation, tightness of pressure, containing bolting and test plugs, cleanliness of valve port
and seating surfaces, handling damage, and cracks or other defects.
B. Mark defective valves and remove from job site.
' C. Check bolts and nuts for proper tightness, expect seat adjusting bolts or screws in butterfly
valves.
3.2 PREPARATION
IA. Widen trench as necessary to allow for installation of valve and provide working room on all
sides of valve, and to allow installation of valve box and supports.
B. Shape bedding to allow valve bottom to be fully supported by bedding. Valves at right angle
to pipeline shall not cause torque stresses in pipeline. Tapping valves and machines shall be
supported by crushed stone or concrete pads. Fill over -excavation required for installation and
'removal of tapping machine with crushed stone before continuing pipe laying.
3.3 INSTALLATION
A. Install gate valves in compliance with AWWA C509, Appendix A.
1
City of Fayetteville 07/14/99 Page 02641-5
B. Install butterfly valves in compliance with AWWA C504, Appendix A.
C. Tapping Sleeve and Valve.
1. Disinfect tapping sleeve, tapping valve, and tapping machine in accordance with
AWWA C651 and manufacturer's recommendations.
2. Install tapping sleeve according to manufacturer's recommendations. Verify that
sleeve fits pie in a drip -tight manner.
3. Install tapping valve on tapping sleeve. Tapping valve shall be fully supported on
crushed stone base or concrete pad so that no stresses are transmitted on the pipe being
tapped.
4. Install tapping machine on tapping valve and proceed with tapping operation per
manufacturer's recommendations.
5. Install thrust blocking after tapping operation is complete and before continuing pipe
laying.
D. Valve Box
1. Prove a valve box as specified for each valve used in a buried service application.
Valve box shall be installed so as not to transmit shock or stress to the valve. Valve
box shall be centered and plumb over the operating nut of valve with box cover flush
with the finished surface. Valve box shall be backfilled evenly around its perimeter
with select material. Backfill material shall be hand tamped so that the ground will not
settle after placement of the concrete collar.
2. Construct a 24 inch square concrete collar around valve box lid. Collar shall be
centered on valve box lid and shall be 6 inches thick. The top of the pad shall be flush
with the top of the box and the surrounding ground or roadway surface. Place concrete
to avoid splatter on valve box lid. Construct valve box collars after every item of
cleanup has been completed.
End of Section 02641
PI
I
City of Fayetteville 07/14/99 Page 02641-6 1
Section 02644
FIRE HYDRANTS
Part 1- GENERAL
1.1 SCOPE
A. - This section covers fire hydrants.
1.2 RELATED WORK
A. Installation of the valve isolating the fire hydrant, the valve box, concrete pad surrounding
top of valve box, and pipe connecting valve to fire hydrant are included in fire hydrant
construction.
B. Excavation and backfilling for the fire hydrant is specified in Section 02221.
C. Iron pipe supplying the fire hydrant is specified in Section 02615.
D. Valve used to isolate the fire hydrant is specified in Section 02641.
E. Concrete is specified in Section 03316.
F. Testing of fire hydrants as part of the completed water system is specified in Section
02675.
1.3 REFERENCES
A. AWWA: C502, "Dry Barrel Fire Hydrants".
1.4 SUBMITTALS
A. Submit manufacturer's data and drawings. If specifically requested by Owner or
Engineer, submit report of factory tests.
Part 2- PRODUCTS
2.1 FIRE HYDRANTS
A. Fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, and shall
be designed for a working pressure of 200 psig. Pressure Class 200 fire hydrants shall be
three-way. Approved fire hydrants are Mueller Centurion, Catalog No. A-423, or
Waterous 5-1/4 inch WB67-90.
City of Fayetteville 07/14/99 Page 02644-1
i
B. Hydrant shall have a 6 inch mechanical joint inlet in conformance to dimensions shown
in ANSI/AWWA C110/A21.10. Three-way hydrants shall have a 5-1/4 inch valve ,
opening.
C. Fire hydrants shall be equipped with a two-piece barrel having a breakaway flange at the ,
ground line and shall be designed for a 42 -inch bury. Extensions shall be Mueller A-320
or equal.
D. Hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4-1/2 inch
pentagon; National Standard operating nut designed to open counterclockwise.
E. Fire hydrants shall be equipped with a safety stem coupling and flange which are intended
to fail upon vehicle impact without damage to the stem or main valve.
2.2 AGGREGATE
■
A. - Aggregate placed to receive drainage from fire hydrant shall be crushed or washed stone and
graded as follows.
100% of weight passes 1 '/2 inch screen ■
50%-90% of weight passes 3/4 inch screen
25%-50% of weight passes 1/4 inch screen ,
10%-30% of weight passes No. 4 screen
3%-10% of weight passes No. 200 screen
2.3 PAINT
A. Fire hydrant paint shall be reflectorized paint equal to 3M Company number 7216. '
2.4 SOURCE QUALITY CONTROL
A. - Each assembled fire hydrant shall be tested in accordance with AWWA C502 paragraph
5.1.6.
Part3 - EXECUTION
3.1 EXAMINATION
A. - Prior to installation, hydrants shall be inspected for direction of opening, cleanliness of inlet
elbow, handling damage, and cracks. ,
3.2 INSTALLATION
A. Install fire hydrants at locations indicated on the Drawings or as directed by Engineer. '
City of Fayetteville 07/14/99 Page 02644-2 '
B. Fire hydrants shall be 6'-0" bury when hydrant tee is 24 -inch by 6 -inch or greater. Fire
hydrants shall be 3'-6" bury when hydrant tee is less than 24 -inch by 6 -inch.
C. Hydrants shall stand plumb within .a tolerance of 1/8 inch horizontally in 12 inches
vertically. The nozzles shall be parallel with, or at right angles to, the street with the
pumper nozzle facing the curb. Hydrants shall be set to established grade with the nozzle
centerline at least 18 inches above the ground.
D. When hydrants are placed beyond the curb, hydrant barrel shall be set so that no portion
of the pumper or hose nozzle cap will be not less than 12 inches nor more than 18 inches
from the gutter face of the curb. When set in the lawn space between curb and sidewalk,
or between the sidewalk and the property line, no portion of hydrant or nozzle cap shall
be within 6 inches of the sidewalk. In the case of relocation of water lines along a future
roadway alignment, in a cut or fill area, the hydrant shall be placed as directed by
Engineer.
E. Each hydrant shall be connected to the main with a 6 -inch ductile -iron pipe branch and
an independent 6 -inch gate valve. The 6 -inch branch of the main line fittings shall be
equipped with retaining lip and swivel gland for positive restraint without tie rods.
F. Wherever a hydrant is set in soil that is not pervious, drainage shall be provided at the
base of the hydrant by placing aggregate from the top of the concrete reaction blocking
to at least 6 inches above the waste opening in the hydrant, and to a distance of 1 foot
around the elbow. No drainage system shall be connected to a sewer.
G. Bowl of each hydrant shall be braced against unexcavated earth at the end of the trench
with concrete reaction blocking as indicated on the Drawings. In no case shall the
concrete blocking block or impede flow from fire hydrant drain ports. Fire hydrant,
fittings, and pipe shall be wrapped with visqueen to prevent bonding to the concrete.
H. The fire hydrant shall be painted after installation.
3.3
FIELD QUALITY CONTROL
A. Operate hydrant valve and nozzles after installation but before system testing through two
complete opening and closing cycles.
B. Each hydrant shall be tested in place as part of the water system test, as specified in
Section 02675. Fire hydrants shall be tested in accordance with AWWA C502, latest
revision.
End of Section 02644
City of Fayetteville 07/14/99 Page 02644-3
I
Section 02666
POTABLE WATER SERVICES
Part 1- GENERAL
1.1 SCOPE
A. - This Section covers materials and construction of potable water services.
1.2 RELATED WORK
A. Trenching, backfill and compacting is specified in Section 02221.
B. Site restoration is specified in Section 02261.
C. Testing of water system is specified in Section 02675.
1.3 REFERENCES
A. AWWA
C 800, "Underground Service Line Valves and Fittings."
B. ASTM
I1. A 395, "Standard Specification for Ferritic Ductile Iron Pressure -Retaining Castings
for Use at Elevated Temperature".
2. B 88, "Standard Specification for Seamless Copper Water Tube".
Part 2- PRODUCTS
2.1 PIPE MATERIALS
A. Tapping Saddle Complying with AWWA C800, Mueller DN1 S or equal;
outlet tapped with AWWA taper for counter clockwise
threading; double stainless steel strap; ASTM A 395
ductile iron nylon coated body; nitrile o -ring gasket.
• Tapping saddle for 24 -inch diameter pipe shall be of
similar materials, design, and quality. Tapping saddles
for PVC and ductile iron shall be manufactured by
Mueller and Romac respectively.
B. Corporation Stop AWWA C800, 3/4" Mueller B-25008 or equal; type 110
compression fittings.
City of Fayetteville 07/14/99 Page 02666-1
I
C. DualMeter Fitting Mueller H- 15363 with 110 compression connections, 7'/2
inch width:
D. Meter Yoke 5/8" x 3/4" x 12" Mueller H- 1402, with Mueller H-1 4222
tail pieces and H-14227 coupling both ends; copper
construction; with Mueller 300 angle full port ball valve
on inlet end.
E. Copper Piping 3/4 inch and 1 inch service pipe shall be Type "K"
copper, soft, tempered, seamless, for underground
installation, in accordance with ASTM B 88.
F. Pipe Fittings Mueller 110 Compression fittings.
G. Road Crossing Carrier Pipe Galvanized steel, minimum 2 -inches diameter.
2.2 METER BOX AND LID
A. Meter Box 18 -inch diameter by 24 inch deep, PVC pipe with
minimum 0.275 inch wall thickness. #50184.30T
(Mueller/McCullogh)
B. Meter Box Lid 18 -inch diameter cast iron flat meter lid, Western Iron C -
109P, Crouch Foundry.
2.3 WATER METER
A. - Water meters will be furnished and installed by Owner.
Part 3-. EXECUTION
3.1 EXAMINATION
A. - Examine all water service materials for defects and suitability for intended service.
3.2 PREPARATION
A. - Coordinate water service construction with Engineer and Owner to assure Owner is prepared
to provide and install meters.
3.3 WATER SERVICES
A. Approximate locations for new water meters are indicated on the Drawings. Exact
City of Fayetteville 07/14/99 Page 02666-2
locations will be determined at the site, to accommodate property owner's desires, subject
to Owner's approval.
B. The sequence for construction and connection of new water services will be as follows.
1. New water main must be in place and approved before service taps can be made.
2. Expose existing service piping for a sufficient area so all connection areas are
exposed.
3. Tap water main; install copper water tubing to new meter location; install meter
box and pipe and fittings inside meter box; install service tubing between new
meter location and existing service line, but do not make connection to existing
piping.
4. Owner's personnel will install meters.
5. Connect new copper water tubing to existing service piping using appropriate
transition coupling if required; do not connect dissimilar metals without an
isolating coupling.
.6. Open corporation stop and curb stop, to restore service.
C. Water service lines installed under new or existing pavement shall be inserted into a steel
casing pipe.
D. Follow proper disinfection procedures during services installation.
E. Inspect completed water services for leaks and repair as necessary.
End of Section 02666
I
I
I
I
I
City of Fayetteville
07/14/99
Page 02666-3
7
Section 02675
WATER SYSTEM - MAINTENANCE OF SERVICE AND DISINFECTION
Part 1- GENERAL
1.1 SCOPE
O.lThis Section covers the actions necessary to maintain the existing and expanded system.
Interruption to the existing system's quality and pressure must be kept at a minimum.
1.2 RELATED WORK
0.l Iron pipe and fittings are specified in Section 02615.
0.2Plastic pipe and fittings are specified in Section 02622.
• 0.3Valves are specified in Section 02641.
0.4Fire Hydrants are specified in Section 02644.
0.5Potable Water Services are specified in Section 02666.
1.3 REFERENCES
A. AWWA
1. C600, "Installation of Ductile -Iron Water mains and Their Appurtenances"
2. C65 1, "Disinfecting Water Mains"
Part 2- PRODUCTS
2.1 WATER
A. - Water for flushing and testing water lines will be furnished by Owner at no cost to Contractor.
Part 3- EXECUTION
3.1 GENERAL
' A. - This section outlines the testing ofpipe materials, joints, and/or other materials incorporated into
the construction of water mains to determine leakage and watertightness. Pressure pipelines shall
City of Fayetteville 07/14/99 Page 02675-1
be tested in accordance with Section 4 of AWWA C600 and as specified herein.
3.2 MAINTENANCE OF SERVICE
A. - Schedule and execute construction to minimize service interruption. Whenever it is necessary
for water service to be interrupted for any period of time, provide 5 days notice to affected
businesses and 24 hour notice to affected residences before interrupting service.
3.3 FLUSHING
A. - Fill and flush the newly constructed lines and visually check combination air release and
vacuum valves, blow -off valve assemblies, line valves, and fire hydrants to assure proper operation.
3.4 TESTING
A. Hydrostatic Testing
1. After water line and service line has been laid, including taps and meter settings, newly
laid pipe or any valved section thereof shall be subjected to hydrostatic testing.
2. Each valved section of pipe shall be slowly filled with water and the specified test
pressure shall be applied by means of a pump connected to the pipe in a manner
satisfactory to Engineer. Before applying the test pressure, all air shall be expelled
from the pipe by permanent taps or corporation cocks where necessary.
3. Test pressure shall be the greatest of 150 percent of the static pressure or 200 psi,
whichever is greater. Provide all pumps or other equipment necessary to maintain the
test pressure within 5 psi at the test point for a period of two hours. Fire hydrant
valves shall be open during the pressure test.
B. Leakage
1. The leakage test shall be conducted concurrently with the pressure test. Leakage is
defined as the quantity of water that must be supplied into the newly laid pipeline, or
any valved section thereof, to maintain pressure within 5 psi of the specified test
pressure after the air in the pipeline has been expelled and the pipeline has been filled
with water. Leakage shall not be measured by a drop in pressure in a test section over
a period of time. No pipeline installation will be accepted if the leakage is greater than
that determined by the following formula:
L=
SD[P
133200
L = allowable leakage, (gallons per hour)
S = length of pipe tested, (feet)
D = nominal diameter of pipe, (inches)
P = average test pressure during test, (psig)
2. If the leakage is greater than specified above, locate and make repairs as necessary
r.
City of Fayetteville 07/14/99 Page 02675-2
II
• until leakage is within specified allowance, without additional cost to Owner.
3. Repair visible leaks regardless of the amount of leakage.
3.5 DISINFECTION
A. After successful pressure testing, the lines shall be flushed with a velocity equal to or greater
than 2'/2 fps. The line shall then be disinfected in accordance with AWWA C65 1, continuous
feed method, except that the placing of hypochlorite granules into the main during
construction will not be permitted.
B. Pipes are to be disinfected after laying is completed by holding a chlorine solution of at least
50 ppm strength in the pipe for 24 hours. At the end of the 24 hour period, the treated water
shall contain no less than 25 ppm of chlorine throughout the length of the main.
' C. As the heavily chlorinated water flows past fittings and valves, related valves and hydrants
shall be operated so as to disinfect new appurtenances and pipe branches. Take extreme care
to prevent heavily chlorinated water from flowing back into water mains in active service.
Take care to ensure that discharge of flushing water shall not adversely affect any downstream
properties. The disinfecting water shall be diluted or otherwise have the chlorine
concentration diluted in a manner approved by Engineer. The cost of the chemicals shall be
borne by Contractor.
D. After the lines have been disinfected, they shall be thoroughly flushed until chlorine residual
measurements show that the concentration in the water leaving the main is no higher than that
' generally prevailing in the system or is acceptable for domestic use, or less than 1 ppm.
Disposal of flushing water shall be as described above and as provided by applicable Laws and
Regulations. Procure a special permit from the Arkansas Department of Pollution Control &
' Ecology to discharge the solution and water used in the disinfection of the pipes.
E. Bacteriological samples shall then be collected from each respective section of the new main
Ion two consecutive days and shall be submitted to the Arkansas Department of Health for
analysis. Sampling shall be restricted to Monday, Tuesday, and Wednesday. The samples
shall be collected by Owner personnel.
F. Water lines shall not be placed in service until the results of two consecutive daily samples
showing negative reports for coliform bacteria (safe) are received by Engineer or Contractor
and are submitted to Owner.
' 3.5 CONNECTION TO EXISTING WATER LINES
A. Connections to existing water lines to remain in service shall be made as hot taps.
' B. Connections to existing water lines to be abandoned shall be made by cold taps after pipe is
removed from service and drained to the greatest extent possible. Advise Owner and Engineer
if method of connection, or inability to isolate section of line being taken out of service, will
City of Fayetteville 07/14/99 Page 02675-3
result in the need for public notification.
C. Make valved connections to existing water lines prior to disinfection and testing.
D. Disconnect existing water lines at points indicated on plans when notified by Engineer
Notification will occur after new water lines are approved.
End of Section 02675
d
City of Fayetteville 07/14/99 Page 02675-4
Ii
SECTION 02731
SEWAGE FORCE MAIN
IPART1. GENERAL
1.1 SUMMARY
A. Furnish and install pressure pipe and fittings for sewage force main.
1.2 RELATED SECTIONS
' A. Section 02225 - Trench Excavation, Backfill, and Compacting.
B. Section 02620 - Cement -Lined Ductile Iron Pipe and Fittings.
1.3 REFERENCES
A. American Water Works Association, 6666 West Quincy Avenue, Denver, Colorado
80235.
1. AWWA C600 - Installation of Ductile -Iron Water Mains and Their Appurtenances.
2. AWWA C900 - Standard for Poly(Vinyl Chloride)(PVC) Pressure Pipe, 4 Inch
through 12 Inch, for Water Distribution.
' 3. AWWA C905 - Standard for Poly(Vinyl Chloride)(PVC) Water Transmission Pipe,
Nominal Diameters 14 Inch through 36 Inch.
L B. American Society for Testing and Materials, 1961 Race Street, Philadelphia,
Pennsylvania 19103.
1. ASTM D1784 - Specification for Rigid Poly(Vinyl Chloride)(PVC) Compounds
and Chlorinated Poly(Vinyl Chloride)(CPVC) Compounds.
2. ASTM D2241 - Specification for Rigid Poly(Vinyl Chloride)(PVC) Pressure Rated
Pipe (SDR-Series).
3. ASTM D3139 - Specification for Joints for Plastic Pressure Pipes Using Flexible
Elastomeric Seals.
4. ASTM F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic
Pipe.
1.4 SUBMITTALS
A. Make submittals in accordance with Section 01001.
' B. Product Data:
1. Pipe materials and manufacturers.
2. Manufacturer's standard installation instructions.
' 02731-1
1I
1.5
C. Certificate of Compliance: Submit attesting that materials provided are in compliance
with referenced standards.
D. Test Records:
1. Date of test.
2. Description and identification of piping tested.
3. Test fluid.
4. Test pressure.
5. Remarks to include such items as:
a. Leaks (type, location).
b. Repairs made on leaks.
6. . Certification by Contractor and written approval by Engineer.
QUALITY CONTROL
A. Polyvinyl Chloride (PVC)
1. PVC pipe manufactured from Type 1, Grade 1 PVC, conforming to ASTM D1784.
2. Pipe shall be tested in accordance with ASTM D2241 and product standard PS 22-
70.
1�
I
1
U
'I
PART 2. MATERIALS I
2.1 PVC PIPE, FITTINGS, AND JOINTS
A. Pipe: Conform to the following requirements:
1. AWWA C900 p Class 100 for pipe 4 inches through 12 inches.
2. ?re�flurc r eol Zoo p2 2l (iP5-o.p' )per Ar,m OLyo{ 9zz4 i Rr rec 3"¢,
B. Permanently mark at 5 -foot intervals with the following information:
1. Nominal size. I
2. Material code designation.
3. Manufacturer's name or trademark and production record code.
4. ASTM or AWWA certification.
5. SDR designation.
C. Joints:
1. Buried Pipe: Gasketed slip joint with integral bell for buried water piping.
2. Comply with ASTM D3139.
D. Fittings:
1. Fittings 4 Inches and Larger: Cast iron or ductile iron mechanical joint.
2. Fittings Smaller Than4 Inches: Cerr ?nf lined F'!e irte t.
02731-2 11
E. Gaskets:
1. As recommended by pipe manufacturer for outside diameter of pipe.
2. Comply with ASTM F477.
F. Detectable Tape:
1. Install on pressure systems.
2. "Detect Tape" as manufactured by Allen Systems, Inc. Tape shall be 2 -inches wide,
5.5 mils thick, including 0.35 mils of solid aluminum foil, and shall be marked
"caution, buried sewer line below".
3. Or equal.
G. Trace Wire: 14 gage, insulated copper.
H. Tee Fittings:
1. Furnish caps or plugs with each tee outlet or stub.
2. Band or otherwise secure plug or cap to withstand test pressures involved without
leakage.
3. Furnish tee outlets with gasketed type joint or approved adapter to join service
connection pipe used.
2.2
CONCRETE FOR THRUST BLOCKING AND ENCASEMENT
A. Compressive Strength: Minimum 3000 psi at 28 days.
PART 3
3.1
3.2
3.3
EXECUTION
PREPARATION OF TRENCH
A. Bell Holes:
1. Excavate bell holes at each joint to permit proper assembly and inspection of entire
joint.
2. Bell holes shall be of sufficient depth to preclude direct bearing of bell on bottom
of trench.
RELATION TO WATER LINE
A. Laying sewer line follow Health Department requirements. Maintain 10 -foot horizontal
separation and 18 -inch vertical separation in crossings.
THRUST BLOCKING
A. Do not over excavate in areas where thrust blocks are to be poured.
B. Construct suitable forms to obtain shapes that will provide full bearing surfaces against
undisturbed earth, as indicated.
02731-3
C. Pour thrust blocking against undisturbed earth.
D. Cure thrust blocks a minimum of 5 days before conducting hydrostatic test. '
3.4 LAYING AND JOINTING PIPE AND FITTINGS
A. Install in accordance with manufacturer's written instructions.
3.5 HYDROSTATIC TESTING OF PRESSURE LINES M
A. Conduct test in presence of Engineer.
B. Provide water into pipeline for testing and flushing, including necessary:
1. Pumps, gages (increment at 10 psi or less), and meters. I
2. Plugs and caps.
3. Temporary blowoff piping to discharge water.
4. Reaction blocking to prevent pipe movement during testing.
3.6 HYDROSTATIC AND LEAK TESTING OF PRESSURE LINES
A. Upon completion of installation, thoroughly clean new pipe. -
1. Flush with water to remove dirt, stones, pieces of wood, etc., which may have
entered pipe during construction.
2. Flush pipelines at a minimum rate of 2.5 feet per second for a duration suitable to -
Engineer.
B. Upon completion of installation, pressure test pipelines:
1. Minimum Pressure: 100 psig or 50 percent greater than operating pressure,
whichever is greater, as measured at the lowest elevation of the line.
2. Duration: 2 hours.
3. Repair visible leaks regardless of the amount of leakage. I
C. Water source for the pump suction shall be potable water from the Owner's distribution
system; vessel used must be approved by the Engineer. I
D. Adequate steps shall be taken to prevent contamination of the Owner's system by the
Contractor's actions.
E. After pipelines or isolated sections of pipelines have been filled with water, increase the
pressure to test pressure by means of a pump.
F. Test pressure shall be 100 psi or 50 percent above normal operating pressure, whichever
is greater.
G. Duration of hydrostatic leakage test shall be 2 hours, or as specified by Engineer. I
• 02731-4
H. Open interior valves, including fire hydrants and other appurtenances, open during tests.
I. After the specified test pressure has been applied, the entire pipeline shall be checked in
the presence of the Engineer giving particular attention to that part of the pipeline and
those appurtenances that are exposed.
J. If leaks are apparent, the Contractor shall, at his expense, perform whatever work and/or
replace whatever material is required to remedy the defect and stop the leaks.
K. If no leaks were apparent or after corrective work has been completed, the pipelines shall
be subjected to a leakage test at the pressure specified with a meter inserted in the test
pump discharge line.
L. The maximum leakage per hour for ductile iron, PVC, and concrete pipe shall be as
calculated from the following formula:
All rubber gasket or O-ring joints (iron, PVC, and concrete)
L=ND/F
7400
L = Allowable leakage (gallons per hour)
N = Number of joints in pipeline tested
ID = Nominal diameter (inches)
P = Test pressure (psi)
M. If any test of pipe laid discloses leakage greater than the allowable leakage as calculated
from the above formula, locate the leak or leaks and perform whatever work and/or
replace whatever material is required in order to remedy the defect and stop the leak.
N. Corrective work must be approved by Engineer.
3.7 EXTERIOR PROTECTION FOR BURIED OR SUBMERGED PIPING
ACCESSORIES
IA. Wrap mechanical joints and valves with 8 mil polywrap.
3.8 TRACE WIRE
A. Furnish and install a 14 -gage insulated copper trace wire with PVC pressure pipe.
B. Run wire continuous from valve box to valve box, meter box, air release vault, cleanout,
or other access points.
C. Bring wire up inside boxes and vaults in an accessible method.
j02731-5
3.9
D. Bring wire around or tape wire to each pipe section. ,
E. Pipe testing shall include following trace wire.
F. Wire breaks shall be repaired at no additional expense to the Owner.
DETECTABLE TAPE
A. On pressure installations of non-metallic pipe, metallic marking tape, Detect Tape, or
equal shall be installed 18 inches below grade, above the pipe.
B. The tape shall be in addition to the trace wire specified.
END OF SECTION
02731-6
SECTION 02800
CHAIN LINK FENCE AND GATES
PART1. GENERAL
1.1 SECTION INCLUDES
A. Fence framework, fabric, and accessories.
B. Gates and gate hardware.
C. Clearing.
1.2 REFERENCES
A. Specification of Metallic -Coated Steel Chain Link Fence Fabric, published by Chain
Link Fence Manufacturers Institute, Washington, DC 20036.
B. American Society for Testing and Materials, 1916 Race Street, Philadelphia,
Pennsylvania 19103.
1. ASTM A239 - Test Method for Locating the Thinnest Spot in a Zinc (Galvanized)
Coating on Iron or Steel Articles by the Preece Test (Copper Sulfate Dip).
2. ASTM F567 - Practice for Installation for Chain -Link Fence.
PART 2. MATERIALS
2.1 FABRIC
A. Height: 6 feet.
B. Composed of individual wire pickets helically wound and interwoven from No. 9 gage
steel wire to form a continuous chain link fabric having a 2 -inch diamond mesh pattern.
C. Salvages twisted and barbed.
D. Hot -dip galvanized after weaving.
E. Zinc coating of not less than 1.2 ounces per square foot of bare wire surface.
02800- 1
iI
6
2.2
2.3
2.4
2.5
2.6
2.7
LINE POSTS
A. 2 -3/8 -inch outside diameter standard steel pipe weight 3.65 pounds per linear foot or
approved equal.
END, CORNER, ANGLE, AND PULL POSTS
A. Use 2 -7/8 -inch outside diameter steel pipe weighing 5.79 pounds per linear foot or
approved equal.
GATE POSTS
A. Double drive gates up to 12 feet wide: 2-7/8 inch outside diameter iron pipe weighing
5.79 pounds per foot or approved equal.
B. Double drive gates from 12 feet to 16 feet wide: 4 -inch outside diameter iron pipe
weighing 9.11 pounds per foot or approved equal.
C. Double drive gates from 16 feet to 24 feet: 6 -5/8 -inch outside diameter iron pipe
weighing 18.97 pounds per foot or approved equal.
POST TOPS
A. Pressed steel or malleable iron designed as a weather tight closure cap for tubular posts.
B. Provide one cap for each post, unless equal protection is afforded by combination post
top cap and barbed wire supporting arm where barbed wire is required.
C. Where top rail is used, provide tops to permit passage of top rail.
A. Four -point pattern with 2 strands of No. 12-1/2 gage twisted steel line wire.
B. 1 inch barbs, spaced 5 inches apart.
C. Hot -dip galvanized. Class III.
BARBED WIRE EXTENSIONS
A. Extension arm constructed of pressed steel throughout or the base shall be malleable iron
and the extension pressed steel, which shall be hot -dip galvanized after fabrication.
B. Equip comer arm casting with a set screw or steel pin for locking in position.
11
!I
I
It.
02800-2
I
1
I
1
I
I
1
I
I
,,
1
1
I
I
1
I
2.8 FABRIC TIES
A. No. 9 aluminum wire of approved design for use on line posts every 14 inches and on top
rails every 24 inches.
2.9 BRACE AND TENSION BANDS
A. Unclimbable type with 5/16 inch diameter square -shouldered steel carriage bolts, non -
removable from outside fence.
2.10 TENSION BARS
A. For attaching fabric to terminal posts: 3/16 inch by 3/4 inch high carbon steel attached
to terminal post by means of beveled edge bands.
2.11 TOP RAIL
A. 1.66 inch outside diameter seamless steel pipe weighing 2.27 pounds per lineal foot or
approved equal.
B. Galvanized by hot -dip process after fabrication.
C. To pass through bases of extension arms and form a continuous brace from end to end
of each section of fence.
D. Provide with expansion rail couplings and suitable hot -dip galvanized connections.
2.12 BRACE PIPE
A. Same material as the top rail.
2.13 TENSION WIRE
A. Hot -dip galvanized No. 7 gage steel. Class III
2.14 MISCELLANEOUS FITTINGS
A. Ferrous fittings required to make a complete installation to the malleable iron, pressed
steel, aluminum, or forgings shall be hot -dip galvanized.
2.15 GATES
A. Manufacturer: Same as fence manufacturer.
02800-3
B. Frames: 1.9 -inch outside diameter steel pipe weighing 2.7 pounds per lineal foot with
necessary intermediate braces of 1.66 -inch outside diameter steel pipe weighing
2.27 pounds per lineal foot.
C. Pipe, fittings, stretcher bars, hook bolts, hinges, latches, truss -rods, and other accessories:
Heavily galvanized by the hot -dip process.
D. Gate Fabric. Match fence fabric.
E. Provide with 3 strands of galvanized barbed wire above the top gate rail.
F. Latches for double drive gates shall be drop bar type securely bolted to gate and to
engage a pipe gate stop anchored in domed concrete footings and to allow for locking
with padlock.
G. Latches for walk gate shall be fork type latch that will automatically engage latch post
and fitted for padlock.
H. Hinges shall be of heavy, industrial type, hot -dip galvanized, offset type, allowing gates
to swing back parallel with line of fence.
2.16 CONCRETE
A. Materials as specified in Section 03300 - Cast -In -Place Concrete.
B. Proportions: 1:2:4.
C. Compressive strength: Not be less than 2,500 psi at 28 days.
PART 3. EXECUTION
3.1 PREPARATION
A. Wherefence traverses areas not cleared, clear a strip 10 feet wide with 2 feet outside of
fence line and 8 feet on the inside offence line.
3.2 FENCE
A. Erect fencing in straight lines between angle points by skilled personnel experienced in
this type of construction.
B. Erect in accordance with the manufacturer's recommendations as approved and with
these Specifications.
1
02800-4
I
I
C. The top rail of the fence shall be at the top of the fabric.
D. Fasten chain link fabric to end posts with stretcher bars and clamps at approximately 14
inch centers and to line posts and top rail with wire or bands at approximately
' 24 inch centers.
' E. Install 3 strands of barbed wire on the brackets; tighten and secure at each bracket.
3.3 POST SPACING AND SETTING
A. Post Holes:
1. Minimum depth of post holes: 3 feet below finished grade.
• 2. Holes for line posts: 9 inches in diameter.
3. Holes for gate, corner, and pull posts: 12 inches in diameter.
B. Space posts not more than 10 feet on centers and in true lines.
C. Set posts plumb and to a depth not less than 2 feet 10 inches.
ID. Fill remainder of hole with concrete.
IE. The top surface of the foundation shall extend above finished grade not less than 1 inch
and shall have a crown watershed finish
iF. After concrete has set, install accessories.
3.4 GATES
A. Brace gate posts diagonally to adjacent line posts to ensure stability.
■ B. Hang gates and adjust hardware so that gates operate satisfactorily from open or closed
position.
3.5 BRACING
' A. Install brace pipe midway between the top rail and extend from the terminal post to the
first adjacent line post.
B. Fasten securely to the posts by heavy -pressed steel and malleable fittings.
C. Truss securely from line post to base of terminal post with a 3/8 -inch truss rod and
tightener.
,1
I02800-5
Section 02830
FENCING
Part 1 GENERAL
1.1 SECTION INCLUDES
A. Furnishing and erecting wire fence.
1.2 RELATED SECTIONS
A. Provisions for measurement and payment are specified in Section 01025.
B. Concrete is specified in Section 03316.
1.3 UNIT PRICES
A. Unit prices for work covered under this section are defined in Section 01025, including
incidental items, related work, method ofineasurement, and partial payment provisions, if any.
1.4 REFERENCES
A. Arkansas Highway and Transportation Department (AHTD) "Standard Specifications for
Highway Construction, 1993 Edition, referencing the following specific section.
1. Section 619, "Fences".
B. American Society for Testing and Materials (ASTM)
1. A 121, "Zinc Coated (Galvanized) Steel Barbed Wire".
C. American Association of State Highway and Transportation Officials (AASHTO)
1. M 281, "Steel Fence Posts and Assemblies, Hot -Rolled, for Field and Line -Type
Fencing".
1.5 SUBMITTALS
A. Submit manufacturer's information about the fence and its components.
1.6 QUALITY ASSURANCE
A. Fencing materials shall be manufactured by a manufacturer regularly engaged in producing
fencing materials complying with the specified standards.
B. Installation of fencing shall be accomplished with workers experienced in construction of the
type of fencing specified.
City of Fayetteville Page 02830-1
yII
Part 2- PRODUCTS
2.1 MATERIALS
A. Materials shall be new, and shall comply with the provisions for Type D fencing of AHTD
Section 619 and with the following.
B. Barbed wire shall be a commercially available galvanized wire of the gage and type indicated
in the details on the Drawings, and shall conform to ASTM A 121, Class 3 galvanizing.
C. Staples used to attach the wire fencing to wood posts shall be galvanized 9 gage, 1'/2 inches
in length.
D. Wood posts and braces shall be the length and diameter indicated in the details on the
Drawings, and shall be seasoned, sound, and reasonably straight southern pine or Douglas fir:
Posts shall be round and free from excessive end splits. Prior to pressure treatment, posts and
braces shall have bark removed, knots trimmed flush, and ends cut square. Posts that are to
be driven shall have the small end tapered. Posts shall be pressure treated with creosote,
pentachlorophenol, or chromated copper arsenate.
E. Metal line posts shall be "T" posts of good commercial quality iron or steel. Posts shall be
galvanized or painted.
Part 3- EXECUTION
3.1 EXAMINATION
A. Examine fencing materials after receipt at the site. Remove damaged materials.
3.2 ERECTION
A. Erect fence parallel to and at a distance from the right-of-way indicated on the Drawings.
Fence grade shall generally follow finished ground contour, and shall present a uniform
appearance. Minor grading along the fence line may be necessary to obtain the desired
uniformity in fence grade. Fence alignment may be adjusted by Engineer or Owner in
consultation with property owners.
B. Wooden line, comer, and pull posts may be driven in place provided driving does not damage
post; or they may be set in dug holes and backfilled with earth thoroughly compacted as
placed; or they may be set in concrete.
C. Do not stretch wire onto posts set in concrete until seven days after placement of posts.
D. Set posts plumb.
City of Fayetteville Page 02830-2
I
E. Wire tension braces for wooden pull, end, and comer assemblies shall consist of a 9 gage wire
passed around posts to form a double wire. Fasten wire to each post and fasten ends together
to form a continuous wire. Twist wires together until wire is in tension.
F. Where new fence joins an existing fence, attach the two in a satisfactory manner, with end
posts being set on the new fence.
G. Space pull post assemblies at intervals not more than 330 feet in straight alignment on level
' or uniformly sloping ground, and at sharp vertical angle points in the line.
H. Place comer post assemblies at horizontal angle points of 15 degrees or more in fence. When
the distance from corner post to next comer post is less than 165 feet, one approach span on
the corner assembly may be omitted.
I. Attach wire to face of post away from roadway, except on curves, where fencing shall be
attached on the outside of curve. Attach wire to wood posts with staples driven at right angles
to the grain and at a slight downward angle. Staples shall not be driven tightly against wire
but shall leave sufficient free space for adjustment in tension. Attach wire to steel line posts
with approved galvanized clips. All barbed wire shall be fastened to posts. Barbed wire shall
be fastened to end, comer, and pull posts by wrapping wire tightly around posts and tying wire
back on itself with not less than 3 tightly wrapped twists.
J. Splicing of barbed wire shall be done in such a way to develop the full tension of the wires
being spliced.
K. Apply tension for stretching barbed wire by use of standard wire stretchers manufactured for
that purpose. The use of trucks or tractors, except as anchors, will not be permitted.
1 L. Install twist wire stays where indicated on the Drawings.
3.3 FIELD QUALITY CONTROL
A. Completed fence will be checked by Engineer for: suitable tension of wires; adequacy of
• fence anchoring; correct location and installation of corner, end, and pull post assemblies;
installation of wire stays; alignment; plumbness; and smoothness of installation.
1 3.4 ADJUSTING
A. Adjust fence as required to obtain a smooth installation without unsightly grade and alignment
changes not required per the Drawings.
End of Section 02830
I
City of Fayetteville Page 02830-3
I
Section 02840
SIGNAGE
Part 1 - GENERAL
1.1 SECTION INCLUDES
A. Furnishing and installing signs of all types required, complete with bases, posts, and fastening
hardware.
1.2 RELATED SECTIONS
A. Provisions for measurement and payment are specified in Section 01025.
B. Concrete is specified in Section 03316.
1.3 UNIT PRICES
A. Unit prices for work covered under this section are defined in Section 01025, including
incidental items, related work, method ofineasurement, and partial payment provisions, if any.
1.4 REFERENCES
A. Manual of Uniform Traffic Control Devices (MUTCD).
B. American Society for Testing and Materials (ASTM).
1. B 209, "Specification for Aluminum and Aluminum -Alloy Sheet and Plate".
2. B 221, "Specification forAluminum and Aluminum -Alloy Extruded bars, Rods, Wire,
Shapes, and Tubes".
C. Arkansas Highway and Transportation Department (AHTD) "Standard Specifications for
Highway Construction", 1993 Edition, referencing the following specific sections.
1. Section 723, "General Requirements for Signs".
2. Section 725, "Guide Sign".
3. Section 726, "Standard Sign".
4. Section 729, "Channel Post Sign Support".
1.5 SUBMITTALS
A. Submit shop drawings showing arrangements and spacing of letters, symbols, and borders for
each type of sigh; support to be used with each different type of sign; and proposed method
of attaching sings to supports.
City of Fayetteville 07/14/99 Page 02840-1
II
11
B. Certified test reports covering sign panels, reflective sheeting, and prismatic reflectors will be
required only if Engineer believes signs delivered to the site or installed do not conform to the
specified requirements.
1.6 QUALITY ASSURANCE
A. Signage materials shall be manufactured by a manufacturer. regularly engaged in producing
signage materials complying with the specified standards.
B. Installation of signs shall be accomplished with workers experienced in construction of the
type of signage specified.
Part 2- PRODUCTS
2.1 MATERIALS
A. Signs shall meet the requirements of the MUTCD, Standard Highway Signs.
B. Colors for signs shall
match colors
specified in
the MUTCD.
Color and size of letters,
symbols, borders, and
background on signs shall
be as specified
in the MUTCD.
C. Signs shall be made of aluminum and shall be reflectorized.
D. Standard signs shall be fabricated without stiffeners on the back, of aluminum alloy
conforming to ASTM B 209, Alloy 5052 H38; and shall consist of a single sheet of aluminum.
Sign blank thickness shall be 0.100 inch for signs 5 square feet or less; and 0.125 inch for a
sign size greater than 5 square feet. Sign blanks shall be flat and straight and within
commercial tolerances established by the aluminum industry.
E. Fabricate signs from either one piece extruded aluminum panels or extruded and welded
panels. One piece extruded aluminum panels shall be fabricated of aluminum alloy
conforming to ASTM B 221, Alloy 6063 T6. Extruded and welded aluminum panels shall be
fabricated of sections of extruded aluminum alloy stiffeners conforming to ASTM B 221,
Alloy 6063 T6 welded to flat sheet aluminum alloy conforming to ASTM B 209, Alloy 3003
H18. Welds shall be spot welds approximately 9 inches apart.
F. One piece extruded aluminum panels shall be a minimum of 12 inches wide, except one 6 inch
panel may be used per sign face when necessary to construct sign as indicated on the
Drawings.
G. Extruded and welded sign panel sections shall be either 2 feet of 3 feet in width. Exceptions
to this are defined in AHTD Section 723.02.
H. Panels to which reflective sheeting is to be applied shall be degreased, etched, and alodized.
Degreasing shall be done by either vapor method or alkaline method. Vapor degreasing shall
City of Fayetteville 07/14/99 Page 02840-2
I
be accomplished by total immersion of sign panels in a saturated vapor of trichloroethylene
or perchloroethylene. Alkaline degreasing shall be accomplished by immersion of the sign
panels in a tank containing alkaline solutions, controlled and titrated to the solution
manufacturer's recommendations. Immersion time shall depend upon amount of soil present
and the gage of the metal. Trade mark printing shall be removed with lacquer thinner or by
a controlled alkaline cleaning system.
I. Etching shall be done by the acid method, in accordance with the requirements of AHTD
Section 723.02.
J. Sign panels shall be treated by alodizing process to uniformly provide a chemically formed
light and tight amorphous coating that becomes an integral part of the aluminum alloy. This
process shall be accomplished in accordance with the recommendation of the manufacturer
of the coating.
K. Fabrication, including cutting and punching of holes shall be completed prior to degreasing,
etching, alodizing, and the application of reflective sheeting.
L. Panels shall be free of buckles, warp, dents, cockles, burrs, and defects resulting from
fabrication. Surface of panels shall be flat.
M. Reflective sheeting shall conform to AHTD Section 723.02.
N. Legend, which includes letters, numerals, symbols, arrows, and border, shall conform to
AHTD Section 723.02.
O. Post sign supports shall be made of a U -section channel or galvanized steel pipe and support
as indicated on the Drawings.
Part 3- EXECUTION
3.1 EXAMINATION
A. Examine sign materials upon receipt at the site. Remove damaged sign materials.
3.2 ERECTION
A. Erect signs at the locations indicated on the Drawings.
B. Erect signs plumb and to the indicated vertical and horizontal dimensions and clearances.
IA
II
'Li
C. Minimum horizontal clearance to any ground mounted sign shall be as specified in the
MUTCD.
City of Fayetteville 07/14/99 Page 02840-3
D. Erect signs so that sign face is vertical and at 93 degrees away from center of the lane which
the sign serves and away from the direction of travel. Where lanes divide and on curves,
orient sign faces so as to be most effective both day and night, and to avoid possibility of
specular reflection.
E. Field drill holes in sign support structure only when specified in the Drawings or as directed
by Engineer.
3.3 ADJUSTING
A. After signs have been installed, Engineer will inspect signs at night. If specular reflection is
apparent on any sign, adjust sign position to eliminate this condition.
3.4 CLEANING
A. Clean installed signs of any construction dirt or dust:
End of Section 02840
City of Fayetteville 07/14/99 Page 02840-4
Section 02900
LANDSCAPING
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, orwith 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
IA. 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
IA. Plants shall be measured when branches are in their normal position.
B. Shrubs shall meet the requirements for spread, height or container size indicated in the Plant
I
City of Fayetteville
07/14/99
Page 02900-1
I0
IL
Li
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.
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 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
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 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 erosion
or other means, repairing and reshaping water rings or saucers, maintaining stakes 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
City of Fayetteville 07/14/99 Page 02900-2
Engineer. This may include filling to grade, fertilizing, seeding and mulching.
Part 2- MATERIALS
2.1 PLANTS
A. The types and sizes ofplants to be furnished are indicated in the Planting Liston 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.
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 unmutilated crown of
roots. No part of the trunk shall be conspicuously crooked as compared with normal trees of
City of Fayetteville 07/14/99 Page 02900-3
1
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
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 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 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 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
City of Fayetteville 07/14/99 Page 02900-4 1
I
' nitrogen. Potash shall be derived from muriate of potash containing 55 to 60 percent potash.
2.4 SHREDDED HARDWOOD BARK MULCH
A. 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 '/2 inch inside diameter,
black or green, and of suitable length.
2.6 WATER
A. 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.
2.7 LAWN SEED
1 A. 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
1 germination of each variety. Seed mixture shall be as indicated on the Drawings.
2.8 WEED MAT
A. 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 GT: 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
City of Fayetteville 07/14/99 Page 02900-5
1
it
[1
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
A. 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 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 ofinadequate 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.
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
City of Fayetteville 07/14/99 Page 02900-6
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 gravel graded from Ito 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 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.
II
Ill
Ii
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.
City of Fayetteville 07/14/99 Page 02900-7
I
11
3.5
3.6
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.
FERTILIZING
A. Grass or sodded areas shall have fertilizer applied in two applications with athorough 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.
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.
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
objectionable 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
I
City of Fayetteville
07/14/99 Page 02900-8 ��
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 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 workpermits, 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.
Li
I
Id
I
a
I
I
I
City of Fayetteville 07/14/99 Page 02900-9
I
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.
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.
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 PLANT BED EXCAVATIONS
A. Excavate tree pits and plant beds to the depth indicated on the Drawings.
11
11
3.8
3.9
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.
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 oftheproject
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.
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 ifextreme 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.
11
City of Fayetteville 07/14/99 Page 02900-10
II
It
I
I
I
I
I
I
1
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.
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 continued
growth of healthy grass. Water in such a way as to prevent erosion due to excessive quantities
City of Fayetteville 07/14/99 Page 02900-11
Ii
applied over small areas and to avoid damage to the finished surface due to the watering
equipment.
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'/2 to 2
inches. Grass height shall be maintained between 1 and 1'h 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
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.
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 02900
City of Fayetteville 07/14/99 Page 02900-12 ,_
I
ISection 03210
IREINFORCING STEEL
Part 1- GENERAL
1.1 SCOPE
I
A. This Section covers the work necessary to furnish and install, complete, the reinforcing
steel and welded wire fabric.
1.2 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
'
REQUIREMENTS, which contain information and requirements that apply to the work
specified herein and are mandatory for this project.
1.3 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
I
Part 2- MATERIALS
2.1 DEFORMED REINFORCING BARS
A. Deformed billet -steel bars conforming to ASTM A615, Grade 60, unless otherwise noted.
2.2 WELDED WIRE FABRIC
A. See Drawings to determine size used, if applicable.
2.3 ACCESSORIES
IA. 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 07/16/99 Page 03210-1
r
Part 3- EXECUTION
3.1 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.
B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient time for
this inspection prior to casting concrete.
3.2 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".
3.3 PLACING REINFORCING STEEL -CLEANING
A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants.
3.4 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.
3.5 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.
3.6 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.
3.7 SPLICING ,
A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall
be staggered.
i
City of Fayetteville 07/16/99 Page 03210-2
3.8 TYING DEFORMED REINFORCING BARS
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.
3.9 REINFORCEMENT AROUND OPENINGS
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 D1.4-79, published by the American Welding Society and the applicable
portions of ACT 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
I
A. Welded wire fabric shall be placed at mid -depth of slab. Do not leave on ground.
1 3.12 FIELD BENDING
I
I
I
I
I
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
A. 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.
City of Fayetteville
End of Section 03210
07/16/99
Page 03210-3
I
Section 03316
MISCELLANEOUS CONCRETE WORK
Part 1- GENERAL
1.1 SCOPE
A. 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
A. 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.
E. Storm sewer system is specified in Section 02720.
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"
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"
City of Fayetteville 09/2/99 Page 03316-1
L
I
1.4 SUBMITTALS
I
A. 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.
1. Manufacturer's data for reinforcing steel.
2. Manufacturer's data for admixtures and curing compound.
3. Mix design for concrete and flowable fill.
4. 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
A. Cement shall be Portland Cement conforming to the requirements of ASTM C 150, Type I
or IA. Type III or IIIA Portland Cement, high early strength, may be used if approved by
Engineer; any extra cost will be borne by Contractor.
City of Fayetteville 09/2/99 Page 03316-2
2.2 AGGREGATE
A. 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'/1' 100
1" -
3/i' 35-75
'/21 -
3/8' 10-30
#4 0-5
#8 -
B. Fine aggregates shall consist of clean, sound, sand conforming to ASTM C 33, and graded
as follows:
Sieve
3/8"
#4
#8
#16
#30
#50
#100
2.3 WATER
Percent Passing
100
95-100
70-95
45-85
20-60
5-30
0-5
A. 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
A. 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
09/2/99 Page 03316-3
2.5 CURING COMPOUND
A. W.R. Meadows 1600 White, or an approved 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
6
2-4 (w/ vibration)
1 -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)
Water
Air Entrainment (percent)
Flowable Fill
Class "B" Concrete
•5
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.
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
City of Fayetteville 09/2/99 Page 03316-4
II
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 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.
I7
2.7
JOINT COMPOUNDS
A. Expansion joints: asphalt impregnated fiberboard, meeting requirements of AASHTO M
213. Expansion joints shall be left /2" lower than grade or trimmed 'A" 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
A. 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
A. 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 load ticket with a copy for Engineer showing the concrete type, mixing
proportions, and time mixing began.
3.3 VIBRATION
A. 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 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
City of Fayetteville
09/2/99 Page 03316-5
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 comers 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, dropinlet 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. ,
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.
City of Fayetteville 09/2/99 Page 03316-6 1 I
3.6
3.7
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.
C. 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
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 V2 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.
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.
F. Cure as described elsewhere in this section.
G. Maximum variation from indicated grades shall be 3/8 inch in 10 feet.
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.
City of Fayetteville 09/2/99 Page 03316-7
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 '/ inch
expansionjoint oint 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.
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.
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
I
I
I
P1
I
I]
City of Fayetteville 09/2/99 Page 03316-8 ,
.1
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.
B. Expansion material shall be placed between the curb and driveway and any existing
' portion of driveway. The joint filler shall be '/2 inch thick and meet the requirements of
AASHTO M 213. The top V2 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
City of Fayetteville 09/2/99 Page 03316-9
1
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 1 %: inch 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 awetted 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 %1 inch radius
edger.
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''/Z 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 '/2 inch shall be filled with one part silicone joint sealant.
3.11 UNDERDRAIN OUTLET PROTECTORS
A. 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
City of Fayetteville 09/2/99 Page 03316-10
II
L
uniform slope to ensure proper drainage. Abrupt changes in slope along any portion of
the lateral will not be permitted.
3.12 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 information. For
concrete compressive strength tests less than the 7 day (such as for backfilling structures,
Ietc.), 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.
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.
City of Fayetteville 09/2/99 Page 03316-11
I
FT
3.13 CLEANING
A. Clean work areas and all concrete formwork and waste. Waste concrete shall not be
disposed of on site except as approved by Engineer.
3.14 WEATHER AND TEMPERATURE LIMITATIONS
A. 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 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.
B. 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.
C. Concrete that has been frozen or damaged due to weather conditions shall be replaced at
no additional cost to the Owner
I
I
C
Cl
11
City of Fayetteville 09/2/99 Page 03316-12
3.15 SCHEDULE
1 A. 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.
1 Class A Class B
Curb and Gutter x
Sidewalks & Access Ramps x
Drainage Structures x
1 Ditch concrete paving x
Driveways x
Manhole adjustments x
1 Water valve adjustments x
Guard rail post holes x
Concrete pads x
1 Flared end section wall x
Underdrain outlet protector x
Thrust blocks x
Encasement X
Pipe bedding x
Reinforced Concrete for Box Culverts, Retaining Walls, Manholes
and other Special Structures shall be 4000 psi
1
1 End of Section 03316
1
1
1
1
i
1
City of Fayetteville 09/2/99 Page 03316-13
SECTION 05500
' FABRICATED METALWORK AND CASTINGS
IPART I. GENERAL
1.1 SUMMARY
A. Provide fabricated metalwork and castings.
B. Miscellaneous metalwork required to secure the various parts together and provide a
complete installation, shall be included under this Section.
C. Insofar as practical, products provided shall be factory assembled.
1.2 RELATED SECTIONS
A. Section 09900 - Painting.
1.3 REFERENCES
' A. American Society for Testing and Materials, 1916 Race Street, Philadelphia,
Pennsylvania 19103.
'• 1. ASTM A36 - Specification for Structural Steel.
2. ASTM A48 - Specification for Gray Iron Castings.
3. ASTM A153 - Specification for Zinc Coating (Hot -Dip) on Iron and Steel
Hardware.
• 4. ASTM A167 - Specification for Stainless and Heat -Resisting Chromium -Nickel
Steel Plate, Sheet, and Strip.
5. ASTM A193 - Specification for Alloy -Steel and Stainless Steel Bolting Material
for High -Temperature Services.
6. ASTM A307 - Specifications for Carbon Steel Externally Treated Standard
• Fasteners.
7. ASTM A325 - Specification for High -Strength Bolts for Structural Steel Joints.
•' 8. ASTM A446 - Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -
Dip Process, Structural (Physical Quality).
9. ASTM A449 - Specification for Quenched and Tempered Steel Bolts and Studs.
'10. ASTM A525 - Specification for General Requirements for Steel Sheet, Zinc -Coated
(Galvanized) by Hot -Dip Process.
11. ASTM B241 - Specification for Aluminum -Alloy Seamless Pipe and Seamless
I
Extruded Tube.
B. American Welding Society, 550 North West LeJeune Road, Miami, Florida 33126.
'1. DI.1 - Structural Welding Code.
1 05500-1
C. Steel Joist Institute, 1205 48th Avenue N., Suite A, Myrtle Beach, SC 29577.
1. SJI Standard Specification for Open Web Steel Joists, K -Series.
1.4
1.5
SUBMITTALS
A. Submit the following in accordance with Section 01001 - Basic Requirements:
1. Shop Drawings, including calculations where required.
2. Test pieces and samples.
3. Certificates, test reports, and other required data.
DELIVERY, STORAGE, AND HANDLING
A. . Parts and assemblies that are of necessity shipped unassembled, shall be packaged and
clearly tagged in a manner that will protect the materials from damage, and facilitate the
identification and final assembly in the field.
PART 2. PRODUCTS
2.1 GENERAL
A. Unless otherwise indicated, materials shall conform to latest issue of the following
ASTM Specifications:
1. Steel Shapes and Plates: ASTM A36.
2. Stainless Steel:
a. Exterior and Submerged: ASTM A167, Type 316.
b. Industrial Uses: ASTM A167, Type 316.
c. Interior and Architectural: ASTM A167, Type 304.
d. Bolts: ASTM A193, Type 316.
3. Aluminum, Structural Shapes and Plates: Alloy 6061-T6; conform to referenced
specifications and ASTM sections found in the Aluminum Association current
Construction Manual Series.
4. Connection Bolts for Steel Members: ASTM A325 -F.
5. Galvanized Bolts: ASTM A307, ASTM A153.
6. Connection Bolts for Wood Members: ASTM A307.
7. Connection Bolts for Aluminum: ASTM A449; or use appropriate stainless steel.
8. Cast Iron: ASTM A48, Class 30
I
1
I
I
I
I
05500-2
F
2.2 ANCHOR BOLTS
' A. Steel Anchor Bolts (Nonsubmerged Use):
1. 1/2 -inch minimum diameter with hex nuts, or as shown.
2. Bolts and nuts: galvanized steel.
B. Coated Steel Anchor Bolts (Submerged Use):
1. Submerged use is defined as any connection to concrete from a point 1'-6" above
the maximum water surface in a water -holding basin and any connection below that
point.
2. ASTM A167, Type 316 stainless steel.
3. 1/2 -inch minimum diameter with hex nuts, or size as shown.
4. Coat as specified in Section 09900, using Fusion Bonded Coating, System
' No. 29.
5. Coating of anchor bolt threads is not required.
6. Where threads are covered with a fusion bonded coating, provide nut of proper size
to fit, and provide a connection of equal strength to the embedded bolt.
C. Machine Anchor Bolts:
'
1. For equipment with motors 3 HP or greater, fabricate as shown or as required.
2. Size of fastening stud and anchor bolts as required by equipment manufacturer.
1 3. Stainless steel.
2.3 ANCHORING SYSTEMS FOR CONCRETE
' A. Wedge Anchors:
1. Manufacturer:
a. ITT Phillips Drill Division, Michigan City, IN.
b. Hilti Kwik-Bolt, stud type, manufactured by Hilti, Inc., Stamford, CT.
c. Wej-It, stainless steel bolts, completely assembled, manufactured by Wej-It
Corporation, Broomfield, CO.
d. Or equal.
2. For use 1'6" above peak water surface in water holding structure.
. 3. Stainless steel.
4. Sizes shown on Drawings.
I 5. Provide ICBO (International Conference of Building Officials) or other similar
building code organization recommendations regarding safe allowable design loads.
• B. Expansion Anchors:
1. Expansion anchors shall not be used except in dry areas where future corrosion is
not a problem.
2. In wet or damp areas, use wedge anchors or adhesive anchors in submerged
conditions.
I
05500 - 3
C. Self -Drilling Anchors:
1. Snap -off type or flush type.
2. For use with hot -dipped galvanized bolts.
D. Nondrilling Anchors:
1. Manufacturer:
a. ITT Phillips Drill Division, Michigan City, IN.
b. Hilti HDI Drop -In anchors, Hilti, Inc., Stamford, CT.
c. Or equal.
2. Flush type.
3. For use with bolt or stud type with projecting threaded stud.
4. Provide ICBO or other similar code organizations' recommendations regarding safe
allowable design loads.
E. Adhesive Anchors:
1. Use for anchoring metal components at or below a point l'-6" above the peak
(maximum) water surface elevations in water holding structures.
2. Parabond capsule anchors with 316 stainless steel stud, nuts, and washers, as
manufactured by Molly Division, 504 Mt. Laurel Avenue, Temple, PA 19560.
3. Heavy-duty adhesive anchor with HBP adhesive cartridge with 316 stainless steel
anchor rod assembly as manufactured by Hilti, Inc. P.O. Box 45400, Tulsa,
Oklahoma 74145, or equal.
2.4
2.5
2.6
HANDRAILS
A. Double rails as shown on Drawings.
B. Top rail to be 42 inches above surface (walkway or wall).
C. Schedule 40 1 -1/2 -inch aluminum pipe (1.90 inches O.D.), ASTM B241, seamless.
D. Connections: Mechanical, splice sleeves, etc., 6063 or 6061 alloy.
STRUCTURAL STEEL SUPPORTS
A. Provide structural steel supports of sizes and weights shown on Drawings.
B. Weld connections unless otherwise shown on Drawings.
MACHINE BOLTS, INSERTS, AND FASTENERS
A. Machine bolts, inserts, and fasteners permanently embedded in concrete shall be Type
316 stainless steel.
05500-4 I
B. Machine bolts, inserts, and fasteners not permanently embedded in concrete, but located
I. outdoors in wet well floors, walls, and ceilings; chemical handling areas; equipment
rooms subject to drainage, leakage, and washdown; and in galleries and trenches, shall
be Type 316 stainless steel.
PART 3. EXECUTION
3.1 GENERAL
A. Workmanship and finish of metalwork shall be highest grade and equal to the best
practice of modern shops for respective work.
B. Exposed surfaces shall have smooth finish and sharp, well-defined lines.
C. Provide necessary rabbets, lugs, and brackets so that work can be assembled in a neat,
substantial manner.
D. Conceal fastenings where practical.
E. Drill metalwork and countersink holes as required for attaching hardware or other
materials.
F. Fabricate materials as specified.
G. Weld connections, except where bolting is directed.
' H. Items requiring special fabrication methods are specified.
I. Fabrication of other items shall be of equal quality.
J. Methods of fabrication not otherwise specified or shown on Drawings shall be adequate
' for the stresses.
K. Grind exposed edges of welds smooth on walkways, guardrails, handrails, stairways,
1 channel door frames, steel column bases, and where indicated on Drawings.
L. Sharp edges shall be rounded to a 1/8 -inch minimum radius; burrs, jagged edges, and
surface defects shall be ground smooth.
M. Prepare welds and adjacent areas such that there is:
I1. No undercutting or reverse ridges on weld bead.
2. No weld spatter on or adjacent to weld or any other area to be painted.
3. No sharp peaks or ridges along weld bead.
1 05500-5
11
3.2
3.3
N. Grind flush embedded pieces of electrode or wire with adjacent surface of weld bead.
ALUMINUM
A. Fabricate aluminum as shown on Drawings and in accordance with Aluminum
Association Standards and manufacturer's recommendations as approved.
B. Do not remove mill markings from concealed surfaces.
C. Exposed surfaces not otherwise coated shall have the inked or painted identification
marks removed after material has been inspected and approved by Engineer.
D. Grind smooth sheared edges exposed in the finished work. .
E. Weld aluminum Gas Metal Arc (MIG) or Gas Tungsten Arc (h G) processes in
accordance with manufacturer's recommendations as approved, and in accordance with
recommendations of American Welding Society contained in the Welding Handbook,
as last revised.
F. Grind smooth exposed aluminum welds.
WELDING
A. The technique of welding employed, appearance, quality of welds made, and methods
of correcting defective work shall conform to codes for Arc and Gas Welding in Building
Construction of AWS and AISC.
B. - Surfaces to be welded shall be free from loose scale, rust, grease, paint, and other foreign
material, except that mill scale which will withstand vigorous wire brushing may remain.
C. A light film of linseed oil may likewise be disregarded.
D. No welding shall be done when the temperature of the base metal is lower than 0 degrees
F.
E. Finished members shall be true to line and free from twists.
F. Welding operators shall be qualified in accordance with requirements of current AWS
Standard Qualification Procedure D1.1, Chapter 5, and welders of structural and
reinforcing steel shall be certified for all positions of welding in accordance with such
procedure. Qualification tests shall be run by a recognized testing laboratory at
Contractor's expense.
11
11
Cl
11
05500-6
G. Welding operators shall be subject to examination for requalification using equipment,
materials, and electrodes employed in execution of Contract work. Requalification, if
ordered by Engineer, shall be done at expense of Contractor.
3.4
3.5
3.6
3.7
3.8
INSTALLATION OF FABRICATED METALWORK
A. Perform erection work by skilled workmen.
B. Completed installations shall, in all cases, be rigid, substantial, and neat in appearance.
C. Install commercially manufactured products in accordance with manufacturer's
recommendations as approved.
ANCHOR BOLTS
A. Accurately locate anchor bolts and hold in place with templates at time concrete is
poured.
EXPANSION ANCHORS OR WEDGE ANCHORS
A. Installation shall not start until concrete or masonry receiving anchors has attained its
design strength.
B. Anchor shall not be installed closer than 6 times its diameter to either an edge of concrete
or masonry, or to another anchor, unless specifically detailed otherwise on Drawings.
ELECTROLYTIC PROTECTION
A. Where aluminum is in contact with dissimilar metals, or to be embedded in masonry or
concrete, protect surfaces in accordance with System No. 27 of Section 09900.
B. Allow paint to dry before installation of material.
C. Protect painted surfaces during installation; should coating become marred, prepare and
touch up surface per paint manufacturer's instructions.
D. Where titanium equipment is in contact with concrete or dissimilar metals, provide full -
face neoprene insulation gasket, 3/32 -inch minimum thickness and 70 durometer
hardness.
PAINTING
A. Thoroughly clean ferrous metal items not galvanized and give shop coat of metal primer.
B. Preparation of surfaces and application of primer shall be in accordance with
Section 09900, utilizing appropriate painting system.
END OF SECTION
05500 - 7
SECTION 09900
PART 1. GENERAL
1.1 SUMMARY
A. Prepare surfaces and furnish and apply paint and protective coatings.
B. Paint new exposed ferrous surfaces, whether specifically mentioned or not, except as
modified herein.
C. Paint exposed piping, both existing and new, including pipe within vaults through out
the plant site.
D. Paint interior ferrous surfaces.
1.2
1.3
1.4
ABBREVIATIONS
ANSI
American National Standards Institute
AWWA
American Water Works Association
FRP
Fiberglass Reinforced Plastic
HCI
Hydrochloric Acid
MDFT
Minimum Dry Film Thickness
MDFTPC
Minimum Dry Film Thickness Per Coat
mil
Thousandths of an Inch
MIL -P
Military Specification - Paint
OSHA
Occupational Safety and Health Act
PSDS
Paint System Data Sheet
SFPG
Square Feet Per Gallon
SFPGPC
Square Feet Per Gallon Per Coat
SP
Surface Preparation
SSPC
Steel Structures Painting Council
RELATED SECTIONS
A. Section 01001 - Basic Requirements.
B. Section 02630 - Cement -Lined Ductile Iron Pipe and Fittings.
C. Section 11308 - Grinder Pump Station.
REFERENCES
A. Steel Structures Painting Council (SSPC).
11
1.5
1.6
1.7
SURFACES NOT REQUIRING PAINTING
A. Unless specified or shown on the Drawings, the following areas or items will not require
painting:
1. Nonferrous and corrosion -resistant ferrous alloys such as cooper, bronze, monel,
aluminum, chromium plate, weathering steel, and stainless steel except where:
a. Required for electrical insulation between dissimilar metals.
b. . Aluminum and stainless steel is embedded in concrete or masonry, or
aluminum is in contact with concrete or masonry.
c. Color coding of equipment and piping is required.
d. Fiberglass reinforced plastic (FRY) equipment with an integral colored gel coat
does not require painting, provided the color is as specified.
2. Prefinished electrical and architectural items such as motor control centers,
switchboards, switchgear, panelboards, transformers, disconnect switches, etc.
3. Items specified to be galvanized after fabrication unless specifically required
elsewhere in these Specifications or subject to immersion.
SUBMITTALS
A. Provide the following in accordance with Section 01001:
1. Obtain from each paint manufacturer for submittal to Engineer:
a. Paint System Data Sheet (PSDS) for each paint system used.
b. Material Safety Data Sheets (MSDS) for each product used in the paint
system.
c. Technical Data Sheets for each product used in the paint system.
2. Submit the required information on a system -by -system basis.
3. Provide copies of the paint system submittals to the coating applicator.
4. A sample PSDS form is appended at the end of this Section.
B. Paint Color Sample: Submit samples of colors that Owner has chosen.
COLOR SELECTION CONFERENCE
A. Prepare color samples for each item on the Chart properly labeled with the same color
identification as specified in the scheduled on the Drawings. Provide additional samples
displaying fill color selection available for each item on the Chart by each manufacturer
listed for use during the Conference.
B. Samples for the above referenced Chart and Conference are designated as manufacturers'
actual product and color chips; photographs and color reproductions in brochures are not
acceptable.
11
09900- 2
1.8 QUALITY ASSURANCE
A. Provide mock-ups using specified products and colors per the Painting Schedule, located
at the end of this Section. Engineer shall approve colors and application process prior
to starting Work of this Section.
B. Representative of the paint manufacturer, familiar with the products specified shall be
available at jobsite at initial starting of coating work and at intervals during surface
preparation and painting required for product application quality assurance, to determine
compliance with manufacturer's instructions and these Specifications, and to resolve
necessary field problems attributable to, or associated with, manufacturer's products
furnished under this Contract.
C. Inform Engineer a minimum of 3 days in advance of the start of surface preparation work
or coating application work. Work shall be performed only in the presence of Engineer,
unless Engineer has granted prior approval to perform work in his absence.
D. For coatings subject to immersion, full cure must be obtained for the completed system.
Consult coatings manufacturer's written instructions for these requirements. Coating
shall not be immersed for until completion of the curing cycle.
E. Inspection by Engineer, or waiver of inspection of any particular portion of the Work,
shall not be construed to relieve Contractor of his responsibility to perform the Work in
accordance with these Specifications.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Deliver new materials to the Project site in unopened containers that show, time of use,
designated name, date of manufacture, color, and name of manufacturer.
B. Store paints in a protected area that is heated or cooled to maintain temperatures within
the range recommended by paint manufacturer.
1.10 WARRANTY
A. Warrant to Owner and guarantee Work under this Section against defective workmanship
and materials for a period of I year commencing on the date of final acceptance of the
Work.
PART 2. PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Products specified are manufactured by Tnemec Company, Inc., Kansas City, Missouri,
and Sherwin Williams.
09900- 3
II
2.2
2.3
2.5
B. Products for each specified function and system shall be of a single manufacturer.
PAINT MATERIALS
A. Product: Refer to Painting Schedule at the end of this Section.
EPDXY FILLER
A. Manufacturer: Tnemec, epoxy filler and surfacer for spot welds, lap seams, and other
areas that require fill and smoothing.
COLOR SELECTION
A. Colors shall be formulated with colorants free of lead, lead compounds, or other
materials which might be affected by the presence of hydrogen sulfide or other gas likely
to be present at the Project.
B. See Painting Schedule at the end of this Section of colors.
EQUIPMENT COLORS
A. Equipment shall be meant to include the machinery or vessel itself plus the structural
supports and fasteners and attached electrical conduits. Nonsubmerged portions of
equipment shall be painted the same color as the process piping it serves, except as
itemized below.
Equinment Color
Dangerous parts of equipment and machinery .................... OSHA Orange
Fire protection equipment and apparatus ......................... OSHA Red
Physical hazards in normal operating area; lumdrails .............. OSHA Yellow
PART 3. EXECUTION
3.1 GENERAL
A. Materials of a paint system, including primer and finish coats, shall be produced by the
same paint manufacturer. Thinners, cleaners, driers, and other additives shall be as
recommended by the paint manufacturer of the particular coating.
II
09900 - 4
3.2 INTENT
A. Leave surfaces of work in such a condition that only minor cleaning and sanding is
required prior to surface preparation and painting.
B. Inspect and provide substrate surfaces that are prepared in accordance with these
Specifications and the printed directions and recommendations of the paint manufacturer
whose product is to be applied.
3.3 PROTECTION OF MATERIALS NOT TO BE PAINTED
A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum
surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and
other surfaces not intended to be painted.
B. Provide drop cloths to prevent paint materials from falling on or marring adjacent
surfaces.
C. Protect working parts of mechanical and electrical equipment from damage during
surface preparation and painting process.
D. Mask openings in motors to prevent paint and other materials from entering the motors.
3.4 ENVIRONMENTAL CONDITIONS
A. Paint shall not be applied in temperatures beyond the manufacturer's recommended
maximum and minimum allowable, nor in dust, smoke -laden atmosphere, damp or
humid weather.
B. Abrasive blast cleaning shall not be performed whenever the relative humidity exceeds
85 percent and when surface temperature is less than 5 degrees F above the dew point of
the ambient air.
3.5 SAFETY
A. Painting shall be performed in strict accordance with the safety recommendations of the
paint manufacturer; with the safety recommendations of the National Association of
Corrosion Engineers contained in the publication, Manual for Painter Safety; Federal,
state, and local agencies having jurisdiction.
3.6 PAINT MIXING
A. Multiple -component coatings shall be prepared using contents of the container for each
component as packaged by the paint manufacturer.
B. No partial batches permitted.
09900- 5
I
C. Multiple -component coatings that have been mixed shall not be used beyond their pot ,
life.
D. Provide small quantity kits for touch-up painting and for painting other small areas.
E. Only the components specified and provided by the paint manufacturer shall be mixed.
F. No intermixing of additional components pemvtted.
G. Keep materials sealed when not in use.
H. Where more than one coat of a material is applied within a given system, color will be
alternated to provide a visual reference that the required number of coats has been
applied.
3.7
ki4y
PREPARATION OF SURFACES - METAL
A. No surface preparation blasting will be permitted prior to submission of samples.
B. Workmanship for metal surface preparation as specified shall be in strict conformance
with the current Steel Structures Painting Council (SSPC) Specifications as follows:
1. Solvent Cleaning: SP 1
2. Hand Toot Cleaning: SP 2
3. Power Tool Cleaning: SP 3
4. White Metal Blast Cleaning: SP 5
5. Commercial Blast Cleaning: SP 6
6. Brushoff Blast Cleaning: SP 7
7. Pickling: SP 8
8. Near -White Blast Cleaning: SP 10
C. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast
cleaning," or similar words of equal intent are used in these Specifications or in paint
manufacturer's specifications, they shall be understood to refer to the applicable SSPC
Specifications listed above.
D. Hand -tool clean areas that cannot be cleaned by power tool cleaning.
PRE -BLAST CLEANING REQUIREMENTS
A. Oil, grease, welding fluxes, and other surface contaminants shall be removed prior to
blast cleaning.
B. Pre -blast cleaning methods shall use steam, open flame, hot water, or cold water with
appropriate detergent additives followed with clean water rinsing.
C. Small isolated areas shall be cleaned as above or solvent cleaned with suitable solvents
and clean cloths.
09900- 6
D. Sharp edges shall be rounded or chamfered and burrs, jagged edges, and surface defects
shall be ground smooth.
E. Welds and adjacent areas shall be prepared so that there is:
1. No undercutting or reverse ridges on the weld bead.
2. No weld spatter on or adjacent to the weld or any other area to be painted.
3. No sharp peaks or ridges along the weld bead.
4. Embedded pieces of electrode or wire shall be ground flush with the adjacent
surface of the weld bead.
3.9 BLAST CLEANING REQUIREMENTS
A. The type of equipment and speed of travel shall be such that and specified degree of
cleanliness is obtained.
B. The type and size of abrasive shall be selected to produce a surface profile that meets the
coating manufacturer's recommendations for the particular primer to be used.
C. Only dry blast cleaning methods will be permitted.
D. The abrasive shall not be reused.
E. Comply with the applicable federal, state, and local air pollution control regulations for
blast cleaning.
3.10 POST -BLAST CLEANING AND OTHER CLEANING REQUIREMENTS
A. Surfaces shall be cleaned of dust and residual particles caused by the cleaning operations
by dry (no oil or water vapor) air blast cleaning or other method prior to painting.
B. Enclosed areas and other areas where dust settling is a problem shall be vacuum cleaned
and wiped with a tack cloth.
C. Surfaces shall be coated within 6 hours after they are blasted.
D. Surfaces that have started to rust before they are painted shall be re -blasted.
1 3.11 SOLVENT CLEANING
IA. Solvent cleaning shall consist of removal of foreign matter such as oil, grease, soil,
drawing and cutting compounds, and other surface contaminants by the use of solvents,
emulsions, cleaning compounds, steam cleaning, or similar materials and methods that
' involve a solvent or cleaning action. This method conforms with Steel Structures
Painting Council SP 1.
I1 09900-7
3.12
3.13
3.14
APPLICATION OF PAINT - GENERAL
A. Furnish Engineer prior to application, manufacturer's written instructions for applying
each type of paint or protective coating.
1. Cleaned surfaces and coats shall be inspected prior to the succeeding coat.
2. Schedule inspections with the Engineer in advance.
3. Apply coatings in strict accordance with the paint manufacturer's recommendations,
as reviewed by the Engineer.
4. Allow sufficient time between coats to assure thorough drying of previously applied
paint.
5. Paint new units that are to be bolted together and to structures prior to assembly or
installation.
SHOP PRIMED SURFACES
A. Shop primed items shall be inspected at the jobsite for compliance with these
Specifications.
1. Schedule inspections with Engineer, in advance.
2. Areas of chipped, peeled, or abraded primer shall be hand or power sanded
feathering the edges.
3. Areas shall then be spot primed with the specified primer.
B. Prior to application of finish coats, shop primed surfaces shall be cleaned free of dirt, oil,
and grease, and a mist coat, 3.0 mil dry film thickness, of the specified primer applied,
complete.
C. Holdback areas for welding shall be prepared and primed, after welding, as required for
the specified paint system.
D. Application of primer shall be in accordance with manufacturer's instructions.
MANUFACTURER APPLIED PAINT SYSTEMS
A. Abraded areas on factory finished items: Repair in strict accordance with the equipment
manufacturer's directions.
B. Repaired areas shall be carefully blended into the original finish.
FILM THICKNESS
A. Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the
spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as
MDFTPC or SFPGPC. The number of coats is the minimum required irrespective of the
coating thickness.
1. Additional coats may be required to obtain the minimum required paint thickness,
depending on method of application, and atmospheric conditions.
09900 - 8
I
2. Maximum film build per coat shall not exceed the coating manufacturer's
recommendations.
I
3. Perform electrical inspection and film thickness measurements on coated surfaces
with properly calibrated instruments.
' 4. Recoat and repair as necessary for compliance with the Specifications.
5. Coatings will be subject to inspection by Engineer and coating manufacturer's
representative.
6. Particular attention shall be given edges, angles, flanges, where insufficient film
thicknesses are likely to be present, ensure proper millage in these areas.
7. After repaired and recoated areas have dried sufficiently, final tests will be
conducted by the Engineer.
8. Coating thickness specified in mils will be measured with a magnetic type dry film
thickness gage; Mikrotest, supplied by Nordson Corporation, Anaheim, CA.
' 9. Finish coat (expect zinc primer and galvanizing) will be tested for holidays and
discontinuities with an electrical holiday detector, low voltage, wet sponge type;
Model M- 1, manufactured by Tinker and Rasor, San Gabriel, CA.
1
10. Each coat will be checked for the correct millage.
11. No measurement will be made under a minimum of 8 hours after application of
coating.
3.16 DAMAGED COATINGS
' A. Damaged coatings, pinholes, and holidays shall have the edges feathered and repaired
in accordance with the recommendations of the paint manufacturer, as reviewed by the
Engineer.
1. Repair of fusion bonded coatings to be as recommended by the original applicator.
2. Liquid repair kits to be provided for this purpose by the applicator, as recommended
by the coating manufacturer.
B. Finish coats, including touch-ups, and damage -repair coats shall be applied in a manner
which will present a uniform texture and color -matched appearance.
3.17 UNSATISFACTORY APPLICATION
A. Coatings found to have improper finish color, or insufficient film thickness, the surface
' shall be cleaned and topcoated with the specified paint material to obtain the specified
color and coverage. Specific surface preparation information to be secured from the
coating manufacturer and the Engineer.
B. Visible areas of chipped, peeled, or abraded paint shall be hand or power -sanded
feathering the edges.
' 1. The areas shall then be primed and finish coated in accordance with the
Specifications.
2. Depending on the extent of repair and its appearance, a finish sanding and topcoat
may be required by the Engineer.
f09900- 9
C. Work shall be free of runs, bridges, shiners, laps, or other imperfections. Evidence of
these conditions shall be cause for rejection.
D. Defect in the coating system shall be repaired per written recommendations of the
coating manufacturer.
E. Leave staging up until the Engineer has inspected the surface or coating. Staging
removed prior to approval by Engineer shall be replaced.
3.18 SHIPPING
A. Protect precoated items shipped to the jobsite from damage. .
B. Coated items shall be battened to prevent abrasion.
C. Use nonmetallic or padded slings and straps in handling.
D. Items will be rejected for excessive damage, in the opinion of the Engineer.
3.19 CLEANUP
A. Cloths and waste that might constitute a fire hazard shall be placed in closed metal
containers or destroyed at the end of each day.
B. Upon completion of the Work, staging, scaffolding, and containers shall be removed
from the site or destroyed in a legal manner.
• C. Paint spots, oil, or stains upon adjacent surfaces and floors shall be completely removed,
and the entire job left clean.
3.20 APPLICATION SCHEDULE
A. Unless otherwise indicated in the Specifications or on the Drawings, Work shall be
painted or coated in accordance with the following application schedule.
B. In the event of discrepancies or omissions in the following, request clarification from the
Engineer before starting the work in question.
C. Submerged Metal: Metal surfaces below a plane of 1 foot above the maximum liquid
surface, metal surfaces above the maximum liquid surface which are a part of the
immersed equipment, concrete embedded surfaces of metallic items under submerged
conditions; wall pipes, pipes, pipe sleeves, weirs, baffles, access manholes, gate guides
and thimbles, interior of solids contact clarifier, and structural steel. This system shall
also be on above ground ductile iron pipe, except surface preparation will include a tar
stop on asphalt coated pipe.
09900- 10
D. Surfaces which have been factory prepared and primed need only have finish coats field
applied, unless primer coating is damaged. Coatings manufacturer shall provide
appropriate solvent coatings as required for adhesion of finish coats.
E. Exposed Metal - Atmospheric: Exposed metal surfaces located outside of structures and
exposed to weather, except where specified otherwise herein, including, but not limited
to, the following:
1. Ferrous metal and related components.
F. Surfaces which have been factory prepared and primed need only have finish coats field
applied, unless primer coating is damaged.
Cl. Aluminum and Dissimilar Metal Insulation: This system shall be used where specified
and on the following items or areas:
1. Aluminum in contact with concrete and masonry.
2. Contacting dissimilar metals.
END OF SECTION
09900- II
11
COATING SYSTEMS
Surface Preparation Paint Material Min Ccats, Cover
SYSTEM NO. 2 SUBMERGED METAL - DOMESTIC SEWAGE
Abrasive Blast, or Polyamide, 1 coat, 2.5 MDFT
Centrifugal Wheel Anti -Corrosive,
Blast (SP 5) Epoxy Primer
Coal Tar Epoxy
SYSTEM NO. 6 EXPOSED METAL - ATMOSPHERIC
Abrasive Blast, or
Centrifugal Wheel
Blast (SP 3)
Rust -Inhibitive
Primer
Alkyd Enamel
Epoxy
2 coat, 16 MDFT
1 coat, 2 MDFT
2 coats, 4 MDFT
SYSTEM NO. 27 ALUMINUM AND DISSIMILAR METAL INSULATION
Solvent Clean (SP 1) Wash Primer 1 coat, 0.4 MDFT
Bituminous 1 coat, 10 MDFT
Paint
SYSTEM NO. 29 FUSION BONDED COATING
Abrasive Blast, or Fusion Bonded 1 or 2 coats,
Centrifugal Wheel 100% Solids 7 MDFT
Blast (SP 10) or Acid Epoxy or
Pickling (SP 8) Polyurethane
it
i
1
1
I
I
I
I
I
I
I
I
I
I
I
Attach Technical Data Sheet (if applicable) to this sheet for each paint system submittal.
Paint System Number (from
Paint System Title (from Spy
Coatings
Representative
Surface Preparation
Paint Material Product Name/Number Min. Coats
(Generic)' (Pronrietarvi Coveraee
SECTION 11308
GRINDER PUMP STATION
PART!. GENERAL
1.1 SUMMARY
A. Section provides for installation of duplex grinder pump station.
B. Section Includes: Pumps, motors, pump and motor castings, liftout rail, hoist chains,
steel plate wetwell cover with pump hatches, power cords, waterproof junction box,
control panel, level controls, and discharge piping.
C. Grinder Pumps shall be from single manufacturer.
1.2 RELATED SECTIONS
A. Section 02225 - Trench Excavation, Backfill, and Compacting.
B. Section 03300 - Cast -in -Place Concrete
C. Division 16 - Electrical.
PART 2. PRODUCTS
2.1 MANUFACTURERS
A. Pumps.
1. Hydromatic, SPGF500.
2. Or approved equal.
B. Prefabricated Pump Station.
1. Instrument & Supply, Inc.
2. Or approved equal.
2.2 MANUFACTURED UNITS
A. Submersible Grinder Pump:
1. Pumped Fluid: Raw sewage.
2. Cutter/Grinder Mechanism: Hardened and ground stainless steel capable of
macerating solids to a fine slurry.
3. Cutting Impeller.
4. Cutter Ring: Reversible to yield new cutting edge.
5. Capable of pumping 6o gpm against a total dynamic head of87 rfeet.
11308 - I
11
B. Motors:
I . Sealed, submersible type, 5 hp, 48avolts, 60 Hz with a 1.15 service factor, 3 -phase,
1750 RPM.
2. Either air filled or oil filled.
3. High temperature cut-off switch embedded in motor windings.
4. Pump Seal Chamber: Equip with moisture sensing seal failure probe which will
cause a warning light to glow in the control panel in the event of seal leakage.
C. Pump and Motor Castings:
1. High tensile cast iron.
2. Manufacturers standard epoxy coating inside and outside including interior of
volute.
D. Liftout Rail and Discharge Piping:
1. Pump to be installed and removed by simple upward force on stainless steel lift
chain without requiring personnel to enter basin.
2. Stainless steel guide rails, two, 1 '/2 -inch rails per pump.
3. Stainless steel discharge pipe, 2 -inch in size.
4. Hydraulic sealing ball check valves, with disconnect flanges that allow pump
removal.
E. Power Cords:
1. Motor Power and Control Cords: UL and/or CSA approved, sized for horsepower
as per NEC.
2. .No splices between pump and junction box.
3. Cords:
a. Potted into motor and cap with epoxy compound, or grommet.
b. Able to withstand a pull 01 150 pounds without loosening.
F. Control Panel Provided by Pump Supplier:
1.. NEMA 3R enclosure with hasp for lock.
2. Flashing red high level alarm light, NEMA 4 rated.
3. 240 -volt, 1 -phase.
4. Provide for each pump:
a. Circuit breaker.
b. NEMA magnetic starter with quick trip ambient compensated overload.
c. H -O -A switch.
d. Yellow run light.
e. Red seal fail light.
f. Connection terminal strip.
5. Alternator for alternation' of pumps.
6. Control circuit breaker.
a. Alarm test push button.
b. Alarm silence push button.
7. Override circuit to start second pump if water level in basin continues to rise or first
pump fails to start.
!I
11308-2
8. Schematic Wiring Diagram: Paste to inside cover of box.
9. Terminals: .Clearly label with proper designation.
10. Elapsed time meter.
11. Lightning arrestor.
12. Duplex 115 -volt GFI receptacle.
13. Pedestal mounted with cord grip sea] connector; provide gas -tight seal between
basin and pedestal, if shown on Drawings.
G. Level Controls:
1. Electogauge mercury manometer/indicator/controller.
2. Two panel mounted -continuous running oil less compressors.
3. P'LG tkpe bubbler tube to the lift station basin, 3/4 -inch.
4. Heating system to maintain compressor temperature above freezing.
H. Basin Cover:
1. Nat!:da Fhg. 3& o ,s4 -k ;mess s4).4c4tAvec.
2. Rectangular opening with atu.n.frame and hinged cover.
3. Locking hasp and lifting handle in cover.
4. Stainless steel fasteners.
5. Lift hoist socket.
6. Two inch screened vent with #20 mesh brass screen.
7. Steel to be blast cleaned to near white and to have 8 -mils minimum epoxy paint, per
Section 09900.
I. Lift Hoist:
I. Provide hoist with 500 lb lift capacity.
PART 3. EXECUTION
3.1 INSTALLATION
A. Equipment of this Section shall be installed according to manufacturer's instructions and
in accordance with the Drawings.
B. Manufacturer's representative shall be present during installation and startup.
END OF SECTION
I'
11308-3
I
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 1 of 22
I
' PART 1 - GENERAL
1.01 WORK INCLUDED
A. Work covered by these specifications shall include furnishing all labor,
materials, equipment and services required to construct and install the
complete electrical system shown on accompanying plans and specified herein.
This work shall include:
1. Complete service entrance, main switchgear and distribution.
' 2. Complete distribution system, including necessary transformers, feeders,
distribution panelboards and branch circuits.
' 3. Grounding systems.
B. Plans are diagrammatic and judgement shall be exercised to install electrical
work in a practical manner to function properly, simplify future maintenance,
and to fit building construction and finish. Items not shown or specified which
are required to produce a complete, operative and finished system shall be
' provided.
• C. The electrical plans are a guide to the Contractor to show general arrangement
i of conduit and wiring and equipment required. If any error omissions or
obscurities appear therein, which are questionable, do not conform to good
practice or appear contrary to the purpose and intent of the work the
Contractor shall promptly notify the Owner or his authorized representative and
apply for directions either before or during construction. The exact location of
conduit runs and lengths shall be determined by the Contractor in the field.
D. The drawings may be superseded by later revised or detailed drawings or
' specification addenda prepared by the Owner or his authorized representative.
The Contractor shall conform to all reasonable change without extra cost to the
Owner. All items not specifically mentioned in the specifications or noted on
' the drawings, but which are obviously necessary to make a complete working
installation, shall be included.
I
I
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 2 of 22
E. Visit the site(s) and examine all areas where work is to be done. Verify with
the Owner's representative, the Engineer, the drawings, and examination of the
existing building, the complete extent of the work required. Inform the
Engineer of any discrepancies between the plans and actual conditions no later
than three days prior to bid for appropriate action to be taken. Failure to do
so will not constitute a valid reason for being compensated for additional work
that may be required.
F. Specifications and drawings are complimentary except that, in case of conflict,
the most stringent will'govern.
G. The Owner may furnish some equipment. Electrical Contractor is responsible
for checking the drawings and specifications for equipment that will be
furnished by the Owner. Furnish the electrical connections, etc., on all Owner
furnished equipment.
H. Should the particular equipment which any bidder proposes to install, require
other space conditions than those indicated on the drawings, obtain
substitution approval as specified herein and arrange for such space with the
Owner or his authorized representative before submitting a bid. Should
changes become necessary because of failure to comply with this clause,
install the changes without additional. expense.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. The General Conditions and Supplementary General Conditions of the contract
are an integral part of Division 16 of the Specifications. Carefully note its
contents in performance of the work.
B. The General Requirements as included in Division 1 of the Specifications are
an integral part of Division 16. Carefully note its contents in performance of
the work.
C. Examine all of the Architectural, Mechanical, Plumbing and Electrical drawings
and specifications, field verify existing conditions, or otherwise determine the
extent of related work in other divisions before submitting a quotation for the
work in this division. Coordinate the work in this division with work in other
divisions through the General Contractor. No extra payment will be made for
additional work required by failure to coordinate the work.
I
iI
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 3 of 22
Should drastic changes from original drawings be necessary, the Contractor
shall notify the Owner or his authorized representative and secure written
approval and agreement from them on necessary adjustments before altered
installation of work is started.
D. The architectural, mechanical and structural plans and specifications, including
Information to Bidders and other pertinent documents issued by the Architect
or Engineer are a part of this Specification and the accompanying electrical
plans. Comply with them in every respect. Examine all the above carefully.
Failure to comply does not relieve the Contractor of responsibility nor may it
be used as a basis for additional compensation due to omission of architectural,
mechanical and structural details from the electrical drawings.
E. Related work in other divisions requiring cooperation and coordination with this
division includes, but is not limited to, the following:
1. Install temporary power as arranged under Division 1.
2. Perform all cutting and patching as required under Division 1.
3. Perform all earthwork required by the work in this division. Insure that
excavating, backfilling and other earthwork conforms to Division 2
' except where described in other sections of this division or on the
drawings.
4. Furnish all sleeves, inserts, anchors and supports required by this work
Ito be installed in concrete or masonry and coordinate with the respective
trades under Division 3 and 4 for proper locations and installation.
5. Flash and seal roof penetrations in accordance with Division 7. Furnish
locations and sizes and coordinate the installation with the respective
trade.
6. Perform painting of electrical equipment and materials in finished areas
' as required under Division 9. Touch up or prime any surfaces required
in this division in accordance with Division 9. Provide factory finishes
as specified in other sections of this division.
7. Install branch circuits and make final connections to any equipment
requiring electric power that is furnished and installed by the Contractor
' or by the Owner. Perform the electrical work according to approved
shop drawings.
8. Install empty raceways and outlet boxes or branch circuits for equipment
Ito be furnished by others and installed after completion of the contract.
9. Install and connect motor starters furnished under Division 15 where
starters are not an integral part of the equipment. Insure that starters
' generally conform to the requirements of this division.
[]
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 4 of 22
10. Mechanical equipment controls and control wiring, external to the
mechanical equipment (including installation of thermostats and
production ventilation controls as noted on electrical plans), to be
installed under Division 16.
11. Motors are furnished and installed generally as an integral part of
equipment specified under Division 15 and must conform to the
requirements of this division.
12. The Contractor shall furnish and place proper guards for prevention of
accidents. He shall provide and maintain any other necessary
construction required to secure safety of life or property, including the
maintenance of sufficient lights during all night hours to secure such
protection.
1.03 FEES, PERMITS AND INSPECTIONS
A. Obtain any and all required permits in connection with this work under the
Contract and pay any and all fees in connection therewith. Arrange with the
serving utility companies for the connections to all utilities and pay all charges
for same including inspection fees and meters if required.
B. Under this section of work the Contractor shall, upon completion of the work,
furnish a certificate of final inspection to the Architect from the inspection
department having jurisdiction.
1.04 CODES AND STANDARDS
A. All work shall be done in a good workmanlike manner. Materials and
workmanship shall comply with all applicable local state and federal codes
including, but not limited to, the following:
1. National Electrical Code, 1993 Edition (NEC)
2. Underwriters' Laboratories, Inc. (UL)
3. Institute of Electrical and Electronic Engineers (IEEE)
4. Insulated Power Cable Engineers' Association (IPCEA)
5. National Electrical Manufacturer's Association (NEMA)
6. American Standards Association (ASA)
7. American Society for Testing Materials (ASTM)
8. State Fire Prevention Code
9. Occupational Safety and Health Act (OSHA)
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 5 of 22
10.
National
Fire Protection
Association (NFPA)
11.
Standard
Building Code
(SBC)
The latest specifications and standards available shall be used for the above.
B. Discrepancies shown on different plans, or between plans and actual field
conditions, shall be brought to the attention of the Engineer promptly for
resolution.
C. Should the Contractor perform any work that does not comply with
requirements of the applicable authorities, he shall bear all cost arising in
correcting the deficiencies.
D. Equipment and material which are not covered by UL standard will be accepted
provided equipment and material is listed, labeled, certified or otherwise
determined to meet safety requirements of a nationally recognized testing
laboratory. Equipment of a class which no nationally recognized testing
laboratory accepts, certifies, lists, labels or determines to be safe will be
considered, if inspected or tested in accordance with national industrial
standards, such as NEMA, IPCEA or ANSI. Evidence of compliance must
include certified test reports and definitive shop drawings.
1.05 UTILITIES, LOCATIONS AND ELEVATIONS
A. Locations and elevations of the various utilities included within the scope of
this work have been obtained from substantially reliable sources and are
offered as a general guide only, without a guarantee as to accuracy. Verify the
location and elevation of all utilities and their relation to the work before
entering into a contract.
B. Protection of Existing Utilities: Existing utility lines to be retained that are
shown on the drawings or the locations of which are made known to the
Contractor prior to excavation, as well as all utility lines uncovered during
excavation operations, shall be protected from damage during excavation and
backfilling, and if damaged, shall be repaired by the Contractor, at his expense.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 6 of 22 '
1.06 EXISTING FACILITIES AND EXISTING ELECTRICAL EQUIPMENT
A. Visit the existing facilities and become thoroughly acquainted with the existing
physical plant, electrical systems and utilities in order to determine all of the
work that will be necessary to carry out the intent of the plans and
specifications.
B. If it is necessary, in any way, to interfere with normal operations of the
existing utilities in order to carry out the work, give notice and obtain written
approval from the Owner before the work is started.
C. If the work involved in this project requires the Contractor to work inside of an
existing building, interruption of the regular routine of the building by the
Contractor must be kept to a minimum.
1.07 TEMPORARY SERVICES AND RELATED CONDITIONS
A. The Electrical Contractor shall install, maintain and remove after construction
is completed, a sufficient amount of the temporary utility electrical system to
provide temporary electrical construction power.
B. Each trade shall provide and pay for its own extensions for lights or power
tools beyond the receptacle outlets located on columns and beyond the 3 -
phase panelboard submains in the case of 3 -phase power tools and shall pay
for connection of construction trailers to the temporary utility service.
The following services, when required by any Contractor other than Electrical,
shall be paid for under terms negotiated between the Electrical Contractor and
the Contractor requesting such services. These services may include:
1. Special circuits required by electrical welders, elevators, lifts or other
special equipment requiring high -amperage and/or special -voltage
service.
2. Exterior lighting circuits for protection against vandalism; public warning
lights and lights for advertising.
3. Overtime maintenance of temporary service facilities at the request of
construction trade(s) or contractor(s).
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 7 of 22
PART 2 - PRODUCTS
All electrical products used on this project shall conform, unless otherwise
specifically noted, to applicable standards of the National Electrical
Manufacturers Association and/or the United States of American Standards
Institute.
All electrical products used on this project shall also be listed on Underwriters'
Laboratories, Inc., and/or other agencies, as approved.
Are required of products or services of proposed manufacturers,
suppliers and installers and will be based upon submission by Contractor
of certification.
a. Manufacturers' Qualifications: Manufacturers regularly and
presently manufactures as one of the manufacturer's principal
products the following items and has manufactured these items
for at least five (5) years.
Wire and Cable - all types Light Fixtures
Lighting Switches and Receptacles Dimmers
Molded Case Circuit Breakers Fuses
Plug-in Strip Receptacle Units C o n d u i t
Low Voltage Fusible and Non -Fusible Switches Panelboards
Fire Alarm Systems and Equipment Sealants
Conduit Supports and Fittings
Manufacturers' product submitted must have been in satisfactory
operation on three (3) installations similar to this project for
approximately three (3) years.
There must be a permanent service organization maintained or
trained by manufacturer which will render satisfactory service to
this installation within eight (8) hours of receipt of notification
that service is needed.
I
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 8 of 22
d. Installer must have the technical qualifications, experiences, trained
personnel and facilities to install specified items including at least three
(3) years of successful installation of electrical work similar to that
required on this project. Approval will not be given where the
experience record is one of unsatisfactory performance.
2.02. MANUFACTURED PRODUCTS
A. Insure that materials and equipment furnished is of current production by
manufacturer's regularly engaged in the manufacture of such items for which
replacement parts should be available. Items not meeting this requirement but
which otherwise meet technical specifications and merits of which can be
established through reliable test reports or physical examination of
representative samples will be considered.
B. Provide products of a single manufacturer when more than one (1) unit of the
same manufacturer.
C. Equipment Assemblies and Components:
1. All components of an assembled unit need not be products of the same
manufacturer.
2. Manufacturers of equipment assemblies which include components made
by others must assume complete responsibility for the final assembled
unit.
3. Components must be compatible with each other and with the total
assembly for the intended service.
4. Constituent parts which are similar must be the product of a single
manufacturer.
5. Moving parts of any element of equipment of the units normally
requiring lubrication must have means provided for such lubrication and
must be adequately lubricated at factory prior to delivery.
D. Identify all factory wiring on the equipment being furnished and on all wiring
diagrams.
I
I
[1
I
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 9 of 22
E. Equipment and materials shall be new and shall bear the manufacturer's name,
trade name and the UL label in every case where a standard has been
established for the particular material.
F. Equipment and materials of the same general type shall be of the same make
throughout the work to provide uniform appearance, operation and
maintenance.
G. Dimensions: It shall be the responsibility of the Contractor to insure that items
furnished fit the space available. He shall make necessary field measurements
to ascertain space requirements, including those for connections, and shall
furnish and install such sizes and shapes of equipment that the final installation
shall suit the true intent and meaning of the drawings and specifications.
H. Manufacturers' directions shall be followed completely in the delivery, storage,
protection and installation of equipment and materials. Notify the Architect of
any conflict between any requirement of the contract documents and the
manufacturer's directions and obtain the Architect's written instruction before
preceding with the work. Should the Contractor perform any work that does
not comply with the manufacturer's directions or such written instructions from
the Architect, he shall bear all costs arising in correcting the deficiencies.
The Contractor shall provide and install all accessories, and incidental items to
complete the work, ready to use and fully operational.
2.03 MATERIALS AND SUBSTITUTIONS
A. Where materials, equipment, apparatus or other products are specified by
manufacturer, brand name, or type or catalog number, such designation is to
establish standards of desired quality and style and shall be the basis of the
bid. Materials so specified shall be furnished under the contract unless
changed by mutual agreement. Where two or more designations are listed,
choice shall be optional with the Contractor.
I
b
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 10 of 22
B. It is the intent of these specifications to establish quality standards of installed
materials and equipment. Hence, specific items are identified by manufacturer,
trade name or catalog designation.
C. Should the Contractor propose to furnish materials and equipment other than
those specified, as permitted by the "or approved equal" clauses, he shall
submit a written request for any or all substitutions to the Engineer. Such a
request shall be an alternate to. the original bid; shall be accompanied with
complete descriptive (manufacturer, brand name, catalog number, etc.) and
technical data for all items; and shall indicate any addition or deduction to
contract price.
D. Where such substitutions alter the design or space requirements indicated on
the plans, the Contractor shall include all items of cost for the revised design
and construction, including cost of all allied trades involved.
E. Acceptance or rejections of the proposed substitutions shall be subject to
approval by the Engineer. If requested by the Engineer, the Electrical
Contractor shall submit for inspection samples of both the specified and the
proposed substitute items.
F. In all
cases where substitutions are permitted, the Contractor shall bear any
extra
cost of evaluating the equality of the materials and equipment to be
installed.
1.
Furnish drawings showing all installation details, shop drawings,
technical data and other pertinent information as required.
2.
Approval by the Engineer of the equal equipment does not relieve the
Contractor of the responsibility of furnishing and installing the equipment
at no additional cost.
3.
Furnish and install any other items required for the satisfactory
installation of the equal equipment at no additional cost. This includes,
but is not limited to, changes in branch circuits, circuit protective
devices, conduits, wire, feeders, controls, panels, and correlation with
other work, subject to the jurisdiction and approval of the Engineer.
G. It is the responsibility of the Contractor to investigate any desired substitutions
for specified equipment prior to submission of his bid. The contractor shall be
responsible for any changes required in mechanical, electrical or structural
systems resulting from equipment substitutions and shall bear all costs for
those changes whether the substitute equipment is named for "equal"
consideration or not.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 11 of 22
All changes shall be accomplished in a manner acceptable to the Owner, and
at no additional cost to the Owner.
2.04 EQUIPMENT PROTECTION
A. Store all materials and equipment to be installed in the work so as to insure the
preservation of their quality, workability, and fitness for the work intended.
Provide storage provisions for protection from the elements, rust and physical
damage. Place stored materials on clean, hard surfaces above ground and
keep covered at all times to insure protection from paint, plaster, dust, water
and other construction debris or operations. Install heaters under the
protective cover where the equipment may be damaged due to moisture and
weather conditions. Keep conduit ends plugged or capped and all covers
closed on boxes, panels, switches, fixtures, etc., until installation of each item.
Store all plastic conduit or duct out of direct sunlight in shaded areas. Locate
stored materials and equipment to facilitate prompt inspection.
B. Protect during installation, all equipment, controls, controllers, circuit protective
devices, etc., against entry of foreign matter on the inside and be vacuum
clean both inside and outside before testing, operating and painting.
C. Replace damaged equipment, as
determined by
the
Engineer, in first class
operating condition or return to source of supply
for
repair or replacement.
D. Protect painted surfaces with removable heavy kraft paper, sheet vinyl or
equal, installed at the factory and removed prior to final inspection.
E. Repair damaged paint on equipment and materials. Finish with same quality
of paint and workmanship as used by manufacturer so repaired areas are not
obvious.
2.05 EQUIPMENT ACCESSORIES
A. Furnish and install all equipment, accessories, connections and incidental items
necessary to fully complete all work, ready for use, occupancy and operation
by the Owner.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 12 of 22
B. Where equipment requiring different arrangement or connections from those
shown is provided, install the equipment to operate properly and in harmony
with the intent of the drawings and specifications.
C. Support, plumb, rigid and true to line all work and equipment included. Study
thoroughly all general, structural, electrical and mechanical drawings, shop
drawings and catalog data to determine how equipment is to be supported,
mounted or suspended and provide extra steel bolts, inserts, pipe stands,
brackets and accessories for proper supports whether or not shown on the
drawings. When directed, submit drawings showing supports.
3.01 WORK PERFORMANCE
A. Furnish and install a temporary electrical distribution system of adequate feeder
sizes to prevent excessive voltage drop. Install all temporary work in a neat
and safe manner.
B. Arrange, phase and perform work to assure electrical service for other
buildings and areas at all times. See General Methods of Procedure under
GENERAL REQUIREMENTS.
C. Install and connect new work to existing work neatly and carefully. Repair or
replace disturbed or damaged work to its prior condition as required by the
GENERAL REQUIREMENTS.
D. Field coordinate with other trades in ample time to build all chases and
openings, set all sleeves, inserts and concealed materials, and provide
clearances that may be required to accommodate materials and equipment.
Lay out electrical work so that in case of interference with other items the
layout may be altered to suit conditions encountered.
E. Cutting and Patching:
1. The Electrical Contractor shall be responsible for all required cutting,
patching, etc., incidental to this work and shall make all required repairs
thereafter to the satisfaction of the Engineer. Do not cut into any
structural element, beam or column without the written approval of the
Engineer.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 13 of 22
2. Cut, patch, repair and/or replace pavements, sidewalks, roads and curbs
as required to permit the installation of the work and pay all expenses
incurred for this work.
3. Pipes, conduits, cables, wires, wire ducts and similar equipment that
pass through fire or smoke barriers shall be protected in accordance with
NFPA 101.
F. Wall and Floor Penetrations: When conduit, wireways, buss duct and other
electrical raceways pass through fire partitions, fire walls, or walls and floors,
install a firestop that provides an effective barrier against the spread of fire,
smoke and gases. Firestop material must be packed tight and completely fill
clearances between raceways and openings. Use firestop material conforming
to the following:
1. All wall penetrations shall be caulked and sealed.
2. The Contractor shall furnish and install all necessary sleeves and chases
for all work passing through and attaching to walls, floors, ceilings or
the roof.
3. Provide UL listed, fire -rated poke through devices for floor penetrations
as required by the Standard Building Code, National Fire Code and Life
Safety Code.
4. Provide UL approved fire rated chases and fire sealing as required to
maintain fire rating for all penetrations in fire rated walls.
5. Firestopping material must maintain its dimension and integrity while
preventing the passage of flame, smoke and gases, under conditions of
installation and use when exposed to the ASTM El 19 time temperature
curve for a time period equivalent to the rating of the assembly
penetrated. Cotton waste must not ignite when placed in contact with
non -fire side during the test. Firestopping material must be
noncombustible as defined by ASTM E136 and, in addition for insulation
materials, melt point must be a minimum of 1700° F for one -hour
protection and 1850° F for two-hour protection.
6. Floor, exterior wall and roof seals must be watertight. Sleeve walls and
floors which are cored for installation of conduit with steel tubing,
grouted and the space between the conduit and sleeve filled as specified
herein. Where conduits pierce the roof, refer to architectural
specifications and drawings for details.
7. Extend tubing one (1) inch minimum above finished floor.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 14 of 22
G. Do not use electrical hangers and other supports for other than electrical
equipment and materials. Provide not less than a safety factor of five (5) and
conform with any specific requirements as shown on the drawings or in. the
specifications.
H. Do not deviate from the plans and specifications without the full knowledge
and consent of the Engineer. Should, at any time during the progress of the
work, a new or existing condition be found which makes desirable a
modification of the requirements of any particular item, report such items
promptly to the Engineer for his decision and instruction.
Notify all other contractors of any deviations or special conditions. Resolve
interferences between the work of the various contractors prior to installation.
Remove, if necessary, work installed which is not in compliance with the plans
and specifications as specified above, and properly reinstall without additional
cost to the Owner.
J. This Contractor shall furnish all necessary scaffolding, cranes, tackle, tools and
appurtenances of all kinds, and all labor required for the safe and expeditious
execution of his contract.
3.02 EQUIPMENT INSTALLATION AND EQUIPMENTS
A. Installation:
1. "Provide" and "Install" as used on the drawings and in the specifications
means furnish, install, connect, adjust and test except where otherwise
specified.
2. Install coordinated electrical systems, equipment and materials complete
with auxiliaries and accessories installed. Remove, modify, relocate and
reinstall the existing electrical equipment and materials as shown (refer
to drawings).
B. Equipment Location: As close as practical to locations shown on drawings.
C. Working Spaces: Not less than specified in the National Electrical Code for all
voltages specified.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 15 of 22
D. Inaccessible Equipment:
1. Where the Engineer determines that the Contractor has installed
equipment not conveniently accessible for operation and maintenance,
remove and reinstall equipment as directed at no additional cost.
2. "Conveniently Accessible" is defined as being capable of being reached
without the use of ladders or without climbing or crawling under or over
obstacles such as motors, pumps, belt guards, transformers, piping and
ductwork.
E. Equipment and Materials:
1. Install new equipment and materials unless otherwise specified.
2. Insure that equipment and materials are designed to provide satisfactory
operation and operating life for environmental conditions where being
installed. NEC and other code requirements applied to the installation
and other code requirements apply to the installation in areas requiring
special protection such as explosion -proof, vapor -proof, water tight and
weatherproof construction.
3.03 EQUIPMENT IDENTIFICATION
A. In addition to the requirements of the National Electrical Code, install
identification signs which will clearly indicate information required for use and
maintenance of items such as panelboards, cabinets, motor controllers
(starters), safety switches, separately enclosed circuit breakers, individual
breakers, and controllers in switchgear and motor control assemblies, control
devices and other significant equipment.
3.04 DRAWINGS AND SPECIFICATIONS
A. The drawings and specifications indicate the requirements for the systems,
equipment, materials, operation and quality. They are not to be construed to
mean limitation of completion to the products of specific manufacturers.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 16 of 22
3.05 SYSTEM VOLTAGES
A. Voltage ranges are defined as follows:
1. . High Voltage: Above 600 volts
2. Low Voltage: 600 volts and lower
3.06 SUBMITTALS
A. Obtain the Owner's approval for all equipment and materials before ordering,
authorizing production, purchasing or delivery to the job site. Delivery, storage
or installation of equipment or material which has not had prior approval is not
permitted at the job site.
B. Include in all submittals adequate descriptive literature, catalog cuts, shop
drawings and other data necessary for the Engineer .to ascertain that: the
proposed equipment and materials comply with specification requirements.
Catalog cuts submitted for approval must be legible and clearly identify
equipment being submitted.
C. Make submittals for individual systems and equipment assemblies which
consist of more than one item or component for the system or assembly as a
whole. Partial submittals will not be considered for approval.
D. Submit within fifteen (15) days after the awarding of the Contract, three (3)
complete - List of Manufacturers - of all equipment and materials proposed.
After the list of all equipment and materials has been reviewed by the Engineer,
submit within thirty (30) days thereafter six (6) complete brochures of shop
drawings and descriptive data of all material and equipment.
E. The submittals must include the following:
1. Information which confirms compliance with contract requirements.
Include the manufacturer's name, model or catalog numbers, catalog
information, technical data sheets, shop drawings, pictures, nameplate
data and test reports as required.
2. Elementary and interconnection wiring diagrams for communication and
signal systems, control system and equipment assemblies. All terminal
points and wiring must be identified on wiring diagrams.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 17 of 22
3. Parts list which must include those replacement parts recommended by
the equipment manufacturer.
4. Approvals will be based on complete submission only.
F. Furnish shop drawings for the work involved in sufficient time so that no delay
or changes will be caused. Thermofax copies are not acceptable - only
permanent type prints are allowed.
G. Verify that shop drawings comply in all respects with the item originally
specified. It is the Contractor's responsibility to procure the proper sizes,
quantities, rearrangements, structural modifications or other modifications in
order for the substituted item to comply with the established requirements.
H. Any shop drawings prepared to illustrate how equipment, conduit, fixtures,
etc., can be fitted into available spaces will be examined under the assumption
that the Contractor has verified all the conditions. Obtaining approval thereon
does not relieve the Contractor of responsibility in the event the material
cannot be installed as shown on the drawings.
H
I
I
L
The following procedure shall be observed when shop drawings are requested.
The Contractor shall submit six (6) prints of shop drawings to the Engineer for
comment or correction, after which the Contractor shall submit four (4) sets
of corrected shop drawings prints to Engineer for final approval. This same
procedure shall be observed if subsequent shop drawing revisions are made.
J. Submit working scale drawings of apparatus and equipment which in any way
varies from these specifications and plans, to be reviewed by the Engineer
before the work is started. Correct interferences with the structural conditions
before the work proceeds.
K. Submit all shop drawings at the same time in a looseleaf binder with double
index as follows:
1. List the products alphabetically by name.
2. List the name and manufacturers whose products have been
incorporated in the work alphabetically together with their addresses and
the name and addresses of the local sales representative.
I
I
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 18 of 22
3.07 TESTS AND DEMONSTRATION
A. The Electrical Contractor shall test all wiring and connections for continuity and
grounds before equipment is installed. When directed by the Engineer, he shall
perform tests to demonstrate the insulation resistance of any selected circuit
or group of circuits.
B. This Contractor shall test all feeder cables after installation and before
energizing by use of an approved DC voltage megger. The test shall be
performed in the presence of the Electrical Project Manager as designated by
Owner. A written record shall be provided. Before energizing the system, this
Contractor shall check all connections and set all relays and instruments for
proper operation. He shall obtain necessary clearances, approvals and
instructions from the serving utility company. Test procedures, conduct of
test, and documentation of test results shall be in accordance with the
Engineers specific instructions.
C. As equipment •and materials are being installed and connected, test the
installation for the following:
1. Short circuits and ground faults
2. Insulation resistance at 500 volts DC
3. Grounding continuity
D. After tests are completed and necessary corrections are made, put each
system into operation and demonstrate its performance to the satisfaction of
the Owner's authorized representative.
E. Provide written documentation of tests and performance as requested by the
Owner's authorized representative.
F. Furnish all water, fuel, electricity, instruments, test equipment and personnel
that are required for the particular test. Certify that equipment and gauges are
in good working order. Remove equipment subject to damage during test from
line before test is applied.
G. After installation is complete, the Contractor shall conduct operating test of all
electrical systems for approval by the Architect. Test shall include verification
of direction of rotation for all motors. The equipment shall be demonstrated
to operate in accordance with the requirements of the plans and specifications.
The test shall be performed in the presence of the Architect or Engineer.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 19 of 22
3.08 COMPLETION AND ACCEPTANCE
A. Upon completion of the work and before final acceptance, perform the duties
and provide the documents as follows in accordance with the General
Conditions, Supplementary Conditions and Division 1 of Contract.
B. Remove
all
rubbish,
tools and surplus materials accumulated during the
execution
of
the work
in this Division.
C. Touch up any equipment or finishes damaged during delivery or installation
from the work in this Division.
D. Provide a written one-year guarantee of materials and work except for items
that are specified to have a longer warranty. Items that have a published or
normal life expectancy of less than one year, such as incandescent lamps are
to be covered by the manufacturer's guarantee.
E. Provide systems and equipment installation, operating and maintenance
instructions and catalog data for transmittal to the Owner. Place the data in
a looseleaf binder which contains an index of the products listed alphabetically
by name and a separate index listing the manufacturers alphabetically by name
and including the manufacturer's address and the name and address of their
local representative.
J
I
II
J
F. Instruct the Owner's representative in the proper operation and maintenance
of the systems and their elements as required or directed to familiarize the
Owner in the operation and maintenance of the systems.
3.09 RECORD DRAWINGS
A. The Contractor shall keep a neat and accurate record of field changes made
during construction. Changes shall be penciled in on a separate set of
drawings used only for recording changes. At completion of the project the
Contractor shall deliver this set to the Architect for preparation of record
drawings.
II
I
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 20 of 22 '.
3.10 DEMOLITION
A. There are areas within the project site in which demolition will have to be
performed due to the construction requirements. The demolition work involved
is not fully described herein; however, the information given on the
architectural and electrical drawings and the information set out in the
Specifications substantially serve to inform the Electrical Contractor as to the
full extent of the demolition required. It is the intent of this specification that
all required demolition work be fully and completely performed and all work be
accomplished in a neat and workmanlike manner.
B. Floor plans show the walls and partitions that are to be added or removed as
part of the remodeling work. Study these sheets, along with the architectural,
structural, electrical and mechanical drawings for the complete scope of work,
to accomplish the demolition and remodeling portion of the project.
C. Visit the site and examine the areas where demolition and remodeling work is
to be done. Verify with the Owner's representative, the Engineer, the
drawings and examination of the existing building, the extent of the demolition
work that is now concealed in walls, above ceilings and below floors. Failure
to do so will not constitute a valid reason for being compensated for required
demolition work that is now concealed.
3.11 EXCAVATION AND TRENCHING
A. Excavate to the depths indicated on the drawings or as required to provide
adequate burial depth. Excavated materials not required or suitable for backfill
or fill shall be removed from the site. Do such grading as is necessary to
prevent surface water from flowing into trenches or other. excavations. Water
accumulating therein shall be removed by pumping or by other method.
Sheeting and shoring shall be installed as may be necessary for protection of
the work and for safety of personnel. Excavation shall be by open cut except
that short sections of a trench may be tunneled ifithe pipe can be safely and
properly installed and backfill can be properly tamped in such tunnel sections.
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 21 of 22
B. Trench Excavation: Grade bottom of trenches to provide uniform bearing and
support for each section of pipe on undisturbed soil. Where rock is
encountered, excavate to a minimum overdepth of 4 inches below trench
depths indicated on the drawings or specified. Overdepth in rock excavation
and unauthorized overdepths shall be backfilled. Whenever wet or otherwise
unstable soil incapable of properly supporting the pipe in encountered, such soil
shall be removed and the trench backfilled to proper grade as hereinafter
specified.
C. Trenches shall not be backfilled until tests have been performed, wires have
been pulled and the systems as installed conform to requirements of the
drawings and specifications.
D. Backfill trenches with excavated materials consisting of earth, sandy clay,
sand, gravel, soft shale or other approved materials, free from clods of earth
or stones 2 1/2 -inch maximum dimension, deposited in 6 -inch layers and
compacted to 95% Standard Proctor Compaction Test of the maximum
laboratory density determined in accordance with ASTM D698, Moisture -
Density Relation of Soils. Test for maximum density will be made without
expense to the Contractor. If fills fail to meet the specified densities, the
Contractor shall remove and recompact the fill until specified densities are
achieved. Compaction tests shall be performed for each fifty (50) linear feet
of trench.
3.12 SALVAGE
I
II
II
I
A. All items of usable equipment remain the property of the Owner. Store all such
items of equipment which are to be removed and which are not to be reused
on the premises as directed by the Owner.
B. Usable items, as determined by the Owner, include existing electrical
equipment, fixtures and other equipment so designated. Remove all unused
items from the premises.
3.13 ASBESTOS DISCOVERY
A. If the execution of this work requires the disturbing of any substance which
appears to be asbestos or which may contain asbestos fibers, notify the Owner
before continuing work at the suspect location.
II
SECTION 16000
GENERAL ELECTRICAL PROVISIONS
Page 22 of 22
Any materials testing positive will be removed by the Owner before work
continues.
3.14 FINALLY
A. It is the intention that this specifications shall provide a complete installation.
All accessories and apparatus necessary for complete operational systems shall
be included. The omission of specific reference to any part of the work
necessary for such complete installation shall not be interpreted as relieving
this Contractor from furnishing and installing such parts.
***END SECTION 16000***
SECTION 16109
IDENTIFICATION
Page 1 of 2
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Provide and install identification markers.
1.02 RELATED WORK
A. Section 16111: Conduit
B. Section 16134: Outlet and Pull Boxes
C. Section 16120: Wires and Cables
D. Section 16160: Panelboards
E. Section 16170: Motor and Circuit Disconnects
PART 2 - PRODUCTS
2.01 MATERIALS
A. Provide nameplates of laminated phenolic plastic with engraved letters 3/16 -
inch high at pushbutton stations, thermal overload switches, receptacles, wall
switches and similar devices where the nameplate is attached to the device
plate. At all other locations, make lettering 1/4 -inch high, unless otherwise
detailed on the drawings. Securely fasten nameplate to the equipment with
No. 4 Phillips, roundhead, cadmium plated, steel self -tapping screws or nickel
plated brass bolts. Motor nameplates may be nonferrous metal not less than
0.03 -inch thick, die stamped.
B. Pre -marked, self-adhesive, wrap around type markers, manufacturers: Brady,
T&B, E -Z Code.
I.
SECTION 16109
IDENTIFICATION
Page 2 of 2
PART 3 - EXECUTION
3.01 INSTALLATION
A. General: Equip the following items with nameplates. 1
1. All motors, motor starters, motor control center, pushbutton stations,
control panels, time switches.
2. Disconnect switches, fused or unfused switchboards and panelboards,
circuit breakers, contactors or relays in separate enclosure.
3. Wall switches controlling outlets for lighting fixtures or equipment where
the outlets are not located within sight of the controlling switch.
4. Special electrical systems at junction and pull boxes terminal cabinets '�
and equipment racks.
B. . Upon job completion the Contractor shall obtain Owner's approval for all
,
nameplate inscriptions prior to fabrication and installation. Include on
nameplates for panelboards and switchboards the panel designation, voltage
and phase of the supply. The name of the machine or the motor nameplates
for a particular machine must be the same as the one used on all motor starter,
disconnect and pushbutton station nameplates for that machine, unless
specifically directed otherwise by the Owner.
C. The Contractor shall provide typed panel schedules for all electrical panels.
Schedules shall reflect actual wiring incorporating all field changes.
D. Label all junction boxes with a black permanent marker indicating circuit
number and distribution panel or motor control center feeling the circuits
contained therein.
I
***END SECTION 16109***
SECTION 16111
CONDUIT
Page 1 of 5
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Conduit and couplings.
B. Flexible conduit.
1.02 RELATED WORK
A. Section 16109: Identification
1.03 APPROVED MANUFACTURERS
A. Republic, Wheatland, Allied, Triangle or approved equal.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Unless otherwise noted, all conduit shall be hot -dipped, galvanized rigid steel
and shall conform to the requirements of UL Standard 6, 514 and 1242.
B. Minimum size conduit shall be 3/4 -inch. Other sizes shall be as indicated on
the plans, or required by the NE Code for number and size of conductors
installed.
C. Flexible Conduit: Aluminum or steel armor, plastic jacketed type with liquid -
tight connectors.
D. Transitions between nonmetallic conduits and conduits of other materials shall
be made with the manufacturer's standard adapters designed for such purpose.
E. For underground and exterior concealed conduit, use rigid threaded galvanized
steel unless noted otherwise.
F. PVC conduit shall conform to the requirements of Fed. Spec. W -C-1094.
iI
SECTION 16111
CONDUIT
Page 2 of 5
F. Make connections to motors and equipment with PVC jacketed flexible conduit
and liquid -tight connectors. Minimum size 1/2 -inch for motor connections.
Use 3/8 -inch Greenfield flexible conduit only for fixture wiring. Provide
sufficient length of flexible conduit to avoid transmission of vibration.
II
11
G. Do not use PVC conduit unless specifically called for on the plans or required
by other Sections of these Specifications.
H. Wireways
1. Where indicated on the plans, approved metal wireways shall be
furnished and installed complete with the necessary complement of
fittings, connectors and accessory parts. Wireways shall be of the "lay -
in" type with screw covers for full channel access. Wireways cross-
sectional dimensions shall be as noted on the plans. All sheet metal
parts shall be coated with a rust inhibitor. All hardware shall be plated
to prevent corrosion.
2. Wireways shall be securely supported by approved methods at 5 -foot
intervals. Number of conductors per wireway shall conform to the latest
NE Code requirements.
PART 3 - EXECUTION
3.01 INSTALLATION
A. All wiring systems shall be• installed in raceways consisting of galvanized steel
tubing, rigid galvanized steel, flexible steel conduit, neoprene covered flexible
steel conduit, or aluminum conduit.
B. Water tight junction boxes, fittings, expansion joints, compression fittings (for
use with all electrical tubing), conduit hubs, etc., shall be provided, for all
electrical systems wherever construction dictates including, but not limited to,
outdoor locations.
C. Flexible conduit used in outdoor locations or indoor locations where exposed
to continuous or intermittent moisture shall be liquid tight, neoprene covered
and UL listed. All fittings for such applications shall be liquid tight, nylon
insulated throat type as manufactured by Thomas and Bretts, Series 5331, or
approved equal.
SECTION 16111
CONDUIT
Page 3 of 5
D. Sufficient slack shall be provided in all flexible conduit connections to reduce
the effects of vibration.
E. Insulated bushings shall be used where conduit is installed in any enclosure or
junction box. In addition, insulated bushings shall be used on all conduit 1/4 -
inch and larger.
F. All conduit bends shall have a radius greater than or equal to that stipulated by
the NEC.
G. All conduit joints shall be cut square, threaded, reamed smooth and drawn up
tight. Bends or offsets shall be made with standard conduit ells, field bends
made with an approved bender or hickey, or hub -type conduit fittings. Number
of bends per run shall conform to NE Code limitations.
Concealed conduits shall be run in a direct line with long sweep bends and
offsets. Exposed conduits shall be run parallel to and at right angles to building
lines.
Conduits shall be continuous from outlet to outlet and from outlets to cabinets,
pull or junction boxes, and shall be secured to all boxes with locknuts and
bushings in such a manner that each system shall be electrically continuous
throughout. Conduit ends shall be capped to prevent entrance of foreign
materials during construction.
I
II
Conduit terminals at cabinets and boxes shall be rigidly secured with locknuts
and bushings required by the NE Code and local electrical codes.
H. Install conduit concealed in all areas excluding mechanical, electrical and
elevator rooms, connections to motors, connections to surface cabinets and
conduit to fixtures in rooms without ceilings.
For exposed runs, attached surface mounted conduit with clamps.
IJ. Coordinate installation of conduit in masonry work.
C
I
K. Do NOT install conduit in concrete slabs.
L. Install conduit free from dents and bruises. Plug ends to prevent entry of dirt
or moisture.
I
I
SECTION 16111
• CONDUIT
Page 4 of 5
M. All conduit systems shall be installed complete and shall be cleaned out before
installation of conductors.
II
I
Ti
11
N. Alter conduit routing to avoid structural obstructions, minimizing crossovers. ,
O. Provide sealing conduit fittings where conduits penetrate walls separating areas
operating at different temperatures. Install a removable foam sealant to
prevent air movement in conduit after final test of systems.
P. Provide flashing and pitch pockets making watertight joints where conduits
pass through roof or waterproofing membranes.
Q. Install UL approved expansion fittings complete with grounding jumpers where
conduits cross building expansion joints (review architectural and structural
drawings and coordinate with General Contractor to determine expansion joint
locations). Provide bends or offsets in conduit adjacent to building expansion
joints where conduit is installed above suspended ceilings.
[1
R. Route all exposed conduits parallel or perpendicular to building lines. Run I
concealed conduits in a direct line.
S. Allow minimum of 6 -inch clearance at flues, steam pipes and heat sources.
Allow 12 -inch clearance at telephone conduits. Where possible, install
horizontal raceway runs above water and steam piping.
T. Make bends of offsets with standard conduit ells, field bends with approved
bender or hickey or hub type fittings. I
U. Punch holes required in cabinets with a Greenlee tool.
V. Securely support conduits from the structure using approved type clamps,
hangers and assemblies. Space supports according to manufacturer's
recommendations and accepted practice. Do not support conduits from ceiling
suspension system. In no case exceed spacing per NEC maximum.
W. Keep all conduits dry and free of water or debris with approved plugs or caps. I
SECTION 16111
CONDUIT
Page 5 of 5
X. Leave a No. 12 copper wire in all empty conduits. Terminate empty conduit
stubouts with insulated throat connector or plastic bushing.
Y. Install properly sized grounding conductor in all conduit.
Z. Do not install conduit in metal deck corrugations or within 12 inches of roof
deck without approval of Owner. Support conduits on metal hangers
suspended from structure.
***END SECTION 16111***
SECTION 16120
WIRES AND CABLES
Page 1 of 4
PART 1 - GENERAL
1.01 WORK INCLUDED
Wire and Cables
1.02 RELATED WORK
Section 16109: Identification
PART 2 - PRODUCTS
APPROVED MANUFACTURERS
Conductors - Triangle, Anaconda, Rome, Phelps Dodge, Southwire, Belden or
approved equal.
2.02 MATERIALS
Wire and cable shall be new, shall have size, grade of insulation, voltage and
manufacturer name permanently marked on outer covering at regular intervals.
Wire shall be color coded with a separate color for each phase and neutral and
the color code shall be consistent throughout installation.
Building Wiring: 98% conductivity, soft drawn conforming to requirements of
the NEC and relevant ASTM specifications, copper, 600 volt insulation, dual
rated THHN-THWN. (No aluminum conductors shall be allowed in the work.)
Branch Circuit Wiring:
1. Conductors smaller than No. 12 AWG gauge not permitted, unless
specifically noted. All conductors shall be stranded construction.
2. Conductors shall be in conduit with the conduit fill as per the NEC.
SECTION 16120
WIRES AND CABLES
Page 2 of 4
E. Exterior Wiring: Bare stranded for ground meeting ASTM Specifications B3.and
B8, THWN-THHN for all other.
F. Conductors shall be spliced by approved methods and only in approved
junction boxes and not in conduit.
G. Use pre -insulated pressure connectors such as Scotchlock on conductors No
10 and smaller. Use approved high-pressure crimp sleeve connectors on No
8 and larger conductors.
H. Make ground and feeder conductor lug connections using high pressure crimp
lugs such as Anderson, T & B, Burndy. Make underground ground connections
using cast thermal process such as Cadweld.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Make conductor length for parallel feeders identical.
I!
B. Lace or clip groups of conductors at panelboards, pull boxes and wireways.
C. Provide copper grounding conductors and straps. 1
D. Install wire and cable in code conforming raceway.
E. Use wire pulling lubricant for pulling No. 4 AWG and larger wire. Do not use
pulling lubricant for isolation panel secondary circuits.
F. Install wire in conduit runs after concrete and masonry work is complete and
after moisture is swabbed from conduits.
I
I
I
I
1
I
1
1
1
1
1
1
I
1
1
SECTION 16120
WIRES AND CABLES
Page 3 of 4
G. Splice only in accessible junction or outlet boxes. Install splices and taps
which have mechanical strength and insulation rating equivalent -or -better than
conductor and are compatible with conductor material.
H. Color coding shall be by wire color for #10 and smaller, and by colored tape
for larger conductors. Panel phasing shall be ABC for the entire system.
Approved colors are:
480V Phase A
Brown
Phase B
Orange
Phase C
Yellow
Neutral
Gray or White with Yellow tracing
208V Phase A
Black
240V Phase B
Red
Phase C
Blue
Neutral
White
Ground Green
Or as required by local codes.
All conductors shall be manufactured by an approved American manufacturer.
SECTION 16120
WIRES AND CABLES
Page 4 of 4
3.02 MARKING
A. Identify circuits using wire markers at the following locations:
1. All power and lighting branch circuits and feeders at pull boxes, fixtures,
outlets, motors, etc., indicating panel and circuit number at which each
circuit or feeder originates.
2. All branch circuits in the panelboard gutters indicating corresponding
branch circuit numbers.
3. All signal and control wires at all termination points such as cabinets,
terminal boxes, equipment racks, control panels, consoles, etc. Install
in accordance with approved schedules prepared by the equipment
manufacturer or by the Contractor.
4. Both ends of all pull wires with tag reading "PULL WIRE" and numbered
to refer to the same pull wire.
***END SECTION 16120***
SECTION 16180
OVERCURRENT PROTECTIVE DEVICES
Page 1 of 2
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Fuses
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Fuses: Bussman, Littlefuse, Brush, Gould Shawmut
2.02 FUSES
A. General:
1. Except as otherwise indicated, provided fuses of types, sizes, ratings
and average time -current and peak let through current characteristics
indicated, which comply with manufacturer's standard design, materials
and construction in accordance with published product information and
with industry standards and configurations.
B. Cartridge fuses
shall be rated
300
volts one (1) time of ampere ratings noted.
Fuses shall be
manufactured
by an
approved manufacturer.
Fuses shall be plainly marked (either by printing on fuse barrels or by labels
attached to the barrels) showing name or trademark of manufacturer, voltage
rating, ampere rating, interrupting rating (where other than 10,000 amps), and
the leg -end "current limiting", where applicable. On fuses used for
supplementary protection, however, interrupting ratings need not be so
marked.
Fuseholders shall be so designed that it will be difficult to put a fuse on any
given class into a fuseholder which is designed for a lower current or higher
voltage than that of the class to which it belongs. Where current -limiting fuses
are specified, fuseholders shall not permit insertion of fuses which are not
current -limiting.
Ii
I
SECTION 16180
OVERCURRENT PROTECTIVE DEVICES
Page2of2
I
PART 3 - EXECUTION
3.01 INSTALLATION OF OVERCURRENT PROTECTIVE DEVICES
A. Install overcurrent protective devices, as indicated in accordance with the ,
manufacturer's written instructions and with recognized industry practices to
insure that protective devices comply with requirements. Comply with NEC
and NEMA standards for installation of overcurrent protective devices.
B. Coordinate with other work, including electrical wiring work as necessary to
interface installation of overcurrent protective devices with other work.
3.02 FIELD QUALITY CONTROL
A. Prior to energization of overcurrent protective devices, test devices for
continually of circuitry and for short circuits. Correct manufacturing units and
then demonstrate compliance with requirements.
***END SECTION 16180***
SECTION 16450
GROUNDING
Page 1 of 2
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Power system grounding
1.02 RELATED WORK
A. Section 16111: Conduit
B. Section 16120: Wire and Cables
1.03 REGULATORY REQUIREMENTS
A. Install complete grounding system for the building(s) and all electrical
equipment in accordance with National Electrical Code.
PART 2 - PRODUCTS
2.01 GROUNDING
A. Provide copper grounding conductors for grounding connections sized
according to NEC.
PART 3 - EXECUTION
3.01 POWER SYSTEM GROUNDING
A. Circuit Grounding:
1. Install grounding bushings, grounding studs and grounding jumpers at
distribution centers and panelboards. Install NEC sized ground
conductor, #12 AWG minimum, in all branch circuit and equipment
conduits.
e
SECTION 16450
GROUNDING
Page 2 of 2
B. Bonding Jumpers:
1. Provide green insulated wire, size correlated with over -current device
protecting the wire, attach to grounding bushings on conduit, to lugs on
boxes and other enclosures. Connect to neutral only at service neutral
bar, make separate lug.
C. Bonding Wires:
1. Install bonding wire in flexible conduit connected at each end to a
grounding bushing.
D. No strap type grounding clamps shall be used. All connections shall be made
only after surfaces have been cleaned or ground to exposed metal.
E. Metal raceways, metal enclosures of electrical devices, switchgear enclosures,
transformer frames, and other equipment shall be completely grounded in an
approved manner prescribed by the NE code. All necessary conduit,
conductors, clamps, connectors, etc. for the grounding system shall be
furnished, installed and connected by the Electrical Contractor.
F. Ground Rods:
1. Grounding shall be accomplished by means of a driven ground rod 3/4 -
inch in diameter and 10 feet long, with a clamp at the top and a #6 bare
stranded copper conductor extending to the ground buss in the main
switch. One (1) each for each main.
G. Bonding Methods:
1. All conduit runs are to have a properly sized insulated grounding
conductor.
H. All counterpoise grounding connections shall be of the "Exothermic Weld" type,
with unmodified and approved molds.
1
***END SECTION 16450***
I:
I
SECTION 16510
I. LIGHT FIXTURES
Page 1 of 3
' PART 1 - GENERAL
1.01 WORK INCLUDED
A. Installation of luminaires, supports and accessories.
1
1.02 RELATED WORK
1 A. Section 16120: Wire and Cables
1 B. Section 16190: Supporting Devices
1.03 SUBMITTALS
A. Submit shop drawings and product data in accordance with General Conditions,
including pertinent physical characteristics and complete photometric data
reports from independent testing laboratory.
1
1 PART 2 -PRODUCTS
1 2.01 ACCEPTABLE MANUFACTURERS
A. Provide products of manufacturers as listed in lighting fixture schedule or equal,
subject to compliance with requirements.
1
1
1
1
1
SECTION 16510
LIGHT FIXTURES
Page 2 of 3
B.
C.
Acceptable manufacturer of lighting fixtures:
1.
G.E.
2.
Lithonia
3.
Daybrite
4.
Hubbell
The original bid shall be based on furnishing and installing the luminaires or
lighting equipment as specified.
With the original bid, the bidder may, if he so desires, submit an alternate
proposal based on furnishing and installing luminaires or lighting equipment
other than that specified. This alternate proposal shall contain detailed
information (manufacturer's trade name and/or catalog number, construction
details, data on light distribution, etc.) on the proposed substitute equipment
and any price differential which applies.
Within ten (10) days after award of the contract, the successful Electrical
Contractor may make a written request to substitute comparable lighting
equipment for that specified. Such an alternate proposal should clearly indicate
any price differential which would apply and provide detailed information on .the
proposed substitute equipment to permit a careful comparison with original
specifications (luminaire construction, light distribution, etc.).
Any proposal for • substitution
of lighting
equipment
shall further meet all
requirements of the provisions
contained in
the General
Conditions section.
Approval of specific lighting equipment substitutions shall be obtained in writing
from the Engineer before equipment is ordered. Contractors seeking
substitution of optional equipment shall be in a position to furnish samples of
both specified and alternate equipment for comparison, if required.
The Electrical Contractor shall furnish all luminaires, lighting equipment and
components shown on the plans, listed in the Fixture Schedule, and specified
herein. He shall furnish all labor and materials required to install specified
equipment in the manner indicated.
SECTION 16510
LIGHT FIXTURES
Page 3 of 3
All luminaires and lighting equipment shall be delivered to the building complete
with suspension accessories, canopies, hickeys, casings sockets, holders,
reflectors, ballasts, diffusing material, louvers, plaster frames, recessing boxes,
etc., all wired and assembled as indicated.
The Electrical Contractor shall furnish and install lamps and accessory wiring as
indicated under the general provisions of the electrical specifications.
PART 3 - EXECUTION
3.01 SUPPORTS
A. As shown on drawings.
***END SECTION 16510"*
I
CITY OF FAYETTEVILLE CROSS CONNECTION CONTROL PROGRAM
SECTION VII
ASSEMBLY INSTALLATION AND INITIAL INSPECTION
7.0 GENERAL
Proper installation of backflow prevention assemblies is
necessary to adequately protect the City water system from
backflows.
7.1 AUTHORIZED INSTALLERS
Installation of backflow prevention assemblies on water
service lines shall be accomplished by personnel licensed by
the State of Arkansas to do so.
' 7.2 INSTALLATION SPECIFICATIONS
Installation shall not begin until assembly approval has been
issued by the Program Administrator. All backflow prevention
assemblies shall be installed in a manner that provides easy
access for testing, maintaining, repairing and replacing the
assembly.
A. General Assembly Specifications
(1) A backflow prevention assembly shall be installed
' in accordance with the manufacturer's instructions
and shall be reviewed and approved by the City
before installation.
(2) An assembly shall be installed on the owner's side
of the water meter and before the first branch or
' outlet off the owner's water service line and in a
location approved by the City, or installed on the
' owner's side of the property boundary if no water
meter is installed in the water service line and in
a location approved by the City.
I
(3) Piping connected to the assembly shall not be used
for electrical grounding.
(4) Piping connected to the assembly shall be
thoroughly flushed before installing the assembly.
(5) An adequate and permanent method of handling test
water discharge shall be provided.
(6) A pressure relief valve shall be properly installed
and maintained on all water heating apparatus
served by the assembly.
(7) The assembly installation shall be protected from
vandalism and freezing.
(8) Adequate
support, excluding
water
lines, shall be
provided
for assemblies that
are 3
inch or larger.
(9) If the assembly cannot be installed in the
prescribed manner for any reason, the proposed
deviations shall be submitted to the City for
review and approval -before installation.
(10) The lowest point of the assembly shall be at least
12 inches but not more than 36 inches above the
ground or highest flood level, whichever is
highest. A minimum clearance of 24 inches shall be
provided on each side of the assembly, 8 inches on
each end of the assembly, 10 inches above the
highest point of the assembly.
(11) Enclosures shall be equal to or the equivalent of a
heated "Hydrocowl" enclosure. Enclosures shall be
placed on a wire reinforced concrete pad a minimum
of four (4) inches thick.
RPZA and RPDA Installations
(1) The RPZA and RPDA shall not be installed below '
grade or in a vault.
(2) The RPZA and RPDA shall be contained in an approved
heated assembly enclosure, or can be installed
inside the building in an approved location.
Enclosures shall be placed on a wire reinforced
concrete pad a minimum of four (4) inches thick.
(3) An adequate and permanent method of handling relief
vent discharge and test water discharge shall be
provided.
(4) Clear unobstructed space for the relief vent shall
be provided at all times to prevent the vent from
becoming blocked or flooded.
(5) The
RPZA
and RPDA shall be
installed
horizontally
with
the
relief vent pointed
down.
(6) An air -gap separation shall be provided between the
relief vent and drain line. The factory bolt -on
air gap and drainage attachment are preferred.
(7) The relief vent opening shall not be reduced in
size.
(8) If not part of the approved assembly for two inch
or smaller assemblies, an approved strainer shall
be installed on the inlet side of the RPZA and RPDA
prior to the assembly isolation valve, so that all
water must pass through the strainer immediately
before entering the RPZA or RPDA. An approved
isolation valve for the strainer shall be installed
on the inlet side of the strainer.
C
DCVA and DCDA Installations
(1) The DCVA shall not be installed below grade, unless
the following criteria can be met and accepted by
the program administrator.
(a) The vault and its installation shall be
approved by the City before the start of
construction.
(b) The vault shall not be subject to flooding.
(c) The walls of the vault shall extend above the
finished grade a minimum of three (3) inches
to prevent intrusion of water or dirt.
(d) The vault
shall
be
water -tight to prevent
intrusion
of water
or
dirt.
(e) The vault shall drain to daylight through an
adequate and permanent gravity drain with a
slope of at least 1%. Installation plans
shall show the elevation of the vault floor
and the area the water will drain to. Plans
shall show drainage pipe depth and location.
Drainage pipe size shall be two inches larger
than the blow -off. Protection on the drainage
outlet shall be provided to prevent
undesirable creatures from entering.
(f) The vault cover shall be removable to allow
full access to the vault. A minimum of two
(2) lifting points shall be provided.
(9) An access door shall be installed in the vault
cover on the testable side of the assembly.
Access doors shall be a minimum of 24" x 24".
(2) Manufactured enclosures shall be removable. ■
Enclosures shall be equal to or the equivalent of a
heated "Hydrocowl" enclosure. Enclosures shall be
placed on a wire reinforced concrete pad a minimum
of four (4) inches thick.
(3) The DCVA and DCDA shall be installed horizontally..
(4) If not part of the approved assembly for two inch
or smaller assemblies, an approved strainer shall
be installed on the inlet side of the DCVA or DCDA ,
prior to the assembly isolation valve, so that all
water must pass through the strainer immediately
before entering the DCVA or DCDA. An approved
isolation valve for the strainer shall be installed
on the inlet side of the strainer.
I
.1
7.3 COMPLETION OF INSTALLATION
The installer is responsible f
in accordance with the City
Failure to do this may result
and the Owner shall bear any
correct the infraction.
)r insuring the installation is
approved installation plans.
in the denial of water service
additional costs incurred to
Upon completion of installation, the installer shall notify
the Program Administrator. The assembly shall be inspected by
the Program Administrator to verify conformance to approved
installation plans. The Program Administrator shall then
verify proper operation of the assembly through a test
accomplished by a Certified Assembly Testing Technician. Test
results shall be documented on the Assembly Test and
Maintenance Report and a copy sent to the program
administrator before the installation is accepted.
FEB.16.2000 11:1281 6152594481
N0.422 P.2i8
i'I�BLY INSTRUCTIONS
. i . iO , . . .11 •.IRM �. ..
1. 1 _1
' :15 J\.... , .1. IS .III.. .'..11.
.. • . - . . •_._••M 1-
I- • ' .\ • . 1 1 • ii.. I.
• S. . - . : . . ..
I • ' •• • - -a • •. • :1 I. .+ I.'- . - �•
1 it.: .,. ..1 •... :H . 11 .. •• "o
• • . .. Y
• . • • • • - • iii A. • 1 INI
11 ... . .-.. . . . . .1
HCBR15
Neshvi'Ile, Tennessee
(800) 245-633
(615) 259-481 (FAX)
JJICi--1.C- 1iii. ,1j •1•c
model.
No.
BF.P.
Size
Inside Dimensions
Width Length Height
1008-A1.
114"-1"
r
'332"
22"
200S -AL
1 114" 2"
14"
43"
Model
B.F.P.
Outside Dimensions
.140.,
Size
Width Length Height
100S -A!;
114"-1"
10"
35"
231/2"
2t30S AL
11/4"-2
1r
46"
30112"
Recommended Conn Base
Dimensions • -
Model No.
Width
Length
100S N,
18"
43"
200$ sU.
28"
55'
FEB.16.201M 11:1bii•i
b1JGJ4401
2.3 ROOF & WALLS
A. The roof and walls of the enclosure shall be constructed of 5052-H32 (.050/18 gauge) marine
grade aluminum, mill &Wish, ASTM B209 outside with irisulation 1 1/2" (10.0 "R" value) thick in
the walls and roof,
B. The enclosure shall be completely removable for access for testing and maintenance.
1 • 11 • ':•III • 1 • • • 1 • • • •' 1 • 1 1' %11 • 1
i 1: I I: 1 1 - 1 1' .11 I ✓. ' 1 1 I• 1 • I 1
1• n1. • • 1 • 1: • 11 •' 1 1=• • 11
1 U 1 : • 1 : • - YI I 1 6! 1 1 - : 11 - 11 : a 11 :1 - 1 1 1 - : 1 1 • • • 1 "
611 • ' 1
2.4 Heating Equipment
11• 1 • 1• 1 1: • 1 1 1 i• :11 •• y I• 1 11. 11 1 IN 1 \ 611 11 1
1 1Y 1 • 1 F \ 611.161: 1 1 1 .11 • 11. • 3111•N :1 I" •
-• 111 1 1 11:• Y. 1 1 1 ••I :111 •1 :np 1' 1 !1 I:I\1: Y1i•
r
• • 1.1. 1 1 1: •- 1 1-• :11 1 1- I I1 6'1 1 1 111 1 111
� II : I II 611 - 1 : • " 11 � I] 1 .11 1 I
C. All necessary drill bits shall be furnished.
D. Al! mounting brackets shall be on the inside of the enclosure. The enclosure shall be mounted
in such a way that removal will be by removal of lockable stainless steel rod only.
PART 3 INSTALLATION
A. Enclosure shall be mounted on a concrete pad 18"W x 43"L x 6"Thick.
HCFI00S-AL-2
I
'i
•FEB.16.2000 11:1I 6152594481 _ N0.422 P.4/8
I. Safe-T-Covertm'
BACKFLOW PREVENTION ASSEMBLY ENCLOSURE
SPECIFICATION
PART 1GENERAL
1.1 WORK INCLUDED
A. Provide and install manufactured backflow prevention assembly enclosure.
1.2 QUALITY ASSURANCE
A. Qualifications: The backflow prevention assembly enclosure manufacturer shall
• be a company speciali?ing in the manufacture of backflow prevention assembly
'. enclosures with at least 5 years of successful experience designing and selling enclosures to
various customers in different climatic regions.
13 STORAGE AND HANDLING
A, Store products in slipping containers and maintain in dry place until insWlaon.
I1.4 ACCEPTABLE MANUFACTURERS
A. Safe-T-Coverl*s or Engineer approved equal.
1.5 REFERENCES
A. ASTM B209.
B. ASSE 1060 -Performance Requirements for Outdoor Enclosures for Backflow Prevention
Assemblies.
' PART 2 PRODUCTS
' 2.1 MODEL NO. & SIZE
A. Model No. shall be 100S -AL.
IB. Inside dimensions shall be 7"W x 32"L x 22"H.
2.2 MATERIALS OF FABRICATION
' A. Material of fabrication shall be 5052-1132 marine grade aluminum (.050118 gauge), mill finish
and shall meet ASTM 8209.
B. Insulation shall be 1.5" (10.0 "R" value) minimum thickness polyisocyanurate foam laminated
to a glass fiber reinforced facer (each side). The insulation shall have the fbiowing properties:
1. Dimensional Stability -Less than 2% linear change, ASTM D-2126;
• 2. Compressive Strength-20PSI, ASTM D-1621;
3. Water Absorption -Less than 1% by volume, ASTM C-209;
'• 4. Moisture Vapor Transmission -Less than one (1) pemi, ASTM E-96;
5. Product Density -Nominal 2.0 lbs. per cubic foot, ASTM D-1622;
6. Flame Spread -25, ASTM E-84;
7. Service Temperature -100OF to +250°F maximum.
8. The insulation shall be of uniform thickness.
HCP1o0s-ALl
(22 G�I�rNfk- *1
PROJECT MANUAgCROFILMED
AYETTEVILL
CITY OF FAYETTEVILLE
ARKANSAS
RESEARCH & TECHNOLOGY PARK
PHASE I
WATER & SANITARY SEWER
IMPROVEMENTS
BID #2000-14
FAYETTEVILLE, ARKAN
FEBRUARY 2000
!F
/,/S1 A T E
I AR SAS
i�c
• a a
RE@ISTP
PROEESSkO'!L.%F'..
EN N E�3 L :r
a n a
No. 0?_43
-'4.
0
Section 00500
AGREEMENT
BETWEEN OWNER AND CONTRACTOR
THIS AGREEMENT is dated as of the day of
City of Fayetteville, Arkansas (hereinafter called OWNER) and
CONTRACTOR).
in the year 2000 by and between the
(hereinafter called
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 Research & Technology Park, Phase I, Water & Sanitary Sewer
Improvements: Demolition of trees, shrubs, fences, building and other various items; construction
of approximately 1600 LF of 3 -inch sewer force main with some asphalt pavement repair and steel
encasements; construction of approximately 180 LF of 12 -inch and 1750 LF of 8 -inch gravity
sewer line with concrete manholes and 6 -inch sewer services; construction of reinforced concrete
sewage lift station with pumps, controls, access lid, pig launch assembly and all accessories
necessary to provide a complete installation, construction of chain link fence with barb wire
extenders and gates around lift station; construction of a 3/4 -inch reduced pressure zone backflow
preventer with heat kit and enclosure; construction of approximately 800 LF of 8 -inch and 770
LF of 12 -inch water line with valves, fire hydrants, water meter and service and any other
appurtenance needed for complete installation; construction of all electric work necessary to make
the sewage lift station, backflow preventer, or any other item operational on or around the station,
construction of erosion control items and any associated earthwork involved to complete this
project and all other 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 2/18/2000 Page 00500-1
0
Article 3. CONTRACT TIME.
3.1. The Work shall be substantially completed within 100 calendar days after the date when the
Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and
completed and ready for final payment in accordance with paragraphs 14.07.B & C of the General
Conditions within 130 calendar days after the date when the Contract Time commences to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence
of 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.
PAYMENT ITEMS
Item
No.
Item Description
Unit
Estimated
Quantity
Unit Price
Extended
1
Clearing and Grubbing Trees
LS
1
17,850.00
$17,850.00
2
Site Preparation
LS
1
6,500.00
$6,500.00
3
Common Excavation for Lift Station
LS
1
6,000.00
$6,000.00
4
Rock Excavation
CY
200
75.00
$15,000.00
5
Compacted Embankment Sub fade Fill Select Hillside Material
CY
100
18.00
$1,800.00
6
Undercut of Trench Material
CY
100
18.00
$ 1800.00
City of Fayetteville 2/18/2000 Page 00500-2
El
7
Aggregate Base Course (under proposed pavement at trench)
TN
200
18.00
$3,600.00
8
ACHM Surface Course 2)
TN
10
75.00
$750.00
9
Asphalt Street Repair
SY
100
60.00
$6,000.00
10
Mobilization
LS
1
1800.00
$1,800.00
11
Pipe Line Construction Control
LS
1
1500.00
$1,500.00
12
12 -inch Sewer Pi (SDR 26)
LF
180
24.00
$4,320.00
13
8 -inch Sewer Pi (SDR 26)
LF
1750
19.00
$33,250.00
14
3 -inch PVC Force Main (DR 21)
LF
1600
16.50
$26,400.00
15
6" Sewer Service (SDR 26)
LF
100
15.50
$1,550.00
16
12" Water Line (C900 PVC DR 14 or D.I. Class 350)
LF
775
32.50
$25,187.50
17
8" Water Line C900 PVC DR 14 or D.i. Class 350
LF
800
22.25
$17,800.00
18
12 -inch Butterfly Valve (Water) w/Box
EA
2
3300.00
$6,600.00
19
8 -inch Gate Valve (Water) w/Box
EA
3
910.00
$2,730.00
20
3 -inch Gate Valve (Force Main) w/Box
EA
2
650.00
$1,300.00
21
Concrete Manhole
EA
9
1325.00
$11,925.00
22
Water Meter Setting w/Box
EA
1
575.00
$575.00
23
Force Main Location Box w/Tracer Wire
EA
6
320.00
$1,920.00
24
3/4 -inch Water Service
LF
50
12.50
$625.00
25
3/4 -inch Reduced Pressure Zone Backflow Preventer
EA
1
375.00
$375.00
26
Backflow Preventer Enclosure w/Heat Cable Kit
EA
1
775.00
$775.00
27
6 -foot Chain Link Fence wBarb Wire Extenders
LF
100
25.50
$2,550.00
28
Protective Fencing for Trees
LF
200
4.50
$900.00
29
4 -inch Gate Valves on Force Main @ Lift Station
EA
2
850.00
$1,700.00
30
Reinforced Concrete Sewage Lift Station w/Pmnps, Controls,
Hoist, Access Lid, and all accessories necessary for complete
installation
LS
1
36,300.00
$36,300.00
31
Imported Top Soil
CY
200
16.00
$3,200.00
32
Cement Lined Ductile Iron Fittings (Force Main)
LB
250
5.25
$1,312.50
33
Ductile Iron Fittings (Water)
LB
1800
4.20
$7,560.00
34
Maintenance of Traffic
LS
1
1900.00
$1,900.00
35
Seeding and Mulching
AC
2.0
1250.00
$2,500.00
36
4 -inch Diameter PVC Conduit (Schedule 40)
LF
150
12.50
$1,875.00
37
8 -inch Diameter Steel Encasement (Schedule 10)
LF
170
21.50
$3,655.00
38
Fire Hydrant Assembly
EA
3
1850.00
$5,550.00
39
Silt Fence (Type E-4)
LF
1500
2.75
$4,125.00
40
Straw Bale
EA
200
5.50
$1,100.00
41
Connection to Existing Manhole
EA
1
1100.00
$1,100.00
42
8 -inch Inserting Valve
EA
1
5800.00
$5,800.00
43
Concrete Sidewalk
SY
100
18.00
$1,800.00
44
Pig Launch Structure
EA
1
1356.00
$1,356.00
45
Electrical Work for Lift Station and Backflow Preventer Heat
Cable
EA
1
1200.00
$1,200.00
46
Excavation Safety
LS
1
6000.00
$6,000.00
Total Base Bid Amount
$289,416.00
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as provided in
paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph
City of Fayetteville 2/18/2000 Page 00500-3
11.03.B of the General Conditions.
Article 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General
Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed
by ENGINEER as provided in the General Conditions.
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract
Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs
5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of
values established in paragraph 2.07 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 paragraphs 14.02.B.5 & 14.02.D of the General Conditions.
90 percent of Work completed (with the balance of 10 percent being retainage),
If Work has been 50 percent completed as determined by the ENGINEER, and if
the character and progress of the Work have been satisfactory to OWNER and
ENGINEER, OWNER, on recommendation of ENGINEER, may determine that
as long as the character and progress of the Work remain satisfactory to them,
there will be no additional retainage on account of work completed, in which case
the remaining progress payments prior to Substantial Completion will be in an
amount equal to 100 percent of the Work completed.
100 percent of materials and equipment not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory to
OWNER as provided in paragraphs 14.02.B.5 & 14.02.D of the General
Conditions. That is, if any such items are setup for that type payment in the
Specifications.
5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments
to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent
being retainage), less such amounts as ENGINEER shall determine, or OWNER may
withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions.
City of Fayetteville 2/18/2000 Page 00500-4
S. •
5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with
paragraphs 14.07.B & C of the General Conditions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.B & C.
Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in Article 7) and the other related data identified in the Bidding Documents
including "technical data."
6.2. CONTRACTOR has visited the site and become familiar with and is satisfied as to the
general, local, and site conditions that may affect cost, progress, performance, or furnishing of the
Work.
6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
6.4. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site which have been identified
in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions.
CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and drawings upon
which CONTRACTOR is entitled to rely as provided in paragraph 4.02 ofthe General Conditions.
CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and
may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that
OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of
information and data shown or indicated in the Contract Documents with respect to Underground
Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or
assumes responsibility for having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface,
and Underground Facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance, or furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences, and procedures of construction to the employed by
CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does
not consider that any additional examinations, investigations, explorations, tests, studies, or data
are necessary for the performance and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the Contract
Documents.
6.5. CONTRACTOR is aware of the general nature of work to be performed by OWNER and
City of Fayetteville 2/18/2000 Page 00500-5
S
r]
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. Certificates of Insurance, (Exhibit C).
7.4. Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D).
7.5. General Conditions (pages Ito 42, inclusive).
7.6. Supplementary Conditions (pages 1 to 14, inclusive).
7.7. Specifications consisting of Divisions 1 through 16, as well as, some in the appendix listed
in table of contents thereof.
7.8. Addenda numbers 1 to 3 , inclusive.
7.9. Drawings (not attached hereto) consisting of a cover sheet and seventeen additional sheets
pertaining to Phase I of this portion of the Arkansas Research and Technology Park with
each sheet bearing the following general title: Arkansas Research & Technology Park,
Phase I Water and Sanitary Sewer Improvements
City of Fayetteville 2/18/2000 Page 00500-6
• - i
7.10. The following which maybe delivered or issued after the Effective Date of the Agreement
and are not attached hereto:
7.10.1. Notice to Proceed
7.10.2. All Written Amendments and other documents amending, modifying or
supplementing the Contract Documents pursuant to paragraph 3.04 ofthe General
Conditions.
The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly
noted otherwise above).
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General
Conditions.
Article 8. MISCELLANEOUS.
8.1. Terms used in the Agreement which are defined in Article I ofthe 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.
City of Fayetteville 2/18/2000 Page 00500-7
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.
This Agreement will be effective on ,2000 (which is the Effective Date of the Agreement).
OWNER: City of Fayetteville
By:
Mayor
[CORPORATE SEAL]
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.)
CONTRACTOR:
By:
Title
[CORPORATE SEAL]
Attest
Address for giving notices
License No.
Agent for service of process:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign)
City of Fayetteville 2/18/2000 Page 00500-8
RECEtI w
AP 0 A' 2000 STAFF REVIEW FORM
X AGENDA REQUES
X CONTRACT R RK'S OFFICE
GRANT REVI
For the Fayetteville City Council meeting of April 4, 2000
Wayne L/Jim B
ACTION REQUIRED: Approval
(1) a construction contract
$289,416.00 for the Arkansas
sanitary sewer phase 1.
(2) a construction contract
COST TO CITY:
5318.358.00
cost of this Request
4470-9470-5808.00
Account Number
95075-2
Project Number
Public Works
with Fayette
Tree
and Trench
in the amount of
Research and
High
Technology
Park water and
contingency of $28,942.00 (10%).
1.892,956
Project Project Budget
S47,339
Funds Used To Date
$1.845.618
Remaining Balance
Arkansas Research
And Technology Pk.
Project Name
Water mains
Program Name
Sales Tax
Fund
BUDGET
REVIEW: x Budgeted Item _ Budget Adjustment Attached
budget Coordinator Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
Acco ing n r Date A Coordinator Date
City Atto ney Date I rnal Auditor Date
Purchasing Officer Date
STAFF RECOMMENDATION: Approval
7777to,4
syqn // ate Cross Reference
y- -o0 New Item: Yes
D artmen Director Date
Prev Ord/Res #
i strat' 1evice Director Date
s
1evice
Tl� Ov Orig Contract Date:
Mav r Date
S �1
STAFF REVIEW FORM
X AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of April 4, 2000
FROM!
Wayne L/Jim B Engineering Public Works
Name Division Department
ACTION REQUIRED: Approval of:
(1) a construction contract with Fayette Tree and Trench in the amount of
$289,416.00 for the Arkansas Research and High Technology Park water and
sanitary sewer phase 1.
(2) a construction contract contingency of $28,942.00 (10%).
COST TO CITY:
$318,358.00
cost of this Request
4470-9470-5808.00
Account Number
95075-2
Project Number
$1.892.956
Project Budget
$47,339
Funds Used To Date
$1.845.618
Remaining Balance
Arkansas Research
And Technology Pk.
Project Name
Water mains
Program Name
Sales Tax
Fund
BUDGET REVIEW: x Budgeted Item _ Budget Adjustment Attached
Budget Coordinator Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accounting Manager
City Attorney
GRANTING AGENCY:
Date ADA Coordinator
Date Internal Auditor
Purchasing Officer Date
STAFF RECOMMENDATION: Approval
Division Head Date Cross Reference
New Item: Yes
Department Director Date
Prev Ord/Res #
Administrative Services Director Date
Orig Contract Date:
Mayor Date
Date
Date
FAYETTEVA LE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Fred Hanna, Mayor
Thru: Charles Venable, Public Works Director
Contract Review
From: Jim Beavers, City Engineer
Date: March 21, 2000
Re: Council Meeting April 4, 2000
Construction contract for the Phase 1 water and sanitary sewer improvements for the
Arkansas Research and Technology Park.
Bid number 2000-14
Bids for the water and sanitary sewer improvements and extensions for Phase 1 of the Arkansas
Research and Technology Park were opened March 21, 2000 with the following results:
Fayette Tree and Trench $289,416.00
J & L Construction $324,105.00
Marinoni Construction $364,348.85
McClinton -Anchor $408,083.50
United Plumbing $411,250.00
The bids
are within the range of the
City's estimate (we
do
not publish
the estimate).
The plan
was designed "in-house".
Construction should
be
completed
in July 2000.
Staff recommends award to Fayette Tree and Trench
FAYETTEVft.LE •
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Fred Hanna, Mayor
Thru: Charles Venable, Public Works Director
Contract Review
From: Jim Beavers, City Engineer
Date: March 21, 2000
Re: Council Meeting April 4, 2000
Construction contract for the Phase 1 water and sanitary sewer improvements for the
Arkansas Research and Technology Park.
Bid number 2000-14
Bids for the water and sanitary sewer improvements and extensions for Phase 1 of the Arkansas
Research and Technology Park were opened March 21, 2000 with the following results:
Fayette Tree and Trench $289,416.00
J & L Construction $324,105.00
Marinoni Construction $364,348.85
McClinton -Anchor . $408,083.50
United Plumbing $411,250.00
The
bids are within the range of the
City's estimate (we do
not publish
the estimate).
The
plan was designed "in-house".
Construction should be
completed
in July 2000.
Staff recommends award to Fayette Tree and Trench
m N
A W N+ OW w J .n VI a) N+ 000 J OI (T A W N+ O Ip 0 V N N A W N+ O P9
mm�O W (1 (hm _T, mP 0;p03 pA TO'm W TF()410+0+0 w0+a3 DDD0 .Tl Nn tea TDm
�' J a ..1' Y P A w mG'J J 7 N< N
<' w 30a •v m>-1
3o m O O Z
�m+00 m'(�,-,A Tm m' 2 mm
O -w G v m c �6 m< m m -o c m O m m �i N m y C
m O N a} yA N T n m m 0 m O m F } w m^ a ,<y x w a
mr2 £'mE afn mnw o<i3�0�.0': m �H�3o Rio ) 0 rr-xl1
x'n w mw (fc } Oom<4.•a mm<<`< T _a p mm m.� <} 0 mm0
��m:�myO<� ��v ac51}n' ^ c o ymZ
m . �cm o�3 5'0 alp L+m�m£ o�<pOOylnm o' d'mc 3F > m ]I
o w m W w Lflm w m � m m m -- (H —
o m N m m i N E O c: o ,� i 2 r m m m
o w L'{' o mwwm o 3wa prnNm a0w m 3 ye+
} H £ 3 d- x N m ti
F m m ,� 3 m S m" N m
m n m T 3 (Pi w m �' £" F w 4 a c.
O m Pr ma m m < " Z
I 2. K xT K Y?w 3 w O
CO m by _. O
4)
o - -
w T
a
N .ZI
x.
m
ey
05
t
+ +
NT O 00 J N 0010 0 00 01 0J00010 O O O O 0 0 0 0 0 0+ +
+++ O O O W O O N+ O O P+ O O O 0+ N N w N O 0 O O
O O O O O O 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0
r m m r m r r D r r r O r m r r m m r m m m m m m eft r r r r r r r w_ o`` r r r
+ +
0100
P9921
O N
0000
0000
'"-S
bo
OS
00
00
00
01 C
0 0 0 0 C
000000
00000c
O a
O MO
00000
00000
0) a01
0-s00
0000
0 N O 0 O J 0
0 0 0 0 0 0
0000000
y N O 01
O W
S O O 0 0 O O 0 Q O 0 O OO
+ O G C
00000000000000000000
OIOONN++0A0+NOA+NO_(N+p0 (�0+N 0 AONAU(0N 0+ W N NN NO
O O O O O N O N (T O O O O O 0 0 O S N S O p
b00000brobbb
000000000000000000000
0 O O O O O S O O O O O O
OOoo00o00000000000000000000000000000000
OOOOOOOOOOo00000000000000000000000000000000000
0000000000000000000000000000000000000000000000
0 N N N N N
M001 00 03 a
ONAOO0 A 0 a
J J O
O O O O O O O O O J O O
0 0 0 0 0 0 0 0 0 0l O O
N
J 0 A A A N
0 N 0 0 O d 0
0000000
0 W
N P N N W P O N
O a 0 0 0+ N O O
00000000
N 000a0
a'UaMa0iOJ W
o,00+009NV
0 0 0 O O O O O C
O O O O O O O O C
+ N N NO) W N ---N)
fJ N N A 0 + O J N+ A+ 0 010 -510 W + N 0 V+ N N N 0 0 W W+ A++ J J W+
O0 0 A 0 10 A 0+ o N 0 N A t0 0 0 o O+ 0 J 0 N+ A 0 m J N W+ W p O W+ P ( 01 o A++ 0 O N W m
O 0 N O 0 0 0 N 0 0 0 0 0 0 m 0 0 0 (S N 000 O 00 0)0 0 00 f011 O O O N 00 00000 O GO N 0 00010 O O O O N J O O O O O 0 O O O
0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
0000000000000000000000000000000000000000000000
+
W O+ 0 N N
010101 O O O 0 V N J N 01
Coot
0 N 0 A 0 0 0 O
O O O 0 O O N W O N+ O
O O O J O O 0 J O 0 N O
N A +
0 cob
O O A N 0 O 0 0 N
O O 0 0 0 0 O 0
0N)0000000
O O O O O O O
N + + N W +
N O0N0NhNW+NNNN
0 O N 0 N N O W 0 W POP 0 O
thth0000000A10J(JT+J00
Oct
00101
0 N 0 0 0 O J O O
J 0 J N J O 0 O C
010010101000C
0 0 0 0 0 0 C
wm+00 +0J A+(T O++NNNi1N++ (N0 A0 J Ni+(f (cnn(a W +�+ ( f0 COI O
0 0 O 0 J N [ N� N N T+ 0 O {NO O 0 J O O 0+ (Pil 0 T N N (Pil 0 a N J 0 g
N 0 N( O N NO
O N N O V O H O O O J 0 0 O 0 0 N 0 O O 0 O O 0 O O O N 0 J O N (T O V O
00000000000000000000001000000000000000000000000
0 N+ 0 N N
0001000 CM O
O O O J O O 0 0 O O 0 O
ob0000000boo
000000000000
CO
N J
C O 0 0
0 P W N 0 0 0 0 O
00101000000
N + W 0 0
a Co a O O O N 0 0 N W N N N 0 O O
0 0 0 O O O O O A 0 A J N O O
0000000000000000
+ 0 CC
0 O N 0 N 0 O O C
0 00000000C
0 O O O O C
ON+NN +JOO+NO OJ+N+ + N+WJ(�O1 f0N+(p000W NO+(O8b
0_O 0 0 0 0 0 0 0 0 0 0 0+ 0 0 0 00 0 S O A0 0 O N 0 0" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O O O O O O O O O O O O O O J O O O O O O O O O O O O O O O O 0 O O O O O O O O O O O O O O O
0000000000000000000000000000000000000000000000
m++ (m+ +
C N W Le + m N
0001500
0 0 O O 0 N 0M0
O
OO00000JO0l (nO
0000000010000
0 J W CO
0 0010100010
�(��IIO
0000000
+ w ++ 0010
JN fOINCD Ofl
N W+++N 00 J+++J 00(0n
0 0 0 0 0 N N 0 0 (O P O O O 0 0 0 0 0 O O O
O O O O O N O O O O O O O O 0 O 0 O O O O 0
N W+ (+11 + 0++ A 0 W+ N+ + W 01 + N + ++ N 0 J N+ N W + 0 W++ 0 0 0
Ira 0 Oa
OI O O O O N 0 N 0 O O 0 N 0 O 0 0 ( 0� J J N N J N 0 W 0 0 0 N 0 N N 0 0 0 01 0 O S 0 0 0 O O 0 0 0 O 0 W 0 0 0 O J O O O O O O O G
0 0000000000000000"00000000000000000000000000000000000
C C C C
:5:
pp
o
pp
O
fYi
n
m
R
O
I
' '''
S
o
> QA
11
>- b
>
> o
> a
I a
J
�
(Oi 4
N 4
H
la
ONE
4
O�
N
OY
N r
E
O
O�
F
Or
Jl
Or
E
F
H
.Y1
O
E
Ha
O
Y
JJJJVVVV����
HTrx
O�
V
F
TYlG
H5
r
i£F
r
rC
r
1
N
r
TY
rY�
N
r
E
2
NJ
r1
1
1
r
r
r
•
i
C
a
m
C
C
2
g
z
n
B
3
N
y
O
l
»
m
N
#
3• ;'a
FCO
.
D
rn
N
EL
CD
DG
N CD
2
n
G
w
W
0
2
C)
'rt
o
m
m
o
y I
Q+
f+
CD
R0
O
DO
R
=
CD
o
2
-
O
A•
W
V
C
^
S
m
E-'
r
2
9
p
o
r
G)
o
+
=
m
ac
n
PI
)
H
=!
CO
I
d
N
C.
•a
I.
S
I
w 0 w
CD
^
M
"1
N
m
O
rt
H
s 0
o
a o
G
8 C
5c CD
"1w
°
N
Vo
m
a
a �{
a
N
00
N
I
Q'
I
I
0•J
I
I
N
O
S O
I
Hm
Ift
0
m
ttl
r
rn
o
w
n
G
x
o
r'
F
F
v
In
)D
V
V
¼O ry
0 p
H
•
0
O
go
3.
n
µ
1
N
o
'O
O.
F
F
>
m
V
v
3
3
O
0
bQ
In
I
La
C
W
z
r
0
O
n
w
c
3
iG
0
0
0
o
m
E
m
w
rt
1D
CD
H
H
-1<
Jb
� c
m
C•
c
d
o
N
N
N
_
3
m
y
w
�,
m
DO
5�
v1
1n
Z
O
ClI
zzz
N
ILL�
O
O
O
m
m
m
o
•
#
9 n
w
D
cnp
CD
N
-
zcjJ
�o
m �
i
#
S .
CHANGE ORDER NO. 1
Reconciliation & Final
Project Title: Research & Technology Park
Project No.95075-20 Contract No. 761 Contract Date 4-4-2000
Contractor: Fayette Tree & Trench, Inc.
The following changes are hereby made to the contract documents:
1-
Extra depth
800 feet of
water line
$1.50/ft
$1,200.00
2-
Concrete pad
for power
transformer
lump sum
900.00
3-
Extra posts
to mark sewer
facilities
lump sum
190.30
4-
Fire Hydrant
extensions
3 @ 365.14
each
1,095.41
5-
Extra posts
to mark water
valves lump
sum
439.67
6-
Two 3" Gate
valves for
force main @
200.88 each
401.76
7-
Extra Steel
for the wet
well 2851bs
@2.40/lb.
684.00
8-
Net result of
underuns
and overruns
of final paymt.
10,864.68
Total
$15,775.82
Justification:
The above changes were not part of the original contract, and
were added as requested by the City. Field conditions caused some
of the changes (#1 & #4), and some extra work was requested
(2,3,& 6). Item8 reflects addition of 665' sewer line & 3 mh's.
Original Contract Price: $ 289,416.00
As adjusted by previous changes: $ n/a
This C.O. will increase contract by: $ 15,775.82
The new contract price will be: $ 305,191.82
CHANGE TO CONTRACT TIME
The contract time will not be changed.
The new date for completion of all work under the contract will
be N/A
APPROVALS REOUIRED
To be effective this change order must be approved by the Owner
if it changes the scope or objective of the project, or as may
otherwise be required under the terms of the General Conditions
of the Contract.
Requested by _________________________ Date Of /0-o/
Recommended By Date
Approved by Contra
Approved by Mayor
Lte I r /o r
We L� D/
0.4
.JO
a
a
NSAS RESEARCH & TECHNOLOGY PARK (p, ��` C, YE
WATER & SANITARY SEWER IMPROVEMENT UR IL �l.n 0
12-18-2000 PAY ESTIMATE NUMBER FOUR FINAL
P.O. # 02192 OWNER: CITY OF FAYETTEVIL E DEC 2 9 21100
PROJECT: #95075 113 WEST MOUNTAI
PROJECT: CONSTRUCTION OF WATER & SANITARY SEWER FAYETTEVILLE, AR 7 701
IMPROVEMENTS FOR AR RESEARCH & TECHNOLOGY PARK -
PHASE ONE - BID # 2000-14
CONTRACTOR: FAYETTE TREE & TRENCH INC.
P 0 BOX 471
FAYETTEVILLE, AR 72702
Item
Estimated
Completed
Completed 1
Total
Total
No
Item Description
Unit
Quanity
Unit Price
Previous Est.
This Est.
Completed
Price
I
Clearing and Grubbing Trees
L S
1
17850
100%
0%
1
$17,850.00
2
Site Preparation
LS
1
6500
100%
0%
1
$6,500.00
3
Common Excavationfor Lift Station
LS
1
6000
100%
0%
1
$6,000.00
4
Rock Excavation
CY
200
75
139
0
139
$10,425.00
5
Comp, Emb. Su r. Fill (Select Hillside Mat.
CY
100
18
0
116
116
$2,088.00
6
Undercut Trench Material
CY
100
18
0
0
0
$0.00
7
Aggregate Base Course (under proposed at trench)
Ton
200
18
613.11
0
613.11
$11,035.98
8
ACHM Surface Course (Type 2)
Ton
10
75
4
0
4
$300.00
9
Asphalt Streeet Repair
5Y
100
60
25
0
25
$1,500.00
10
Mobilization
LS
1
1800
1
0
1
$1800.00
11
Pipe Line Construction Control
LS
1
1500
100%
0%
1
$1,500.00
12
12" Sewer Pipe SDR 26)
LF
180
24
187
0
187
$4,488.00
13
8" Sewer Pipe (SDR 26)
LF
1750
19
2415
0
2415
$45,885.00
14
3" PVC Force Main (DR 21)
LF
1600
16.5
1562
35
1597
$26,350.50
15
6" Sewer Service (SDR 26)
LF
100
15.5
150
0
150
$2,325.00
16
12' Water Line D. I. Class 350 Ductile Iron
LF
775
32.5
0
0
0
$0.00
16A
12" Water Line (C900 PVC DR14
LF
775
32.6
800
0
800
$26,080.00
17
8" Water Line
LF
800
22.25
750
0
750
$16,687.50
18
12" Butterfly Valve (Water) W/Box
EA
2
3300
2
0
2
$6,600.00
19
8" Gate Valve (Water) W/Box
EA
3
910
3
0
3
$2,730.00
20
3" Gate Valve Force Main) w/Box
EA
2
650
2
0
2
$1,300.00
21
Concrete Manhole
EA
9
1325
11
1
12
$15,900.00
22
Water Meter Setting w/Box
EA
1
575
0
1
1
$575.00
23
Force Main Location Box w/Tracer Wire
EA
6
320
6
0
6
$1,920.00
24
314" Water Service
LF
50
12.5
0
40
40
$500.00
25
314" Reduced Zone Backflow Preventer
EA
1
375
0
1
1
$375.00
26
Backflow Preventer Enclosure w/Heat Cable Kit
EA
1
775
0
1
1
$775.00
27
6' Chain Link Fence w/Barb Wire Extenders
LF
100
25.5
0
100
100
$2,550.00
28
Protective Fencein for Trees
LF
200
4.5
0
0
0
$0.00
29
4" Gate Valves on Force Main@ _Lift Station
EA
2
850
0
2
2
$1,700.00
30
Reinforced Concrete Sewage Lift Station w/Pumps,
Controls, Hoist, AcessLid, and all accessories nessary
for cam lete installation.
LS
1
36300
20%
90%
1
$36,300.00
I
CY
200
_
16
.:
I
150
I
16
166
$2,656.00
31
ImportedImportedTopSoil
32
Cement Lined Ductile Iron Fittin s Force Main
L8
250
5.25
180
0
180
$945.00
33
Ductile Iron Fittin s Water
LB
1800
4.2
1591
0
1591
$6,682.20
34
Maintenance of Traffic
LS
1
1900
85%
15%
1
$1,900.00
35
Seedin and Mulchin
AC
2
1250
0
4
4
$5,000.00
36
4" Diameter PVC Conduit Schedule 40
LF
150
12.5
0
60
60
$750.00
37
6" Diameter Steel Encasement Schedule 10
LF
170
21.5
80
125
205
$4,407.50
38
Fire Hydrant drant Assembly-
ssembl
EA
3
1850
3
0
3
$5,550.00
39
Silk Fence T E-0
LF
1500
2.75
1400
0
1400
$3,850.00
40
Straw Bale
EA
200
5.5
0
0
$0.00
41
Connection to Existin Manhole
EA
1
1100
1
0
1
$1,100.00
42
8" Insertin Valve
EA
1
5800
1
0
1
$5,800.00
43
Concrete Sidewalk
SY
100
18
58
0
58
$1,044.00
44
Pi Launch Structure
EA
1
1356
100%
0%
1
$1,356.00
45
Electrical Work for Lift Station and Backflow Preventer
Heat Cable
EA
LS
1
1
1200
6000
100%
95%
0%
5%
1
- —
1
$1,200.00
$6,000.00
46
Excavation Safety
47
Chan a Order # 1 Extra Reber in manhole
LB
285
2.4
0
285
285
$684.00
48
Chan a Order # j
LS
1
4227.14
100%
0
1
$4,227.14
Fayette Tree & Trench
A roved 8 Cost of Work to Date $305,191.82
/i A Less Previous Payment $250,507.33
Cl of aye tev /V
A rooved B' : Difference $54,684.49
Water. Less Retalnage $0.00
Sewer: Balancb Due This Esti $54,684.49
STAFF REVIEW FORM
AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of
FROM: , /
Sid
Norbash
4it"
Engineering
Public
Works
Name
Division
Department
ACTION REQUIRED: approval of the Change Order #1 to the contract with Fayette
Tree & Trech, for Research & Technology Park - Water & Sewer Extensions
project, in the amount of $15,775.82.
• II E lt 6 Mill
MICROFILMED
COST TO CITY:
S15,775,82
Cost of this Request
4470-9470-5808-00
Account Number
95075-2
Project Number
Coordinator
$966,802 Ark. Research & Tech. Park.
Category/Project Budget Category/Project Name
5138.168 Water Mains
Funds Used To Date Program Name
8828.635 Sales Tax
Remaining Balance Fund
X Budgeted Item Budget Adjustment Attached
CONTRACT/GRANT/LEASE REVIEW:
strative
GRANTING AGENCY:
"l
a ADA Coordinator Date
(D O1
Date Interna Auditor Date
__cal
Purchasing Officer Date
STAFF RECOMMENDATION: Approval of Change Order #1
Date Cross Reference
New Item: Yes_ No
4Da
Prev Ord/Res #: 43-00
tor
Orig Contract Date: 4-4-2000
- //t/'/ Orig Contract # 761
Date
Staff Review Form
Description/--- - t-------------- ---------- Meeting Date g e
Project Name
Comments:
Budget Director
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Reference Comments:
FAYETTEVII!I,E
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Dan Coody, Mayor
Thru: Don Bunn, Assistant Public Works Director
Jim Beavers, City Engineer
From: Sid Norbash, Staff Engineer �vl/
Date: January 4, 2001
Re: Arkansas Research & High Technology Park
Water & Sewer Extensions for Phase I
Some changes were necessitated because of the field conditions or at the request of the City Staff
The explanations and justifications of these changes are described on the attached Change Order
#1.
We request your approval of change order #1.
SN/sn
attachments
RESOLUTION NO. 43-00
MICROFILMED
A RESOLUTION APPROVING AWARDING BID NO. 00-14 IN
THE AMOUNT OF $289,416 TO FAYETTE TREE AND TRENCH
FOR THE ARKANSAS RESEARCH AND HIGH TECHNOLOGY
PARK WATER AND SANITARY SEWER PHASE I; AND
APPROVING A CONSTRUCTIONCONTINGENCY OF/
$28,942.00 (10%).'
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 00-14 in the amount of
$289,416 to Fayette Tree and Trench for the Arkansas Research and High Technology Park Water
and Sanitary Sewer Phase I; and approves a construction contingency of $28,942.00 (10%) . A copy
of the contract is attached hereto marked Exhibit "A" and made a part hereof.
AND APPROVED this 4'" day of Anril . 2000.
APPROVED
I.
By.
Fred Hanna, Mayor
ATTEST:
By:
Bather Woodruff, City Cl
FAYETTEVI ?LE �.
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Sid Norbash, Engineering
From: Heather Woodruff, City Clerk
Date: February 14, 2001
Attached is a copy of the completed change order #1 to the contract with Fayette Tree and Trech
for Research and Technology Park. The original will be microfilmed and filed with the City
Clerk.
cc: Nancy Smith, Internal Auditor
RESOLUTION NO. 43-00
A RESOLUTION APPROVING AWARDING BID NO. 00-14 IN
THE AMOUNT OF $289,416 TO FAYETTE TREE AND TRENCH
FOR THE ARKANSAS RESEARCH AND HIGH TECHNOLOGY
PARK WATER AND SANITARY SEWER PHASE I; AND
APPROVING A CONSTRUCTION CONTINGENCY OF
$28,942.00 (10%).
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 00-14 in the amount of
$289,416 to Fayette Tree and Trench for the Arkansas Research and High Technology Park Water
and Sanitary Sewer Phase 1; and approves a construction contingency of $28,942.00 (10%) . A copy
of the contract is attached hereto marked Exhibit "A" and made a part hereof.
ASSED•AND APPROVED this 4'" day of April , 2000.
'� � � •�• � • APPROVED:
u: d °R►t ar,• Fred Hanna, Mayor
.tt1 l LO
ATTEST:
By:
I -leather Woo~CityvCl,