Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
53-01 RESOLUTION
••• RESOLUTION NO, 53-01 A RESOLUTION TO APPROVE THE 20% COST SHARING OF THE DOUBLE SPRINGS ROAD BRIDGE OVER OWL CREEK AND TO APPROVE A BUDGE ADJUSTMENT OF $72,037.00 WHEREAS, the Board of Directors of Fayetteville agreed to pay its 20% share of the cost of construction of the Double Springs Road bridge over Owl Creek and designated this as its top priority bridge project by Resolution #138-92 on September 15, 1992; and WHEREAS, the State Highway Department is now prepared to move forward and let contracts for the bridge at an estimated cost to the City of Fayetteville of $229,537. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby reaffirms its agreement to pay 20% of the construction costs for the Double Springs Road bridge over Owl Creek and authorizes the Mayor to pay such cost share to the Arkansas Highway Department. Section 2. The City Council hereby approves the Budget Adjustment in the amount of $72,037.00 for this project. The Budget Adjustment is attached hereto as Exhibit A. t ATTEST. By AND APPROVED this /7 day of April, 2001. XirAdy Heather Woodruff, City erk APPROVED: By 4 ea. DAN COODY, dor City of Fayetteville, Arkansas Budget Adjustment Form • EXHIBIT A Budget Year 2001 Department: Division: Program: Public Works Engineering Sales Tax Capital Date Requested March 19, 2001 Adjustment # Project or Item Requested: $72,037 is requested in the Double Springs Road Bridge capital project. Project or Item Deleted: $72,037 from the Miscellaneous Drainage Improvements Project. Justification of this Increase: The additional funding is to cover the City's 20% cost share match of the revised estimates of the project. Justification of this Decrease: Sufficient funding remains in project to meet objectives. Increase Expen e (Decrease Revenue) Account Name Amount Account Number Project Number Bridge & Drainage Imprvs 72,037 4470 9470 5817 00 98036 20 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Bridge & Drainage Imprvs 72,037 4470 9470 5817 00 97041 40 Approval Signatures Nez_.;„ )271.6.n.dui Requested By Budget Ma ager Date SO 3-19 -2001 Date Department Director Date Budget Office Use Only Type: A B C (o) Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue opy: Budget & Research / Yellow Copy: Requester C:IDATA'FORMS.8.1-4a1.11A 01007.WK4 • NAME OF FILE: Resolution No. 53-01 • CROSS REFERENCE: Res. 93-01; Res. 138-92 04/17/01 Resolution No. 53-01 03/19/01 Exhibit "A" (Budget Adjustment) 03/27/01 Departmental Correspondence to Fayetteville City Council thru Dan Coody, Mayor, Don Bunn, PWD, Jim Beavers, City Engineer from Sid Norbash, Staff Engineer regarding Double Springs Road Bridge (AHTD Project) 20% Cost Sharing with the Highway Department 07/03/01 Copy of Resolution 93-01 03/27/01 Copy of Departmental Correspondence to Fayetteville City Council thru Dan Coody, Mayor, Greg Boettcher, PWD, Jim Beavers, City Engineer, from Sid Norbash, Staff Engineer, regarding Double Springs Road Bridge (AHTD Project) Owl Creek Sewer Relocation Project Feb, 2001 Copy of Water & Sanitary Sewer Improvements Garland Avenue and Sanitary Sewer Improvements Owl Creek Lift Station Double Springs Road (COPY OF CONTRACT AGREEMENT) 09/15/92 Copy of Resolution 138-92 04/17/01 Staff Review Form 04/24/01 Departmental Correspondence to Sid Norbash, Engineering, from Heather Woodruff, City Clerk NOTES: RESOLUTION NO. A RESOLUTION TO APPROVE THE 20% COST SHARING OF THE DOUBLE SPRINGS ROAD BRIDGE OVER OWL CREEK AND TO APPROVE A BUDGE ADJUSTMENT OF $72,037.00 WHEREAS, the Board of Directors of Fayetteville agreed to pay its 20% share of the cost of construction of the Double Springs Road bridge over Owl Creek and designated this as its top priority bridge project by Resolution #138-92 on September 15, 1992; and WHEREAS, the State Highway Department is now prepared to move forward and let contracts for the bridge at an estimated cost to the City of Fayetteville of $229,537. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby reaffirms its agreement to pay 20% of the construction costs for the Double Springs Road bridge over Owl Creek and authorizes the Mayor to pay such cost share to the Arkansas High Department. Section 2. The City Council hereby approves the Budget Adjustment in the amount of $72,037.00 for this project. The Budget Adjustment is attached hereto as Exhibit A. • PASSED AND APPROVED this day of April, 2001. APPROVED: By: DAN COODY, Mayor ATTEST: By: Heather Woodruff, City Clerk FAYETTEVIrLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fayetteville City Council Thru: Dan coody, Mayor Don Bunn, Assistant PWD Jim Beavers, City EngineerA 3. From: Sid Norbash, Staff Engineer AM/ Date: March 27, 2001 Re: Double Springs Rd. Bridge (AHTD Project) 20% Cost Sharing with the Highway Department Per attached Resolution 138-92, the above referenced project is a Highway Department Project with 80%-20% cost share with the City of Fayetteville, This project includes a new bridge to replace the existing bridge over the Owl Creek, and some street improvements as well. On 10-19-2000, based on interim estimates, the Highway Department estimated the City's share for 20% to be $180,811 (see attached documents). Recently (2-27-2001) the Highway Department prepared the attached revised cost estimate, which estimates the City's share to be $229,537 or $48,726 higher than the previous estimate. The Staff is requesting that the Council approve the following: (a) funding of this project in the estimated amount of $229,537. (b) the related budget adjustment. Please be advised that the actual final cost to the City could be slightly higher or lower, depending on the actual bids and construction costs. SN/sn attachments • RESOLUTION NO. 93-01 • A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO GRAY CONSTRUCTION, INC. IN THE AMOUNT OF FORTY- ONE THOUSAND FIVE HUNDRED SEVENTY-SEVEN DOLLARS AND NINETY-FIVE CENTS ($41,577.95) FOR SEWER RELOCATION IN CONJUNCTION WITH THE DOUBLE SPRINGS BRIDGE OVER OWL CREEK, AND APPROVING A FIFTEEN PERCENT (15%) PROJECT CONTINGENCY OF SIX THOUSAND TWO HUNDRED THIRTY-SIX DOLLARS ($6,236.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby Awards a construction contract to Gray Construction, Inc. in the amount of Forty -One Thousand Five Hundred Seventy -Seven Dollars and Ninety -Five Cents ($41,577.95) for sewer relocation in conjunction with the Double Springs Bridge over Owl Creek, and approving a fifteen percent (15%) project contingency of Six Thousand Two Hundred Thirty -Six Dollars ($6,236.00). Section 2. That the City Council hereby Approves a fifteen percent (15%) project contingency of Six Thousand Two Hundred Thirty -Six Dollars ($6,236.00). Section 3. That the City Council hereby Authorizes the Mayor to sign such a contract with Gray Construction, Inc. PASSED AND APPROVED this 3rd day of July, 2001. ATTEST: By: ee ATHER ODRUFF, Ci Clerk APPROVED: By 0,0 DAN COODY, Mayo • FAYETTEVIPLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fayetteville City Council Thru: Dan coody, Mayor Greg Boettcher, PWD Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer Date: March 27, 2001 Re: Double Springs Rd. Bridge (AHTD Project) Owl Creek Sewer Relocation Project On June 7, 2001, bids were received for the above referenced project and the results are as follows: Red Deer Construction Co., Inc. Fayette Tree & Trench, Inc. Gray Construction, Inc. $49,890.00 $41,852.50 $41,577.95 The Staff is requesting that the Council approve the following: (a) Award of the construction contract to Gray Construction, Inc. Of Siloam Springs, Arkansas in the amount of $41,577.95. (b) A project Contingency amount of $6,236.00 SN/sn attachments .1 1 1 1 1 • City of Fayetteville Fayetteville, Arkansas Water and Sanitary Sewer Improvements Garland Avenue And Sanitary Sewer Improvements Owl Creek Lift Station Double Springs Road HWEI Job No. 00078A & 00078B February, 2001 HAWKINS-WEIR ENGINEERS, INC. ENGINEERS • SURVEYORS • CONSULTANTS 110 SOUTH SEVENTH STREET • P.O. BOX 648 • VAN BUREN, ARKANSAS 72957-0648 PHONE: (501) 474-1227 • FAX: (501) 474-8531 • E -Mail: hwei©hawkweir.com • ADDENDUM NO. 2 SANITARY SEWER IMPROVEMENTS OWL CREEK LIFT STATION DOUBLE SPRINGS ROAD CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS HWEI JOB NO. 00078B The following is a change to the Construction Plans, Detailed Specifications, and Contract Documents, HWEI Job No. 00078B, prepared by Hawkins -Weir Engineers, Inc., for the Sanitary Sewer Improvements at the Owl Creek Lift Station on Double Springs Road, dated February, 2001. 1. This Addendum applies to the Sanitary Sewer Improvements at the Owl Creek Lift Station and does not apply to improvements designated along Garland Avenue. 2. Testing of the sewer lines and the manholes shall be made prior to placing the improvements into service. Testing of the sewer lines and manholes may be done once they are completed and the CONTRACTOR is prepared to test them. The sewer line trenches shall be backfilled prior to testing. The CONTRACTOR shall provide the inspector with at least a 24-hour notice before testing. 3. Under SECTION 01010, SPECIAL CONDITIONS, PART 1.01, GENERAL, Delete Paragraph J. "Rock excavation and rock boring shall be considered incidental to construction. No separate or extra payment will be made where rock is excavated or bored". 4. A. Bidders shall submit with their bids a unit price for rock excavation. Rock excavation shall be measured by the cubic yard of rock excavated. B. The measured rock quantity shall be based on the following: 1. The average excavated rock depth between connecting manholes or structures. 2. The rock excavated in order to construct a manhole or structure up to one foot outside of the manhole or structure. The linear distance of excavated rock between the outside face of each connecting manhole or structure. 4. The width of the rock excavation, up to a maximum width of the outside diameter of the pipe bell plus two foot. \00078MADDENDUM NO 2.doc 1 1 ADDENDUM NO. 2 • CITY OF FAYETTEVILLE 1 HWEI JOB NO. 00078B 1 C. The unit price for rock excavation includes all costs, equipment, materials, labor, and work necessary for rock excavation. 1 5. The following changes shall be made to SECTION 02315, EXCAVATION, TRENCHING AND BACKFILLING: 1 A. Red clay gravel or "Hillside" may be used to backfill trenches instead of Class 7 Aggregate Base on Lateral #1 and Lateral #2 1 B. Red clay gravel or "Hillside", or, native materials may be used to backfill trenches instead of Class 7 Aggregate Base on Main #1. The native material must be suitable and can be compacted. C. All trench backfill shall be compacted in 6 to 8 -inch lifts. Red clay gravel or "Hillside" backfill shall be compacted to a minimum of 95 percent standard proctor density. D. Proctors shall be established on the backfill material. The CONTRACTOR is responsible for density testing and all costs associated with density testing. 1 E. At a minimum, one density test shall be made on each of the completed trenches, Main #1, Lateral #1 and Lateral #2. 1 F. Under PART 2.01, BEDDING MATERIALS, Paragraph A 1 and A2, Delete the words "(Not allowed for sanitary sewer)". 6. The following changes shall be made to SECTION 02119, SITE RESTORATION: 1 A. The requirement for lime and four -inches of topsoil may be deleted. However, the seedbeds shall be raked free of sticks, clods, rocks, and 1 debns. B. Grass seed may consist of the following: Lawn Fescue 50 pounds/acre Annual Rye Grass 50 pounds/acre 7. Replace SECTION 00400, BID FORM with the attached BID FORM: 1 1 \00078MADDENDUM NO 2.doc 2 PROJECT NAME: PROJECT NO. BID TO (OWNER). BID FROM (BIDDER): • SECTION 00400 BID FORM Sanitary Sewer Improvements Owl Creek Lift Station 00078B 1 The City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Grtk v Cons rrt-te_k i'o Pi I Po ermi-/57(Si, W Mho, 54:1-e.. Ion loct if° l'Ass, Art 7.2761 ARTICLE 1. The undersigned Bidder here by proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents and to furnish all materials, equipment, and labor required to perform the work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2. Bidder accepts all of the terms and conditions of the Invitation to Bid and Instruction to Bidders. This Bid will remain subject to acceptance for 60 calendar days following the date of the Bid Opening. Bidder will sign and deliver the required number of counterparts of the Agreement with all Bonds and other documents required by the Bidding Requirements within 10 days after the date of the receipt of OWNER's Notice of Award. ARTICLE 3. Bidder acknowledges receipt of the following Addenda: Number Aniolcia. et $4 Adolf* beta I &tn.!' 2 - Date eleb ft..4 of y .2001 I" tin etAckr v ADO( ARTICLE 4. The undersigned affirms that Bidder has examined the plans and specifications with the related documents and the site of the proposed work and is familiar with all local conditions surrounding construction of the proposed project, including availability of materials, equipment, labor and supplies Furthermore, the Bidder affirms that the following unit prices shall include all labor, materials, overhead, profit, insurance, bonds, etc., to cover all expenses \00078MADDENDUM NO 2.doc 3 incurred in performing the work required under the Contract Documents, of which this Bid is a part. The unbalancing of Bid Items may be considered to be non-responsive and cause for rejection. For changing quantities of work items from those indicated by the Contract Document, and upon written instruction from the ENGINEER, the unit prices as given in the Bid Form shall prevail. ARTICLE 5. The undersigned agrees, if awarded the Contract to begin work within 10 calendar days or upon receipt of a written Notice to Proceed from OWNER and to fully complete all work within 30 consecutive calendar days after the date specified to begin work in the Notice to Proceed, should the CONTRACTOR fail to complete the work within the stated time, the CONTRACTOR shall pay OWNER as fixed, agreed, and liquidated damages, the sum of $500.00 per each calendar day of delay until the work is completed or accepted by OWNER Additional time is allowed only for documented delays as stipulated in the Contract Documents. ARTICLE 6. The undersigned submits the following subcontractors for use if the contract is awarded. The OWNER shall have the authority to reject the use of any subcontractor. Additional supporting information may be required by OWNER prior to approval or rejection of a subcontractor which has been proposed. Name Address Description of Work Co r:b, a- (Galin ---;"_,53oV 5.1Altrit Oen fonvikAk Core. Qra limy • Modern Fence— El.. Z2 Vil. A7e/let/31,4A rente- letefear No subcontractor doing work in excess of five (5) percent of the total Bid amount and who is not listed above shall be used without the written approval of the OWNER. ARTICLE 7. The undersigned hereby acknowledges that this Contract is governed by the provision of the Arkansas State Prevailing Wage Law. CONTRACTOR'S bonds shall include a provision, which will guarantee the faithful performance in accordance with the prevailing hourly wage requirements. ARTICLE 8. The Bidder agrees to perform all of the work described in the specifications and as shown on the drawings and in accordance with the attached Contract Documents for the following unit and lump sum price(s): \00078MADDENDUM NO 2.doc 4 Item Quantity No. and Unit *SCHEDULE OF BID ITEMS SCHEDULE I, SECTION! IS DELETED SCHEDULE, I SECTION II SANITARY SEWER IMPROVEMENTS OWL CREEK LIFT STATION Description • Unit Price Amount of Bid 1. 2. 3. 4. 1 LS ILS ILS ILS Traffic Control and Maintenance 1,9 ti -halo Minrcre-r-o) fa% Dollars!lier lump sum Excavation and Trench Safety System ao 470 Me% #404/Ortra7 ev&04., fitet$ 5.7 57-$ (75. Dollars - per lump sum Site Preparation to Include Clearing and Grubbing Mgt re.c.reid Haw ortar9 $ / 3 z 5-1 rweivrii AVG_ Dollars - per lump sum Site Restoration 771 0 I., p d Hue@ An\ Dollars - pef each 5. 15 LF Remove and Dispose of Fence 6. 15 LF ato pc,,,+4 4 rwths, re -di $ if.- $ Dollars - per linear foot Remove and Reinstall Fence / 325:1-2 00 3 oo $ 1610 $ 6661 Dollars - per linear foot 7. 1 EA Remove and Dispose of Existing Sanitary Sewer Manhole, Including Backfill TA, elitCns)tlut,,cfrp 8. 5 EA 00078MBID-ADDENDUM NO. 2.XLS Dollars - per each Furnish and Install 0-6' Standard Sanitary Sewer Manhole 6, A- ill Dollars - per ehch H14 g",014 -1..--C7 5 00 $ /3" $ / co $ lefo,e$ y aao, 1 Item Quantity • UP Amount No. and Unit Description Price of Bid I9. 15 VF Furnish and Install Additional Sanitary Sewer Manhole Depth 00 Sevcen-r,00 $ 75—•—$ Dollars - per vertical foot 1 10. 14 LF Furnish and Install 12" DI, Push -on Joint, Cement Lined, Sanitary Sewer Pipe to 1 Include Bedding 71 it sit-ini $ 3 0 , $ 1 Dollars - per linear foot 11. 121 LF Furnish and Install 12" PVC, SDR 26, 1 Sanitary Sewer Pipe to Include Bedding CC% Po 144-vt El ?a' -7v 5.1e0.e..1 1—c $ iht • $ 2 op. 0 .--- Dollars - per linear foot 12. 120 LF Furnish and Install 8" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding 1 Ets.-1,-4--1 fig,- ct 70 c -5 $ • --- $ 410 Dollars - per linear foot 13. 0 LF Fumish and Install 6" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding 1 00 1 14. 0 LF Excavate and Backfill Sanitary Sewer Trench, 0-6' Deep s( 97_ s 4r...e7 AT i $ 02 e el- . I ...ri.,,,,A7 77.,..ea t»4-"5 pc ty„..c. $ 0. Dollars - per linear foot I15. 255 LF Excavate and Backfill Sanitary Sewer Trench, 6'+ Deep I...nic.„7-1.7 & 14,4_ re r b -4-v 5 s,1 V 2. C Dol - per linear 'foot i 1 16. 1 LS Connect to Existing 8" PVC Sewer Line to Include Concrete Encasement Dollars - per linear foot 1/4/-11.14dpv‘-f--0/ 00 - DO,' $ Dollars - per lump sum 1 00078MBID-ADDENDUM NO. 2.XLS 6 5'-00, °27-- Item Quantity No. and Unit • Description U. Price Amount of Bid 17. 1 LS 18. 2 EA 19. 20. 1 LS IEA Connect 12" Sewer Line to Existing Lift Station to Include Core Drilling and Sealing Around Pipe Penetration Omit 7-4 IP St ier). 5,5c 41n#"P ,601/22... Dollars - per lump sum Cover Designated Sanitary Sewer Manholes with Polyethylene and Gravel a )67 ,41-A Aii>a44 510IC h.7 dog•-•••"‘ Dollars - per each Cut the Existing 12" Sewer Pipe and Seal the Existing Pipe Entrance into the Lift Station 16-1/.12- rs Dollars - it lump sum Furnish and Install 8" x 4" Sewer Service Wye and 4" PVC, Schedule 40, Pipe to Connect Existing Sewer Service Stubout to the New 8" Sewer Line sie Hz' Prta-`) fa/ Dollars - per each 21. 90 CY Rock Excavation 00 $ • 4i -C I an • $ 334.7 1 4 25c? co ov co $ 5 5 53-e 7s:d•ta4 hrta_ct- $ Dollars - per cubic yard TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION II 00078MBID-ADDENDUM NO. 2.XLS 7 oo f P rs ico • $ I e /5-1- • • 1 GRAY CONSTRUCTION, INC. P a Box 457 Siloam Springs, AR 72781 1 Bidder 1 By 1 t: sr; retc7 foyerve c ,41.4frtare. •Tit e 1 511 -rmisaf /oz. 1 Business Address .5; iocty-L 5 o obis 72741 1 1 (501) Sall-it/99 Telephone 1 (So 1 ) SZ'/ -85°t Fax Number 1 006 / 000302... Arkansas Contractor's License No. Seal: If Bidder is a Corporation 1 END OF SECTION 1 1 1 1 1 00078MADDENDUM NO 2.doc 8 ADDENDUM NO. 2 • CITY OF FAYETTEVILLE HWEI JOB NO. 00078B This Addendum No. 2 shall be a part of the Construction Plans, Detail Specifications, and Contract Documents as if originally bound with the documents. All provisions of the documents, unless stated otherwise by this Addendum No. 2, shall apply equally to Addendum No. 2. Bidders must acknowledge receipt of this Addendum No. 2 when submitting a bid for this project. • KWK/jeh W0078MADDENDUM NO 2.doc 9 HAW1UNS-WEIR ENGINNERS, INC. Keith W. Kestner, P.E. May 18, 2001 • • ADDENDUM NO. I WATER AND SANITARY SEWER IMPROVEMENTS GARLAND AVENUE AND SANITARY SEWER IMPROVEMENTS OWL CREEK LIFT STATION DOUBLE SPRINGS ROAD CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS HWEI JOB NO. 00078A & 00078B The following is a change to the Construction Plan, Detailed Specifications, and Contract 1 Documents, HWEI Job No. 00078A and 00078B, prepared by Hawkins -Weir Engineers, Inc., for improvements along Garland Avenue and at the Owl Creek Lift Station, dated February 2001. 1 1. Improvements along Garland Avenue, for the City of Fayetteville, will NOT be part of this Bid process or constructed at this time. Improvements designated for 1 the Owl Creek Lift Station, on Double Springs Road, shall be the ONLY portion of the Plans, Specifications, and Contract Documents considered for construction. 1 2. New plan sheets are issued, as part of this Addendum, for the improvements at the Owl Creek Lift Station. These plans consist of four (4) sheets dated April 2001. Only these Addendum No. I plan sheets shall be used for Bid, Contract Agreement, and for Construction, unless other plan sheets or drawings are issued as a New Addendum. 1 3. Delete SECTION 00015 -DRAWINGS from the Specifications. 4. Replace SECTION 00120 -SUMMARY OF CONTRACTS, PART I.02 -BASE 1 BID with the following: 1.02 BASE BID A. The base bid and unit prices shall include all work, labor, materials, and equipment required to fully complete the 1 construction of sanitary sewer improvements at the Owl Creek Lift Station, located on Double Springs Road, as shown on the Addendum No. 1 plans and as described in the specifications. The base bid shall include all costs associated with profit, overhead, insurance, bonds, permits, and licensing. 1 1 \00078MADDENDUM NO I.doc ADDENDUM NO. 1 • CITY OF FAYETTEVILLE HWEI JOB NO. 00078A & 00078B 5. SPECIFICATIONS SECTION 00200 -INSTRUCTIONS TO BIDDERS Insert copy of the Arkansas Department of Labor Prevailing Wage Determination for this project at the end of SECTION 00200. 6. SPECIFICATION SECTION 00400 -BID FORM: a. Under PROJECT NAME: Delete the words "Water and Sanitary Sewer Improvements Garland Avenue" b. Under PROJECT NO: Delete "00078A/" c. Under ARTICLE 5, line 3, replace the words "within 120 consecutive calendar days" with the words "within 30 consecutive calendar days". d. Under the SCHEDULE OF BID ITEMS, Delete SCHEDULE 1, SECTION 1, WATER AND SANITARY SEWER IMPROVEMENTS GARLAND AVENUE. e. Under SCHEDULE I, SECTION II, Item No. 12, Change the Quantity and Unit from "45 LF" to "120 LF". f. Under SCHEDULE I, SECTION II, Item No. 13, Change the Quantity and Unit from "75 LF" to "0 LF". 7. SPECIFICATIONS SECTION 01010 -SPECIAL CONDITIONS: a. Add Paragraph K under PART 1.01 -GENERAL to read as follows: The City of Fayetteville will normally process and make payment on pay requests within 30 calendar days after the receipt of the pay request. The City, however, does not guarantee such payments will be made within 30 calendar days. b. Add Paragraph L under PART 1.0I -GENERAL to read as follows: \00078MADDENDUM NO I.doc Subsurface investigation of the soil was not conducted in the preparation of these plans and specifications. Subsurface investigation reports are not included 2 ADDENDUM NO. 1 • • CITY OF FAYETTEVILLE 1 HWEI JOB NO. 00078A & 00078B 1 8. SPECIFICATIONS SECTION 01011 -SITE CONDITIONS: a. Replace PART I.02 -SITE INFORMATION Paragraph A., with the 1 following: 1 The construction site is located at the Owl Creek Lift Station on Double Springs Road. The Contractor shall confine all activities within public right of way and public utility easements unless 1 specific authorization is granted to use other property. 9. SPECIFICATIONS SECTION 01100 -SUMMARY OF WORK: 1 a. Replace PART 1.01 -LOCATION OF WORK, Paragraph A., with the following: 1 The work is located at the Owl Creek Lift Station on Double Springs Road within public right of way and public utility 1 easements. b. Replace PART 1.02 -SCOPE OF WORK, Paragraph A., with the 1 following: Furnish all labors, materials, equipment, and incidentals required 1 to construct 12 -inch, and 8 -inch sanitary sewer lines with associated manholes, piping connections and other appurtenances as identified herein and as described by the detail plans of 1 Addendum No 1. c. Delete PART 1.03 -WORK SEQUENCE, Paragraph A, Item No.5- 1 Construction of Water Lines and Connections. This Addendum No. 1 shall be a part of the Construction Plans, Detail Specifications, and 1 Contract Documents as if originally bound with the documents. All previsions of the documents, unless stated otherwise by this Addendum No. 1, shall apply equally to Addendum No. 1. 1 This Addendum No. 1 includes four (4) plan sheets dated April 2001. The original plan sheets consisting of seventeen (17) sheets, dated February 2001, shall not be used for the Owl 1 Creek Lift Station project site. The original plan sheets will not be issued for this bid. 1 1 1 \00078MADDENDUM NO I.doc 3 S SECTION 00520 CONTRACT AGREEMENT THIS CONTRACT AND AGREEMENT, made and entered into this L day of ,200/ ,by and between the City of Fayetteville as Party of the First Part, a ting through its duly authorized representative, and Gray Construction. Inc. Party of the Second Part. WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials and supplies required to be furnished and to perform the work for Sanitary Sewer Improvements. Owl Creek Lift Station. Double Springs Road. City of Fayetteville. Arkansas, in exact accordance with the Plans on file at the office of said Party of the First Part and Specifications, Proposals, Stipulations and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkansas. 2. It is further agreed and understood by and between the Parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done or materials furnished under this agreement, the lump sum amount adjusted for variation of quantities at the unit prices named in the Bid which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the sums set forth in the Proposal, which shall be deducted from the final amount to be paid under this contract, provided that extensions of time with waiver of liquidated damages, may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to be responsible for repairs on any- of the improvements covered herein due to faulty workmanship and/or materials for a period of one year beginning at the time of acceptance of the improvements by the City of Fayetteville Arkansas. All improvements shall be made in conformance with Specifications and are subject to the approval of the City of Fayetteville. Arkansas. 5. The Party of the Second Part agrees, also to carry Public Liability Insurance, Property Damage Insurance and Workman's Compensation Insurance in amounts as required in these Specifications. 00078B\00520 Contract Agreement 00520-1 WITNESS OUR HANDS THIS '3 DAY OF ,20 d / City of Fayetteville. Arkansas (Owner) B. 424 cyl✓ (Title) WITNESS: Affix Corporate Seal here (if any) 113 West Mountain Street (Address) fl,Li(I'i.!1 TW�/I�t r :L'iJSSS!' By:f2 1 1 ( (Title) END OF SECTION I C I I 1J CJ I 00078B\00520 Contract Agreement ' 00520-2 • SECTION 00520 CONTRACT AGREEMENT 1. THIS CONTRACT AND AGREEMENT, made and entered into this 3RD day of July , 20 0l , by and between thecity of Fayette ley of the First Part, acting through its duly authorized representative, and Gray ConstrurPti�noI Ire Second Part. WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials and supplies required to be furnished and to perform the work for Double Springs Bridge/ owl Creek Sewer Relocation Proi .1• in exact accordance with the Plans on file at the office of said Party of the First Part and Specifications, Proposals, Stipulations and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State 2. It is further agreed and understood by and between the Parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done or materials furnished under this agreement, the lump sum amount adjusted for variation of quantities at the unit prices named in the Bid which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. Contract Amount: $41,577.95 3. The Party of the Second Part agrees for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the sums set forth in the Proposal, which shall be deducted from the final amount to be paid under this contract, provided that extensions of time with waiver of liquidated damages, may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to be responsible for repairs on any of the improvements covered herein due to faulty workmanship and/or materials for a period of one year beginning at the time of acceptance of the improvements by the City ofFayetteviliMl improvements shall be made in conformance with Specifications and are subject to the approval of the City of Fayetteville. 5. The Party of the Second Part agrees, also to carry Public Liability Insurance, Property Damage Insurance and Workman's Compensation Insurance in amounts as required in these Specifications. 00078A00520 Contmcl Agrcemenl 10520.1 JUN -15-2001 09:57 AM P.02 06/15/2001 09:28 501-`0202 ENGINEING C.U,• PAC£ 03 WrrNHSS OUR HANDS TWS DAY OF .10 (Owaa) ide) I WITNESS' (Address) I , (wm^4m ctor) • "' WiTNES3: (Address) _ l ..;...... Affix Corporate Seal here (if any) raft 00SS0 0652" f C# \ (A 0 0 / § f / 9 4 C .. .. / O \ -4 / 2 0 �-s ICE ) �} \ 0 | \ ) M o} C N 0 § �2#e 3 CD \°CD { 0. V b /cD I 06/28/2001 14:29 501-5702 ENGINEERING C.O. PAGE 02 SECTION 00400 BID FORM PROJECT NAME: PROJECT NO. BID TO (OWNER): BID FROM (BIDDER): Sanitary Sewer Improvements Owl Creek Lift Station The City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 ARTICLE 1. The undersigned Bidder here by proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents and to furnish all materials, equipment, and labor required to perform the work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2. Bidder accepts all of the terms and conditions of the Invitation to Bid and Instruction to Bidders. This Bid will remain subject to acceptance for 60 calendar days following the date of the Bid Opening. Bidder will sign and deliver the required number of counterparts of the Agreement with all Bonds and other documents required by the Bidding IRequirements within 10 days after the date of the receipt of OWNER's Notice of Award. ARTICLE 3. Bidder acknowledges receipt of the following Addenda: IARTICLE 4. The undersigned affirms that Bidder has examined the plans and specifications with the related documents and the site of the proposed work and is familiar with all local conditions surrounding construction of the proposed project,. including availability of materials, equipment, labor and supplies. Furthermore, the Bidder affirms that the following unit prices shall include all labor, materials, overhead, profit, insurance, bonds, etc., to cover all expenses I �00078AMDDENDUM NO lAae 3 06/28/2001 14:29 501-575-8202 ENGINEERING C.O.F. PAGE 03 incurred in performing the work required under the Contract Documents, of which this Bid is a part. The unbalancing of Bid Items may be considered to be non -responsive and cause for rejection. For changing quantities of work items from those indicated by the Contract Document, and upon written instruction from the ENGINEER, the unit prices as given in the Bid Form shall prevail. ARTICLE 5. The undersigned agrees, if awarded the Contract to begin work within 10 calendar days or upon receipt of a written Notice to Proceed from OWNER and to fully complete all work within 30 consecutive calendar days after the date specified to begin work in the Notice to Proceed, should the CONTRACTOR fail to complete the work within the stated time, the CONTRACTOR shall pay OWNER as fixed, agreed, and liquidated damages, the sum of $500.00 per each calendar day of delay until the work is completed or accepted by OWNER Additional time is allowed only for documented delays as stipulated in the Contract Documents. ARTICLE 6. The undersigned submits the following subcontractors for use if the contract is awarded The OWNER shall have the authority to reject the use of any subcontractor. Additional supporting information may be required by OWNER prior to approval or rejection of a subcontractor which has been proposed. � I I �.� • r /{4. !�. :• •( � III , a_ No subcontractor doing work in excess of five (5) percent of the total Bid amount and who is not listed above shall be used without the written approval of the OWNER. ARTICLE 7. The undersigned hereby acknowledges that this Contract is governed by the provision of the Arkansas State Prevailing Wage Law. CONTRACTOR'S bonds shall include a provision, which will guarantee the faithful performance in accordance with the prevailing hourly wage requirements. ARTICLE 8. The Bidder agrees to perform all of the work described in the specifications and as shown on the drawings and in accordance with the attached Contract Documents for the following unit and lump sum price(s): W0078AWDDENDUM NO 2Am 4 I I I I I 1 1 I 06/28/2001 14:29 501-57502 ENGINEERING C.O.(* SCHEDULE OF BID ITEMS SCHEDULE I, SECTION! IS DELETED item Quantity Unit Amount No. and Unit Description Price of Bid I. I IS Traffic Control and Maintenance ✓iyMf /¢r..oud gS6� 00 Fi $$ SQL Dollars - er lump sum 2. 1 LS Excavation and Trench Safety System �v& .Mo.ojtt7 a Dollars - per lump sum 3. 1 LS Site Preparation to Include Clearing and Grubbing Tj{-ra.r o-" /laro►ep S 3t5� 7�wtr rN ri'✓L - - - __ _ Dollars - per lump sum 4. 1 LS Site Restoration �_` ?a..a'jja ote sAss P 7o //rrr✓O T' .40 00 Dollars - peE each 5. 15 LF Remove and Dispose of Pence flaA• ibarIZD o a --f sf 'j'wt►rih Carff $ $ 63? Dollinrear foot 6. 15 LF Remove and Reinstall Fence - o0 $ �•� $ Dollars - per linear foot 7. 1 EA Remove and Dispose of Existing Sanitary Sewer Manhole, Including Backftll aA t0 �rrs-pef'fvr lt-h $ 6 $ Dollars - per each 8. 5 EA Furnish and Insta110-G Standard Sanitary Sewer Manhole y.N,a:bcs.a (-K417 o? $ $ '7 Dollars - per ekoli S 06/28/2001 14:29 501-57202 ENGINEERING C.O(p PACE 05 Item Quantity Unit Amount No. and Unit Description Price of Bid 9. 15 VP Furnish and Install Additional Sanitary Sewer Manhole Depth 5e red fi rQ $ 75. $ Dollars - per veRrcal foot 10. 14 LF Furnish and Install 12" DI, Push -on Joint, Cement Lined, Sanitary Sewer Pipe to Include Bedding `Y3� t •e t y $ y,� a ,zp . Dollars - per linear foot I I I I I I I I I I I I I 1. 121 LF Furnish and Install12" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding Shtfit�.0 . pp t 4-,,. s c( 70 0 7 �SFry.�w Gr+i-s $ (Ct Dollars - per linear foot 12. 120 LF Furnish and Install8"PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding f l.'ewae- po /jfy�rt: 7, O .0 uJr.. ce.,� S $ If $T. Dollars - per linear foot 13. 012 Furnish and Install 6' PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding - DO � O $ Dollars - per linear foot 14. 0 LF Excavate and Backfill Sanitary Sewer Trench, 0-6 ' Deep �wtn w0 W/�4r+S OVr va 4 5xJNA ti $ __-. $ a • '" Do11 . per linear foot 15. 255 LF Excavate and Backfill Sanitary Sewer Trench, Cl- Deep Dollars - per linearToot 16. 1 LS Connect to Existing 8" PVC Sewer Line to Include Concrete Encasement 0 SLR- f FN NO/` 4' $ _Ot) '-$ S 00, IF Dollars - per lump sum W00ma\Bi6ADDENDUM NO.7.X.5 6 06/28/2001 14:29 501-57@2 ENGINEERING C.O.• PAGE 06 Item Quantity Unit Amount No. and Unit Description Price of Bid 17. 1 LS Connect 12" Sewer Line to Existing Lift Station to Include Core Drilling and Sealing Around Pipe Penetration ONt 7'Itaq x'y"'ri 5'%Mdo oo ten w xnl "74S1, tc& S /s ZS, $--7 i7 $- Dollars - per lump sum 18. 2 EA Cover Designated Sanitary Sewer Manholes with Polyethylene and Gravel Dollars - per each 19. 1 LS Cut the Existing 12" Sewer Pipe and Seal the Existing Pipe Entrance into the Lift Station Dollars - lump gum' . . 20. 1 EA Furnish and Install 8" x 4" Sewer Service Wye and 4" PVC, Schedule 40, Pipe to Connect Existing Sewer Service Stubout to the Newt Sewer Line em+ Dollars - per each 21. 90 CY Rock Excavation I I I I I I cc en Dollars - per cubic yard TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION II I'a0079MBID-ADDENOUM NO.2JaS 06/28/2001 14:29 501-57202 ENGINEERING C.O. PAGE 07 GRAY CONS'R2IICUON.INC P.O. Box 457 Siloam Springs, AR 92783 Bidder By Ti e • 511 t..4 rK154 J S.r*e. 102: • Business Address 72741 Telephone f riof% 52'I- 859 cr Fax Number Arkansas Contractor's License No. Seal: IfBidder is a Corporation \00078A ADDENOOM NO 2doc END OF SECTION E S SECTION 00610 • ARKANSAS PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we 1') Gray Construction. Inc. hereinafter called "Principal" and (3). of , State of hereinafter called the "Surety", are held and firmly bound unto (4) The City of Fayetteville hereinafter called "OWNER" in the penal sum of Dollars ($41.577.95 ) in lawful money of the United States, for the payment of which sum well and truly to be made, said Principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , 20_, a copy of which is attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amount due for materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor of otherwise, then this obligation shall be void, otherwise to remain in full force and effect. 00078B\00610 Arkansas Performance and Payment Bond 00610-1 The surety agrees the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as found by the Arkansas Department of Labor or as determined by the court on appeal to all workmen performing work under the contract. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. PROVIDED, FURTHER, that no fmal settlement between the OWNER and CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this day of , 20_ ATTEST: (Principal) ' Ly. Secretary (Principal) (Title) (SEAL) (Address) Witness as to Principal (Surety) (Address) 00078B\00610 Arkansas Performance and Payment Bond 00610-2 ATTEST: • • By: (Attorney -in -Fact) Secretary (Principal) (Address) (SEAL) (Witness as to Attorney -in -Fact) (Address) NOTE: Date of Bond must not be prior to date of contract (1) Correct name of contractor. (2) A corporation, a partnership, or an individual, as case may be. (3) Correct name of surety. (4) Correct name of owner. (5) If contractor is partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Court of the county where the work is to be performed prior to the start of construction. LIjsIJt•JIIILI .1 00610-3 Arkansas Performance and Payment Bond I Arkansas St*tory Performance and Ponent Bond I GRAY CONSTRUCTION, INC. as Principal, hereinafter called Principal, and UNITED FIRE & CASUALTY COMPANY as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in the amount of FORTY ONE THOUSAND FIVE HUNDRED SEVENTY SEVEN AND 95/100 DOLLARS ($41,577.95) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated JULY 3, 2001 entered into a contract with the Owner for: DOUBLE SPRINGS BRIDGE/OWL CREEK SEWER RELOCATION PROJECT FAYETTEVILLE, ARKANSAS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by Owner, unless it is brought in accordance with A.C.A. Section 22-9-403(b) and A.C.A. Section 18-44-503(b) (Supp.1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. This bond given in compliance with Act 351 of 1953 as amended.— Executed JULY 3, 20^' GRAY By: UNITED FIRE & CASUALTY By: H. Griffin Attorney -in -fact IU D FIRE & CASUALTY COMPAN$ E OFFICE - CEDAR RAPIDS, IOWA I CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That. the UNITED FIRE. & CASUALTY COMPANY, a corporation duly organized and existing I under the laws of the State of 1owa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint KNIGHT CASHION, OR MATTHEW KNIGHT CASHION JR., OR BENSON A. CASHION, OR WILLIAM H. GRIFFIN, OR<CYNTHIA L.'WADLEY,.,OR JUDY SCHOGGEN,OR SHEILLA IJ. SMITH, ALLI.NDIVIDUALL'Y 'of P 0 BOX 550 LITTLE ROCK AR 72203•- its true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to, sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows:. ANY AND ALL BONDS I and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire AUGUST 23rd 2.0'.82 ; unless sooner revoked... I This power of Attorney is made and executed pursuant to and by -authority of,the following By -Law -duly adopted- by the Board of Directors of the Company on April 18,, 1973. "Article V - Surety Bonds and Undertakings." Section 2, Appointment of Attorney-In-Facl, "The President or any Vice President. or any other officer of the Company, may, from time to time, appoint I by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory Instruments of like: nature. The signature of any officer authorized hereby, and the Corporate seai, may be affixed by -facsimile to any powerof attorney or special lxnve�of attorney or certification of either authorized hereby: such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the company, to be valid and binding upon the Company with the same form l and affect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have . , full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorneydn•fact. - ' -IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents ,. r�!!re� to be signed by its assistant vice president and its corporate seal to be hereto affixed this eae"etir#, 23rdday of AUGUST •&D..:. 20.00 .. D WROttTE� .. ' 'Ely UNITED FIRE & CASUALTY COMPA awr�° By ' State ..Assistant Vi/e.President of Iowa, County of Llnn„ ss < On this 23rd day of AUGUagIT 2000• before me personally came JEFFREY A. CHAPIN I to me known, who being by me, uy sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is an Assistant Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and°which executed the above instrument that he knows the seal of said corporation; that the seal affixed, to the said instrument is such corporated seal; that it was so affixed pursuant to authority given by the Board of Directors of. said corporation and that he signed his I name thereto pursuant to like authority, and acknowledges same to --be the act, and deed. "of said cor oration. A SHERYL.MCVA - otary P tic • tnfAMhUSSi. E)tPIREB My commission expires MARCH 4 .2003 I _ Malt 1.2Wt CERTIFICATION I. the undersigned officer of the UNITED FIRE&1' CASUALTY COMPANY, do Thereby. certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the BY —Laws of said Company as set forth in said I Power of Attorney, -with the ORIGINALS :ON FILE IN THE HOME =OFFICE OF SAID COMPANY, ": and' -that, the same are correct transcripts thereof, and of the whole of -.the said originals, and that'the said Power of. Attorney as not been revoked and is. now in full. force and'effect: - In testimony whereof. I have hereunto subcribed my name and at xed; a corporate seal of the said,, I r�awt�yq, Company. this: 3rd day of July 20 pl s� (Atf0ltiE Wa• ACORDL CERTIFICAT*F LIABILITY INSURAN DATE IMMN0NY1 6/26/01 PRODUCER The Cashion Company, Inc. THIS CERTIFICATE ISSUED 0NLYANDC0NFERSO RGH S MATTER PONHEOF INFORMATION CERTIFICATE P.O. Box 550 Little Rock, AR 72203 HOLDER. THIS CERTIFICATE DOES ALTER THE COVERAGE AFFORDED NOT AMEND, EXTEND OR BY THE POLICIES BELOW. 501-376-0716 INSURERS AFFORDING COVERAGE NSURED Gray Construction, Inc. INSURER A: FCCI Insurance Group P.O. Box 457 INSURER B: Siloam Springs AR 72761 INSURER C: INSURER 0: INSURER E: 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. NSR TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE DATE eMMmDryy) POLICY EXPIRATIONLTR DATE (MMFDONYI LIMITS A GENERAL LIABILITY FCPP03012328 2/28/01 2/28/02 EACH OCCURRENCE • 1000000 X COMMERCIAL GENERAL UABIUTY FIRE DAMAGE (Any one fire) 4 100000 CLAIMS MADE I xlOCCUR MED EXP (Any one perecnl t 5000 PERSONAL& ADV IWURY 1 1000000 GENERAL AGGREGATE t 2000000 GEN-L AGGREGATE LIMIT APPLES PER: PRODUCTS - COMP/OP AGG t 2000000 POLICY PRO LOC A AUTOMOBILE EDIBILITY ANY AUTO FCPP03012328 2/28/01 2/28/02 COMBINED SINGLE UMIT (Es ecddenU + 1000000 X BODILY INJURY (Per person. ALL OWNED AUTOS SCHEDULED AUTOS BODILY IWURY (Per eerlpenU t HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per ecddenU GARAGE LIABILITY AUTO ONLY - EA ACCIOENT $ OTHER THAN EA ACC t ANY AUTO i AUTO ONLY: AGO A EXCESS LIABILITY I OCCUR CLAIMS MADE FCUM03000106 2/28/01 2/28/02 EACH OCCURRENCE t 1000000 AGGREGATE t 1000000 t S DEDUCTIBLE X RETENTION t 10000 A WORKERS COMPENSATION AND FCWC03000152 2/28/01 2/28/02 XI_I WC STATU- OTM- EMPLOYERS UABMY E.L. EACH ACCIDENT 4 100000 E.L DISEASE - EA EMPLOYEE *100000 E.L DISEASE- POLICY LIMIT S 500000 A OTHER FCPP03012328 2128/01 2/28/02 INSTALLATION FLTR $750,000 PER JOBSITE/$750,000 8500. DEDUCTIBLE PER OCCURRENCE $75 000 TRANSIT DESCRIPTION OF OPEMTIONSAOCATIONSNEHICLEs/EXCWSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: DOUBLE SPRINGS BRIDGE / OWL CREEK SEWER RELOCATION PROJECT CERT HOLDER & ENGINEER NAMED AS ADDL INSD AS RESPECTS GENERAL & AUTO LIABILITY. WAIVER OF SUBRO APPLIES AS RESPECTS WORKERS COMP. •CERTIFICATE HOLDER I I ADDITIONAL INSURED: INSURER LETTER: CANCELLATION OF • • _ • - 1:P0:1:PS'i:r:•:GT.: GTE • TitP•PL.r:'•7•:)1'7 q: R. 7.rid'1•UL•t'G.•1.•497'F 7L -)V _O"^LVf•J i•i•i:•i I ACORD 25-S (7/97) 1-12 OACORD CORPORATION 1988 ADDENDUM NO. 1 0 • CITY OF FAYETTEVILLE HWEI JOB NO. 00078A & 00078B Bidders must acknowledge receipt of this Addendum No.I when submitting a bid for this project. HAWKINS-WEIR ENGINNERS, INC. by '/a 7'✓- ,._. Keith W. Kestner, P.E. April 12, 2001 \00078AWDDENDUM NO I.doc 4 11/21/2000 10:23 5016824508 0 ARDEPTLABOR 0 PAGE 01 Mike Hudcabee oowmoe Keith W. Kestner, P. E. Hawkins -Weir Engineers, Inc. 110 South 7"' Street Van Buren, AR 72957-0648 Dear Mr. Kestner: STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682.4500 • FAX: (501) 682.4635 • TDD: (800) 285.1131 November 21, 2000 James L. Salkeld Dk•nw Re: Water & Sanitary Sewer Improvements Garland Avenue Fayetteville, Arkansas Washington County HWEI Job No. 00078A Please be advised that the Arkansas Prevailing Wage Law shall not be construed to apply or affect highway, road, street, or bridge construction and maintenance or related work contracted for or performed by incorporated towns, cities, counties, or the Arkansas State Highway Transportation Department. Ark. Code Ann.The §22-9-303(b)(1987). Y and under no obligation to obtain Wage w age determinatdes the ion from this d Project )ect from coverage and you are If department. you have any QUestions, or if I can be of further assistance, Please contact me at the above address or call (501) 682-4536. Sincerely, 4424 Don Cash PWL_12A Prevailing Wage Division Li n City of Fayetteville Fayetteville, Arkansas Water and Sanitary Sewer Improvements Garland Avenue And Sanitary Sewer Improvements Owl Creek Lift Station Double Springs Road HWEI Job No. 00078A & 00078B February, 2001 Prepared By Hawkins -Weir Engineers, Inc. 110 South 7`° Street P.O. Box 648 Van Buren, Arkansas 72957-0648 00078A\Cover Project Title Page 00001-1 • SECTION 00007 • SEALS The professional license seals listed on this page represent design responsibility for plans and sp ns represented in this project. �1/S STE p -..r ARAS REGISTERED PROFESSIONAL E GINEER 9538 A - Keith W. Kestner, P.E. Arkansas License No. 9538 Hawkins -Weir Engineers, Inc. : C a?Jam: •O9t� HAWRINS•WEIR N ENGINEERS, INC. ` No.101 3g Hawkins -Weir Engineers, Inc. Certificate of Authorization No. 101 00078A\00007 Seals 00007-1 • SECTION 00010 SPECIFICATION INDEX SECTION TITLE PAGES 00001 Cover 1 00007 Seals I 00010 Specification Index 1 00015 Drawings I 00100 Invitation to Bid 1 00120 Summary of Contracts I 00200 Instructions to Bidders 1 - 7 00400 Bid Form 1 - 16 00520 Contract Agreement 1 - 2 00610 Arkansas Performance and Payment Bond 1 - 3 00700 Standard General Conditions of the Construction Contract 1 - 51 00900 Addenda and Modifications 1 01005 Abbreviations 1 - 2 01010 Special Conditions 1 -2 01011 Site Conditions 1 - 4 01100 Summaryof Work 1 - 3 01270 Unit Prices 1 -2 01300 Submittals 1 -7 01665 Trench Safety Requirements 1 - 3 01666 Testing of Pipelines 1 -4 02100 Site Preparation 1 -4 02119 Site Restoration 1 -7 02158 Boring and Jacking 1 -4 02315 Excavation, Trenching and Backfilling 1 - 7 02510 Water Line Improvements 1 - 17 02530 Sanitary Sewer Line Improvements 1 - 7 00078A\00010 Specification Index 00010-I • SECTION 00015 • IDRAWINGS IThe following Drawings are issued with and are a part of the Bid Documents. DRAWING NO. DESCRIPTION II Cover Sheet 2 General Notes and Legend 3 Plan Sheet, Garland Ave. 4 Plan Sheet, Garland Ave. 5 Plan Sheet, Garland Ave. 6 Plan Sheet, Garland Ave. 7 Plan Sheet, Garland Ave. 8 Plan Sheet, Garland Ave. 9 Plan Sheet, Garland Ave. 10 Cross Sections, Garland Ave. 11 Cross Sections, Garland Ave. I 12 Cross Sections, Garland Ave. 13 Cross Sections, Garland Ave. 14 Plan Sheet, Owl Creek/ Double Springs Rd. I 15 Details 16 Details 17 Details I I I I I I I I I 0007SA\000I5 Drawings 00015-I j04/18/2001 M 26 501--8202 ENGINEER C.O.F. , PAGE CrT Y OF FAYETPEVILLE BID#01•- 39 , INVITATION TO BID r: .. 1 11 I • • • .• . . r. 1'. 1:: r .1 1 .: • -1 I . • .III 1 • • III II location • •' • • 1•.I-. . . :I . -:• • • •I - I I I .• I ..Y a •In • r .1 11 _• y•• ...-. • u 1 • • -• � . « ,, w. 1 ,' J ..1 1 1 1 1 • • I 1 11 : I I • 1 - - I .' : 1 III . 1 1 • , 1 . 1'fl. 1 1 11 � 1 - � . '. n . r • .. • v . $50.00 • �. . .1 1. payment . 1Y. 1 1 1 u •.: 1 - • : I :... 1 1 I • R ,. -. 1 1 • • •' •I •1 '•11 .w . 1 . 1 :..'•11 11 11 1 .� 1 . -1 • -. 11 .1 1 II 1 11 II .111 •d 1 1 1..1 1 1 \ .• 11 1 11 : 1 1 1 .'{'.1 1 1 1 1Ti. fi7Fr +• 1 11 d1.1: I 1 I I.M11 • y V 1 11 1 1116.1 1111jVz All 1 .1 .1•,.4:,K Ih. 1 • \ •' . . I l l .C 11 �: -111.• 1 11 q• rr • .• 1 i• 1 Yrl ••. i 111 1• I 1 1 4 1 1 I 1' II :11 : 11 1 11 .1 : 1 1 r:� 11 :11 . • 1 11 I; i i 1 11 Y 1 1111 1 r: 1 1 .11 r: 1 i1 1. Y1:1 1 l Y 11 I. 1 •1 1 1 1111• •Itc 11 • b YI`11 : :.11 N' I 11 1 1 •: 1 1 II • l i• 111 -1 l: 111 1 1 1 w 1 1 1 1 1 I. For information concerning the proposed work contact Keith W. Kestner, Hawkins -Weir Engineers, Inc., P.O. Box 648, Van Buren, Arkansas 72957; telephone (501) 474.1227. /1 • • : 1 1 1 • r : 1 .11 • • 1 1 • 1 1 • 1 1 • 11 • • : • 1 1 1 1 : 1 1 -1 •• 1 11111%.Ii11 . 1 1 • 1 1 1 • 11 1• i•• 1 11 • P21 1 1 - • 1 Bidders must comply with Arkansas Act 150. The City of Fayetteville hereby notifies all bidders that, in regard to any agreement entered into pursuant to this advertisement, minority business enterprise will be afforded equal opportunities to submit Bids in response to his invitation and will not be discriminated against on the ground of race, color, sex, age, religion, or national origin in consideration fora n award. Date Peggy Vice, Purchasing Manager Adv. 5.24_01 5.31-01 S/ c` / 71 Zoo ! • SECTION 00120 • SUMMARY OF CONTRACTS PART 1 GENERAL 1.01 SCOPE A. All bids shall be based upon the conditions at the site, the availability of labor, materials and equipment, these Specifications and Contract Documents, the Drawings, and all addenda which are issued prior to the time for receiving bids. 1.02 BASE BID A. The base bid and unit prices shall include all work, labor, materials and equipment required to fully complete the construction of water and sanitary sewer improvements along Garland Avenue as shown on the plans and as described in the specifications. The Base Bid shall include all costs associated with profit, overhead, insurance, bonds, permits, and licensing. 1.03 ALTERNATE BIDS A. Each bidder shall submit Alternate Bids as called for on the Bid form. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION [II..Yk:fXsIPJi 00120-1 Summary of Contracts SECTION 00200 INSTRUCTIONS TO BIDDERS ARTICLE I - INTRODUCTORY INFORMATION 1.1 DEFINED TERMS: A. Terms used in these Instructions to Bidders, which are defined in the Standard General Conditions of the Construction Contract, have the meanings assigned to them in the General Conditions. B. 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. Bidder - one who submits a Bid directly to OWNER as distinct from a sub - bidder, who submits a bid to a Bidder. 2. Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 3. Successful Bidder - the lowest, responsible and responsive Bidder to whom OWNER (on the basis of OWNER'S evaluation as hereinafter provided) makes an award. 1.2 COPIES OF BIDDING DOCUMENTS: A. Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. B. Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER or ENGINEER assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. C. 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. 1.3 QUALIFICATIONS OF BIDDERS: A. To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days after Bid opening upon OWNER'S request detailed written evidence such as financial data, previous experience present commitments and other such data as may be called for below (or in the Supplementary Instructions). I00078A\00200 00200-1 Instructions to Bidden [1 B. Each Bidmust contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. I C. Bidders must be licensed in accordance with the provisions of Arkansas State Law for Contractors, Act 150 of 1965 as currently revised. 1.4 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. It is the responsibility of each Bidder before submitting a Bid: I. To examine thoroughly the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to below); 2. To visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work; 3. To consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work; 4. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data; and 5. To promptly notify ENGINEER of all conflicts, errors, ambiguities or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 6. Before submitting a Bid, to be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. If and requested, 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. I I I Li I 00078AN00200 Instructions to Bidders 00200-2 1.5 AVAILABILITY OF LANDS FOR WORK, ETC.: 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, access haul roads, 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. 1.6 INTERPRETATIONS AND ADDENDA: A. All questions about the meaning or intent of the Bidding Documents are to be directed to ENGINEER. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. B. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 2- BASIS OF BIDDING 2.1 BID SECURITY: A. Each Bid must be accompanied by Bid security made payable to OWNER in an amount of five percent of Bidder's maximum Bid price and in the form of a cashier's check drawn upon a bank or trust company doing business in Arkansas or a Bid Bond issued by a surety meeting the requirements of Paragraph 5.A.1 of the General Conditions. The surety on such Bond or bonds shall be a duly authorized surety company satisfactory to the OWNER. B. The Bid security of Successful Bidder will be retained until such Bidder has executed the Agreement, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of the seventh day after the Effective Date of the Agreement or the sixty-sixth day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within seven days after the Bid opening. 00078A\00200 Instructions to Bidders 00200-3 C. Attorney' -fact who sign bid bonds or contract 11s must file with each bond a certified and effectively dated copy of their power of attorney. 2.2 CONTRACT TIMES: The number of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the term "Contract Times" is defined in Paragraph 1.B.9 of the General Conditions) are set forth in the Agreement (or incorporated therein by reference to the attached Bid Form). 2.3 LIQUIDATED DAMAGES: Provisions for liquidated damages, if any, are set forth in the Bid Form. 2.4 SUBSTITUTE AND "OR -EQUAL" ITEMS: The Contract, if awarded, will be on the basis of materials and equipment described in the ' Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in Paragraph 6.D of the General Conditions and may be supplemented in the General Requirements. 2.5 SUBCONTRACTORS, SUPPLIERS AND OTHERS: A. If the Supplementary Conditions or Special Conditions require the identity of certain Subcontractors, Suppliers and other persons and organizations (including those who are to furnish the principal items of material and equipment) to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening submit to OWNER a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person or organization if requested by OWNER. An OWNER or ENGINEER who after due investigation has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may before the Notice of Award is given request apparent Successful Bidder to submit an acceptable substitute, without an increase in Bid price. If apparent Successful Bidder declines to make any such substitution, OWNER may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. Any Subcontractor, Supplier, other person or organization listed and to whom OWNER or ENGINEER does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and 00078A\00200 Instructions to Bidders ' 00200A ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.E of the General Conditions. B. In contracts where the Contract Price is on the basis of Cost -of -the -Work Plus a Fee, apparent Successful Bidder, prior to the Notice of Award, shall identify in writing to OWNER those portions of the Work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the Work with OWNER'S written consent. C. No CONTRACTOR shall be required to employ any Subcontractor, Supplier, other person or organization against whom CONTRACTOR has reasonable objection. 2.6 WAGE RATES: The Bidders Bid is not required to include wage rates in accordance with the Arkansas Prevailing Wage Law, Arkansas Code Annotated §§ 522-9-306 to 22-9-313 (1987) and the administrative regulations promulgated there under for this project. The Arkansas Department of Labor Prevailing Wage Determination for this project is included at the end of Section 00200. 2.7 BID FORM: A. The Bid Form is included with the Bidding Documents; additional copies may be obtained from ENGINEER (or the Issuing Office). B. All blanks on the bid Form must be completed by printing in black ink or by typewriter. C. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. D. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. E. All names must be typed or printed in black ink below the signature. F. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). G. The address and telephone number for communications regarding the Bid must be shown. H. Evidence of authority to conduct business as an out-of-state corporation in the state where the Work is to be performed shall be provided in accordance with Paragraph 1.3 above. State contractor license number, if any, must also be shown. 00078A\00200 Instructions to Bidders 00200-5 2.8 SUBMISSION *BIDS: • ' A. Bids shall be submitted at the time and place indicated in the Advertisement of Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted) and name and address of Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. B. Each prospective Bidder shall submit one copy of the Bid Form with the Bid security attached. The Bid shall be submitted with a bound copy of the Bidding Documents intact. 2.9 MODIFICATION AND WITHDRAWAL OF BIDS: Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 2.10 OPENING OF BIDS: A. Bids will be opened and (unless obviously non -responsive) read aloud publicly at the place where Bids are to be submitted. 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. B. The ENGINEER and/or the OWNER shall have no obligation to provide or supply an abstract of Bids received (Bid Tabulation) to non Bidders. 2.11 BIDS TO REMAIN SUBJECT TO ACCEPTANCE: All Bids will remain subject to acceptance for the period of time stated in the Bid Fonn following the day of the Bid opening, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to that date. ARTICLE 3— CONTRACT PROCEDURES 3.1 AWARD OF CONTRACT: A. OWNER reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. OWNER also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. H I I 00078A\00200 instructions to Bidders ' 00200-6 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. Discrepancies between words and figures will be resolved in favor of the words. B. 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 maybe required in the Bid Form or prior to the Notice of Award. C. OWNER may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the ' Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. OWNER also may consider the operating costs, maintenance requirements, I performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. D. OWNER may conduct such investigations as OWNER deems necessary to assist in ' the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract IDocuments to OWNER'S satisfaction within the prescribed time. E. If the contract is to be awarded, it will be awarded to lowest Bidder whose evaluation I by OWNER indicates to OWNER that the award will be in the best interests of the Project. IF. If the contract is to be awarded, OWNER will give Successful bidder a Notice of Award within the time period established in the Bid Form. ' 3.2 CONTRACT SECURITY: ' Paragraph 5.A of the General Conditions set forth OWNER'S requirements as to performance and payment Bonds. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by the required performance and payment Bonds. 3.3 SIGNING OF AGREEMENT: When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen days thereafter CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten days thereafter OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. END OF SECTION •' 00078A\00200 Instructions to Bidders 00200-7 ♦., .., .uuu 1U: Ld 001 be24508 ARDEPTLABOR I PAGE 01 Mike Huckabee eovma. Keith W. Kestner, P. E. Hawkins -Weir Engineers, -Inc. 110 South 7" Street Van Buren, AR 72957-0648 Dear Mr. Kestner: STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 602-4600 • FAX: (501) 6024535 • Too; (000) 285.1131 November 21, 2000 Jam06 L. Salked a•clw Re: Water & Sanitary Sewer Improvements Garland Avenue Fayetteville, Arkansas Washington County HWEI Job No. 00078A Please be advised that the Arkansas Prevailing Wage Law shall not be construed to apply or affect highway, road, street, or bridge construction and maintenance or related work contracted for or performed by incorporated towns, cities, counties, or the Arkansas State Highwa a Transportation Department. Ark. Code Ann. §22-9-303(b)(1987), y and The Prevailing Wage Law excludes the above -referenced project from coverage and you are under no obligation to obtain a wage determination from this department. P If you have any questions, or if I can be of further assistance please contact me at th address or ucall (Span 682-4535 ion e above Sincerely, Don Cash PWL-12A Prevailing Wage Division • SECTION 00400 • BID FORM PROJECT NAME: Water and Sanitary Sewer Improvements Garland Avenue Sanitary Sewer Improvements Owl Creek Lift Station PROJECT NO. BID TO (OWNER): BID FROM (BIDDER): The City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 ARTICLE 1. The undersigned Bidder here by proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents and to furnish all materials, equipment, and labor required to perform the work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2. Bidder accepts all of the terms and conditions of the Invitation to Bid and ' Instruction to Bidders. This Bid will remain subject to acceptance for 60 calendar days following the date of the Bid Opening. Bidder will sign and deliver the required number of ' counterparts of the Agreement with all Bonds and other documents required by the Bidding Requirements within 10 days after the date of the receipt of OWNER's Notice of Award. ' ARTICLE 3. Bidder acknowledges receipt of the following Addenda: Number Date ARTICLE 4. The undersigned affirms that Bidder has examined the plans and specifications with the related documents and the site of the proposed work and is familiar with all local ' conditions surrounding construction of the proposed project, including availability of materials, equipment, labor and supplies. Furthermore, the Bidder affirms that the following unit prices shall include all labor, materials, overhead, profit, insurance, bonds, etc., to cover all expenses ' incurred in performing the work required under the Contract Documents, of which this Bid is a part. The unbalancing of Bid Items may be considered to be non -responsive and cause for ' 00078A\00400 Bid Form 00400-1 rejection. For changiWg quantities of work items from tl indicated by the Contract Document, and upon written instruction from the ENGINEER, the unit prices as given in the Bid Form shall prevail. ARTICLE 5. The undersigned agrees, if awarded the Contract to begin work within 10 calendar days or upon receipt of a written Notice to Proceed from OWNER and to fully complete all work within 120 consecutive calendar days after the date specified to begin work in the Notice to Proceed, should the CONTRACTOR fail to complete the work within the stated time, the CONTRACTOR shall pay OWNER as fixed, agreed, and liquidated damages, the sum of $500.00 per each calendar day of delay until the work is completed or accepted by OWNER. Additional time is allowed only for documented delays as stipulated in the Contract Documents. ARTICLE 6. The undersigned submits the, following subcontractors for use if the contract is awarded. The OWNER shall have the authority to reject the use of any subcontractor. Additional supporting information may be required by OWNER prior to approval or rejection of a subcontractor which has been proposed. Name Address Description of Work No subcontractor doing work in excess of five (5) percent of the total Bid amount and who is not listed above shall be used without the written approval of the OWNER. ARTICLE 7. The undersigned hereby acknowledges that this Contract is governed by the provision of the Arkansas State Prevailing Wage Law. CONTRACTOR'S bonds shall include a provision, which will guarantee the faithful performance in accordance with the prevailing hourly wage requirements. ARTICLE 8. The Bidder agrees to perform all of the work described in the specifications and as shown on the drawings and in accordance with the attached Contract Documents for the following unit and lump sum price(s): I I C I I LJ I I I I I I I Li 00078A\00400 Bid Form 00400-2 SCHEDULE OF BID ITEMS SCHEDULE I. SECTION I WATER AND SANITARY SEWER IMPROVEMENTS GARLAND AVENUE Item Quantity Unit Amount No. and Unit Description Price of Bid 1. 1 LS Traffic Control and Maintenance Dollars - per lump sum 2. I LS Excavation and Trench Safety System $ $ Dollars - per lump sum 3. I LS Clearing and Grubbing Dollars - per lump sum 4. 1 LS Site Preparation Dollars - per lump sum 5. 1 LS Site Restoration Dollars - per lump sum 6. 60 LF Remove and Reinstall Fence Dollars - per linear foot 7. 0 LF Remove and Dispose of Fence Dollars - per linear foot 00078M00400 00400-3 Bid Forth Item Quantity 0 Unit Amount No. and Unit Description Price of Bid 8. 330 SY Remove and Dispose of Concrete Pavement/Sidewalk (less than 6" thick) Dollars - per square yard 9. 45 SY Remove and Dispose of Concrete Pavement (6" + thickness) Dollars - per square yard 10. 1,020 SY Remove and Dispose of Asphalt Pavement Dollars - per square yard 11. 200 LF Remove and Dispose of Curb and Gutter $ $ Dollars - per linear foot 12. 1 EA Remove and Dispose of the Top 4' of Existing Sanitary Sewer Manhole. Fill bottom of Manhole With Sand and Abandon. Dollars - per each 13. 2 EA Remove and Salvage to Owner the Above Ground Dry Barrel Section of Existing Fire Hydrant. Remove and Dispose of the Remaining Fire Hydrant Assembly. $ $ Dollars - per each 14. 6 EA Remove and Dispose of the Top Half of Valve Box. Abandon Remaining Valve Box and Valve. Fill Hole with Concrete $ $ Dollars - per each OOO78A\OO4OO 00400-4 Bid Form I 1 I I I I Item Quantity Unit Amount No. and Unit Description Price of Bid Remove and Dispose of Existing 2" Water 15. 1 EA Meter and Appurtenances $ $ Dollars - per each 16. I EA Remove and Dispose of Existing I" Water Meter and Appurtenance Dollars - per each 17. 0 EA Remove and Dispose of Existing 3/4"x 5/8" Water Meter and Appurtenances $ $ Dollars - per linear foot 18. 303 LF Furnish and Install 24" Steel Encasement Pipe by Dry Bore Method to Include Pipe Spacers and End Seals $ $ Dollars - per linear foot 19. 455 LF Furnish and Install 16" Steel Encasement Pipe by Dry Bore Method to Include Pipe Spacers and End Seals $ $ Dollars - per linear foot 20. 453 LF Furnish and Install 4" Steel Encasement Pipe by Directional Method to Include End Seals $ $ Dollars - per linear foot 21. 4 CY Furnish and Install Concrete Encasement $ $ Dollars - per cubic yard 00D78AWo400 00400.5 Bid Form Item Quantity • Unit Amount No. and Unit Description Price of Bid 22. 2,781 LF Furnish and Install 12" PVC, AWWA C900, Class 200, Pipe Including Bedding, Tracer Wire and Detection Tape Dollars - per linear foot 23. 8 LF Furnish and Install 10" PVC, AWWA C900, Class 200, Pipe Including Bedding, Tracer Wire and Detection Tape Dollars - per linear foot 24. 829 LF Furnish and Install 8" PVC, AWWA C900, Class 200, Pipe Including Bedding, Tracer Wire and Detection Tape Dollars - per linear foot 25. 65 LF Furnish and Install 6" PVC, AWWA C900, Class 200, Pipe Including Bedding, Tracer Wire and Detection Tape - Dollars - per linear foot 26. 945 LF Furnish and Install 2" PE, ASTM D-2737, SDR 9, Water Service Line, Including Bedding, Tracer Wire and Detection Tape Dollars - per linear foot 27. 65 LF Furnish and Install 1" PE, ASTM D-2737, SDR 9, Water Service Line, Including Bedding, Tracer Wire and Detection Tape. $ $ Dollars - per linear foot 00078A\00400 00400-6 Bid Fwm Item Quantity Unit Amount No. and Unit Description Price of Bid 28. 0 LF Furnish and Install 3/4" Copper Water Service Line Including Bedding $ $ Dollars - per linear foot 29. I EA Fumish and Install 12" MJ Tapping Sleeve and Valve, 200 PSI Minimum Working Pressure , to Include Adjustable Valve Box and Concrete Collar $ $ Dollars - per each 30. 1 EA Furnish and Install 6" MJ Tapping Sleeve and Valve, 200 PSI Minimum Working Pressure , to Include Adjustable Valve Box and Concrete Collar $ $ Dollars - per each 31. 9 EA Furnish and Install 12" MJ Butterfly Valve, 200 PSI Minimum Working Pressure, to Include Adjustable Valve Box and Concrete Collar $ $ Dollars - per each 32. 2 EA Furnish and Install 10" MJ Gate Valve, 200 PSI Minimum Working Pressure, to Include Adjustable Valve Box and Concrete Collar Dollars - per each 33. 6 EA Furnish and Install 8" MJ Gate Valve, 200 PSI Minimum Working Pressure, to Include Adjustable Valve Box and Concrete Collar $ $ Dollars - per each , ii Bid Fan. Item Quantity Unit Amount No. and Unit Description Price of Bid Furnish and Install 6" MJ Gate Valve, 200 34. I EA PSI Minimum Working Pressure, to Include Adjustable Valve Box and Concrete Collar Dollars - per each Furnish and Install 2" MJ Gate Valve, 200 35. 8 EA PSI Minimum Working Pressure, to Include Adjustable Valve Box and Concrete Collar Dollars - per each 36. 1 EA Furnish and Install 2" Water Meter With Box Dollars - per each 37. 1 EA Furnish and Install I" Water Meter With Box Dollars - per each 38. 0 EA Furnish and Install 3/4" x 5/8" Water Meter with Box Dollars - per each 39. 2 EA Furnish and Install 2" Blow -off Assembly Dollars - per each 40. 1 EA Connect to Existing 12" Water Line to Include All Required Fittings Dollars - per each D 6J E $ $ 00078A\00400 00400-8 Bid Foram Item Quantity Unit Amount No. and Unit Description Price of Bid 41. 1 EA Connect to Existing 10" Water Line to Include All Required Fittings Dollars - per each 42. 1 EA Connect to Existing 8" Water Line to Include All Required Fittings Dollars - per each 43. 2 EA Connect to Existing 6" Water Line to Include All Required Fittings Dollars - per each 44. 1 EA Connect to Existing 2 1/2" Water Line to Include All Required Fittings Dollars - per each 45. 4 EA Connect to Existing 2" Water Line to Include All Required Fittings $ $ Dollars - per each 46. 2 EA Connect to Existing 1 1/2" Water Line to Include All Required Fittings Dollars - per each 47. 3 EA Connect to Existing I" Water Line to Include All Required Fittings $ $ Dollars - per each 48. 18 EA Connect to Existing 3/4" Water Line to Include All Required Fittings Q• P Dollars - per each 00078AN00400 00400.9 Bid Fm Item Quantity • mit Amount No. and Unit Description Price of Bid 49. 10 EA Furnish and Install New Complete Fire Hydrant Assembly. Dollars - per each Furnish and Install Restrained Joint, 50. 12,020 LB Ductile Iron Fittings to Include Polyethylene Wrap, (Compact AWWA C153) Dollars - per pound 51. 43 CY Furnish and Install Concrete Blocking Dollars - per cubic yard 52. 6 EA Furnish and Install 0-6' Standard Sanitary Sewer Manhole Dollars - per each 53. 11 VF Furnish and Install Additional Sanitary Sewer Manhole Depth Dollars - per vertical foot 54. 504 LF Furnish and Install 8" PVC, SDR 26, Sanitary Sewer Pipe to Include Gravel Bedding Dollars - per linear foot 55. 6 EA Furnish and Install 8" x 4" Sewer Service Wye to Include Gravel Bedding Dollars - per each 00078A\00400 Bid Form Item Quantity • Unit Amount No. and Unit Description Price of Bid 56. 30 LF Furnish and Install 4" PVC, Schedule 40, Sanitary Sewer Service Line to Include Gravel Bedding and Connection to Existing Service Line and to the New Sewer System. Dollars - per linear foot 57. 124 LF Excavate and Backfill Sanitary Sewer Trench, 0-6' Deep Dollars - per linear foot 58. 380 LF Excavate and Backfill Sanitary Sewer Trench, 6'+ Deep Dollars - per linear foot 59. 330 SY Construct 4" Thick Concrete Sidewalk Dollars - per square yard 60. 45 SY Construct 9" Thick Concrete Pavement Including W6 x W6 Wire Reinforcement Dollars - per square yard 61. 138 SY Construct 6" Thick Concrete Pavement Including W6 x W6 Wire Reinforcement Dollars - per square yard 62. 200 LF Construct Concrete Curb and Gutter $ $ Dollars - per linear foot 63. 1,020 SY Construct 3" Thick Type III, ACHM Patch to Include Prime Coat/Tack Coat $ $ Dollars - per square yard r1.' K :nn:ro:u F.xlp.i-t Item Quantity • lit Amount No. and Unit Description Price of Bid 64. 32 CY Concrete Slurry Backfill $ $ Dollars - per cubic yard 65. 1,840 CY Compacted Class 7 Aggregate Base Backfill $ $ Dollars - per cubic yard 66. 1,150 LF Furnish and Install 4" Wide Pavement Markings (Paint) in Accordance with Section 718, Standard Specifications for Highway Construction, AHTD 1996 Edition. New Pavement Markings to Match Existing Locations. Dollars - per linear foot 67. 0 SY Furnish and Install Solid Sod at Locations Designated by the Engineer $ $ Dollars - per square yard 68. 0 EA Furnish and Install Bollards at Locations Designated by the Engineer Dollars - per each TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION I $ 00078AX00900 00900-12 1 1 1 1 1 1 1 I Bid Fomu t Item Quantity No. and Unit Description 1. 1 LS Traffic Control and Maintenance $ Dollars - per lump sum 2. 1 LS Excavation and Trench Safety System Dollars - per lump sum 3. 1 LS Site Preparation to Include Clearing and Grubbing Dollars - per lump sum 4. 1 LS Site Restoration Dollars - per each 5. 15 LF Remove and Dispose of Fence Dollars - per linear foot 6. 15 LF Remove and Reinstall Fence Dollars - per linear foot 7. 1 EA Remove and Dispose of Existing Sanitary Sewer Manhole, Backfill with Gravel Dollars - per each Unit Amount Price of Bid $ 41 E il 00078A\00400 00400-13 Bid Form Item Quantity Unit Amount No. and Unit Description Price of Bid 8. 5 EA Furnish and Install 0-6' Standard Sanitary Sewer Manhole Dollars - per each 9. 15 VF Furnish and Install Additional Sanitary Sewer Manhole Depth Dollars - per vertical foot 10. 14 LF Furnish and Install 12" DI, Push -on Joint, Cement Lined, Sanitary Sewer Pipe to Include Gravel Bedding Dollars - per linear foot 11. 121 LF Furnish and Install 12" PVC, SDR 26, Sanitary Sewer Pipe to Include Gravel Bedding Dollars - per linear foot 12. 45 LF Furnish and Install 8" PVC, SDR 26, Sanitary Sewer Pipe to Include Gravel Bedding $ $ Dollars - per linear foot 13. 75 LF Furnish and Install 6" PVC, SDR 26, Sanitary Sewer Pipe to Include Gravel Bedding $ $ Dollars - per linear foot 14. 0 LF Excavate and Backfill Sanitary Sewer Trench, 0-6' Deep $ $ Dollars - per linear foot 00078A\00400 00400-14 • • Item Quantity Unit Amount No. and Unit Description Price of Bid 15. 255 LF Excavate and Backfill Sanitary Sewer Trench, 6'+ Deep $ $ Dollars - per linear foot 16. I LS Connect to Existing 8" PVC Sewer Line to Include Concrete Encasement $ $ Dollars - per lump sum 17. I LS Connect 12" Sewer Line to Existing Lift Station to Include Core Drilling and Sealing Around Pipe Penetration $ $ Dollars - per lump sum 18. 2 EA Cover Designated Sanitary Sewer Manholes with Polyethylene and Gravel $ $ Dollars - per each 19. 1 LS Cut the Existing 12" Sewer Pipe and Seal the Existing Pipe Entrance into the Lift Station $ $ Dollars - per lump sum 20. 1 EA Furnish and Install 8" x 4" Sewer Service Wye and 4" PVC, Schedule 40, Pipe to Connect Existing Sewer Service Subout to the New 8" Sewer Line $ $ Dollars - per each TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION II $ TOTAL BASIC CONTRACT PRICE - SCHEDULE I $ 00078A`100400 00400-15 Bid Font, Bidder By Title Business Address Telephone Fax Number Arkansas Contractor's License No. Nil #Tm .(Sill END OF SECTION 00078A\00400 Bid Form 00400-16 0 • SECTION 00520 CONTRACT AGREEMENT I. THIS CONTRACT AND AGREEMENT, made and entered into this day of , 20, by and between the as Party of the First Part, acting through its duly authorized representative, and Party of the Second Part. WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials and supplies required to be furnished and to perform the work for , in exact accordance with the Plans on file at the office of said Party of the First Part and Specifications, Proposals, Stipulations and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of 2. It is further agreed and understood by and between the Parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done or materials furnished under this agreement, the lump sum amount adjusted for variation of quantities at the unit prices named in the Bid which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the sums set forth in the Proposal, which shall be deducted from the final amount to be paid under this contract, provided that extensions of time with waiver of liquidated damages, may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to be responsible for repairs on any of the improvements covered herein due to faulty workmanship and/or materials for a period of one year beginning at the time of acceptance of the improvements by the City of . All improvements shall be made in conformance with Specifications and are subject to the approval of the City of 5. The Party of the Second Part agrees, also to carry Public Liability Insurance, Property Damage Insurance and Workman's Compensation Insurance in amounts as required in these Specifications. 0007BA\00520 Contmct Agreement 00520-1 0 WITNESS OUR HANDS THIS DAY OF .20 (Owner) (Title) WITNESS: (Address) (Contractor) (Title) WITNESS: (Address) Affix Corporate Seal here (if any) END OF SECTION 00078A\00520 Contract Agmemenl 00520-2 0 SECTION 00610 ARKANSAS PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we III a (2) hereinafter called "Principal" and (3I. of , State of hereinafter called the "Surety", are held and firmly bound unto (4) hereinafter called "OWNER" in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, said Principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , 20_, a copy of which is attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amount due for materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed 00078A\00610 Arkansas Performance and Payment Bond 00610-I 0 I in such work whether by subcontractor of otherwise, then this obligation shall be void, otherwise to remain in 11111 force and effect. The surety agrees the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as found by the Arkansas Department of Labor or as determined by the court on appeal to all workmen performing work under the contract. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this day of , 20_ Secretary (Principal) (SEAL) Witness as to. Principal (Principal) By: (Title) (Address) (Surety) (Address) L I P L I L I J L I I I I I 00078A\00610 Arkansas Performance and Payment Bond I 00610-2 • ATTEST: (Attorney -in -Fact) Secretary (Principal) (Address) (SEAL) (Witness as to Attorney -in -Fact) (Address) NOTE: Date of Bond must not be prior to date of contract. (1) Correct name of contractor. (2) A corporation, a partnership, or an individual, as case may be. (3) Correct name of surety. (4) Correct name of owner. (5) If contractor is partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Court of the county where the work is to be performed prior to the start of construction. 00078A\00610 Arkansas Perfotmancc and Payment Bond 00610-3 SECTION 00700 GENERAL CONDITIONS This document is based upon ENGINEERS Joint Contract Documents Committee "Standard General Conditions of the Construction Contract", with modifications. ARTICLE I — DEFINITIONS: A. DEFINITIONS - CONTRACT DOCUMENTS: I. The Contract Documents shall consist of the following: • a. Instructions to Bidders. Ib. CONTRACTOR'S Bid (including documentation accompanying the Bid and any post -bid documentation submitted and accepted prior to Notice of • Award) when attached as an exhibit to the Agreement. c. Agreement. d. Bonds. e. General Conditions. f. Labor -Related Regulations. g. Specifications. h. Contract Drawings. i. Addenda relating to any of these documents. j. Modifications issued after execution of the Agreement. B. DEFINITIONS - TERMS: Wherever used in these General Conditions or elsewhere in the Contract Documents, the following terms have the meanings indicated below, which are applicable to both the singular and plural thereof: 1. "Addenda" - written or graphic changes or interpretations of the Contract Documents issued by Engineer prior to the opening of Bids. 2. "Agreement" the written agreement between OWNER and CONTRACTOR covering the Work to be performed; other contract documents are attached to the agreement and made a part thereof as provided therein. 3. "Bid" - the formal offer of the Bidder submitted on the prescribed Bid Form together with the required Bid security and all information submitted with the Bid that pertains to performance of the Work. 00078A\00700 General Conditions S • 4. "Bidder" - any person, firm, or corporation submitting a Bid for the Work or their duly authorized representatives. 5. "Change Order" - a written document signed by OWNER and CONTRACTOR authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. 6. "Submittals"/"Compliance Submittals" - all shop drawings, product data and samples which are prepared by CONTRACTOR, a Subcontractor, manufacturer or supplier, and submitted by CONTRACTOR to ENGINEER as a basis for approval of the use of equipment and materials proposed for incorporation in the Work or needed to describe proper installation, operation and maintenance, or technical properties. 7. "Contract Drawings" - Drawings and other data designated as Contract Drawings prepared by ENGINEER for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. 8. "Contract Price" - the total monies payable to CONTRACTOR under the Contract Documents as stated in the Agreement. 9. "Contract Time" - the number of days or the dates stated in the Contract Documents for the completion of the Work. 10. "Contractor" - the person, firm or corporation with whom OWNER has entered into the Agreement. 11. "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. 12. "Field Order" - a written order issued by OWNER which orders minor changes in the Work in accordance with Paragraph 9.E but which does not involve a change in the Contract Price or the Contract Time. 13 14 15 16. "ENGINEER" or "Engineer -Architect" - Hawkins -Weir Engineers, Inc., an Arkansas Corporation and it's duly authorized representatives. "Equipment" - all equipment, apparatus, devices and parts thereof required as part of the Work and which may not properly be considered as "materials". "Law" - law of the place of the OWNER which shall govern the performance hereunder. "Laws and Regulations", "Laws or Regulations" - laws, rules, regulations, ordinances, codes and/or orders. P L I I J I II I I I I 00078A\00700 General Conditions 00700-2 • 17. "Notice of Award" - the written notice by OWNER to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 18. "Notice to Proceed" - the written notice by OWNER to CONTRACTOR fixing the date on which the contract time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligation under the Contract Documents. 19. "OWNER" - the individual, entity, public body, or authority with whom the CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 20. "Partial Utilization" - Placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion of all the Work. 21. "Project" - the total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 22. "Resident Project Representative" - the authorized representative of the OWNER who is assigned to the construction site or any part thereof. 23. "Reference Drawings" - drawings not specifically prepared for this Contract, but which contain information pertinent to the Work. 24. "Specifications" - those portions of the Contract Documents consisting of written technical descriptions of the Work, and covering the equipment, materials, workmanship and certain administrative details applicable thereto. 25. "SUBCONTRACTOR" - an individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 26. "Substantial Completion" - the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it was intended. 27. "Supplier" - a manufacturer, fabricator, supplier, distributor, materialman or vendor. 28. "Unit Price Work" - Work to be paid on the basis of unit prices. "Work" — the entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, the furnishing of bonds and insurance, furnishing labor and 00078A\00700 Gcneml Conditions 00700-3 furnishing and incorporating materials and equipm' into the construction, all as required by the Contract Documents. 29. "Work Directive Change" - A written directive to CONTRACTOR, issued on or after the effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in Article 4 or to emergencies under Paragraph 6.M. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change 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 Time as provided in Paragraph 10.A.2. 30. "Written Amendment" - Not Applicable. 31. The words "as indicated" refer to the Drawings and "as specified" refer to the remaining Contract Documents. 32. The terms "responsible" or "responsibility" mean that the party to which the term applies shall assume all responsibilities thereto. 33. The term "approve", when used in response to submittals, requests, applications, inquiries, reports and claims by CONTRACTOR, will he held to limitations of Engineers responsibilities and duties or specified in these General Conditions. In no case will "approval" by ENGINEER be interpreted as a release of CONTRACTOR from responsibilities to fulfill requirements of Contract Documents. I I 11 I I I I I I I I 34. When applied to services, equipment and materials, the words "furnish", "install", and "perform" or "provide" shall mean the following: a. The word "furnish" shall mean to supply and deliver -said services, materials, or equipment to the job site ready for use or installation and in usable or operable condition. b. The word "install" shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. c. The words "perform" or "provide" shall mean to furnish and install -said services, materials, or equipment complete and ready for intended use. ARTICLE 2- PRELIMINARY MATTERS: A. DELIVERY OF BONDS: When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with Paragraph 5.A. I I 00078A\00700 General Conditions I 00700-4 ' B. COPIES OF DOCUMENTS: OWNER will furnish to CONTRACTOR three (3) sets of I Contract Documents, which shall include plans and specifications. Additional copies will be provided upon CONTRACTOR'S request at the cost of reproduction plus any shipping charges. IC. COMMENCEMENT OF CONTRACT TIME: NOTICE TO PROCEED: The Contract Time will commence to run 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 Time commence to run later than the 45th day after the day of Bid opening or the 30th day after the Effective Date of the Agreement, whichever date is earlier. D. STARTING THE PROJECT: CONTRACTOR shall start to perform the Work on the date when the Contract Time commences to run, but no Work shall be done at the site prior to the date on which the Contract Time commences to run. E. BEFORE STARTING CONSTRUCTION: I1. Before starting construction and undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and Icheck and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR'S shall promptly report in writing to ENGINEER any conflict, error 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 or discrepancy in the Contract Documents, unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. 2. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: a. An estimated progress schedule indicating the starting and completion ' dates of the various stages of the Work. b. A preliminary procurement schedule. Ic. A preliminary schedule of Submittal submissions. Id. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. I00078A\00700 tt 11 ; Gencml Conditions 3. Before anWork at the site is started, CONTRACWiR shall deliver to OWNER, with a copy to ENGINEER, certificates and other evidence of insurance requested by OWNER which CONTRACTOR is required to purchase and maintain in accordance with Paragraph 5.B. 1 F. PRECONSTRUCTION CONFERENCE: Within 20 days after the Effective Date of the ' Agreement, but before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Paragraph 2.E.2 to discuss procedures for handling Submittals, processing Applications for Payment, and to establish a working understanding among the parties as to the Work. G. FINALIZING SCHEDULES: At least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to finalize the schedules submitted in accordance with Paragraph 2.E.2. The finalized progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within the Contract. Time, but such acceptance will neither impose on ENGINEER responsibility for the progress or scheduling of the Work nor relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Submittal submissions will be acceptable to ENGINEER as providing a workable arrangement for processing the submissions. The finalized schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3- CONTRACT DOCUMENTS: INTENT, AMENDING. REUSE: I A. INTENT: 1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the OWNER. 2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment, which may reasonably be inferred from the Contract Documents as being required to produce the intended result, will be supplied whether or not specifically called for. a. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. b. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opening of Bids except as may 000780\00700 General Conditions ' 00700-6 • • be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to ENGINEER, or any of ENGINEER'S consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.J.3 or 9.J.4. c. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in Paragraph 9.D. 3. If, during the performance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, CONTRACTOR shall so report to IENGINEER in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from ENGINEER; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for Ifailure to report any conflict, error or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have Iknown thereof. 4. In case of any conflict between manufacturers' data and the Contract Documents, the Contract Documents will take precedence. 5. Applicable codes and standards referenced in these Contract Documents establish minimum requirements for equipment, materials and Work and are superseded by more stringent requirements of Contract Documents when and where they occur. 6. The Specifications are separated into Divisions and Sections for convenience in defining the Work. Contract Drawings are separated according to engineering disciplines and other classifications. This sectionalizing and the arrangement of Contract Drawings shall not control the CONTRACTOR in dividing the Work among Subcontractor or Suppliers or delineating the Work to be performed by any specific trade. B. AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: 1. 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: a. A Change Order (pursuant to Paragraph I 0.A.3). 2. As indicated in Paragraphs I1.A.2 and 12.A.1, Contract Price and Contract Time may only be changed by a Change Order. I3. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in the 00078A\00700 General Conditions 00700-7 following way: • ' a. A Field Order (pursuant to Paragraph 9.E). ' b. ENGINEER'S written interpretation or clarification (pursuant to Paragraph ' 9.D). C. OWNERSHIP AND REUSE OF DOCUMENTS: , I. All Contract Documents and copies thereof furnished by ENGINEER shall remain his property. With the exception of those copies signed in connection with the execution of the Agreement, all Contract Documents shall be returned to Engineer on request upon completion of the Work. 2. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall 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: and they shall not reuse any of them on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ' Engineer. ARTICLE 4 - AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE ' POINTS: A. AVAILABILITY OF LANDS: 1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. 2. If CONTRACTOR believes that any delay in OWNER'S furnishing these lands, rights -of -way or easements entitles CONTRACTOR to an extension of the Contract Time, CONTRACTOR may make a claim therefor as provided in Article 12. 3. 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. CONTRACTOR shall confine his operations to the immediate area of the work. B. SUBSURFACE AND PHYSICAL CONDITIONS: 1. Reports and Drawings - Reference is made to the General Conditions for 00078A\00700 General Conditions 00700-8 I • identificatior?of: Ia. Subsurface Conditions - Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized Iby ENGINEER in preparing the Contract Documents; and b. Physical Conditions - Those drawings of physical conditions in or relating Ito existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. I2. Limited Reliance by CONTRACTOR Authorized: Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" ' contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR ' may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's consultants with respect to: ' a. 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 ICONTRACTOR and safety precautions and programs incident thereto, or I b. Other data, interpretations, opinions and information contained in such reports or shown or indicted in such drawings, or I C. Any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. ' 3. Notice of Differing Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: Ia. Is of such nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in Paragraphs B.1 and B.2 Iis materially inaccurate, or b. Is of such a nature as to require a change in the Contract Documents, or c. Differs materially from that shown or indicated in the Contract Documents, or ' d. 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 Idisturbing conditions affected thereby or performing any Work in Connection therewith, notify OWNER and ENGINEER in writing about such conditions. I 00078A\00700 General Conditions 00700-9 CONTRACTOR shall not further disturb such con itions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4. ENGINEER'S Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER'S obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER'S findings and conclusions. 5. Possible Contract Documents Change: If ENGINEER concludes that a change in ' the Contract Documents is required as a result of a condition that meets one or more of the categories in Paragraph B.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR'S cost of, or time required for performance of, the Work; subject, however, to the following: a. Such condition must meet any one or more of the categories described in Paragraphs B.3.a through B.3.d, inclusive; b. A change in the Contract Documents pursuant to Paragraph B.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; c. 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.H and 11.E; and d. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Time if: (1) The existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR'S making such final commitment; or (2) CONTRACTOR failed to give the written notice within the time and as required by Paragraph 8.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefore as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEER's consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 00078A\00700 General Conditions I 00700-10 • C. D. PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: 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 or by others. Unless it is otherwise expressly provided: a. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data: and, b. CONTRACTOR shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof as provided in Paragraph 6.L and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. 2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by Paragraph 6.M), identify the owner of such Underground Facility and give written notice thereof to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in Paragraph 6.L. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefore as provided in Articles 11 and 12. REFERENCE POINTS: OWNER will provide engineering surveys to establish reference points for construction, which in ENGINEER'S judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or 00078A\00700 General Conditions 00700-11 locations, and shall be responsible for the accurate eplacement or relocation of such reference points by professionally qualified personnel. CONTRACTOR shall be responsible for any mistakes or loss of time that may result from their loss or disturbance. 2. CONTRACTOR shall make such surveys as are required for establishing pay limits and determining quantities for progress pay estimates. He shall furnish ENGI with one copy of all field notes of such surveys. I ARTICLE 5- BONDS AND INSURANCE: A. PERFORMANCE AND OTHER BONDS: I. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance 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 otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act. 2. The bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the Contract in the event of Change Orders, regardless of the amount of time or money involved. It is CONTRACTOR'S responsibility to notify his surety of any changes affecting the general scope of the Work or change in the Contract Price or Time. 3. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 4. Date of bonds shall be the same as the Effective Date of the Agreement. 5. At any time during the continuance of the Contract the surety on any bond becomes unacceptable to OWNER for financial reasons, OWNER has the right to require additional and sufficient sureties which CONTRACTOR shall furnish to the satisfaction of OWNER within ten days after notice to do so. 6. If the surety on any bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any 00078A\00700 General Conditions 00700-12 • • part of the Project is located or it ceases to meet the requirements of Paragraph ' 5.A.1, CONTRACTOR shall within five days thereafter substitute another bond and Surety, both of which must be acceptable to OWNER. ' B. INSURANCE: 1. CONTRACTOR'S Liability Insurance: a. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being ' performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR'S performance and furnishing of the Work and CONTRACTOR'S other ' obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any SUBCONTRACTOR, by anyone directly or indirectly employed by any of them to perform or furnish any Iof the Work, or by anyone for whose acts any of them may be liable: ' (1) Claims under workers or workmen's 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; ' (4) Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; (5) Claims for damages, other than to the Work itself, because of I injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; ' (6) Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and ' (7) 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 insurance required by this Paragraph shall include the specific I coverages, and be written for not less than the limits of liability and coverages specified or required by law, whichever is greater. (1) Workmen's compensation: Statutory ' 00078A\00700 00700-13 General Conditions (2) Employer's Liability: $100,000 each person ' (3) Comprehensive General Liability Bodily Injury (including ' completed operations and products liability) $1,000,000 Each occurrence ' $2,000,000 Annual Aggregate Property Damage ' $1,000,000 Each occurrence $2,000,000 Annual Aggregate or a combined single limit of $5,000,000 (4) Property Damage Liability insurance will provide explosion, I collapse and underground coverages where applicable. (5) Comprehensive Automobile Liability: Bodily Injury $100,000 Each person $100,000 Each occurrence Property Damage '. $500,000 Each occurrence or a combined single limit of $1,000,000 (6) The insurance specified above except Workmen's Compensation and Employer's Liability shall be endorsed to include the OWNER and ENGINEER as additional insureds thereunder. c. The comprehensive general liability insurance shall include completed operations insurance and premises/operations insurance. All of the policies of insurance so required to be purchased and maintained or the certificates or other evidence thereof shall contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and ENGINEER by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Paragraph 13.G. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. ' [4r :9! 1'r' d. The property damage liability coverage under this policy shall contain no exclusion (commonly referred to as XC&U exclusion) relative to blasting, explosion, collapse of buildings, or damage to underground property. This policy shall provide Broad Form Property Damage coverage. e. This insurance shall include Independent Contractors Protective Liability Gcncml Conditions 00700-14 0 S coverage. 2. Contractual Liability Insurance: The comprehensive general liability insurance required by Paragraph 5.B.l.a will include contractual liability insurance applicable to CONTRACTOR'S obligations under Paragraphs 6.P.1 and 6.P.2. The insurance required by this Paragraph shall be written for not less than the limits of liability and coverages specified. 3 Ell Bodily Injury $1,000,000 Property Damage $1,000,000 $2,000,000 Each occurrence Each occurrence Annual Aggregate OWNER'S Protective Liability Insurance: a. CONTRACTOR shall be responsible for purchasing and maintaining OWNER'S protective liability insurance naming the OWNER and ENGINEER as named insured. b. This insurance shall have the same limits of liability as the Comprehensive General Liability Insurance and shall protect OWNER and ENGINEER against any and all claims and liabilities for injury to or death of persons, or damage to property caused in whole or in part by, or alleged to have been caused in whole or in part by, the negligent acts or omissions of CONTRACTOR or SUBCONTRACTORS or any agent, servant, worker, or employee of CONTRACTOR or SUBCONTRACTOR arising from the operations or Work hereunder. c. This insurance may be provided by endorsement to CONTRACTOR'S Comprehensive General Liability Insurance policy. Property Insurance: a. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site to the full insurable value thereof subject to such deductible amounts as follows or required by Laws and Regulations. This insurance shall be on the completed value form, shall include the interests of OWNER, CONTRACTOR, SUBCONTRACTORS, ENGINEER and ENGINEER'S consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief; collapse and water damage, 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 fees and charges of engineers, architects, attorneys and other General Conditions 00700-15 0 0 1 professionals. If not covered under the "all risk" insurance 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 all Application for Payment. (1) Deductible Amount: $100,000. ' b. CONTRACTOR shall purchase and maintain such boiler and machinery insurance or additional property insurance as required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, SUBCONTRACTORS, ENGINEER and ENGINEER'S consultants in the Work, all of whom shall be listed as insured or additional insured parties. c. All policies of insurance or the certificates or other evidence thereof , required to be purchased and maintained by CONTRACTOR in accordance with Paragraph 5.B.4 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and ENGINEER by certified mail and will contain waiver provisions in accordance with Paragraph B.6 below. d. Copies of policies shall be furnished upon demand. Properly executed ' certificates indication insurance types and limits shall be provided. 5. Transit Insurance: ' a. Transit Insurance shall be furnished by (CONTRACTOR) to insure and protect CONTRACTOR and OWNER from all risks of physical loss or damage to equipment and materials, not otherwise covered under other policies, during transit from point of origin to the site of installation or erection. b. This insurance shall be written on an All Risk basis with additional coverages applicable to the circumstances which may occur in the particular Work included in this Contract. c. This insurance shall be in an amount not less than 100 percent of the ' manufactured or fabricated value of items exposed to risk in transit at any one time. 6. Waiver of Rights: a. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to Paragraph 5.B.4 and any other property insurance applicable to the Work, and also waive all such rights against the SUBCONTRACTORS, ENGINEER ENGINEER'S consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by Paragraph 6.E.4, each subcontract between 00078A\00700 General Conditions 00700-16 0 r CONTRACTOR and a SUBCONTRACTOR will contain similar waiver provisions by the SUBCONTRACTOR in favor of OWNER, CONTRACTOR, ENGINEER, ENGINEER'S consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. b. OWNER and CONTRACTOR intend that any policies provided in response to Paragraph 5.B.4 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by ENGINEER or ENGINEER'S consultant OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. 7 A Receipt and Application of Proceeds: a. Any insured loss under the policies of insurance required by Paragraph 5.B.4 will be adjusted with owner and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.B.7.b, OWNER shall deposit in a separate account any money below so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall he 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 trustee 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 trustee shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: a. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with Paragraph 5.B on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with Paragraph 2.E.3. Failure by OWNER to give notice of objection within the time provided r'xin:7 t,TIYIb1 General Conditions 00700-17 0 I shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. 9. Partial Utilization - Property Insurance: a. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with Paragraph 14.F; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES: A. SUPERVISION AND SUPERINTENDENCE: 1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 2. CONTRACTOR shall keep on the Work at all times during its progress a ' competent resident superintendent at the site 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 the superintendent shall be as binding as if given to CONTRACTOR. 3. When manufacturer's field services in connection with the erection, installation, start-up or testing of equipment furnished under this Contract, or instruction of OWNER'S personnel thereon are specified, CONTRACTOR shall keep on the Work, during its progress or as specified, competent manufacturer's field representatives and any necessary assistants. B. LABOR MATERIALS AND EQUIPMENT: 1. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and 00078A\00700 General Conditions 00700-18 • order at the site. Except in connection with the safety protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER'S written consent given after prior written notice to ENGINEER. 2. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 3. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to. the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to ENGINEER, or any of ENGINEER'S consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.J.3 and 9.J.4. 4. All equipment and materials incorporated in the Work shall be designed to meet the applicable safety standards of Federal, State and Local laws and regulations. C. ADJUSTING PROGRESS SCHEDULE: CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in Paragraph 2.G.) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. D. SUBSTITUTES OR "OR -EQUAL" ITEMS: Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by the words "or equal" no substitution is permitted. Where substitution is permitted, materials or equipment of other Suppliers may be accepted by OWNER if sufficient information is submitted by contractor to allow OWNER/ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named. 2. The procedure for review by the ENGINEER will be supplemented in the General Requirements of materials and equipment. 00078A\00700 General Conditions 00700-19 a. Requests for review of substitute items will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. b. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR'S achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any -of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service shall be indicated. The application shall also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish at CONTRACTOR'S expense additional data about the proposed substitute. 3. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to ENGINEER, if CONTRACTOR submits sufficient information to allow ENGINEER to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in Paragraphs 6.D.1 and 6.D.2 as applied by ENGINEER and as may be supplemented in the General Requirements. 4. ENGINEER will be allowed a reasonable time within which to evaluate each proposed substitute. OWNER will be the sole judge of acceptability, and no substitute will he ordered, installed or utilized without ENGINEER'S prior written acceptance which will be evidenced by either a Change Order or an approved Compliance Submittal. OWNER may require CONTRACTOR to furnish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to any substitute. ENGINEER will record time required by ENGINEER and ENGINEER'S consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not OWNER accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER'S consultants for evaluating each proposed substitute and in making changes in the Contract Documents occasioned thereby. I I n I I Li I I I I I E C I 00078A\00700 General Conditions ' 00700-20 S • E. CONCERNING SUBCONTRACTORS SUPPLIERS AND OTHERS: CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in Paragraph 6.E.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 2. If the Contract Documents require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to OWNER within the required time after bid opening prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof, OWNER'S or ENGINEER'S acceptance (either in writing or by failing to make written objection thereto) of any such Subcontractor; Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 3. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR'S own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 4. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER and contains waiver provisions as required by Paragraph 5.B.6. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to Paragraph 5.B.4. F. PATENT FEES AND ROYALTIES: I. CONTRACTOR shall pay all license fees and royalties and assume all costs 0007BA\00700 Gcneml Conditions 00700-21 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. 2. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees and court and arbitration costs) arising out of 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, and shall defend all such claims in connection with any alleged infringement of such rights. G. PERMITS: Unless otherwise provided in the Contract Documents, CONTRACTOR shall obtain and pay for. all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. ' 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. ' H. LAWS AND REGULATIONS: 1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR'S compliance with any Laws or Regulations. 2. If CONTRACTOR observes that the Specifications or Drawings are at variance with any Laws or Regulations, CONTRACTOR shall give ENGINEER prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in Paragraph 3.B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such laws or Regulations, and without such notice to ENGINEER, CONTRACTOR shall bear all costs arising therefrom; however, it shall not be CONTRACTOR'S primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. I. TAXES: CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid or withheld by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 00078A\00700 General Conditions 00700-22 J. USE OF PREMISES: 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim 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 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 such other party against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. 2. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 3. 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. K. RECORD DOCUMENTS: CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive changes, Field Test Records, Field Orders and written interpretations and clarifications (issued pursuant to Paragraph 9.D) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Submittals shall be available to ENGINEER for reference. Upon completion of the Work, these record documents, and Submittals shall be delivered to ENGINEER for OWNER. 2. Receipt and acceptance of record documents will be a prerequisite for final payment on the Contract. L. SAFETY AND PROTECTION: 00078A%00700 Gcncml Conditions 00700-23 1. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to: a. All employees on the Work and other persons and organizations who may be affected thereby; ' b. All the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and c. 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. 2. CONTRACTOR shall comply with all applicable laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss, and shall erect and maintain all necessary , safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.L.l.b or 6.L.l.c caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR'S duties and responsibilities for the safety and 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.I.1 that the Work is acceptable (except as otherwise expressly provided in connection -with Substantial Completion). 3. CONTRACTOR shall designate a responsible representative at the site whose duty shall be the prevention of accidents. This person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to OWNER. M. EMERGENCIES: In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from ENGINEER or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER 00078A\00700 General Conditions 00700-24 Idetermines that a c rage in the Contract Documents is required because of the action ' taken in response to an emergency, a Change Order will be issued to document the consequences of the changes or variations. N. SUBMITTALS: 1. After checking and verifying all field measurements and after complying with ' applicable procedures specified in the General Requirements, CONTRACTOR shall submit to Engineer for review and acceptance in accordance with the accepted schedule of submissions, copies of submittals which will bear the ' required information that CONTRACTOR has satisfied CONTRACTOR'S responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as ENGINEER may require. The I data shown on submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable Engineer to review the information as required. Each shop drawing shall indicate ' the name and telephone number of the individual responsible for preparation of the drawing. ' 2. Before submission of each Submittal, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each submittal with other submittals and with the requirements of the Work and the Contract Documents. ' 3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of each variation that the Submittal may have from the ' requirements of the Contract Documents, and in addition, shall cause a specific notation to be made on each Submittal submitted to ENGINEER for review and approval of each such variation. 4. ENGINEER will review submittals with reasonable promptness, but ENGINEER'S review and acceptance will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Submittals and resubmit as required for review and acceptance. ENGINEER will record time required by ENGINEER to review Submittals which are submitted three or more times before final acceptance. CONTRACTOR shall reimburse OWNER for the charges of ENGINEER for review of the third and all subsequent submittals. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous Submittals. ' 00078A\Oo700 General Conditions 00700-25 5. ENGINEER'S review and acceptance of Su mittals shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER'S attention to each such variation at the time of submission and ENGINEER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Submittal; nor will any acceptance by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Submittals. 6. Where a Submittal is required by the Specifications, any related Work performed prior to ENGINEER'S review and acceptance of the pertinent submission will be the sole expense and responsibility of CONTRACTOR. O. CONTINUING THE WORK: CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.C or as CONTRACTOR and OWNER may otherwise agree in writing. P. INDEMNIFICATION: To the fullest extent permitted by Laws and Regulations Contractor shall indemnify and hold harmless OWNER and ENGINEER and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense: a. 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 b. Is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 2. In any and all claims against OWNER or ENGINEER or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.P. I 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 or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. I I I I I I I I I L I I I Li [J 00078A\00700 General Conditions 00700-26 1 • • I 3. The obligations of CONTRACTOR under Paragraph 6.P. I shall not extend to the liability of the ENGINEER, ENGINEER'S consultants, agents or employees arising out of the professional negligence, errors or omissions of any of the them. ' ARTICLE 7- OTHER WORK: A. RELATED WORK AT SITE 1. OWNER may perform other work related to the Project at the site by OWNER'S ' own forces, have other work performed by utility owners or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract ' Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work: and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires ' additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. ' 2. CONTRACTOR shall afford each utility owner and other contractor who is a part to such a direct contract (or OWNER, if OWNER is performing the additional ' work with OWNER'S employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and I coordinate the Work with their work. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not I 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. I3. If any part of CONTRACTOR'S work depends for proper execution or results upon the work of any such other contractor or utility owner (or OWNER), I CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR'S failure so to I report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR'S Work except for latent or nonapparent defects and deficiencies in the other work. B. COORDINATION: If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and ' responsibility for coordination of the activities among the various prime contractors will be identified in the General Requirements, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and Iresponsibilities will be provided. IARTICLE 8- OWNER'S RESPONSIBILITIES: A. COMMUNICATIONS: OWNER shall issue all communications to CONTRACTOR I 0007&A\00700 Gcncmt Conditions 00700-27 • • through Resident Project Representative. I B. CHANGE OF ENGINEER OR RESIDENT PROJECT REPRESENTATIVE: In case of termination of the employment of ENGINEER or Resident Project Representative, OWNER shall appoint an ENGINEER or Resident Project Representative whose status under the Contract Documents shall be that of the former ENGINEER or Resident Project Representative. C. REQUIRED DATA: OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in Paragraphs 14.D.1 and 14.I.1. D. LANDS AND EASEMENTS: OWNER'S duties in respect of providing lands and easements (and providing engineering surveys to establish reference points) are set forth in Paragraphs 4.A (and 4.D). Li I I nL E. INSURANCE: Not Applicable. I F. CHANGE ORDERS: OWNER shall execute Change Orders as indicated in Paragraph I0.A. G. INSPECTIONS AND TESTS: OWNER'S responsibility in respect of certain inspections, tests and approvals set forth in Paragraph 13.C.2. H. STOPPING THE WORK: In connection with OWNER'S right to stop Work or suspend Work, see Paragraphs 13.F and 15.A. Paragraph 15.B.1 deals with OWNER'S right to terminate services of CONTRACTOR under certain circumstances. ARTICLE 9— ENGINEER'S STATUS DURING CONSTRUCTION: A. OWNER'S REPRESENTATIVE: ENGINEER will be OWNER'S representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER'S representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. B. VISITS TO SITE: ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. ENGINEER'S efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site observations as an experienced and qualified design professional, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. C. PROJECT REPRESENTATION: 00078A\00700 I I I C Li I I Genent Conditions ' 00700-28 S I1. OWNER will furnish Resident Project Representative and assistants to observe. a. Communications pertaining to Submittals, written interpretations, and ' Change Orders shall be directed to Resident Project Representative at his home office. ' b. Communications pertaining to day-to-day operations at the site shall be directed to Resident Project Representative. ' c. Resident Project Representative and his assistants will conduct observations of the Work in progress to assist ENGINEER in determining that the Work is proceeding in accordance with the Contract Documents. ' d. Resident Project Representative will not have authority to permit any deviation from the Contract Documents, except with concurrence of ' OWNER. D. CLARIFICATIONS AND INTERPRETATIONS: ENGINEER will issue with ' reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may ' determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of I the Contract Time and the parties are unable to agree to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or Article 12. ' E. AUTHORIZED VARIATIONS IN WORK: OWNER 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 Time and are consistent with the overall ' intent of 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. ' F. REJECTING DEFECTIVE WORK: II. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, and will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.E.2, whether or not the Work is fabricated, installed or completed. 2. Resident Project Representative will have authority, subject to final decision of ' Engineer, to disapprove or reject any defective workmanship, equipment or material. IG. SUBMITTALS: I. In connection with ENGINEER'S responsibility for Submittals, see Article 6.N. 2. In connection with ENGINEER'S responsibilities as to Change Orders, see I 00078A\00700 General Conditions 00700-29 Articles 10, 11 and 12. • ' 3. In connection ENGINEER'S responsibilities in respect of Applications for ' Payment, etc., see Article 14. H. DETERMINATIONS FOR UNIT PRICES: ' 1. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR ENGINEER'S preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). I. J. DECISIONS ON DISPUTES: 1. Resident Project Representative will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and famishing of the Work and claims under Articles 11 and 12 in ' respect of changes in the Contract Price or Contract Time will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with ' this Paragraph, which ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than 30 days) after the occurrence of the event giving rise thereto, and written supporting data shall be submitted to ENGINEER and the other party within 60 days after such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim. 2. When functioning as interpreter and judge under Paragraphs 9.H and 9.I.1, ' 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 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.K) 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. ' LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: 1. Neither ENGINEER'S authority to act under this Article 9 or elsewhere in the ' Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility ' of ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. ' 00078A\00700 General Conditions 00700-30 2. Whenever int a Contract Documents the terms "asdirected", "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of Engineer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraphs 9.J.3 or 9.J.4. 3. ENGINEER will not be responsible for CONTRACTOR'S means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and ENGINEER will not be responsible for CONTRACTOR'S failure to perform or furnish the Work in accordance with the Contract Documents. 4. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 5. The presence or absence of ENGINEER or his representative will not act to relieve CONTRACTOR of any responsibility or of any guarantee of his performance. Neither will observation by ENGINEER or his representative in any way be understood to relieve CONTRACTOR of any responsibility for proper supervision of the Work at all times. ARTICLE 10 - CHANGES IN THE WORK: A. GENERAL: 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; these will be authorized by a Written Amendment, a Change Order or a Work Directive Change. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which shall be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or a shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefore as provided in Article II or 12. 00078A\00700 Genend Conditions 00700-31 3. CONTRACTOR ' shall not he entitled to an increase in the Contract price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in Paragraphs 3.B.1 and 3.8.3, except in the case of an emergency as provided in Paragraph 6.M and except in the case of uncovering Work as provided in Paragraph 13.E.2. 4. OWNER and CONTRACTOR shall execute appropriate Change Orders (or Written Amendments) covering: a. Changes in the Work which are ordered by OWNER pursuant to Paragraph 10.A.1, are required because of acceptance of defective Work under Paragraph 13.I or correcting defective Work under Paragraph 13.J, or are agreed to by the parties; , b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and ' c. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by ENGINEER pursuant to Paragraph 9.I.1, 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, CONTR shall carry on the Work and adhere to the progress schedule as provided in Paragraph 6.O. 5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR'S responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11 - CHANGE OF CONTRACT PRICE: A. GENERAL: 1. The Contract Price constitutes the total compensation (subject to authorized ' adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 2. The Contract Price may only be changed by a Change Order or a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount ' of the claim with supporting data shall be delivered within 60 days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) 00078A\00700 General Conditions 00700-32 and shall be accompanied by claimant's written'tement that the amount ' claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in I accordance with Paragraph 9.I.1 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph I 3. The value of any Work covered by a Change Order or of any claim for an increase I or decrease in the Contract Price shall be determined in one of the following ways: ' a. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph II.C.1.b.(1). ' b. On the basis of the Cost of the Work (determined as provided in Paragraphs II.B.I and I I.B.2) plus a CONTRACTOR'S Fee for overhead ' and profit (determined as provided in Paragraphs I I .C.I and 1 I.C.2). B. COST OF THE WORK I. The term Cost of the Work means the sum of all costs necessarily incurred and I paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the ' following items and shall not include any of the costs itemized in Paragraph II.B.2. I a. 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. 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 I social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such I employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. b. Cost of all materials and equipment furnished and incorporated in the ' Work, including costs of transportation and storage thereof, and Supplier's field services required in connection therewith. All cash discounts shall I 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 I 00078A\00700 General Conditions 00700-33 reds and all returns from sale of surplumaterials and equipment shall , accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. c. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids will be accepted. If a 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 shall be determined in the same manner as CONTRACTOR'S Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. ' d. 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. e. Supplemental costs including the following: I (1) The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR'S employees incurred in discharge of duties connected with the Work. (2) Costs, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. (3) Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. (4) Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. (5) Deposits lost for causes other than negligence of CONTRACTOR, ' any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 00078A\00700 General Conditions ' 00700-34 (6) •Losses and damages,compensated by i not nsurance or otherwise, Ito the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work provided they have resulted from causes other than the negligence ' of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the I written consent and approval of OWNER. No such losses, damages and expenses shall be included in the cost of the Work for the purpose of determining CONTRACTOR'S fee. If, however, ' any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in Paragraph (7) The cost of utilities, fuel and sanitary facilities at the site. (8) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. (9) Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts I. established by OWNER in accordance with Paragraph 5.B.4.d. 2. The term Cost of the Work shall not include any of the following: Ia. Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, ' accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR'S principal or a branch office for general I administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.B.1.a or specifically covered by Paragraph 11.B.I.d, all of which are to be considered administrative costs covered by the CONTRACTOR'S fee. b. Expenses of CONTRACTOR'S principal and branch offices other than ' CONTRACTOR'S office at the site. c. Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. d. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by Paragraph 11.B.I.e.(9) above). I0007BA\00700 General Conditions 00700-35 C. [ii e. 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. f. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.B.1. CONTRACTOR'S FEE: The CONTRACTOR'S Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: a. A mutually acceptable fixed fee; or if none can be agreed upon, t I I I I H b. A fee based on the following percentages of the various portions of the Cost of the Work: J (1) For costs incurred under Paragraphs 11.B.1.a and 11.B.1.b, the CONTRACTOR'S Fee shall be 15 percent; (2) For costs incurred under Paragraph 11.B.1.c, the CONTRACTOR'S Fee shall be 5 percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be 15 percent; I I (3) No fee shall he payable on the basis of costs itemized under Paragraph 11.B.1.d, 11,B.1.e and I I.B.2; (4) The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR'S Fee by an amount equal to 10 percent of the net decrease; and (5) When both additions and credits are involved in any one change, the adjustment in CONTRACTOR'S Fee shall be computed on the basis of the net change in accordance with Paragraphs 11.C.1.b.(1) through 11.C. I .b.(4), inclusive. 2. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.11.1 or 11.11.2, CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. CASH ALLOWANCES: Not Applicable I I I 00078A\00700 General Conditions 00700-36 IE. UNIT PRICE WO> • Whenever the quantity of work with respect to an item that is covered by a unit price differs materially and significantly from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued on recommendation of the Engineer to adjust the unit price. ARTICLE 12 -CHANGE OF CONTRACT TIME: A. GENERAL: The Contract Time may only be changed by a Change Order CONTRACTOR, in undertaking to complete the Work within the Contract Time, shall take into consideration and make allowances for all of the ordinary delays and hindrances incident to such Work, whether growing out of delays in securing equipment or materials or workmen or otherwise. 2. Adjustments to the Contract Time will be made for delays in completion of the Work from causes beyond CONTRACTOR'S control, including the following: a. Federal embargoes, priority orders, or other restrictions imposed by the United States Government. b. Strikes and other labor disputes. c. Delays caused by court proceedings. d. Change Orders. e. Neglect, delay or default of any other contractor employed by OWNER. f. Weather conditions resulting in unusual construction delays resulting from weather conditions abnormal to the geographical area and to the season of the year such as above normal continuous days of precipitation, above normal amount of precipitation within a 24 hour period, or above normal days of extreme cold or hot temperature conditions affecting installation/application due to manufacturers or specifications limitations. These conditions will not be cause for extensions of time if abnormal weather conditions do not affect the stage of construction. All claims for extension of time due to abnormal weather conditions must be substantiated with evidence from a weather bureau or other authoritative source. Weather conditions normal to the geographical area and to the season of the year shall be taken into consideration in the bid. Normal conditions shall be defined as the average number of days, amounts, or both over a 5 -year period averaged per season. g. Conflicts, errors or discrepancies in the Contract Documents reported to Engineer as provided in these General Conditions. 3. OWNER shall award extensions of the Contract Time on account of such causes 00078A\00700 General Conditions 00700-37 of delay,provided that adequate evidence is presented to enable ENGINEER to determine with exactness the extent and duration of delay for each item involved. 4. No extension to the Contract Time will be granted for delays involving only portions of the Work, or which do not directly affect the time required for completion of the entire Work. 5. Any claim for an extension to the Contract Time shall be delivered in writing to OWNER and ENGINEER within ten days of the occurrence of the event giving rise to the claim. All claims for adjustment to the Contract Time will be determined by ENGINEER if OWNER and CONTRACTOR cannot otherwise agree. Any change to the Contract Time resulting from any such claim will be incorporated in a Change Order or a Written Amendment. 6, All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. ARTICLE 13 - WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK: A. WARRANTY AND GUARANTEE: ' I. CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all ' Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 13. 2. No provision in the Contract Documents nor any specified guarantee time limit ' shall be held to limit CONTRACTOR'S liability for defects to less than the legal limit of liability in accordance with the law. 3. All equipment and materials furnished by CONTRACTOR for the Work shall carry a written guarantee from the manufacturer or supplier of such items when called for in the Specifications. Written guarantees shall be submitted to ENGINEER with other Submittals. ENGINEER will transmit such guarantees to Owner for review. B. ACCESS TO THE WORK: OWNER, ENGINEER and ENGINEER'S representatives, other representatives of OWNER, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide proper and safe conditions for such access. 00078A\00700 General Conditions 00700-38 C. TESTS AND INSPECTIONS: • CONTRACTOR shall give Resident Project Representative timely notice of readiness of the Work for all required inspections, tests or approvals. 2. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested or approved, CONTRACTOR shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer the required certificates of inspection, testing or approval. CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWNER'S or ENGINEER'S acceptance of a Supplier of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to CONTRACTOR'S purchase thereof for incorporation in the Work. The cost of all inspections, tests and approvals in addition to the above which are required by the Contract Documents shall be paid by OWNER (unless otherwise specified). 3. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by ENGI if so specified). 4. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. Such uncovering shall be at CONTRACTOR'S expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR'S intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. 5. Neither observations by ENGINEER nor inspections, tests or approvals by others shall relieve CONTRACTOR from CONTRACTOR'S obligations to perform the Work in accordance with the Contract Documents. D. D. DEFECTIVE WORK: The term CONTRACTOR "defective" is used in these documents to describe Work that is unsatisfactory, faulty, not in conformance with the requirements of the Contract Documents, or not meeting the requirements of any inspection, test, approval or acceptance required by Law or the Contract Documents. 2. Any defective Work may be disapproved or rejected by ENGINEER at any time before final acceptance even though it may have been overlooked and included in a previous Application for Payment. 2. Prompt notice will be given by ENGINEER to CONTRACTOR of defects as they become evident. 00078A\00700 Gcncrel Conditions 00700-39 E. UNCOVERING WORK: • ' 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. 2. 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 bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. F. OWNER MAY STOP THE WORK: If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. G. CORRECTION OR REMOVAL OF DEFECTIVE WORK: If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with nondefective Work. CONTRACTOR shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby. H. ONE YEAR CORRECTION PERIOD: If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER'S written instructions, either correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with nondefective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all direct, I I I C J Ti I I 00078A\00700 General Conditions ' 0070040 ' indirect and consequential costs of such removal and replacement (including but not I limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, I the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. II. ACCEPTANCE OF DEFECTIVE WORK: If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to I OWNER'S evaluation of and determination to accept such defective Work (such costs to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to ENGINEER'S recommendation of I final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the ' amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after final payment during the correction period, an appropriate amount will be paid by CONTRACTOR to OWNER. J. OWNER MAY CORRECT DEFECTIVE WORK: II. If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and to correct defective Work or to remove and I replace rejected Work as required by ENGINEER in accordance with Paragraph 13.G, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other I provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed • expeditiously. 2. To the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR'S services related thereto, take possession of CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. 3. CONTRACTOR shall allow OWNER, OWNER'S representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. 3. All direct, indirect and consequential costs of OWNER in exercising such rights Iand remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by ENGINEER, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to Ithe Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, I 00078A\00700 Gcncral Conditions 0070041 OWNER may make a claim therefore as provided in Article 11. Such direct, H indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR'S defective Work. 5. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER'S rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION: A. SCHEDULE OF VALUES: The schedule of values established 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. B. APPLICATION FOR PROGRESS PAYMENT: At least 20 days before each progress payment is scheduled (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. 2. 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 by the OWNER, 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, charges, security interests and encumbrances (which are hereinafter in these General Conditions referred to as "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. I 1l I H I I I I 3. The amount of retainage with respect to progress payments will be as stipulated in Paragraph 14.D.7. C. CONTRACTOR'S WARRANTY OF TITLE: 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. D. REVIEW OF APPLICATION FOR PROGRESS PAYMENT: 1. ENGINEER will, within ten days after receipt of each Application For Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating 00078A\00700 General Conditions [i:'YL'T'E p1 in writing 1 GINEER'S reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Thirty days after presentation of the Application for Payment with ENGINEER'S recommendation, the amount recommended will (subject to the provisions of the last sentence of Paragraph 14.D.4) become due and when due will be paid by OWNER to CONTRACTOR. 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 on -site observations of the Work in progress as an experienced and qualified design professional and on ENGINEER'S review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of ENGINEER'S knowledge, information and belief, the quality of the Work is 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.H, and to any other qualifications stated in the recommendation); and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 3. ENGINEER'S recommendation of final payment will constitute an additional representation by ENGINEER to OWNER that the conditions precedent to CONTRACTOR'S being entitled to final payment as set forth in Paragraph 14.I have been fulfilled. 4. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER'S opinion, it would be incorrect to make such representations to OWNER. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER'S opinion to protect OWNER from loss because: a. The Work is defective, or completed Work has been damaged requiring correction or replacement. b. Written claims have been made against OWNER or liens have been filed in connection with the Work. c. The Contract Price has been reduced by Written Amendment or Change Order. d. OWNER has been required to correct defective Work or complete Work Gene'al Conditions 0070043 i accordance with Paragraph 13.J, or • ' e. Of ENGINEER'S actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.B.1. f. Of CONTRACTOR'S unsatisfactory prosecution of the Work in accordance with the Contract Documents. g. CONTRACTOR'S failure to make payment to subcontractors, or for labor, materials or equipment. 5. OWNER may refuse to make payment of the full amount recommended by Resident Project representative as a result of claims made against OWNER on account of CONTRACTOR'S performance of furnishing the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a set-off against the amount recommended, but OWNER must give ' CONTRACTOR immediate written notice (with a copy to Resident Project Representative) stating the reasons for such action. 6. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. 7. The OWNER shall retain 10 percent of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents. The OWNER at any time after 50 percent of the Work has been completed, if he finds that satisfactory progress is being made, shall reduce the retainage to 5 percent on the current and remaining estimates. When the Work is substantially complete (operational or beneficial occupancy), the retained amount may be further reduced below 5 percent to only that amount necessary to assure completion. The OWNER reserves the right to retain an additional 10 percent on items that will require testing and/or cleanup if satisfactory progress is not being made in this area of the project. E. SUBSTANTIAL COMPLETION: 1. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR will 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. 2. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving his reasons therefore. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which will 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. 00078A\00700 General Conditions ' 0070044 3. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER'S objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. 4. At the time of delivery of the tentative certificate of Substantial Completion, ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. 5. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER 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. 6. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. F. PARTIAL UTILIZATION: Use by OWNER of any finished 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 useable part of the Work that can be used by OWNER 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: a. OWNER at any time may request CONTRACTOR 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, CONTRACTOR will certify to OWNER and ENGINEER that said 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, 00078A\00700 General Conditions 00700-05 CTRACTOR and Engineer shall make an 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.E 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. b. OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and ENGINEER that such part of the Work is not ready for separate operation by OWNER, ENGINEER will finalize the list of items to be completed or corrected and will deliver such list to 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. c. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of Paragraph 5.B.8 in respect of property insurance. G. FINAL INSPECTION: I. Upon written notice from CONTRACTOR that the Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. H. FINAL APPLICATION FOR PAYMENT: 1. After CONTRACTOR has completed all such deficiencies to the satisfaction of ENGINEER and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents and other documents - all as required by the Contract Documents, and after 00078A\00700 Geneal Conditions ' 0070046 ENGINEEIs indicated that the Work is acceptable (subject to the provisions of Paragraph 14.K), CONTRACTOR may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full; an affidavit of CONTRACTOR that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that 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; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. I. FINAL PAYMENT AND ACCEPTANCE: If, on the basis of ENGINEER'S observation of the Work during construction and final inspection, and ENGINEER'S review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR'S other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER'S recommendation of payment and present the Application to OWNER for payment. Thereupon ENGINEER will give written notice to owner and CONTRACTOR that the Work is acceptable (subject to the provisions of Paragraph 14.K). Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance, and with ENGINEER'S recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR. 2. The Final Pay Estimate will include all sums remaining to be paid. J. CONTRACTOR'S CONTINUING OBLIGATION: CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by ENGINEER, nor the issuance of a Certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Compliance Submittal, nor the issuance of a notice of acceptability by ENGINEER pursuant to Article 14.I, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR'S obligation to perform the 00078A\00700 Gcncrel Conditions 0070047 Work in accordance with the Contract Documents (except s provided in Article 14.K). K. WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: t 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 Article 14.G or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by OWNER of any rights in respect of 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 and still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION: A. OWNER MAY SUSPEND WORK: OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than 90 days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. B. OWNER MAY TERMINATE: Upon the occurrence of any one or more of the following events: a. If CONTRACTOR commences a voluntary case under any chapter of the • Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; b. If a petition is filed against CONTRACTOR under any chapter of the bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; c. If CONTRACTOR makes a general assignment for the benefit of creditors; d. If a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property. or for the purpose of general administration of such property for the benefit of CONTRACTOR'S creditors; I II I I I I e. If CONTRACTOR admits in writing an inability to pay its debts generally as they become due; 00078A\00700 Geneal Conditions I 00700-08 C £ If CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under Paragraph 2.G as revised from time to time); g. If CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; h. If CONTRACTOR disregards the authority of ENGINEER; or i. If CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents. 4. OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by ENGINEER and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 3. Where CONTRACTOR'S services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 4. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). 00078A\00700 General Conditions 00700.49 C. CONTRACTOR MAY STOP WORK OR TERMINAT' f, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than 90 days by OWER 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, terminate the Agreement and recover from OWNER payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Application for Payment or OWNER has failed to make any payment as aforesaid, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under Paragraph 6.O to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. ' ARTICLE 16 - ARBITRATION: Not Applicable ARTICLE 17 - MISCELLANEOUS: A. GIVING NOTICE: 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. B. COMPUTATION OF TIME: ' 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. 2. A calendar day of 24 hours measured from midnight to the next midnight shall constitute a day. C. GENERAL: 1. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 2. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by Articles 6.P.1, 13.A, 13.1-1, 13.J, 14.C, and 15.B.1 and all of 00078A\00700 General Conditions ' 00700-50 the rights airemedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All I representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. END OF DOCUMENT I I I I I I I I I I I I I I 00078A\00700 General Conditions 00700-51 • SECTION 00900 • ADDENDA AND MODIFICATIONS PART I GENERAL 1.01 SECTION INCLUDES A. Addenda issued since the publication of plans, specifications, and documents and prior to the award of a contract B. Project clarification requested by prospective bidders and other interested persons issued prior to the award of a contract 1.02 RESPONSIBILITY A. All prospective bidders shall be responsible for acquiring and utilizing all issued addenda and modification B. The ENGINEER shall issue any and all addendum and modifications at least two days prior to the bid date 1.03 ENFORCEMENT A. All duly issued addenda and modifications shall be considered to be a part of the bid documents and subject to all provisions thereof as if issued at the same time as the original documents. 1.04 ACKNOWLEDGEMENT OF RECEIPT A. All bidders shall either include all duly issued addenda with their bid as submitted or shall list same with their Bid thus acknowledging their receipt in full. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Addenda and Modifications 00900.1 • SECTION 01005 • ABBREVIATIONS PART I GENERAL 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials AC! American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AHTD Arkansas State Highway and Transportation Department AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers' Association AWPB American Wood Preservers' Bureau AWS American Welding Society AWWA American Water Works Association BHMA Builders' Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPA Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute Fed. Spec Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials 00078A\01005 Abbreviations 01005-1 IEEE • Institute of Electrical and Electronics Engineers, Inc. IPCEA Insulated Power Cable Engineers' Association MMA Monorail Manufacturers' Association NACE National Association of Coatings Engineers NBMA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal & State) PS Product Standards Sections — U.S. Department of Commerce RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SSPC Steel Structures Painting Council TCA Tile Council of America TEMA Tubular Exchanger Manufacturers' Association UBC Uniform Building Code UL Underwriter's Laboratories, Inc. WWPA Western Wood Products Association END OF SECTION 00078A\01005 Abbreviations 01005-2 C SECTION 01010 SPECIAL CONDITIONS 1.01 GENERAL A. Permits from the State Health Department and from AHTD shall be the responsibility of the City of Fayetteville. B. All other permits required to accomplish the work shall be the responsibility of the CONTRACTOR. Such permits may include but are not limited to permits for Drainage, Grading, a "No Charge" tapping permit for fire service lines and a "Notice of Intent" for erosion control (Arkansas Department of Environmental Quality). Work shall not be started without the appropriate permit(s) in place. C. No construction of any kind may begin without an erosion control plan on file with the City of Fayetteville in accordance with the City's Excavation and Grading Ordinance. The erosion control measures (straw bales, silt dams, silt ponds, etc.) must be in place in the field prior to construction. For projects five (5) acres or larger in size, it is the responsibility of the CONTRACTOR to have on file with the Arkansas Department of Environmental Quality a "Notice of Intent". D. A copy of the erosion control plan and "Notice of Intent" shall be maintained by the CONTRACTOR at the jobsite. Copies shall be forwarded to the ENGINEER for general information purposes only. The ENGINEER in no way accepts responsibility for the preparation or implementation of the erosion control plan, or the interpretation of the regulations of the Arkansas Department of Environmental Quality. E. A pre -construction conference involving the CONTRACTOR, the City of Fayetteville and the ENGINEER is required prior to beginning construction. F. No work will be allowed on Saturdays, Sundays, Holidays or after dark, unless approved by the City of Fayetteville Engineering Department and by AHTD. Normal working hours will be between 8:00 A.M. and 5:00 P.M. local time. G. Contractor shall provide for sanitary facilities for personnel on the job site. H. A twenty-four (24) hour per day telephone contact shall be provided for emergency communications by the Owner. Contractor shall pay all expenses associated with providing this service. I. All construction staking and job layout is the responsibility of the Contractor. 00078A\01010 01010.1 Spccial Conditions I 1.02 Rock excavation & rock boring shall be considered incidental to construction. No separate or extra payment will be made where rock is excavated or bored. INSPECTIONS AND TESTING PROCEDURES A. All field tests required shall be witnessed by one of the City's Public Works Construction Inspectors. The CONTRACTOR shall have the foreman or superintendent present during the testing. B. The City requires a twenty-four (24) hour notice on all tests. Calls to the City for the purpose of setting test times shall be made by no later that 10:00 am for test on the following day. C. The CONTRACTOR is responsible for proper flushing of the line prior to samples being taken by the City. Bacteriological samples are sent to the State Department of Health by the City. Test results obtained by the City shall be forwarded to the ENGINEER and the CONTRACTOR immediately upon receipt by the City. D. Lines failing the bacteriological tests (Bac-T) shall be re -sampled as soon as practical. If a line fails three (3) consecutive Bac-T tests, the line must be re - chlorinated before Bac-T samples can be taken again. The City shall not be responsible for the re -scheduling of failed Bac-T tests. E. The fire hydrant test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This shall be done after the pressure test has been completed and the fire hydrant valve shall be left in the open position. F G All equipment, materials and labor required for testing shall be furnished by the CONTRACTOR at his expense. Water valves on the existing water system shall only be operated by, or under the direct personal supervision of the City of Fayetteville Water Department. I I L I I L I I C I I I I I 00078A\01010 01010-2 Special Conditions I SECTION 01011 SITE CONDITIONS PART I GENERAL 1.01 RELATED WORK A. Special Conditions are included in Section 01010. B. Site Preparation is included in Section 02100. 1.02 SITE INFORMATION A. The construction site is located along Garland Avenue (State Highway 112) from West Maple Street to Wedington Drive, and, located at the Owl Creek Lift Station on Double Springs Road. The Contractor shall confine all activities within public right of way and public utility easements unless specific authorization is granted to use other properties. B. CONTRACTOR shall be required to provide a traffic control plan, signage and flaggers to implement the plan. 1.03 SUBSURFACE INFORMATION A. Subsurface investigations have not been made to indicate subsurface conditions. 1.04 SITE INVESTIGATION AND PRESENTATION A. The CONTRACTOR acknowledges that he has satisfied himself as to the nature and location of the work; the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river/stream stages, or similar physical conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. Any failure by the CONTRACTOR to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. Neither the OWNER nor the ENGINEER assumes responsibility for any conclusion or interpretation made by the CONTRACTOR on the basis of the information made available by the OWNER or the ENGINEER. I00078A\01011 01011-I Site Conditions 1.05 C. The CONTRACTOR shall be responsible for theotification of utility location services, including Arkansas "ONE CALL" and for the notification of all utilities not listed with location services sufficiently in advance of excavation activities to allow for the field location of any underground utilities and structures. The Arkansas "ONE CALL" telephone number is 1-800-482-8998. A minimum of 48 hours prior notification is required. RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE ' A. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from the existing plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the CONTRACTOR only, and no responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or completeness. The CONTRACTOR shall make every effort to locate all underground utilities and structures by prospection in advance of excavation activities. B. Neither the OWNER nor his officers or agents shall be responsible to the CONTRACTOR for damages as a result of the CONTRACTOR'S failure to protect utilities encountered in the work. ' C. The CONTRACTOR shall at all times provide unobstructed access to fire hydrants, underground conduit, manholes, and water or gas valve boxes. ' D. Where the CONTRACTOR'S operations could cause damage which might result in considerable expense, loss, and inconvenience when his operations are adjacent to or near railway, telegraph, telephone, television, power, oil, gas, water, sewer, irrigation, or other systems, no operations shall be commenced until the CONTRACTOR has made all arrangements necessary for the protection of these utilities and services. E. The CONTRACTOR shall notify all utility offices that are affected by the ' construction operation at least 15 days in advance if commencing construction operations. The CONTRACTOR shall not expose and utility without first obtaining permission from the affected agency. Once permission has been granted, locate and, if necessary, expose and provide temporary support for all existing underground utilities in advance of operations. F. The CONTRACTOR shall be solely and directly responsible to the OWNERS and operators of such utility properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage that may result from the construction operations under this Contract. G. In the event of interruption to any domestic water, sewer, storm drain, or other utility services as a result of accidental • breakage due to construction operations, the CONTRACTOR shall promptly notify the proper authority and cooperate with 00078A\0I0I I Site Conditions ' 01011-2 said authorittn restoration of services as promptly as ossible and bear all costs of repairs. In no event shall interruption of any water or utility service be allowed unless prior approval is granted by the owner of the utility. H. The CONTRACTOR shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents. Where existing utility lines or structures are so located as to physically conflict with permanent structures to be constructed under this Contract, the conflicting utility line or structure shall be permanently relocated. Such relocations shall be considered as required by this Contract. J. The CONTRACTOR shall give immediate notice to the ENGINEER, the OWNER and the owner of the utility (where applicable) when physical conflict is determined to exist. Any delays resulting from the required relocations of the utilities are the responsibility of the CONTRACTOR. K. Where existing utility lines or structures are so located as to interfere with the CONTRACTOR'S prosecution of the work, but do not physically conflict with completed manholes or other permanent structures to be constructed under this Contract, any modification, alteration, or relocation of interfering utility, either permanent or temporary, shall be accomplished at the expense of the CONTRACTOR. L. The CONTRACTOR shall give immediate notice to the ENGINEER and the OWNER of the utility when an interference is determined to exist and shall obtain approval to relocate such utility or to discontinue service therein from the ENGINEER and the owner of the utility. The owner of the utility shall have the right to do all the work required to discontinue, relocate, and replace interfering utilities and charge the CONTRACTOR for all the costs thereof. When approved by the ENGINEER and the owner of the utility, all work required to discontinue, relocate, and replace interfering utilities may be done by, or arranged for, by the CONTRACTOR. All such discontinuance, relocation, replacement shall be accomplished in accordance with all requirements of the owner of the utility. M. When notified be the CONTRACTOR that an interference or conflict has been determined to exist, the ENGINEER will determine whether such interference shall be considered as required by construction or as incidental to construction. 1.06 INTERFERING STRUCTURES A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Plans. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and it is present as a guide to avoid known possible difficulties. B. Protect existing structures from damage, whether or not they lie within the right- of-way or the limits of the easements obtained by the OWNER. Where existing 00078A\0101 I Site Conditions 01011.3 structures ust be removed to properly conduct th work, or are damaged during the work, they shall be restored at the CONTRACTOR'S own expense to at least ' their original condition and to the satisfaction of the ENGINEER. C The CONTRACTOR may, with the approval of the ENGINEER and without ' additional compensation, remove and replace in a condition as good as or better than original, any small interfering structures such as fences and signposts that interfere with the CONTRACTOR'S operations. 1.07 FIELD RELOCATION A. During the progress of the work, minor relocations of the work may be necessary. 1 Such relations shall be made only by the direction of the ENGINEER. If existing structures are encountered that will prevent construction as shown, notify the ENGINEER before continuing with the work in order that the ENGINEER may make such field revisions as necessary to avoid conflict with existing structures. If the CONTRACTOR fails to notify the ENGINEER when an existing structure is encountered and proceeds with the work despite this interference, he shall be responsible for any damage that may occur. 1.08 LAND MONUMENTS A. The CONTRACTOR shall preserve or replace any existing Federal, State, County, City, and private land monuments encountered. All monuments replacement by the CONTRACTOR shall be performed by a land surveyor licensed in the State of Arkansas. , PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION I I 00078A\01011 Site Conditions 01011-4 • SECTION 01100 C SUMMARY OF WORK PART I GENERAL 1.01 1.02 1.03 1.04 LOCATION OF WORK A. The work is located at two sites. The first site is along Garland Avenue (State Highway 112) from West Maple Street to Wedington Drive within public right of way and public utility easements. The second location is at the Owl Creek Lift Station on Double Springs Road within public right of way and public utility easements. SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to construct approximately 4,600 linear feet of 12 —inch and smaller associated water lines, service connections, 12 -inch, 8 -inch and 6 -inch sanitary sewer line with associated manholes, piping connections, street crossings, and other appurtenances as identified herein and as described by the detailed plans. WORK SEQUENCE A. The work under this contract shall be prosecuted at a pace and sequence to allow completion within the time permitted. Work shall include, but not limited to: 1. Traffic control. 2. Erosion control. 3. Site preparation including clearing and grubbing. 4. Construction of sanitary sewer lines and manholes. 5. Construction of water lines and connections. 6. Testing. 7. Site restoration. PROGRESS OF WORK A. The work under this contract shall proceed within 10 days following the issuance of a written Notice to Proceed. The work shall proceed with such personnel, materials and equipment required to assure the completion of the work within the time provided by the Contract. 00078A\01100 Summary of Work 01100-1 B. If the CONTRACTOR for his convenience and This expense, should desire to conduct his work at night or outside of regular hours, he shall submit written ' notice to the OWNER and he shall allow ample time for satisfactory arrangements to be made for the inspection of the work in progress. The CONTRACTOR shall pay all expenses (at Engineer's Standard Rates) associated with extra inspection required for work outside regular hours. Normal working hours for this purpose shall be Monday through Friday, 8:00 a.m. to 5:00 p.m. The CONTRACTOR shall light the different parts of the project as required to comply with all applicable regulations and to provide working visibility in the working area. 1.05 CONSTRUCTION SCHEDULE I A. The CONTRACTOR shall prepare a schedule for the first 60 days of work and submit such to the Engineer for approval within 15 days of receipt of a written Notice to Proceed. The CONTRACTOR shall update said schedule with each payment request but not less frequent than every 30 days. B. The CONTRACTOR shall bear full responsibility for the scheduling of all phases and stages the work to ensure its successful prosecution and completion within the time allowed including the schedule and time required by subcontractor. C. If the ENGINEER determined that operations are falling behind at any time in the construction period, the OWNER may require the CONTRACTOR to add to his plant, equipment and labor forces including working hours in quantities required to bring the progress of work back on schedule. The CONTRACTOR shall furnish these at no additional cost to the OWNER (including extra inspection and related Engineering costs.) 1.06 PRECONSTRUCTION CONFERENCE A. A preconstruction conference shall be conducted as soon as possible following the Award of a Contract. The conference shall be conducted at a location and time to be selected by the OWNER. Those attending shall include: 1. CONTRACTOR'S office representative. 2. CONTRACTOR'S field superintendent. 3. Any subcontractors, suppliers, professional representative that the CONTRACTOR wishes to invite. 4. ENGINEER'S Representative(s). 5. OWNER'S Representative. 6. Others that the OWNER or ENGINEER choose to invite. B. The Preconstruction Conference may include but is not limited to the following subjects: E 11 C L Li 00078A\01100 Summary of Work 01100-2 Review of Contract Documents Discussion of contract schedule, completion dates, and liquidated damages. Shop drawing and submittal procedure Chain of command Laboratory testing requirements 6. Inventory of shared materials 7. Periodic progress payment and documentations 8. Contract completion documentation 1.07 COORDINATION WITH OWNER'S EXISTING OPERATIONS AND FACILITIES A. The CONTRACTOR shall coordinate the movement of personnel and equipment to provide minimal hindrance to the operation of the OWNER'S maintenance facility and administrative offices. 1.08 CONTRACTOR'S USE OF FACILITIES A. The CONTRACTOR shall assume full responsibility for the security of CONTRACTOR'S personnel and equipment and those of CONTRACTOR'S subcontractors on the project site. B. The CONTRACTOR shall coordinate the use of the facilities with the OWNER. C. CONTRACTOR shall limit activities to the area required to prosecute the contract. CONTRACTOR may not presume the use of any facilities. D. CONTRACTOR shall obtain and pay any associated costs required for additional storage or work areas. E. Any change to OWNER'S facilities as a result of the activities of the CONTRACTOR, Subcontractor or their personnel any equipment shall be corrected without expense to OWNER. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Summary of Work 0 SECTION 01270 UNIT PRICES PART I GENERAL 1.01 SECTION INCLUDES A. Measurement and payment criteria applicable to Work performed under a unit price payment method. 1.02 COSTS INCLUDED A. Unit Prices included on the Bid Form shall include full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, excavation and trenching, application or installation of an item of the Work; clean-up and general site restoration; overhead and profit. 1.03 MEASUREMENT OF QUANTITIES A. Take all measurements and compute quantities. Measurements and quantities will be verified by ENGINEER. B. Assist by providing necessary equipment, workers, and survey personnel as required. C. Measurement by Volume: Measured by cubic dimension using mean length, width and height or thickness. D. Measurement by Area: Measured by square dimension using mean length and width or radius. E. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord. F. Vertical Foot Measurement: Measured by vertical dimension, from the lowest flowline to the rim. 1.04 PAYMENT A. Payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities of Work which is incorporated in or made necessary by the Work and accepted by the ENGINEER, multiplied by the unit sum/price. B. 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. 00078A\01270 01270-1 Unit Prigs 3. ity Control Testing which is required the specifications. 4. Products placed beyond the lines and levels of the required Work. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 00078A\01270 Unit Prices 01270-2 • SECTION 01300 • SUBMITTALS PART I GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. This Section specifies the general methods and requirements of submission applicable to the following work related submittals: I. Shop Drawings 2. Product Data 3. Samples 4. Construction Photographs B. All submittals shall be clearly identified by reference to Specification Section, Drawing Number, or Detail as applicable. Submittals shall be clear and legible and of sufficient size for adequate presentation of data. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop Drawings, as specified in individual work sections shall include, but not necessarily be limited to a. Custom prepared data such as fabrication, erection and installation drawing b. Schedule Information c. Shopwork manufacturing instructions d. Custom templates required e. Special wiring diagrams f. Test reports including performance curves and certifications 2. All shop drawings shall be submitted to the CONTRACTOR for checking. The CONTRACTOR shall check all submittals for accuracy, dimensions, and coordination with the intent of the Plans and Specifications. Shop drawings and data found to be inaccurate shall be returned for correction prior to submittal to the Engineer. 00078A\01300 Submittals 01300-I 3. T,CONTRACTOR shall be responsibifor the coordination of the ' submission of submittals at the proper time to prevent delay in the delivery of essential equipment or equipment. ' B. Product Data 1. Product data shall be submitted as specified in the individual sections. It shall include but not be limited to standard prepared manufacturer's ' product data (sometimes referred to as catalog or cut sheets), manufacturer's product specification and installation instruction, availability of colors and materials, manufacturers' printed statements of compliance, product photographs, standard wiring diagrams, performance curves, quality control inspection reports and certification, recommended spare parts listings, product operating and maintenance instructions, long and short term storage instructions, printed product warranty documentation, as they apply to this product. C. Samples ' 1. Samples specified in individual sections shall be provided which will give Engineer a representation of the material textures, quality, color and properties to be supplied for the project. 1.03 SUBMITTAL COORDINATION A. The CONTRACTOR shall review all submittals, including those by subcontractors, prior to their submission and verify the following: I. Field Measurements 2. Field Construction Criteria 3. Catalog Numbers and Similar Data 4. Conformance with the Specifications ' B. Each Submittal shall be provided with a cover sheet with each copy with a certification that the CONTRACTOR has reviewed the submittal and has verified ' the items listed in 1.03.A. The certification shall include: I. Contractor's Company Name ' 2. Reviewer's Name 3. Date Received 4. Date Submitted to Engineer ' C. Each submittal shall be organized in identical sets, neatly bound together in an orderly fashion. 00078A'101300 Submittals ' 01300-2 ' D. The CONxIACTOR shall utilize a 10 character submittal identification numbering system in the following fashion. Submittals which are not so ' identified will not be accepted. 1. The first character shall identify the type of submittal ' a. (D) — Shop drawing, working drawing, and other product data ' b. (S) — Sample c. (P) — Preliminary Submittal d. (M) — Operation/Maintenance Manual ' e. (R) - Request for Information ' 2. The next five digits shall be the appropriate specification section 3. The next three digits shall sequentially number each initial separate item or drawing submitted under each specific specification section number 4. The last character shall be a letter A -Z indicating the submission, or I resubmission of the same drawing or data, (i.e. A = first submittal, B = first resubmittal, C = second resubmittal, and so on) 5. A typical submittal number would be as follows: D -03300-003-B ID = Shop Drawing I03300 = Specification Section for Cast -in -Place Concrete 003 = The third initial submittal for this specification section B = The second submission (or la' resubmission) of that particular Ishop drawing E. The CONTRACTOR shall be obligated to notify the ENGINEER in writing at the ' time of submittal of any deviation in the submittal from the requirements of the Contract Documents. IF. The review and approval of any shop drawing, samples, or product data by the ENGINEER shall not relieve the CONTRACTOR of the obligation and responsibility to fulfill the terms of the contract. All risks of errors and omissions I are assumed by the CONTRACTOR and the ENGINEER shall have no responsibility therefor. IC. No work, material fabrication, material delivery shall be done prior to the approval or qualified approval of the pertinent submittals. Any fabrication I 00078A\01300 Submittals 01300-3 1.04 performe1materials purchased and/or deliveredoor to said approval shall be solely at the CONTRACTOR'S risk. The OWNER shall not be liable for any expense due to delay or corrections or remediation required to achieve conformity with the approved plans and specifications. SUBMISSION REQUIREMENTS A. B. C. D. 00078A\01300 Make submissions prompt in accordance with the project schedule to avoid delays in the work. Each submittal, properly coded, will be returned within 30 days following its receipt by the ENGINEER. Number of Submittals required are as follows: 1. Shop Drawings and Product Data; six copies of each submittal I I I L I IJ 2. Samples; two copies ' Three copies of each Shop Drawing and Product Data submittal reviewed will be returned to CONTRACTOR. One copy of the Sample submittal shall be returned. At the end of the Project, the CONTRACTOR shall be required to provide one complete set of approved submittal data to the OWNER marked as record copy as a condition of project completion. If additional submittal copies are needed by the CONTRACTOR, additional copies may be submitted. Submittals shall contain I I 1. Date of Submittal and the dates of any previous submittals of the same specification or product. 2. Project Name and Project Number 3. Submittal Identification Code 4. Identification of a. CONTRACTOR (subcontractor) b. Supplier c. Manufacturer 5. Identification of any deviation from the Contract Documents 6. Identification of all applicable standards 7. Identification of revisions or resubmittals 8. A 8"x3" blank space for ENGINEER'S review stamp Submittals 01300-0 i • • I1.05 REVIEW OF SUBMITTALS A. Submittals will be reviewed for conformance but such review shall not be ' construed as 1. Permitting any departure from the Contract Documents ' 2. Relieving the CONTRACTOR of responsibility for any errors I B. If the shop drawings or submittals show or describe a departure from the contract requirements which ENGINEER finds to be minor or to be in the interest of OWNER and which does not warrant a change in Contract Price or Contract I Time, ENGINEER may return the reviewed submittal without noting an exception. C. Submittals shall be returned to the CONTRACTOR with the following CODES: Code 1 — "Approved" — assigned when there are no notations or comments. ICONTRACTOR may release for manufacture or delivery. Code 2 — "Approved as Noted" — the submittal is approved with the comments ' and the CONTRACTOR is not required to respond and may release for manufacture or delivery provided comments are incorporated into the final product. Code 3 — "Approved as Noted/Confirm" — the submittal is approved with comments and may be released for manufacture or delivery provided comments are incorporated into the final product. However, CONTRACTOR is required to confirm that the notations will be addressed and that each non conforming item was noted. Confirmation is to be received by ENGINEER in the form of resubmittal within 15 calendar days of the date of the ENGINEER'S transmittal requiring the confirmation. Code 4 — "Approved as Noted/Resubmit" — This code approves the submittal for manufacture or delivery provided the noted non conforming items are addressed. The entire submittal package must be reviewed, corrected, and resubmitted within 15 calendar days of the date of the ENGINEER'S transmittal requiring the resubmittal. Code 5 — "Not Approved" — This code indicates that the submittal is not adequate for review. No indication is made that the package has been reviewed in part or in total to determine said inadequacy and the CONTRACTOR must resubmit the entire package for reconsideration. The ENGINEER may offer comments to assist resubmittal but such does not infer adequacy of the remainder of the package. Code 6 — "Comments Attached" — This code is assigned when comments are offered with the returned submittal to provide additional data to aid the CONTRACTOR in the preparation of a resubmittal. 00078A\01300 Submittals 01300-5 • 0 D. Resubmittals shall be handled in the same manner as initial submittals, CONTRACTOR shall direct attention, in writing, on the letter of transmittal and on submittal materials in the form of a revision triangle or other suitable symbol, to any revisions other than correction requested by ENGINEER on previous submittals. The CONTRACTOR shall make corrections to work done on the project as a result of said revisions which are not in compliance with the contract documents. ' E. Partial submittals may not be reviewed. The ENGINEER will be the sole judge of the completeness of a submittal. I F. If the CONTRACTOR considers any correction indicated on the submittals to constitute a change in the Contract Documents, CONTRACTOR shall so notify ENGINEER in writing and shall not release the material or equipment to be manufactured or delivered for at least 7 calendar days following such notification. G. There shall be no changes to Submittals after they have been accepted as being complete by ENGINEER without the written approval of the ENGINEER. 1.06 CONSTRUCTION PHOTOGRAPHS A. The CONTRACTOR shall prepare an average of 10 color photographs per month ' to show construction progress and 10 color photographs upon completion. Color photographs sets shall be taken from the same prospective to show progress. B. Color photographs shall be a minimum of 3"x5" C. Two sets of photographs and the negatives for said photographs shall be provided ' to ENGINEER monthly. Photographs shall be mounted in a 8"x10" plastic sleeve holder suitable for insertion in a three ring binder. The negatives shall be bound with one of the two sets, appropriately labeled. The binders shall be furnished by CONTRACTOR with the first set of photographs. Photographs shall be neatly and legibly labeled to indicate the following: I. Project Name 2. Project Number 3. Date of Photograph 4. Identity of Photographer 5. Brief description of view 1.07 PROFESSIONAL ENGINEER CERTIFICATION A. Submittals which are specifically required to be certified by a professional engineer (P.E.) shall include said certification with an original seal and signature 00078A\01300 Submittals 01300-6 ' of the responsible ENGINEER affixed to all calculations and drawings. The P.E. ' shall be required to be licensed to practice in the state of the project construction. 1.08 EXTRA EXPENSE FOR REVIEW ' A. The CONTRACTOR shall agree to pay all cost associated with the review of submittals beyond the second resubmittal (Code D and beyond). This shall ' include Engineering costs at the standard billing rate of the ENGINEER along with any transmittal costs. Costs may be deducted by OWNER from any payment due to CONTRACTOR prior to and including the final payment. END OF SECTION I 00078A\01300 Submittals 01300-7 S SECTION 01665 ITRENCH SAFETY REQUIREMENTS ' PART I GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, and equipment and perform all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon completion, a Trench Safety System as specified herein. B. The requirements of this Section apply to all trenches which equal or exceed a depth of five (5) feet, measured from the ground surface at the highest side of the trench to the trench bottom. IC. All applicable and nonconflicting portions of Section 02315 — Excavation, Trenching, and Backfilling apply as appropriate. 1 1.02 RELATED REQUIREMENTS A. Section 02315, Excavation, Trenching, and Backfilling B. U.S. Occupational Safety and Health Administration (OSHA) Standards, 29 CFR 1926, Subpart P - Excavations, latest revision at time of construction Agreement execution, as required by Arkansas Act 291 of the 79th General Assembly of 1993. PART 2 PRODUCTS 2.01 GENERAL A. All materials and products incorporated into the Trench Safety System shall be suitable for their intended uses; shall meet all design criteria and parameters used by the Trench Safety System designer; and shall meet all applicable requirements of OSHA Standards. PART 3 EXECUTION 3.01 PROCEDURES A. At least ten (10) Calendar Days prior to trench excavation or any excavation operations, and not more than thirty (30) Calendar Days following the execution date of the construction Agreement, Contractor shall submit a site specific Trench Safety System Conformance Affidavit stating that operations will be conducted in full conformance with the OSHA Standards. 1. The Conformance Letter shall also describe the Trench Safety System techniques proposed to be used on the project. I00078A\01665 2. Specific references to the applicable OSHA Standards sections shall be included for each technique to be used. Trench Safety Requirements 01665-1 B. The Trench Safety System Plan shall be in writinn,site specific and sufficiently detailed and clear to be understandable and usable by all personnel who will be executing, supervising and witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available at the site of trenching operations at all times. C. If borings and/or detailed geotechnical analyses are required to develop the Trench Safety System Plan; they shall be executed by the CONTRACTOR at his cost. ' D. For trenches having depths greater than the various limits given in the OSHA Standards (8, 12 or 20 feet, depending on the techniques used), a site specific protective system shall be designed by a Registered Professional ENGINEER in the State of Arkansas, experienced in soil mechanics and structural design. The design shall be signed, sealed and dated by the Professional ENGINEER, and it shall identify those specific locations where the design is applicable. 3.02 METHODS OF PROVIDING FOR TRENCH SAFETY A. Protective systems referenced in this Section shall be as defined and described in 29 CFR 1962.652, "Requirements for Protective Systems". B. It is the duty, responsibility and prerogative of the CONTRACTOR to determine the specific applicability of a proposed Trench Safety System for each field condition encountered on the project. CONTRACTOR specifically holds the OWNER, ENGINEER, and any of their designated representatives harmless in any actions resulting from the failure or inadequacy of the Trench Safety System used to complete the project. C. Unless otherwise noted on the drawings or excluded below, Sloping/Benching, Trench Shielding with trench boxes, and/or Sheeting/Shoring/Bracing protective systems may be used on this project. D. Restrictions on the use of the various protective systems for this project are as ' follows: 1. Sloping or Benching. Not allowed in any paved areas. ' 2. Trench Shields/Boxes. No restrictions. 3. Sheeting/Shoring/Bracing. No restrictions. 3.03 INSPECTION DUTIES OF CONTRACTOR ' A. Provide a Competent Person, as defined in the OSHA Standards, to make frequent inspections of the trenching operations and the Trench Safety System in full conformance with the OSHA Standards. B. If evidence of a possible cave-in or landslide is apparent, all work in the trench shall immediately cease and not be resumed until all necessary precautions have been taken to safeguard personnel entering the trench. 00078A\01665 Trench Safety Requirements ' 01665-2 ' 3.04 0 C. In an emergency situation, which may threaten or affect the safety or welfare of any persons or properties, the CONTRACTOR shall act at his discretion to prevent possible damage, injury, or loss. Any additional compensation or time extension claimed for such actions shall be considered in view of the cause of the emergency and in accordance with the Agreement. MEASUREMENT AND PAYMENT A. Trench Safety Requirements shall be paid for in accordance with Arkansas Act 291 of the 79th General Assembly of 1993, with the pay item as listed in the Bid Form. END OF SECTION 00078A\01665 01665-3 Trench Safety Requirements • • SECTION 01666 TESTING OF PIPELINES 17N SttUINSIWM 1.01 SCOPE OF WORK A. Furnish all labor, materials, tools, equipment and related items required to perform exfiltration testing and deflection testing of gravity pipelines and to perform pressure and leakage testing of pressure pipelines. 1.02 REFERENCE SPECIFICATIONS A. American Society of Testing Materials (ASTM), latest edition: ASTM C924 Standard Practice for Testing Concrete Pipe Sewer Lines by Low -Pressure Air Test Method. 2. ASTM F1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air. B. American National Standards Institute (ANSI) and American Water Works Association (AWWA), latest edition: 1. ANSI/AWWA C600 AWWA Standard for installation of Ductile -Iron Water Mains and Their Appurtenances PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. The entire length of the installed gravity lines and the pressure lines shall be field tested for water tightness. B. Hydrostatic pressure and leakage tests shall be made on all pressure pipelines carrying wastewater or water. C. All labor and equipment, including test pump with regulated by-pass meters and gauges required for conducting pipeline tests, shall be furnished by the Contractor. The Contractor shall furnish equipment and necessary piping as required to transport water used in testing from source to test location. D. Time and sequence of testing shall be scheduled by the Contractor, subject to observation and approval by the Owner. The Contractor shall provide adequate labor, tools and equipment to operate valves and to locate and repair any leaks discovered during the initial filling of the pipeline prior to actual testing or during the course of the tests. I 00078A\01666 Testing of Pipelines 01666-1 11 3.02 CLEANING n A. At the conclusion of the work, thoroughly clean all pipelines by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material which may have entered the pipes during the construction period. Debris cleaned from the lines shall be removed from the low end of the pipeline. If after this cleaning, obstructions remain, they shall be removed. If any defective pipes or joints are discovered, they shall be replaced. 3.03 TEST PROCEDURES FOR GRAVITY PIPELINES A. Gravity Pipelines, General. Gravity pipelines shall be installed and backfilled and then tested using either Exfiltration Water Testing or Low Pressure Air Testing, and tested using an Allowable Deflection Test. I. Exfiltration Water Testing a. The section of pipe to be tested shall be filled with water and allowed to stand for such time as is required for the pipeline to adsorb such water as it will and for the escape of all air from the line. The sections undergoing test shall be carefully examined for leakage. All known leaks shall be repaired, regardless of these test requirements. b. The line shall then be filled to a reference level in manhole or in a reservoir of sufficient capacity to allow for a reference level to be established. The reservoir must be of sufficient capacity as to not allow the water level to drop below the crown of the pipe during the 24 -hour test period. If the water level drops below the crown of the pipe, the test shall be voided and run again or until such time the water level is maintained above the crown throughout the duration of the test, c. At the end of a 24 -hour period, water, if needed, shall be added to the line to bring the water level back to the referenced line. All water added shall be accurately measured by an approved water meter so that an exfiltration rate can be established. I II I I I I II I I I d. Leakage during the above test shall not exceed a rate equal to 50 gallons per inch of internal diameter per mile per 24 hours. e. All observed leaks shall be repaired regardless of the measured leakage rate. 2. Low Pressure Air Testing 00078A\01666 Testing of Pipelines 01666-2 This'st shall conform to the procedure described in ASTM 11417, ASTM C924 or other appropriate procedures. For safety reasons, air testing of sections of pipe shall be limited to lines less than 36 -inch average inside diameter. Lines 36 -inch average inside diameter and larger may be air tested at each joint. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge during joint test, regardless of pipe size, shall be 20 seconds. For sections of pipe less than 36 -inch average inside diameter, the maximum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be computed by the following equation: T = 0.085 (D) (K) / (Q) Where T = time for pressure to drop 1.0 pounds per square inch gauge in seconds K = 0.00049DL, but not less than 1.0 D = average inside diameter in inches L = length of line of same pipe size being tested in feet Q = rate of loss, assume 0.0015 ft3/min/sq.ft. internal surface All observed leaks shall be repaired regardless of the air test results. KI Allowable Deflection Test a. Pipe deflection testing shall be conducted on all gravity pipes constructed of flexible materials. b. Pipe deflection measured not less than ninety (90) days after the backfill has been completed as specified shall not exceed five (5.0) percent. Deflection shall be computed by multiplying the amount of deflection (nominal diameter less minimum diameter when measured) by 100 and dividing by the nominal diameter of the pipe. c. Deflection shall be measured with a rigid mandrel (Go/No-Go) device cylindrical in shape and constructed with a minimum of nine or ten evenly shaped arms or prongs. Drawings of the mandrel with complete dimensions shall be submitted to the Engineer for each diameter of pipe to be tested. The mandrel shall be hand pulled by the Contractor through all sewer lines. d. Any section of sewer not passing the mandrel shall be uncovered at the Contractor's expense and the bedding and backfill replaced to prevent excessive deflection. Repaired pipe shall be retested. 00078A\01666 Testing of Pipelines 01666-3 0 3.04 TEST PROCEDURES FOR PRESSURE PIPELINES A. After the pipe has been laid and backfilled and the backfill has been otherwise consolidated, all newly laid pipe, or any valved section thereof, shall be subjected to the hydrostatic pressure and leakage test specified in Section 02510, WATER LINE IMPROVEMENTS. B. Where any section of pipeline is provided with concrete thrust blocking, the hydrostatic pressure test shall not be made until at least 5 days have elapsed after installation of the blocking. However, if high -early -strength cement is used in the concrete; 2 days shall elapsed prior to testing. 3.05 FINAL ACCEPTANCE A. No pipe installation will be accepted until all known leaks have been repaired whether or not leakage is within allowable limits. Locating and repairing of leaks shall be performed by the Contractor at no additional cost to the Owner. B. The Owner's Inspector will certify that all required pressure and leakage tests have been successfully completed before the pipeline is accepted. END OF SECTION I I E 11 I II I I I. C I 00078A\01666 Testing of Pipelines 01666-0 • SECTION 02100 • SITE PREPARATION PART 1 GENERAL 1.01 SCOPE OF WORK A. This work shall consist of all site preparation, and removal and disposal of obstructions. 1.02 RELATED WORK A. Special Conditions is included in Section 01010. B. Site Conditions is included in Section 01011. C. Site Restoration is included in Section 02119. 1.03 COORDINATION A. The work of this Section shall be completely coordinated with the work of other sections. Verify at the site both the dimensions and work of other trades adjoining items of work in this section before commencement of items herein specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other sections. 1.04 FIELD MEASUREMENTS A. Field measurements shall be taken at the site to verify or supplement indicated dimensions and to ensure proper coordination of all other construction items. 1.05 LIMITS OF WORK A. The limits of the work under this contract shall extend to the right-of-way or easement lines unless otherwise indicated on the plans or in 01011 Site Conditions. B. The Contracting Authority will not be responsible for obtaining additional sites for the storage of equipment, the stockpiling of materials, the securing of additional material, or other lands not required by the finished construction. No separate will be made for acquisition or use of off -site storage areas. PART 2 PRODUCTS (NOT USED) 00078A\02100 Site Preparation 02100-I PART 3 EXECUTION • • ' 3.01 CLEARING WORK AREA A. The work area shall be cleared of all obstructions affected by the construction of the project. All ite removed unless otherwise shown on the plans or ENGINEER. These items shall include, but not be headwalls, pavements, trees, shrubs, landscaping and obstruction, which are encountered. that will affect or will be ms so encountered will be otherwise directed by the limited to, signs, culverts, other items constituting an C. All structures, foundations, culverts, headwalls, concrete slabs and all other obstructions or rubbish of any nature which interfere with the proposed improvements shall be removed as a part of the clearing operation unless otherwise directed by the ENGINEER or otherwise noted on the plans. 3.02 PROTECTING AND REMOVING OBSTRUCTIONS A. The CONTRACTOR shall take every precaution in protecting and removing obstructions which are to be replaced or reconstructed. B. Removal and relocation of traffic and street signs shall be coordinated with the City Street Department. 3.03 OBSTRUCTING NOT SHOWN ON PLANS A. The plans show the location of certain exposed and buried obstructions, as well as existing surface and subsurface structures. Neither the OWNER nor the ENGINEER assumes any responsibility for failure to show obstruction or structures on the plans or to show them in their exact location. The absence of these obstructions on the drawings does not relieve the CONTRACTOR of any responsibility in the protection, removal and satisfactory replacement of these obstructions. The failure to show the obstructions will not be considered sufficient basis for claims for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate substantial changes in the lines and grades of the proposed improvements or requires the building of a special structure. B. The removal of existing utilities required to permit orderly progress of the work shall be accomplished by local agencies, as shown on the plans or specified within these specifications. The CONTRACTOR shall notify all utility companies, all pipeline owners, or other parties affected, and endeavor to have the necessary adjustments of the public or private utility fixtures, pipelines, pole lines, and other appurtenances within or adjacent to the limits of the construction made as soon as possible. C. It is understood and agreed that the CONTRACTOR has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions as shown on the plans or as specified herein and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained I I I I I I 00078A\02100 Site Preparation 02100-2 Iby him due to any interference from the said utility appurtenances or the operation Iof moving them. D. The CONTRACTOR shall notify the OWNER of the utility in the path of his ' operation, sufficiently in advance of his work contiguous to such utility, to enable the OWNER of same to have a representative present. I3.04 WATERWAYS A. Present natural and artificial waterways shall be left open to flow freely. Temporary dams or bypasses shall be provided when found necessary and/or directed by the ENGINEER. I3.05 REMOVING CULVERTS A. Culverts and other drainage structures in use by traffic shall not be removed until ' satisfactory arrangements have been made to accommodate traffic. I3.06 REMOVAL OF PAVEMENTS AND SIDEWALKS A. All pavements, driveways, sidewalks, curbs and other such items which must be ' removed to complete the project as shown on the plans shall be removed in a workmanlike manner. The area of each of these items so removed shall be restricted to the minimum possible area that tiwill conform to the lines and grades ' of the completed construction. B. Asphalt concrete and Portland cement concrete surfaces shall be sawed at the ' boundaries of the areas to be removed. Sawing shall be reasonably true to line, and the depth of sawing shall be such that when removing the material, undue underbreakage or shattering of the adjacent area will not occur. The equipment ' for sawing shall be approved mechanical concrete saws in satisfactory working condition and adequately powered to cut the depth required. 3.07 FENCE REMOVAL AND REPLACEMENT A. Fence designated to be removed and replaced shall be removed in advance of I other construction of improvements and shall be placed to provide a temporary fence clear of the proposed construction. Materials not required for the temporary fence shall be stored by the CONTRACTOR. The fence shall be replaced in its I original alignment utilizing the existing fence materials. The CONTRACTOR shall, at his expense, replace all damaged fence materials. I B. The CONTRACTOR shall be responsible for securing areas enclosed by fences at all times the fences are removed or the areas are otherwise accessible. I3.08 PROTECTION OF PROPERTY A. The CONTRACTOR shall be responsible for the preservation of all public and Iprivate property encountered in the construction of these improvements. I 00078A\02100 Site Preparation 02100-3 B. The CONTRACTOR am shall be responsible for all dage or injury to the property , of any character, during the prosecution of the work, resulting form any act, omission, neglect or misconduct in his manner or methods of executing the work, ort at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. C. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the work, or in consequence of the non -execution thereof by the CONTRACTOR, he shall restore at his own expense, such property to a condition similar or equal to that existing before such damage or injury was done by repairing, rebuilding or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 3.09 EXPLOSIVES A. Explosives shall not be allowed for excavation unless a plan for such use is approved by the ENGINEER, proof of blasting insurance is submitted, and experienced personnel licensed in the State of Arkansas for blasting is utilized. 3.10 EXCAVATION A. The current edition of Occupational Safety and Health Administration Standard for Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is specifically incorporated and made a part of these specifications and contract documents as required by Arkansas Act 291 of the 79" General Assembly of 1993. END OF SECTION I 00078A\02100 Site Preparation 02100-0 0 SECTION 02119 • SITE RESTORATION PART I GENERAL 1.01 SCOPE OF WORK A. The work included in this section of the specifications shall consist of restoration of the site within the limits of the construction activity including replacement of miscellaneous items, cleanup and related work. B. These specifications shall apply in all cases within the right of way. These specifications shall apply in all cases outside of the right of way unless the landowner involved indicates to the City a willingness to waive them. Any such waiver must be submitted in writing to the City Engineer. However, no waiver will relieve the CONTRACTOR from the requirement to repair sunken trenches as necessary and to control erosion. 1.02 RELATED WORK A. Special Conditions is included in Section 01010. B. Site Conditions is included in Section 01011. C. Site Preparation is included in Section 02100. D. Excavation, Trenching and Backfilling is included in Section 02315. 1.03 COORDINATION A. The work of this Section shall be completely coordinated with the work of other sections. Verify at the site both the dimensions and work of other trades adjoining items of work in this Section before commencement of items herein specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other sections. 1.04 FIELD MEASUREMENTS A. Field measurements shall be taken at the site to verify or supplement indicated dimensions and to ensure proper coordination of all other construction items. PART 2 PRODUCTS (NOT USED) 00078A\02119 02119-1 Site Restoration PART 3 EXECUTION • 0 ' 3.01 MISCELLANEOUS RELOCATIONS AND REPLACEMENTS I A. Miscellaneous items shall be replaced at the location and in the manner shown on the plans and as directed by the ENGINEER. Items not designated for relocation shall be disposed of as specified in other Sections of these specifications. All items damaged during removal, storage or replacement shall be replaced by the CONTRACTOR at the CONTRACTOR'S expense. B. Trees, shrubbery and landscaping not designated to be removed shall be protected. Damaged tree limbs shall be pruned. 3.02 SEEDING AND FERTILIZING I A. General I. Seeding shall consist of furnishing and applying seed, mulch, water, and fertilizer on all areas which have been disturbed by the construction work. These areas shall include lawns, pastures, ditches, ditch banks, ' embankment areas, compacted fill areas, cut or fill slopes and any area disturbed by construction. All seed beds shall be prepared by raking free of sticks, clods, rocks, and debris. A four -inch (4") layer of topsoil shall be applied to all areas to be seeded and raked prior to seed application. Straw or other mulch material approved by the ENGINEER shall be applied to stabilize the seedbed until seed has germinated. B. Materials 1. Lime: Lime shall be agricultural grade ground limestone or approved equivalent. 2. Fertilizer: Fertilizer shall be a commercial grade, 10-20-10, uniform in composition, free flowing and suitable for application with mechanical equipment delivered to the site in labeled containers, conforming to current Arkansas fertilizer laws and bearing the name, trademark and warranty of the producer. 3. Seed: The seed shall be labeled in accordance with current rules and regulations of the Arkansas State Plant Board and shall have a minimum of 98% pure seed and 85% germination by weight and shall contain no more than 1% weed seeds. A combined total of 50 noxious weed seeds shall be the maximum amount allowed per pound of seed with the following exceptions: Johnson grass seed, wild onion seed, wild garlic seed, field bindweed seed or nut grass seed will not be allowed in any amount whatsoever. Seed shall be furnished in sealed, standard containers. Seed which have become wet, mouldy or otherwise damaged in transit or in storage will not be acceptable. 00078A\02119 Site Restoration 02119-2 4. SeedThall be composed of the following varieties and weight per acre: Blue Grass 20 pounds/acre Bermuda Grass (common) unhulled 20 pounds/acre Lawn Fescue 30 pounds/acre Annual Rye Grass 30 pounds/acre 5. Mulch: Mulch cover shall consist of straw from threshed rice, oats, wheat, barley or rye; of wood excelsior; or from hay obtained from various legumes or grasses, such as lespedeza, clover, vetch, soybeans, bermuda, carpet sedge, bahia, fescue or other legumes or grasses, or a combination thereof. Mulch shall be dry, good grade clean straw, free of weedsand seed and shall not be excessively brittle or in an advanced state of decomposition. Al! material will be inspected and approved prior to use. 6. Water: Water shall be of irrigation quality and free of impurities that would be detrimental to plant growth. C. D. Seed Bed Preparation Areas to be seeded shall be dressed to the shape and section shown on the plans or as directed by the ENGINEER. All excess dirt, construction materials, trees, rubbish, debris, roots and stumps shall be removed and disposed of off -site. The CONTRACTOR shall obtain soil samples, to a depth of five inches (5"), from each major soil area, and have a lime requirement analysis conducted. 2. Lime at the rate determined by the lime requirement test shall be uniformly spread on areas to be seeded. The seedbed shall then be thoroughly pulverized by means of disk harrows or other approved methods, thoroughly mixing lime and soil to a depth of four inches (4"). Objectionable foreign matter turned up shall be removed. Water shall be applied in order to maintain the desired moisture content in the soil. Disk harrowing shall be followed by use of a spiked -tooth harrow to provide a finer surface texture. Fertilizing Fertilizer shall be applied at a rate of 800 pounds per acre. Fertilizer shall be uniformly incorporated into the soil to a depth of at least two inches (2"). It may be worked into the soil alone or in conjunction with the required lime. The fertilizer may be broadcasted, drilled into the soil or combined with the seed in the hydroseeding operation. Hydroseeding must be approved by the ENGINEER. 00078A\02119 Site Restoration 02119-3 IE. Seeding F G H. Seed shall be placed either by broadcasting, drilling or by hydroseeding. Hydroseeding must be approved by the ENGINEER. When the seed is drilled, it shall be in rows parallel to the toe of the slope. Drills shall not be more than six inches apart. Fertilizer and seed shall not be drilled together and shall not be mixed. 2. If a hydroseeder is used, fertilizer and seed may be incorporated into one operation, but a maximum of 800 pounds of fertilizer shall be permitted per each 1500 gallons of water. The area shall be lightly firmed with a cultipacker immediately prior to hydroseeding. Mulching Mulch shall be uniformly spread so as to provide a thickness of approximately 2 -inches immediately after seeding. The use of a power mulching machine must be approved by the ENGINEER. Mulch cover shall be applied uniformly and at a rate of 4,000 -pounds per acre when a power -mulching machine is used. 2. The mulch shall be effectively pressed into the soil using steel cleated track or cleated roller equipment. The anchoring shall be performed so that the grooves formed are perpendicular to the flow of water down backslopes and foreslopes. The equipment and method used shall produce acceptable results. Water After application of the mulch cover, water shall be applied in sufficient quantity to thoroughly moisten the soil to a depth of pulverization and then, as necessary, to germinate the seed and maintain growth at the direction of the ENGINEER for a period of at least 3 weeks. The time required for application of water will not be included in the computations of contract time for completion of the project provided all other work under the contract has been completed. 2. Water used in the seeding operation will not be furnished by the OWNER. The CONTRACTOR must make provision to obtain water for this operation at his own expense. Reseeding After germination has occurred, any area which does not have a stand of grass shall be refertilized and reseeded and watered in accordance with the above paragraphs. Any portion of the seeded area which becomes gullied or otherwise damaged shall be repaired and a stand of grass obtained. I El I Ti I I I I L I I I H II 00078A\02119 Site Restoretion 02I19-4 3.03 SOLID SOD • A. Solid sod where authorized and/or required by the ENGINEER shall be composed of either field grown bermuda grass or approved nursery grown bermuda grass, and shall consist of a densely rooted growth of grass substantially free of noxious weeds and undesirable grasses. ' B. The sod shall be sufficiently thick to secure a dense stand of live grass. The sod shall be live, fresh, and uninjured at the time of placement. It shall have a soil mat of sufficient thickness ' C. Prior to placement, the area shall be loosened and a thickness of 4" of topsoil shall be worked into the disturbed soil. Immediately prior to placement of sod, ' fertilizer shall be applied at the rate of 250 pounds per acre of 10-20-10 and worked into the top 1" of the soil The sod bed shall be moistened and sod strips shall be laid along any contour. The sod shall be firmed into place with a sod ' roller and moistened. Loose topsoil shall be scattered over the sod as top dressing, and the area thoroughly moistened. The CONTRACTOR shall be responsible for keeping the sod watered for a period of 3 weeks following Iplacement which shall not be computed in the total time for contract completion. 3.04 PAVEMENT REPAIRS ' A. All pavements which have been removed or damaged shall be repaired in accordance with the plans and specifications. Pavement repairs within the State I right-of-way shall also comply with the AHTD Resident Engineer's requirements. B. Trenches shall be backfilled as specified to the finished patch subgrade elevation. ' The existing pavement shall be sawcut and removed to a point 18 -inches beyond the trench line limits and brought to grade allowing for the concrete/asphalt patch. ' C. Prime coat and tack coat shall conform to AHTD Specifications. Prime coat shall be applied where noted at the rate of 0.25 gallons/SY. Tack coat shall be applied ' where noted at the rate of 0.03 to 0.10 gallons/SY. D. Asphalt shall conform to type 3, ACHM surface course as specified in Section 407, AHTD Specifications. Asphalt shall be 3 -inches thick, hot -laid and ' compacted to 92 percent of theoretical density. The finished patch surface shall match the existing finished grade. IE. One nuclear density test per asphalt surface patch or repair shall be performed. Asphalt patches greater than 300 SY shall receive two separate nuclear density ' tests. The cost of testing the asphalt shall be at the expense of the CONTRACTOR. F. Asphalt shall not be placed when the atmospheric temperature is below forty (40) degrees Fahrenheit or during unsuitable weather. ' G. The completed asphalt pavement repair shall be acceptable to the City Engineer and to the AHTD Resident Engineer, for repairs in AHTD right-of-way. Any ' 00078A\02119 Silt Rcstoration 02119-5 unaccepta e patch or repair shall be repTa'ced and retested at the CONTRACTOR'S expense. All core test holes shall be filled and compacted with ' the same type of ACHM or with concrete H. All concrete used for pavement repair, sidewalks, curb and gutter and ditch paving shall conform to Section 802, AHTD Specifications. Minimum concrete strength requirements for pavement repairs shall be as shown on the details. Minimum concrete strength requirements for sidewalks, curb and gutter and ditch pavement shall be thirty-five hundred (3500) pounds per square inch at twenty- eight (28) days. High early strength concrete may be used at the CONTRACTOR'S expense. I. An air -entraining agent at 4.0 percent to 8.0 percent shall be used with all mixtures for which the concrete will be exposed to freezing temperatures. J. Sampling and testing of concrete shall be directed by the ENGINEER, or his representative. Each concrete patch or repair, subject to traffic shall be tested. One set of four (4) cylinders shall be taken for compression testing. The CONTRACTOR may elect to have additional cylinders taken. Concrete patches or repairs shall be protected from traffic until the minimum concrete strength has ' been achieved. All costs associated with sampling and testing of concrete shall be the responsibility of the CONTRACTOR. K. Repairs of curb and gutter, sidewalks and ditch paving shall be made to match the same width and original shape as what was removed or damaged. The surface t finish of concrete repairs shall be made to match any special finish such as exposed aggregate. A light broom finish shall be made if no special finish existed. L. Concrete shall be sawcut to form a straight edge before repairs are made. A three- quarter (3/4) -inch bituminous felt joint material shall be placed between existing concrete and the new concrete repair. Concrete repairs for curb and gutters, sidewalks and ditch paving shall be scored for a depth equal to one-third (1/3) the total depth of the concrete at intervals of not greater that ten (10) feet or less the five (5) feet, unless otherwise shown on the plans. M. Concrete sidewalks and ditch paving shall have a minimum thickness of four (4) inches. Ditch paving shall include 6" x 6" wire mesh reinforcement. N. All concrete shall be protected from too rapid curing and from freezing. A concrete curing compound, plastic sheeting or damp burlap shall be used to help cure the concrete. 3.05 CLEANUP A. All work within the construction area shall be cleaned to the satisfaction of the OWNER. All machinery, equipment; surplus materials, trash or rubbish, etc. shall be removed from the site of work. 00078A\02119 Site Restoration 02119-6 B. The area sha71 be kept clean as the work progresses.In built-up area, including lawns, the job site shall be cleaned up immediately behind the construction. Streets and driveways blocked by excess material after basic construction is completed will not be tolerated. C. If a trench should settle within two (2) years of the project completion date, the CONTRACTOR shall make the required repairs at no additional cost to the OWNER. Failure of the CONTRACTOR to make necessary repairs will be cause for the OWNER to make or contract for such repairs and invoice the CONTRACTOR for all costs. D. Pavement, driveways, sidewalks and storm drainage facilities shall be cleaned and all soils or other debris removed. END OF SECTION 00078A\02119 Site Rcstoration 02119-7 • SECTION 02158 BORING AND JACKING PART I GENERAL 1.01 SCOPE OF WORK A. The work included in this section of the specifications shall consist of furnishing all labor, materials, equipment, supplies and incidentals required to install casing pipe and carrier pipe(s) by boring and jacking at the location shown on the plans. B. Work shall be done in strict accordance with the construction plans and details and as specified herein, and in accordance with all Federal, State, and local laws, regulations and requirements. 1.02 RELATED WORK A. Site Preparation is included in Section 02100. B. Site Restoration is included in Section 02119. C. Excavation, Trenching and Backfilling is included in Section 02221. 1.03 REFERENCE SPECIFICATIONS A. American Society of Testing and Materials (ASTM), latest edition: I. ASTM A36/A36M Standard Specification for Carbon Structural Steel. 2. ASTM A53 Standard Specification for Pipe, Steel, Blade and Hot -Dipped, Zinc -Coated Welded and Seamless. 3. ASTM A134 Standard Specification for Pipe, Steel, Electric - Fusion (ARC) - Welded. 4. ASTM A139 Standard Specification for Electric - Fusion (ARC) - Welded Steel Pipe. 5. ASTM C144 Standard Specification for Aggregate for Masonry Mortar 6. ASTM C150 Standard Specification for Portland Cement 7. ASTM C207 Standard Specification for Hydrated Lime for Masonry Purposes 8. ASTM C476 Standard Specification for Grout for Masonry 00078A\02158 Boring and Jacking 02158-1 B. Americaational Standards Institute (ANSI), d American Water Works Association (AWWA), latest edition: 1. AWWA C200 Steel Water Pipe -6 in. (150 mm) and Larger 2. AWWA C203 Coal -Tar Protective Coatings and Linings for Steel U Water Pipelines - Enamel and Tape - Hot Applied 3. AWWA C206 Field Welding of Steel Water Pipe ' 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. Submit complete shop drawings and product data for casing pipe, carrier pipe(s), fittings and related appurtenances. B. At least thirty (30) days prior to the scheduled start of installation operations, submit a plan for the installation of the casing and carrier pipe(s) including the construction of the equipment pit, installation of trench safety equipment, setting of boring and jacking equipment, and installation and operation of dewatering equipment. The CONTRACTOR shall remain fully responsible for the adequacy and safety of construction means, methods, and techniques. PART 2 PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and/or configuration desired. 2.02 MATERIALS A. Steel Casing Pipe I. Steel casing pipe shall be of leakproof construction, conforming to ASTM A53 and ASTM A139 (Grade "B"). Steel casing pipe shall have a minimum yield strength of 35,000 psi. 2. Steel casing pipe shall be protected inside and outside by a bituminous coating, 5 mils thick (minimum). B. Casing Spacers 1. Steel casing spacers shall be constructed of two-piece stainless steel bands with oil -resistant rubber insulators (runners). 2. Steel casing spacers shall be similar and equal to the Model 59 Stainless Steel Band Casing Insulator as manufactured by J -Four Pipeline Products, Inc. Casing spacers shall be sized to center the carrier pipe in the steel casing pipe and provide restraint against movement. 00078A\02158 Boring and Jacking 02158-2 3. Casing nd seals shall be manufactured of oil and water resistant synthetic rubber. Casing end seals shall be secured with 1/2 -inch stainless steel bands. End seals shall be similar and equal to the Pull -On End Seal or Zipper Seal as manufactured by J -Four Pipeline Products, Inc. PART 3 EXECUTION 3.01 PREPARATION A. Notify ENGINEER at least seven (7) days in advance of boring and jacking operations. B. Shore boring pits to maintain and protect surrounding soils and structures throughout installation. C. Keep boring pit continuously free of ground water or surface water during boring and jacking operations. Ground water levels shall be kept below the invert of the pit. 3.02 INSTALLATION A. Casing shall be installed by dry bore and jacking. Once installation of pipe casing has begun, it shall be continuous until the casing is fully installed and sealed. The use of water or other fluids to advance the boring and jacking equipment is not permitted. B. Check alignment of casing at frequent intervals and adjust to correct any variation. C. Provide heavy duty jacks suitable for forcing the pipe casing through the embankment. Apply even pressure to all jacks used. Provide suitable jacking frame, backstop, and bracing between jacks and jacking head so that pressure is uniformly applied to the pipe ring. Jacking head shall be of such weight and dimension that it will not bend or deflect when full pressure is applied at the jack. Jacking head shall be provided with an opening for the removal of excavated material as the jacking proceeds. The pipe to be jacked shall be set on guides that are straight and securely braced to support the pipe section and direct it at the proper line and grade. D. Embankment material shall be excavated in advance of the pipe jack with material removed through the pipe. The boring equipment shall avoid making the excavation larger than the outside diameter of the casing pipe. The excavation for the underside of the casing pipe shall conform to the proposed contour and grade of the carrier pipe. The excavation for the top half of the casing pipe shall conform closely to the outside diameter of the pipe with an allowable clearance of no greater than 2 inches. All voids between the pipe and earth embankment shall be filled with grout per ASTM C476. Grout holes may be provided in the pipe. Grouting through drill holes from the ground surface may only be used as approved by the ENGINEER. Any necessary grouting shall follow immediately upon completion of the jacking operation. 00078A\02158 Boring and Jacking 02158-3 E. The pipeeasing shall generally be jacked from" he low or downstream end. Lateral or vertical variation from the line and grade established by the plans and specifications shall not exceed 1 -inch in 10 -fl, provided that such variation is in one direction and that the final grade of flow line is in the direction indicated on the plans. F. The first joint of the carrier pipe shall be supported in both boring pits by a quarter point cradle of Class B concrete or compacted gravel bedding. G. Once jacking has begun, the operation shall be carried on without interruption to prevent the pipe from becoming firmly set in the embankment. H. Any section of casing pipe or carrier pipe, damaged during the jacking or installation operation, shall be repaired only as approved by the Engineer. ' Otherwise, the casing pipe and/or carrier pipe shall be removed and replaced by the CONTRACTOR at no additional cost to the OWNER. I. End seals shall be installed on the casing pipe following installation of the carrier pipe. Synthetic rubber boots shall be installed as end seals with stainless steel straps at each end of the casing pipe. ' J. All cavities formed by caving or other voids resulting from over excavation shall be filled with grout in a manner approved by the Engineer. All damages caused by the installation or excavation to surface or subsurface structures shall be repaired or replaced at no additional cost to the OWNER. END OF SECTION E I I I [1 I 00078A\02158 Boring and Jacking 02158-0 SECTION 02315 EXCAVATION, TRENCHING AND BACKFILLING PART I GENERAL 1.01 SCOPE OF WORK A. This work shall include all excavation, trenching, bedding, backfilling and related items required for installation of water and/or sewer utility, structures and appurtenances. 1.02 RELATED WORK A. Special Conditions is included in Section 01010 B. Site Conditions is included in Section 01011. C. Site Preparation is included in Section 02100. D. Site Restoration is included in Section 02119. E. Water Line Improvements are included in Section 02510. F. Sanitary Sewer Line Improvements are included in Section 02530. 1.03 SUBMITTALS A. For all construction projects involving sites of 5 acres or greater the CONTRACTOR shall be responsible for: 1. Filing a Notice of Intent (NOI) for the project to be covered under Arkansas General Permit for Storm Water Discharges associated with industrial activity from construction activities. 2. Develop a Storm Water Pollution Prevention Plan (SWP3). 3. Implement the SWP3 according to the requirements of the general permit. B. The above requirements shall be in place prior to the initiation of construction activities. A copy of the SWP3 shall be maintained by the CONTRACTOR at the jobsite. A copy of the SWP3 shall also be forwarded to the ENGINEER for general information purposes only. The ENGINEER in no way accepts responsibility for the preparation or implementation of the SWP3, or the interpretation of the regulations of the Arkansas General Permit for Storm Water Discharges. 00078A\02315 Excavation, Torching and Backrilling 02315-1 C. The CONTRACTOR shall furnish, at his expense,Test data to indicate compliance I with the following: 1. Source and classification of Select Backfill Material. 2. In -place density of subgrade. ' 3. Gradation and mechanical properties of base course material. 4. In -place density of base course. 5. Gradation of asphalt aggregate and bitumen content. ' 6. In -place density of asphalt course. 7. Compressive strength test results of concrete. D. Certify the Contractor is not associated with the independent testing laboratory nor does the Contractor or its officers have a beneficial interest in the laboratory. E. Provide qualification of independent testing laboratory, including name and address. 1.04 COORDINATION A. The work of this Section shall be completely coordinated with the work of other sections. Verify at the site both the dimensions and work of other trades adjoining items of work in this Section before commencement of items herein specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other sections. 1.05 FIELD MEASUREMENTS ' A. Field measurements shall he taken at the site to verify or supplement indicated dimensions and to ensure proper coordination of all other construction items. 1.06 REFERENCE SPECIFICATIONS A. American Association of State Highway and Transportation Officials, latest ' edition: 1. AASHTO M 57 Materials for Embankments and Subgrades 2. AASHTO M 145 The Classification of Soils and Soil -Aggregate Mixtures for Highway Construction Purposes 3. AASHTO M 146 Terms Relating to Subgrade, Soil -Aggregate, and ' I Fill Material 00018M023 IS Excavation, Trenching and Backfilling ' I 02315-2 4. AASHTO T 99 The Moisture -Density Relations of Soils Using a 5.5 lb. (2.5 kg) Rammer and a 12 in. (305 mm) Drop 5. AASHTO T 180 Moisture — Density Relations of Soils Using a 10 -lb (4.45 kg) Rammer and an 18 -in. (457 mm) Drop 6. AASHTO T 238 Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) 7. AASHTO T 239 Moisture Contact of Soil and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) E. American Society for Testing and Materials (ASTM), latest edition: I. ASTM C33 Specification for Concrete Aggregates F. Arkansas State Highway and Transportation Department (AHTD): I. Standard Specifications for Highway Construction, 1996 Edition PART2—PRODUCTS 2.01 BEDDING MATERIALS A. Pipe bedding materials shall be: 1. The by-product of McClinton -Anchor's rock crushing operation commonly known as grit, or equal (not allowed for sanitary sewer) 2. Sand (not allowed for sanitary sewer) 3. Class 8 Aggregate Base Course ( Table 303-1, AHTD Specifications) B. In no case shall the maximum dimension of rock exceed 0.75 -inches. 2.02 BACKFILL MATERIALS A. Allowable backfill materials shall be: 1. Class 7 Aggregate Base Course (Table 303-1, AHTD Specifications) 2. Sand consisting of clean, hard durable, uncoated grains free from lumps, clay and organic materials. All (100%) of the sand shall pass a No 8 sieve. 3. Red clay gravel or "Hillside" as approved by the City Engineer. 00078A\02315 Excavation, Trenching and Backfilling 02315.3 4. Native materials where the Class 7 Aggreg!e Base Course is not specified ' and where such native material is suitable and can be compacted 2.03 SLURRY BACKFILL A. Where designated by the ENGINEER, the CONTRACTOR shall be required to backfill trenches with a plant mixed slurry of sand, cement and flyash in a ratio of 3,400 lb: 150 lb: 100 lb: This mixture shall be required to meet the minimum criteria of a compressive strength of 300 psi at 28 days. This material shall be used to help facilitate the reapplication of traffic over the trenches across streets and driveways where dictated by the ENGINEER. Design may be modified as required by the ENGINEER, however, concrete shall not be used in the place of slurry backfill. Slurry is to be constructed to neat lines as indicated on the plans — not to exceed a trench quantity of 24 -inches wider than the diameter of the pipe in the trench. B. The ENGINEER may elect to place a temporary surface over the slurry. The CONTRACTOR should consult the construction plan trenching details as to the required depth of bedding, slurry and surface material depths. This procedure may be used for drainage, water lines, sanitary sewer lines or other pavement crossings. C. Slurry backfill shall be allowed to achieve a 24 hour set before allowing traffic on ' it or placement of base course or paving materials. Slurry backfill shall be protected against frost and rapid drying. PART 3— EXECUTION ' 3.01 GENERAL ' A. The trench shall be excavated so that the pipe can be laid to the alignment and ' grade required by the plans. No deviation shall be made from the required line or grade except with the written consent of the ENGINEER. B. Whenever obstructions not shown on the plans are encountered during the ' progress of the work and interfere to such an extent that an alteration in the plans is required, the ENGINEER shall have the authority to change the plans and order a deviation from the line and grade or arrange with the OWNER of the structures for the removal, relocation or reconstruction of the obstructions. C. The excavation of trenches shall not advance more than 150 feet ahead of the ' completed pipe work and compacted backfill without permission from the ENGINEER. All excavation shall be in open cut. 3.02 TRENCH EXCAVATION A. The trench shall be excavated to at least 6 -inches below the grade necessary to provide the minimum cover required. Trench width shall be outside pipe diameter at the bell plus one (1) foot either side, except for PVC pipe, the ' minimum trench width shall be the outside diameter of the pipe plus eight (8") 00078M02315 Excavation, Trenching and Backrilling 02315-0 inches eithe' e. Maximun trench width at the pipe shall be the outside diameter of the pipe plus two (2') feet. B. Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgement of the ENGINEER should be removed, the trench shall be excavated and such material removed to the width and depth ordered by the ENGINEER. C. Before the pipe is laid, the subgrade shall be made by backfilling with bedding material in 6 -inch uncompacted layers. The layers shall then be hand or machine tamped so as to provide a uniform and continuous bearing and support for the pipe at all points along the pipe length. D. The sides of any excavation, when deemed necessary or as required by State or Federal regulation, shall be properly supported with bracing, shoring or sheeting as the need may be. Such bracing and shoring shall be withdrawn as the work progresses. In case the excavation is close enough to buildings or other foundations as to endanger their stability by the removing of such bracing, then they shall be made secure and left in place, and the water line trench backfilled and thoroughly tamped with the bracing in place. E. The CONTRACTOR shall provide sufficient pumps and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, the CONTRACTOR shall remove all such soft material and replace it with approved bedding material. Under no conditions shall pipe be laid in a trench that has not been properly dewatered. F. The length of trench that may be opened ahead of the pipe laying operation be determined by field conditions, but shall not advance more than 150 feet ahead of the completed pipe work. The CONTRACTOR is responsible for the proper restoration of open trenches damaged by the weather or by other means. If, because of such trench damage, a different type of pipe bedding system is required to provide proper pipe support, the extra expense of such revised bedding shall be borne by the CONTRACTOR at no cost to the City. G. Material suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave-ins. All excavated materials not required or unsuitable for backfill shall be removed and wasted as indicated or as directed by the ENGINEER. H. If rock is present at the grade line of the trench, it shall be excavated to an elevation 6 -inches below grade. Rock shall consist of sedimentary or other types of rock which cannot be excavated without the use of rippers or impact hammers. Rock excavation shall include boulders and deposits of concrete with a volume of %2 cubic yard or more. The trench shall then be backfilled to grade with approved bedding material. This bedding shall be placed prior to the time the pipe is laid. All excavated rock shall be removed from the site and shall be disposed of by the CONTRACTOR. 00078A\02315 Excavation, Trenching and Bickfilling 02315-5 3.03 BACKFILLING • ' A. All trenches shall be backfilled immediately after the pipe is laid and approved. , All backfilling shall be done by methods which will not disturb the pipe. Pavement cuts shall be repaired as specified. Pavement repair shall not commence until the CONTRACTOR has achieved proper subgrade compaction. Such backfilling, before testing, shall not relieve the CONTRACTOR of his responsibility for correction of leaks in the line. B. After the pipe bedding has been placed (including up through 6" above the pipe), the pipe, the trench, excavated areas around valve, fittings, fire hydrants and other appurtenances shall be backfilled with excavated material free from rock larger that 6 -inches within 18" of the top of the bedding and 8" in diameter thereafter. In no case shall rock material from blasting operations be allowed in the trench. ' C. All pipeline trench backfill shall be placed in layers of appropriate thickness and compacted using a mechanical, hydraulically powered vibratory trench compactor ' or other equivalent equipment. Heavy compaction equipment shall not be used closer than 2 feet to the top of the pipe. Any backfill failing to meet the compaction requirements set out below shall be replaced and/or recompacted to meet the compaction specifications. D. All trench backfill (except under paved or driving surface areas) shall be ' compacted to 90 percent (minimum) of that of the adjacent undisturbed soil. Unless specifically noted on the Plans, no density testing will be required to prove compliance with the 90 percent density requirement. E. In areas where the trench is parallel to or crosses any paved area or driving surface including streets, parking lots, future or planned streets, or driveways, the backfill shall be Class 7 Aggregate Base Course as specified in Section 300 (AHTD Specification). Aggregate base course trench backfill shall be placed in 6 to 8 -inch lifts and compacted to 95 percent modified Proctor density (ASTM Dl 557-78). F. Red clay gravel or "hillside" may be used as a backfill material in areas described in the above paragraph when specifically approved by the City Engineer and compacted in 6 to 8 -inch lifts to 95 percent of standard proctor. G. One density test per crossing shall be required. Where the trench runs parallel to the driving or paved surface, one density test shall be required per 500 feet or portion thereof. An additional test will be made for each test failure at approximately 100 feet either side of failing test. H. In areas to be topsoiled, the density of the backfill material shall be tested at a depth of 12 to 18 -inches below the finished grade prior to the placement of the topsoil. ' I. In open fields and other areas where deemed appropriate, the trench may be overfilled and allowed to settle prior to final surface replacement. Trenches may ' be flooded to promote settlement in area where it is deemed appropriate. 00078A\02315 Excavation, Trenching and Backfilling 02315-6 3.04 EXPLOSIVES A. Explosives shall not be allowed for excavation unless a plan for such use is approved by the ENGINEER and the City of Fayetteville, proof of blasting insurance is submitted and experienced personnel licensed in the State of Arkansas for blasting are utilized. 3.05 TRENCH SAFETY A. The current edition of Occupational Safety and Health Administration Standard for Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is specifically incorporated and made a part of these specifications and contract documents as required by Arkansas Act 291 of the 79's General Assembly of 1993. END OF SECTION 00078A\02315 Excavation, Trenching and Backf fling 02315-7 SECTION 02510 WATER LINE IMPROVEMENTS PART I GENERAL 1.01 SCOPE OF WORK A. The work included in this section of the specifications shall consist of furnishing and installing water mains and appurtenances and water services. Installation of water services shall include replacement of existing service lines, water meters and appurtenances. 1.02 RELATED WORK A. Special Conditions is included in Section 01010 B. Testing of Pipelines is included in Section 01666. C. Site Restoration is included in Section 02119. D. Excavation, Trenching and Backfilling are included in Section 02315. 1.03 SUB MITTALS A. The manufacturer shall furnish a certified statement that all pipe, valves, hydrants and appurtenances have been manufactured and tested in accordance with the referenced standards. B. Submittals shall include the following: I. Manufacturer's literature, illustrations, specifications and engineering data including: a. Dimensions b. Size c. Material's of Construction d. Weight e. Protective Coating 1.04 COORDINATION A. The work of this Section shall be completely coordinated with the work of other sections. Verify at the site both the dimensions and work of other trades adjoining items of work in this Section before commencement of items herein specified. 00078A\02510 Water Line Improvements 02510-1 0 ' B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other sections. ' C. Service to water customers shall not be disrupted during installation of the water line improvements except for the time required to change individual services as specified in this specification. D. The CONTRACTOR shall notify the Public Water Utility Department at least 48 hours prior to scheduled connections of mains. Scheduling shall be subject to the approval of the Water Department and the ENGINEER. E. The sequence of construction and change over shall be as follows: 1. Install new mains as shown on the plans, including fire hydrants. ' 2. Connect new mains to system at tapping sleeve and valve locations. ' 3. Install new water meter boxes and service lines. 4. Test, disinfect and sample new water lines as specified. After samples are ' approved, place mains into service. 5. Install new water meters and connect water services. ' 6. Connect new water main to existing water main at non -tapping sleeve and ' valve locations. 7. Remove old system from service. F. Work may proceed on one or more lines simultaneously; however, work shall be continuous on any given line once work has been started until its completion. All work must be fully complete within the time allowed for the contract. G. The sequence of construction may be varied as directed by the OWNER or ENGINEER. 1.05 FIELD MEASUREMENTS A. Field measurements shall be taken at the site to verify or supplement indicated dimensions and to ensure proper coordination of all other construction items. 1.06 REFERENCE SPECIFICATIONS A. American Society of Mechanical Engineers (ASME) and American National Standards Institute (ANSI), latest edition: 1. ASME/ANSI B2.1 Pipe Threads (Except Dryseal) Ti B. American Society for Testing and Materials (ASTM), latest edition: I 00078A\02510 Water Line Improvements 02510-2 C. 00078A\02510 1. ASTM A48 Specification for Gray Iron Castings 2. ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings 3. ASTM A153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware 4. ASTM A276 Standard Specification for Stainless and Heat Resisting Steel Bars and Shapes 5. ASTM A438 Standard Test Method for Transverse testing of Gray Cast Iron 6. ASTM A536 Specification for Ductile Iron Castings 7. ASTM B88 Specification for Seamless Copper Tubing 8. ASTM D1784 Specification for Rigid Polyvinyl Chloride Compounds and Chlorinated Polyvinyl Chloride Compounds 9. ASTM D2241 Specification for Polyvinyl Chloride (PVC) Pressure Rated Pipe 10. ASTM D2737 Specification for Polyethylene (PE) Plastic Tubing 11. ASTM D3139 Specification for Plastic Pressure Pipes Using Flexible Elastomeric Seals American National Standards Institute (ANSI) and American Water Works Association (AWWA), latest edition: 1. ANSI/AWWA CI04/A21.4 American National Standard for 2. ANSI/AWWA C105 3. ANSI/AWWA CI 10/A21.10 4. ANSI/AWWA CI 11/A21.11 02510-3 Cement Mortar Lining for Ductile -Iron Pipe and Fittings for Water American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems American National Standard for Rubber -Gasket Joints for Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch (7 mm through 1200 mm) for Water and Other Liquids American National Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings Water Line Improvements 5. ANSUAWWA C115 6. ANSUAWWA C151/A21.51 7. ANSI/AWWA C153/A21.53 8. ANSUAWWA C500 9. ANSIAWWA C502 10. ANSUAWWA C504 11. ANSI/AWWA C509 12. ANSUAWWA C600 13. ANSIAWWA C651 14. ANSIAWWA C700 15. ANSIAWWA C900 American National Standard for Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges American National Standard for Ductile -Iron Pipe, Centrifugally Cast, For Water or Other Liquids American National Standard for Ductile -Iron Compact Fittings, 3 In. Through 24 In. (76 mm through 610 mm) and 54 in. Through 64 In. (1,400 mm Through 1,600 mm), for Water Service AWWA Standard for Metal, Seated Gate Valves for Water Supply Service AWWA Standard for Dry -Barrel Fire Hydrants AWWA Standard for Rubber -Seated Butterfly Valves AWWA Standard For Resilient -Seated Gate Valves for Water Supply Services AWWA Standard for installation of Ductile -Iron Water Mains and Their Appurtenances AWWA Standard for Disinfecting Water Mains AWWA Standard for Cold -Water Meters - Displacement Type, Bronze Main Case AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. Through 12 In. for Water Distribution 1.07 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. Valves and appurtenances provided under this Section shall be the standard product in regular production by manufacturers whose products have proven 00078A\02510 Watcr Line Improvemcnts 025104 • • reliable in similar service for at least five years. If required, the manufacturer shall furnish evidence of installation in satisfactory operation. 2. All units of the same type shall be the product of one manufacturer. ' B. Design Criteria ' I. All valves and appurtenances shall be new and in perfect working condition. Valves shall be designed for continuous use with a minimum of maintenance and service required and shall perform the required function without ' exceeding the safe limits for stress, strain or vibration. In no case will used or damaged valves by acceptable. The selection of equipment to meet the specified design conditions is the responsibility of the CONTRACTOR. Both workmanship and material shall be of the very best quality and shall be entirely suitable for the service conditions specified. ' 1.08 DELIVERY, STORAGE AND HANDLING IA. Deliver materials to the site to ensure uninterrupted progress of the work. B. Protect threads and seats from corrosion and damage. Rising stems and exposed ' stems valves shall be coated with a protective oil film which shall be maintained until time of use. C. Furnish covers for all openings: 1. All valves 3 -inch and larger shall be shipped and stored on site until time of use with wood or plywood covers on each valve end. 2. All valves smaller than 3 -inch shall be shipped and stored as above except that heavy cardboard covers may be furnished instead of wood. D. Store equipment to permit easy access for inspection and identification. Any corrosion in evidence at the time of OWNER acceptance shall be removed, or the valve shall be remove from the job. IE. Store all equipment in covered storage off the ground. PART 2 MATERIALS I 2.01 GENERAL A. All materials and construction methods shall be in accordance with these specifications and with the standards referenced herein. Other specifications which • are applicable are the General and Special Conditions and other technical sections. B. Allowable pipe materials Materials for mains larger All pipe shall be. designed large pipe (30 -inch in size 00078A\02510 shall be Polyvinyl Chloride (PVC) and Ductile Iron. than 24 -inch shall be determined on a case by case basis. for a working pressure of at least 200 psi except that for or larger) the design working pressure shall be as called Water Line Improvements 02510-5 for by formal design. In no case shall the design working pressure be less that 150 psi. For pipe smaller than 24 -inch, the allowable pipe sizes are 2, 6, 8, 12 and 18 inches. 2.02 DUCTILE IRON PIPE A. Ductile Iron Pipe shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids", AWWA Standard C151, latest revision, and shall be designed to withstand compacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a soil density of 120 pounds per cubic foot and Type 3 standard laying conditions. B. Ductile Iron Pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile Iron Pipe", ANSIAWWA C150/A21.50-91, effective March 1, 1992. C. Joints and joint materials for ductile iron pipe shall conform to ANSUAWWA C105/A21.4. D. All ductile iron fittings shall conform to the requirements of ANSUAWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. E. Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accordance with applicable sections of ANSUAWWA C15I/A21.51, ANSUAWWA C153 and ANSI/AWWA Cl 10/A21.10. All restrained joint pipe shall be "TR Flex" as manufactured by U. S. Pipe, "Flex -Ring" joint as manufactured by American Ductile Iron Pipe, or equal. F. Swivel joint fitting shall have a retainer lip and swivel rotatable gland for positive restraint without tie rods. Restraint joints shall be used where testing will be done against closed valves, etc. G. Flanged pipe and fittings shall be in accordance with the requirements for "Flanged Ductile Iron Pipe with Threaded Flanges", ANSUAWWA C115/A21.15, latest revision. H. Bolts and gaskets shall meet the requirements of ANSI/AWWA Cl1 1/A21. 11, latest revision, for "Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings". I. All ductile iron pipe and ductile iron pipe fittings shall have a standard thickness cement mortar lining in conformance to ANSUAWWA C104/A21.4. J. All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. Exposed pipe may be required to have a factory prime coat consisting of one coat of Kop-Coat 240 Gold Primer, Kop-Coat 622 LCF Primer or approved equal. The bituminous coating shall be approximately 1 mil thick and shall be factory applied to the outside of all pipe and fittings. The finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. 00078A\02510 Water Line Improvements 02510-6 . IK. Joint lubricant shall be provided by the pipe manufacturer, and applied as per the manufacturer's recommendations. I2.03 POLYVINYL CHLORIDE (PVC) PIPE IA. PVC pipe 2 -inches in size shall be manufactured in accordance with ASTM D-2241. PVC pipe 6 -inches through 12 -inches in size shall be manufactured in accordance with AWWA Specification C900 and shall have a SDR of 14. B. 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. C. Joints for 2 -inch plastic pipe shall conform to ASTM Specification D-3139. Joints for plastic pipe 6 -inches and larger shall conform to AWWA C900. D. Fittings for PVC pipe 2 -inches in diameter shall comply with ASTM Specification D-3139, "Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals". E. Fittings for PVC pipe 6 -inches and larger shall conform to the specifications given for ductile iron pipe. 2.04 GALVANIZED STEEL PIPE AND FITTINGS A. Threaded fitting pipe for blow -offs shall be unlined Schedule 80 steel pipe and shall conform with the requirements of ASTM Al20-82, latest revision, and shall be galvanized in accordance with ASTM Specification A90-8 1, latest revision. Fittings for galvanized steel pipe shall be of cast iron, of standard design and dimensions, and be of uniform style and pattern. Fittings for galvanized steel pipe shall be galvanized in accordance with ASTM Specification A90-81, latest revision. Galvanized pipe and fittings shall be allowed for non -buried service only. 2.05 POLYETHYLENE ENCASEMENT (PIPE WRAP) A. Polyethylene encasement shall be in conformance to ANSI/AWWA C105, latest I revision. The polyethylene film shall have a minimum nominal thickness of .008 - inch (8 mils), and shall be provided in either flat tube or sheet form. 2.06 DETECTABLE TAPE A. 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 this is impervious to all know 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 that 2 -inches with a medium unit weight of 2-'A pounds/I-inch x 1000 feet. 00078A\02510 Water Line Impmvcmcnts 02510-7 B. The tape shall be color coded and imprinted with the message as follows: Type of Color ' Utility Code Legend Water Safety Precaution Caution, Buried ' Blue Water Line Below 2.07 TRACER WIRE A. All non-metallic pipe installed for mains shall be laid with tracer wire. Tracer wire shall be AWG TDW #14 solid copper, coated and designed for underground burial. Wire shall be installed in a continuous non -interrupted circuit. Tracer wire junctions shall be installed at intervals shown on the plans, but not exceeding 1000 feet unless specifically authorized by the ENGINEER. 2.08 STEEL ENCASEMENT PIPE ' A. Encasement pipe for water mains shall be constructed of either spiral or straight ' welded steel and shall be sized as follows: Water Minimum Encasement Minimum Wall ASTMJAWWA ' Main Size Pipe Size Thickness Specification (inches) (inches) (inches) 4-6 12 0.250 ASTM A 53 8 16 0.250 AWWA C 102 12-16 24 0.250 AWWA C 102 18 30 0.312 AWWA C 102 20-24 36 0.312 AWWA C 102 36 48 0.375 AWWA C 102 48 60 0.375 AWWA C 102 2.09 GATE VALVES A. Gate valves shall be used for pipe up through 10 -inches in size. B. Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the requirements of AWWA C509, latest revision, for "Resilient Seated Gate Valves, 3 through 12 NPS, for Water and Sewage Systems". All gate valves shall be designed for a minimum of 200 psi working pressure. All gate valves shall be M & H, AWWA C509 Resilient Seated Gate Valves or approved equal. Approved equals are Waterous, Mueller and Clow. C. All 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 unless otherwise indicated on the Plans. Tapping valve ends shall be flanged by MJ. 00078A\02510 Water Line Improvements 02510-8 • • 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 as viewed from the top. Handwheels for gate valves shall conform to AWWA C509. F. The interior and exterior of the valve body, bonnet and seal plate shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. G. The valve shall be tested in accordance with AWWA C509, latest revision. 1 2.10 BUTTERFLY VALVES A Butterfly valves shall be used for all pipe 12 -inches and larger except 12 -inch tapping valves shall be gate valves. B. Butterfly valves shall be Class 250B in conformance with the requirements of AWWA C504, latest revision, for "Rubber Seated Butterfly Valves". All butterfly valves shall be groundhog type, as furnished by Henry Pratt Company, or approved equal. C. The valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally cast mechanical joint ends unless alternate valve ends are indicated on the Plans. Body thickness shall be in strict accordance with AWWA C504, latest revision, Class 250B. D. E. All butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows: Valves 20 -inches (nominal diameter) and smaller shall have bonded seats which are simultaneously molded in, vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. 2. On valves 24 -inches and larger, all seats shall be of a synthetic rubber compound. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. Valve discs shall be as follows: 1. Valves 12 -inches through 20 -inches nominal diameter: Valve discs shall be constructed of alloy cast iron ASTM A-436, Type 1. 2. Valves 24 -inches nominal diameter: Valve discs shall be cast iron with a stainless steel seating edge. 00078A\02510 Water Line Improvements 02510-9 3. Valves 30 -inches through 48 -inches nominal diameter: Valve discs shall be ductile iron with a stainless steel seating edge. F. The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant and self-lubricating. The valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. The operator shall be designed for operation with a nominal 2 -inch square operating nut for used with a T -wrench. Operators shall be designed to open with a counterclockwise rotation of the operator nut. G. All valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. H. The valve shall be hydrostatically tested at 250 psi for leakage in accordance with AWWA C504, latest revision. I. Where valves are specifically shown and detailed on the plans to be painted, the valves shall be delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or approved equal. 2.11 VALVE BOXES A. Valve boxes shall be constructed of cast iron. The 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". All valve boxes shall be compatible with the gate or butterfly valves for which they are provided and shall be manufactured for use in roadways. 2.12 FIRE HYDRANTS A. All fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision, for "Dry Barrel Fire Hydrants", and shall be designed for a working pressure of 200 pounds per square inch gauge. Pressure class 200 fire hydrants shall be three-way, painted white above the ground line with reflective paint 7216 3M. Approved fire hydrants are Mueller Centurion hydrants, Catalog No. A-423 or Waterous 5 %<-inch, WB67-90. B. The hydrant shall have a 6 -inch mechanical joint inlet in conformance to the dimensions shown in ANSI/AWWA C110/A21.10, latest revision. Three-way hydrants shall have a 5 '/,-inch valve opening. C. All fire hydrants shall be equipped with a two-piece barrel having a break -away flange at the ground line and shall be designed for a 42 -inch bury. Extensions shall be Mueller A-320 or approved equal. D. Hydrants shall be equipped with two 2 '/2 -inch hose nozzles and one 4 %2 -inch pumper nozzle. The operating nut shall be a nominal 1 %2 -inch pentagon, National Standard operating nut designed to open left (counterclockwise). I IJ F I I J fl L I I I I 00078A\02510 Water Line Improvements 02510-10 1 r • 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. F. All fire hydrants shall be tested in accordance with AWWA C502, latest revision. 2.13 TAPPING SLEEVES IA. Tapping sleeves shall be designed for 200 psi and vinyl coated. Tapping sleeves shall be JCM Type 432 for pipe 6 -inches through 12 -inches and JCM 412 for pipe greater than 12 -inches, or approved equal. I2.14 SERVICE CONNECTION MATERIALS IA. Materials for water main taps, service lines, and meter box assemblies shall be: Copper Pipe Type K soft copper I3/4" Corporation Stop Mueller B-25008 3/4" U Branch, 7 1/2" width Mueller H-15363 I 5/8" x 3/4" x 12" meter yoke Mueller H-1402 3/4" Tail Piece Mueller H-14222 18" Cast Iron Flat Meter Lid Western Iron Works, 5109051 I 18" x 24" PVC Meter Box, (#501824 30T), .275 Wall Thickness Mueller/McCullough B. Tapping saddles for PVC and Ductile Iron shall be as manufactured by Mueller and Romac respectively. C. All 3/4 -inch service lines shall be copper. One and two-inch service lines shall be Polyethylene Plastic Tubing (PE) Driscopipe, SDR 9, with stiffeners at the compression fittings. 2.15 MISCELLANEOUS FITTINGS A. Coupling for joining sections of pipe shall be manufactured of gray cast iron in accordance with ASTM A48 or A438. Flanges may be of malleable iron conforming to ASTM A48 or of ductile iron conforming to ASTM A536. Gaskets shall be of a permanent and set resistance material. Bolts shall conform to AWWA CI 11. B. Adapters for connecting pipes of dissimilar material shall be manufactured of gray cast iron in accordance with ASTM A48 and A438. Flanges may be of fine grained malleable iron conforming to ASTM A48 or of ductile iron conforming to ASTM A536. Gasket shall be of a natural rubber compound that will provide permanence and resistance to set. Bolts for adapter shall be high strength steel or iron and shall be galvanized. IC. Repair clamps shall be made of stainless steel Type 302 or 304 or of gray iron conforming to ASTM A48 OR A438. Gaskets shall be of a natural rubber compound that will provide permanence and resistance to set. Bolts and nut shall be strength steel or iron and shall be coated and treated for corrosion protection. Repair clamps shall be of full circle design and shall have adequate length to properly repair line 00078A\02510 Water Line Improvements 02510 -II defects an8thereby prevent future leakage at the repaired point. ' D. Miscellaneous fittings and adapters for service lines shall be wrought copper, cast ' bronze or brass. 2.16 PRESSURE REDUCER VALVES ' A Pressure reducing valves shall be Model 90-01 as manufactured by CLA-VAL Company, or an approved equal. 2.17 CONCRETE BLOCKING A. Concrete for use as reaction backing (blocking) or below -ground encasement shall be Class "B", defined as concrete with five bags of cement per cubic yard of concrete and with a minimum 28 -day compressive strength of 2,500 psi. PART 3 CONSTRUCTION METHODS 3.01 TRENCH EXCAVATION AND BACKFILL A. Excavation, bedding and backfill shall conform to Section 02315, EXCAVATION, TRENCHING AND BACKFILLING. 3.02 INSTALLATION A. General 1. Pipe fittings and accessories shall be unloaded near the place where they are to be laid in the trench. They shall at all times be handled with care to avoid damage. Cutting of pipe shall be done by means of an approved type of mechanical cutter. B. Placement of Pipe 1. All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. For ductile iron pipe, ANSIIAWWA C600 shall apply. For PVC pipe, ASTM D-2772 shall apply. 2. All water mains which cross sewers shall be laid to provide a minimum of 18 -inches positive clearance as measured from bottom of pipe to top of pipe. At all crossings, the water line pipe shall be adjusted to provide one full length of water line pipe over the sewer line with both joints located as far as possible from the sewer line. A ten (10) foot separation shall be maintained between water lines and sewer lines where those lines run parallel to each other. 3. Care shall be taken not to exceed the manufacturer's recommendations on the degree of deflection allowed per joint of pipe. A pipe bend shall be installed where necessary to maintain conformance to those recommendations. 00078A\02510 Water Line Improvcments 02510-12 4. Piperegardless of type, shall be laid on six -inches nc of bedding material and shall be covered to a depth of 6 -inches over the top of the pipe with the same material. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. 5. Reaction backing shall be installed at all points of unbalanced pressure. Required area of undisturbed soil for backing purposes shall be calculated based on the bearing strength of the soil (2000 pounds/square foot maximum allowable unless proven otherwise by soil tests) and on a working pressure of 200 psi. Calculations shall take into account pressures due to water hammer. Sufficient concrete shall be used to properly transfer load from the fitting to the undisturbed soil in a uniform manner and without exceeding the strength of the concrete. The fitting shall be wrapped with 8 -mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All bends, tees, etc shall remain open until inspected by the City. 6. The transition from 6 -inch pipe to 2 -inch pipe shall be by means of a tapped 2 -inch plug. 7. All PVC pipe within 40 feet of ductile -iron 90 degree bends, all vertical bends, tees, hydrants, valves, caps, plugs or reducers shall have M. J. restrained joints. 8. Where ductile iron pipe is being laid, polyethylene encasement shall be installed in accordance with ANSI/AWWA C105, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. All iron fittings and all other iron appurtenances shall be wrapped with polyethylene. 9. Pipe detection tape shall be provided in all trenches for water line construction. Installation shall be per manufacturer's recommendations and shall be as close a practical to finished grade while maintaining a required minimum of 18 -inches between the detection tape and the top of any pipe line. 10. A trace wire shall be laid adjacent to all PVC installations and shall be looped around the pipe at least once per joint and connected to all valves and fittings. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details. A tracing test may be required prior to final acceptance. 11. Maximum pipe cover shall be 60 -inches under normal conditions. Cover greater that 60 -inches shall be allowed for short distances where required by field conditions. No hydrants shall be allowed where lines are greater than 69 -inches deep. Minimum pipe cover shall be 36 -inches. Cover shall be measured from the top of the pipe barrel and shall be further defined as: 00078A\02510 Water Line Impmvcmcnts 02510-13 • 1 a) Land Level Normal to the Direction of the Pipeline: Cover shall be measured from the top of the barrel of the pipe to the top of the existing natural ground surface. b) Cut Sections: Cover shall be required and shall be measured from the , top of the pipe barrel to the planned grade. c) Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted prior to laying the water line. d) Along and Under Streets: The cover along streets shall be measure either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. Cover under streets shall be measured from the top of the subgrade. 12. Minimum elevation for service lines under streets shall be 30 inches below the planned subgrade. That depth shall be maintained to a point at least 5 feet ' outside the curb, storm sewer line or sidewalk. Service lines shall be wrapped with polyethylene in area where a grit or other bedding material is not required. C. Installation of Meter Box Settings 1. Meter box settings shall be located at the street right of way or easement line. Meter boxes shall not be placed on right of way. Double meter boxes shall be placed on the property line between the two lots to be served. Single meter ' sets shall be placed in the center of the lot. D. 00078A\02510 2. The final grade at the meter box locations shall be determined by the ENGINEER of Record and the meter box shall be placed at the grade. Up to the time of final acceptance by the City, it shall be the responsibility of the CONTRACTOR to make whatever adjustments to meter boxes might by necessary. After final acceptance by the City, any adjustment of meter boxes needed will be handled in accordance with existing or future City Ordinances that may govern the situation. 3. The CONTRACTOR shall set no meters until the meter box is adjusted to the proper grade. 4. Meter boxes shall not be placed unless authorized at specific locations by the ENGINEER. 5. It shall be the responsibility of the CONTRACTOR to place meter box locations on the Record Drawings and to mark them in the field. Valve and Valve Box Installation 1. Gate and butterfly valves shall be installed in accordance with AWWA C600, Water Line Improvements 02510-14 • • latest revision, Section 3.3 and 3.6, and with either AWWA C504 or AWWA C509, as applicable, latest revisions, the manufacturer's recommendations, and these Specifications. 2. Prior to installation, all valves shall be visually inspected for defects, and any foreign material in the valve interior removed. 3. A valve box as specified shall be provided for each valve used in a buried service application. The valve box shall be installed so as not to transmit shock or stress to the valve. The valve box shall be centered and plumb over the operating nut of the valve with the box cover flush with the finished surface. The valve box shall be backfilled evenly around its perimeter with select material. The backfill material shall be hand tamped so that the ground will not settle after placement of the concrete collar. 4. All valve box lids shall have an 18 -inch square concrete collar placed around them. The collar shall be centered on the valve box lid and shall be 6 -inches thick. The top of the pad shall be flush with the top of the box and the surrounding ground or roadway surface. Valve box collars shall not be constructed until every item of cleanup has been completed. E. Fire Hydrant Installation 1. Prior to installation, all hydrants shall be inspected for direction of opening, cleanliness of inlet elbow, handling damage and cracks. 2. All hydrants shall stand plumb within a tolerance of 1/8 -inch horizontally in 12 -inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper nozzle facing the street. Hydrants shall be set to established grade with the nozzle centerline at least 18 -inches above the ground. 3. When hydrants are placed beyond the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 -inches nor more than 18 -inches from the outside face of the curb. No portion of the hydrant shall be within 6 -inches of a sidewalk. 4. 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. Any change in grade needed to properly place the hydrant shall be accomplished by the use of an "S" fitting. 5. Drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with sand from the top of the reaction backing to at least 6 -inches above the waste opening in the hydrant, and to a distance three (3) feet around the elbow. No drainage system shall be connected to a sewer. 6. The bowl of each hydrant shall be braced against unexcavated earth at the 00078A\02510 Water Line Improvements 02510-15 endof the trench with concrete reaction backing. IN NO CASE SHALL ' THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE ' FIRE HYDRANT DRAIN PORTS. F. Blow -Off Construction 1. The location of the blow -offs shall generally be as detailed. The exact location as well as the orientation and length of the piping shall be determined in the field to ascertain that the vertical riser extends above natural grade. 3.03 TESTING AND DISINFECTION ' A. Reasonable amounts of water for flushing, testing and disinfection water lines will be supplied by the City. The work shall be coordinated to ensure that it will not be carried on during periods of high water usage. Water valves on the existing water system shall only be operated by, or under the direct personal supervision of the City ' of Fayetteville Water Department. B. After completion of construction of all water lines or section thereof, the ' CONTRACTOR shall flush, test and disinfect the new water lines as set out below: 1. Flushing: The CONTRACTOR shall fill and flush the newly constructed lines and visually check all combination air release and vacuum valves, blow - off valve assemblies, line valves and fire hydrants to assure proper operation. 2. Hydrostatic Testing: All pipe on this project shall be tested as set out in AWWA C600, latest revision. Tests will be conducted only after the line is completed, including all taps and•meter settings as required and the backfill completed. These tests shall be performed by the CONTRACTOR in the presence of the City Inspectors. The CONTRACTOR shall furnish all necessary pressure gauges, meters and pumps and make all taps and connections. Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the ENGINEER. Before applying the test pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. Test pressure shall be the greatest of 150 percent of the static pressure or 200 psi, whichever is greater. The CONTRACTOR shall provide all pumps or other equipment necessary to maintain the test pressure within ±5 psi at the test point for a period of two (2) hours. Fire hydrant valves shall be open during the pressure test. 2. Leakage: The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined at the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline 00078A\02510 Water Line Improvements 02510-16 • 0 has been expelled and the pipe has been filled with water. 3. The leakage for water pipe shall be within the limits set out in AWWA C600, latest revision. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L=S D'4P 133,200 L = allowable leakage, in gallons per hour; S = length of pipe tested in feet; D = nominal diameter of the pipe, in inches; and P = average test pressure (psi). Should any test of pipe laid disclose leakage greater than that specified, the leak shall be located and repaired and the line shall be re -tested. All visible leaks shall be repaired regardless of amount of leakage. 4. Disinfection: After successful pressure testing, the line(s) shall be flushed with a velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C601, latest revision, for "Disinfecting Water Mains", continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. The CONTRACTOR shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving water from harmful concentrations of chlorine. Such disposal shall be in accordance with all applicable EPA and ADEQ regulations. C. After sterilization is complete, the CONTRACTOR shall then flush the sterilizing solution from the lines, and the treated water lines will then be placed into service. D. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday or Wednesday. No water meter shall be set until the samples have been approved in writing by the State. E. Water lines that dead end shall have a blow -off assembly located on the last joint of pipe as shown on the water line detail sheet. The last joint shall be blocked. Valves on dead end lines shall be placed on the next to last joint if possible and shall be restrained. END OF SECTION 00078A\02510 Water Line Improvements 02510-17 SECTION 02530 SANITARY SEWER LINE IMPROVEMENTS PART 1 GENERAL 1.01 SCOPE OF WORK A. This work shall consist of furnishing and installing sanitary sewer lines, service lines and manholes. 1.02 RELATED WORK A. Special Conditions is included in Section 01010. B. Testing of pipelines is included in Section 01666. C. Site Restoration is included in Section 02119. D. Excavation, Trenching and Backfilling are included in Section 02315. 1.03 SUBMITTALS A. Manufacturer's certification shall be provided stipulating that all materials have been manufactured and tested in accordance with the referenced standards. B. Submittals shall be required for: 1. Pipe and pipe appurtenances 2. Manholes and manhole appurtenances 1.04 COORDINATION A. The work of this Section shall be completely coordinated with the work of other sections. Verify at the site both the dimensions and work of other trades adjoining items of work in this Section before commencement of items herein specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other sections. 1.05 FIELD MEASUREMENTS A. Field measurements shall be taken at the site to verify or supplement indicated dimensions and to ensure proper coordination of all other construction items. 1.06 REFERENCE SPECIFICATIONS A. American Society of Testing and Materials (ASTM), latest edition: 00078A\02530 Sanitary Sewer Line Improvements 02530-I 1. ASTM C425 Specification for Compression Joints for Vitrified Clay Pipe and Fittings 2. ASTM C478M Standard Specification for Precast Reinforced Concrete Manhole Sections [Metric] 3. ASTM C700 Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated 4. ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test 5. ASTM D1784 Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds 6. ASTM D2241 Specification for Poly (Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR Series) 7. ASTM D3034 Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 8. ASTM F679 Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings 9. ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings B. American National Standards Institute (ANSI) and American Water Works Association (AWWA), latest edition: 1. ANSI/AWWA C104/A21.4 American National Standard for Cement -Mortar Lining for Ductile - Iron Pipe and Fittings for Water 2. ANSI/AWWA C110/A21.10 American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inches (7 mm Through 1200 mm) for Water and Other Liquids 3. ANSI/AWWA C111/A21.11 American National Standard for Rubber -Gasket Joints for Ductile - Iron Pressure Pipe and Fittings 00078A\02530 Sanitary Sewer Line Improvements 02530-2 0 4. ANSI/AWWA C150/A21.50 American National Standard for the Thickness Design of Ductile -Iron Pipe 5. ANSI/AWWA C151/A21.51 American National Standard for Ductile -Iron Pipe, Centrifugally Cast, For Water or Other Liquids 6. ANSI/AWWA C600 AWWA Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances PART 2 MATERIALS 2.01 GENERAL A. All materials shall conform to the standards referenced. All gasket and joint materials, lubricants, adhesives and other incidental materials shall conform to the pipe manufacturer's recommendations. 2.02 PVC PIPE A. PVC pipe, sizes 4" to 15", shall be Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe conforming to ASTM D3034. PVC pipe, sizes 18" to 36", shall be Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe conforming to ASTM F679. Minimum wall thickness shall conform to SDR 26. Joints shall be elastomeric gasket type. Fittings shall be PVC, elastomeric joint, conforming to ASTM D3034 or ASTM F679. B. Corrugated PVC pipe shall be Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior conforming to ASTM F949. Joints shall be elastomeric gasket type. Fittings shall be PVC, elastomeric joint, conforming to ASTM F949. Corrugated PVC shall have the same inside diameters as ASTM D3034 (SDR 26) pipe and shall be suitable for use with ASTM D3034 fittings. C. PVC pipe for pressure sewers, force main, shall be manufactured from NSF approved, Type I, Grade I, PVC conforming to ASTM resin specifications D1784 and shall be stamped with the NSF seal of approval and permanently marked. The pipe shall have a pressure rating of not less than 160 psi at 75° F, and conform to the requirements of ASTM D2241 and product standard PS -22-70 and have a SDR of not greater than 26. Couplings shall have a rubber ring type gasket. Fittings shall be cement lined ductile iron with mechanical joints suitable for use with PVC pipe. All PVC force main shall be installed with solid copper tracer wire, AWG No.14. Tracer wire shall be accessible at junction boxes for tracing at spacing of approximately 500 feet or as shown on the plans if more frequent. I00078A\02530 Sanitary Sewer Line Improvements 02530-3 2.03 0 0 1 DUCTILE IRON PIPE I A. Iron pipe to be used for gravity sewers shall be centrifugally cast, ductile iron pipe complying with AWWA C150 and AWWA C151. B. All pipe for buried service shall be bituminous coated. All pipe for gravity sewer service shall be cement lined in accordance with AWWA C104. All testing and other requirements of the referenced standards shall be applicable. C. Unless otherwise specified, joints shall be push -on joints in compliance with the applicable requirements of AWWA C111. D. Ductile iron pipe and fittings for pressure pipe shall be manufactured of good quality ductile iron meeting the requirements of AWWA C151, Grade 60-42-10. Pipe shall be designed for the working pressures indicated with factors of safety and other design requirements in accordance with AWWA C150. E. All ductile iron pipe and fittings shall be lined with an approved cement lining and sealed with approved bituminous coating in accordance with AWWA C104 when applicable. F. Ductile iron fittings shall be designed and manufactured in accordance with AWWA Cl 10, Grade 70-50-15. G. All joints shall conform to AWWA Clii i for rubber gasket joints. 2.04 MANHOLES A. Manholes shall be constructed with 4000 -psi cast -in -place concrete. All pipe entrances through manhole walls shall utilize a water stop. B. Manhole castings shall be circular manhole rings and covers. They shall be three U hundred (300) pound minimun, standard gray iron castings of the best quality cast iron and of such character that the metal will be strong, tough, and of even grain. Manhole rings and covers shall be machined to improve the seal at the metal -to - metal contact. Covers shall have no "pick holes" or other such opening for the entrance of surface water drainage. The cover design shall incorporate a notch or other tool entrance to permit the cover to be removed with the assistance of a tool. Manhole steps shall not be used in existing structures nor shall they be installed in new structures. Manhole frames and covers shall be similar and equal to NEENAH 1726-A, with the covers lettered "Sanitary Sewer". C. Bolt -down manhole frames and covers shall include a gasket and shall be threaded to receive a minimum of four (4), machined stainless steel bolts to hold the cover in place. D. The ENGINEER, at his discretion, may approve the use of precast manholes. 00078A\02530 Sanitary Sewer Line Improvements 02530A S Precast manholes shall comply with ASTM C478M. Unless otherwise noted on ' the plans, precast manholes shall have concentric cones. E. Precast manholes shall include water stops for pipe penetrations and between ' precast members. The manhole shall be backfilled in accordance with the manufacturer's recommendation. Precast manholes shall be subject to the same vacuum testing requirements as cast -in -place manholes. IPART 3 EXECUTION I3.01 HANDLING AND STORAGE ' A. Pipe and fittings shall be handled and stored in such a manner as to protect them from damage. The pipe manufacturer's recommendations shall be followed with regard to special storage requirements. ' 3.02 INSTALLATION IA. The construction of all sewers shall begin at the outlet or the low point of the line. When the construction involves the installation of lateral branches, the construction of the laterals shall not be started until the main sewer has been I completed to the point where the lateral discharges into it. All pipe shall be laid to the line and grade as required by the plans and specifications and as directed by the ENGINEER. The CONTRACTOR shall be responsible for maintaining the I specified elevations, lines and grades. All sewer pipe installed at incorrect elevations, lines and grades shall be removed and relaid by the CONTRACTOR at his expense. B. The CONTRACTOR shall furnish and operate laser equipment or other devices required for aligning and grading pipe. C. No pipe shall be laid except in the presence of an inspector. No pipe shall be laid unless the trench subgrade is in a condition satisfactory to the Inspector and has been approved by the Inspector. Pipe shall not be laid on frozen ground or when the condition of the trench or the weather is unsuitable for such work. Pipe shall be kept clean at all times. D. Laying, cutting and jointing of pipe shall be accomplished in accordance with the pipe manufacturer's instructions. Copies of the manufacturer's instructions shall be furnished the ENGINEER when requested. E. Trenching, bedding, backfilling and related work shall be as specified in other sections of these specifications. F. Each length of pipe shall be inspected before and after being laid. Any pipe found to be cracked, damaged or otherwise defective shall be plainly marked in such a manner that the markings will not rub or wash off, and the pipe shall subsequently be removed from the site. I 00078A\02530 Sanitary Sewcr Line Improvements 02530-5 G. Bell and 'got pipe shall be laid with the bellen ' upstream unless otherwise directed by the ENGINEER. H. Pipe shall be protected during handling against impact shocks and free fall. The CONTRACTOR shall furnish and use the necessary facilities for lowering the pipe into the trench in a manner that will not damage or disturb either the pipe or the trench. I. Pipe shall be laid with uniform bearing under the full length of the pipe barrel. ' Excavation shall he made to receive the bell or collar, which shall not bear upon the subgrade or bedding. J. Prior to making the joints, all joint surfaces shall be clean and dry. Lubricants, primers, adhesives and other jointing agents shall be used as recommended by the pipe or joint manufacturer's specifications. The jointing material or factory fabricated joints shall then be fitted, joined and adjusted to obtain an acceptable joint. ' K. A minimum vertical separation between water lines and sanitary sewer lines of 18 inches shall be maintained, with the water line crossing over the sanitary sewer line. Horizontal separation of water and sewer lines shall not be less than ten feet. L. At the close of work each day, or whenever the work ceases for any reason, the end of the pipe shall be temporarily closed or plugged to prevent the entrance of water, mud or foreign material. M. Connections to structures and related work shall be as specified in other sections of these specifications. N. Manhole rings and lids shall be flush with finished pavement surface. Manholes in non -paved areas shall extend 2 -inches above the finished grade with the concrete to the top of the ring. 3.03 SERVICE LINES ' A. Service lines including wyes, risers and other fittings shall be installed at the locations and in accordance with the details shown on the plans unless otherwise directed by the ENGINEER. B. Service branches in new mains shall be standard wye or tee fittings and shall be of the same material used in the main. Sewer service lines and stubs shall be of cast iron or Schedule 40 PVCP. Taps into existing mains shall utilize a gasketed or solvent cement saddle or shall consist of a standard fitting inserted into the main using repair sleeve couplings. C. Service lines shall be installed on a uniform slope at a minimum grade of 1/4 inch ' per foot for 4 -inch pipe and 1/8 inch per foot for 6 -inch pipe unless otherwise directed by the ENGINEER. Where the depth of the sewer main is greater than eight feet, a riser shall be installed. ' 00078A\02530 Sanitary Sewer Line Improvements 02530-6 D. Connection of service lines to existing lines shall be made using standard couplings, adapters and repair couplings as required. Service stubs (for future extension of service lines) shall be capped or plugged. E. Service lines shall not be backfilled or covered until they have been inspected, and approved by the Inspector. After approval and before backfilling, nylon or polyethylene rope of a minimum size of 1/4" diameter shall be tied to service stubs and extended vertically while backfilling. At the completion of backfilling, the rope shall be tied to anchor stake. PART 4 FIELD TESTS 4.01 GENERAL A. Testing of all sanitary sewer line improvements shall be in accordance with Section 01666 Testing of Pipelines. 4.02 TESTING OF NEW MANHOLES A. Each new manhole shall he tested by exfiltration methods prior to acceptance. Manholes shall be tested after connections have been made and prior to backfilling. Tests shall be conducted in accordance with ASTM C1244, "Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test". Plug all inverts using suitably sized pneumatic or mechanical plugs. Apply a reduced pressure condition equal to 10" of mercury. The manhole shall be considered as exhibiting adequate exfiltration if the pressure does not drop the equivalence of 1" of mercury within the following time limitations: MH Depth 48" Diameter 60" Diameter 72" Diameter 4' 10 seconds 13 seconds 16 seconds 8' 20 seconds 26 seconds 33 seconds 12' 30 seconds 39 seconds 49 seconds 16' 40 seconds 52 seconds 67 seconds 20' 50 seconds 65 seconds 81 seconds 24' 59 seconds 78 seconds 97 seconds + To be determined by the Engineer B. The CONTRACTOR shall provide all vacuum pumps, gauges, testing equipment and plugs necessary for the testing of manholes. The Inspector must be present for all testing to be approved. Any manholes which do not pass shall be repaired and/or resealed and shall be retested. END OF SECTION 00078A\02530 Sanitary Sewer Line Improvements 02530-7 IVHawkins -Weir Engineers, Inc. Professional Civil & Environmental Engineering Services RESOLUTION NO. 138-92 ... .._.. A RESOLUTION EXPRESSING THE WILLINGNESS OF THE CITY OF FAYETTEVILLE, ARKANSAS TO MATCH FEDERAL -AID BRIDGE REPLACEMENT AND REHABILITATION MONIES FOR THE BRIDGE ON DOUBLE SPRINGS ROAD OVER OWL CREEK. WHEREAS, the City of Fayetteville understands Federal -Aid Bridge Replacement and Rehabilitation funds are available for replacement or rehabilitation of eligible structures; and WHEREAS, the City has determined that the top priority bridge is on Double Springs Road over Owl Creek; and WHEREAS, the City understands that their matching portion of this project will be 20% of the total cost, and should the escrowed City matching funds be inadequate to cover the City's obligation, the Department may cause this deficiency to be withheld from the allotment of gasoline tax returnable to the City; • a BERESOLVED THE : • • • • • •i s (') •T- • • -:i• Section 1. That the City of Fayetteville will participate in accordance with its designated responsibility in this project. Section 2, The Mayor and City Clerk are hereby authorized and directed to execute all appropriate agreements and contracts necessary to expedite the construction of this bridge improvements on city streets. A copy of the agreement is attached hereto and made a part hereof. Section 3. The City of Fayetteville pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to construct this project. APPROVED: / Q� By•Ua Mayor ATTEST: By: Lt J / 1 M City C rk OCT-19-2000 13:02 • • LQ.13g-9z Job 040152, Owl Creek Str. & Apprs. (Fayetteville) FAP No. 118-9142-001 Total Cost Estimate Based on Interim Estimates Prepared by Lorie Tudor, 10/19/00 Total Actual PE charges (thru 10/13/00) $ 70,055 Estimated ROW 42,000 Estimated Utilities 62,000 Estimated Construction 635,000 Estimated CENG (15%) 95,000 $ 904,055 Less Deposits by City Estimated Amount Due From City Federal (80%) $ 56,044 33,600 49,600 508,000 76,000 $ 723,244 Bridge Length: 110 ft. Cross Section: 2 -11 ft. lanes, 8 ft. shoulders (38 ft. total width) Raised 8 ft. from lowest point of existing roadway , _ Total length of bridge and approaches -1,500 ft. Post-Ir Fax Note 7671 °ale 1V OD From 4pr1e Tdgr ColOepi. Co. Phone. phone a FeKe4A/�!Cyd'..A9ry Fast City ((20%) $ 14,011 8,400 12,400 127,000 19,000 $ 180,811 (19,900) $ 160,911 IVI,I" I .V1 FEB-27-2001 10:45 AHTD 915015692623 P.01/01 • Job 040152, Owl Creek Str. & Apprs. (Fayetteville) (S) ' " ... _. W t F.A.P. BRN-9142-(1) FEB 2 7 2001 Cost Estimate Based on Revised Interim Estimate dated 02/09/01 (Project now includes a 100' X 28' Temporary Bridge _ - ----- and a 143' X T Retaining Wall at the Citys pump station) Liu Federal (80%) x(20%) Actual PE charges (thru 01/06/01) Estimated ROW Estimated Utilities Estimated Construction Estimated CENG (15%) Less Deposits by City Estimated Amount Due From City $ 106,437 42,000 62,000 815,000 122,250 $ 1,147,687 $ 85,150 33,600 49,600 652,000 97,800 $ 918,150 Bridge Length: 116 R Cross Section: 2-11 ft. lanes, 8 ft. shoulders (38 ft. total width) $ 21,287 8,400 12,400 163,000 24,450 $ 229,537 (28,3001 $$ 201,237 New bridge will be raised approximately 8' from lowest point of the existing roadway Total length of bridge and approaches -1,500 ft. ' , 1 / II /, i nj,, A"T 0 fro9rcav�s Ca"-�AC-�S Mq. & k Vozel Vt. -R 7a)l —aacc.l TOTAL P.01 0 0 STAFF REVIEW FORM AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of April 17.2001 FROM: Sid Norbash mow✓ Engineering Public Works Name Division Department ACTION REQUIRED: Double Springs Rd. Bridge Replacement Project. Approval of: (a) funding of this project in the estimated amount of $229,537. (b) the related budget adjustment. COST TO CITY: Deposited to date $28,300 $229,537 _ Cost of this Request 4470-9470-5817-00 Account Number 98036 Project Number BUDGET REVIEW Category/Project Budget -U- Funds Used To Date Double Springs Rd. Bridge Replacement Category/Project Name !I II III IJII $129.200 Sales Tax Remaining Balance Fund Budgeted Item ___ Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: Acc nting Manager imp! Cit AttoZney Date. 330 o\ Purchasing Officer Date Administrative Services Director GRANTING AGENCY: ADA Coordinator Interna Auditor Date 3/ glol Date pproval of funding and budget adjustment. 0 0 �bate Cross Reference New Item: Yes_ No— j,ate Prev Ord/Res #: 138-92 for Orig Contract Date: 9-15-1992 Orig Contract Date 7 Staff Review Form Description/ Double Springs Rd. Bridge Meeting Date 4-17-2001 Project Name Comments: .,',,. ' Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk Date: April 24, 2001 Attached is a copy of the resolution approving the cost -share of the Double Springs Road Bridge over Owl Creek. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit