HomeMy WebLinkAbout93-01 RESOLUTION• •
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:
ATHER WOODRUFF, CiClerk
APPROVED:
By
OM
DAN COODY, Mayor
•
NAME OF FILE:
CROSS REFERENCE:
•
Resolution No. 93-01
•
07/03/01
Resolution No. 93-01
07/03/01
Construction Contract with Gray Construction, Inc. for sewer relocation
in conjunction with the Double Springs Bridge over Owl Creek and
approving a 15% project contingency of $6,236.00
03/27/01
Departmental Correspondence to Fayetteville City Council thru Dan
Coody, Mayor, Greg Boettcher, Public Works Director, Jim Beavers,
City Engineer, from Sid Norbash, Staff Engineer, regarding Double
Spnngs Road Bridge (AHTD Project) Owl Creek Sewer Relocation
Project
04/07/01
Copy of Res. 53-01 (cross-reference)
Exhibit "A" (Budget Adjustment) (Res. 53-01)
09/15/92
Copy of Res. 138-92 (cross-reference)
Estimates on Job 040152, owl Creek Str. & Apprs. (Res. 138-92)
07/03/01
Staff Review Form
08/29/01
Departmental Correspondence to Fayetteville City Council thru Dan
Coody, Mayor, Greg Boettcher, Public Works Director, Jim Beavers,
City Engineer, from Side Norbash, Staff Engineer, regarding Double
Springs Road Bridge (AHTD Project) Owl Creek Water & Sewer
Relocation Project
08/29/01
Copy of Purchase Requisition
Bid Information
NOTES:
• •
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.
ATTEST:
By:
PASSED AND APPROVED this 3rd day of July, 2001.
T�)6 n4 e
ATHER ODRUFF, CiClerk
APPROVED:
By
DAN COODY, Mayor
•
cc
• • Cr
Res. No. 93-01 a
SECTION 00520
CONTRACT AGREEMENT
1. THIS CONTRACT AND AGREEMENT, made and entered into this J day
, 20 0/ , by and between the City of Fayetteville as Party of the First
Part, atii ng 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 enttre 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 •NDS
THIS 3 DAY OF A
WITNESS:
WITNESS:
Affix Corporate Seal here (if any)
00078B\00520
,20d1
City of Fayetteville. Arkansas
(OwIier)
By:
(Title)
113 West Mountain Street
(Address)
Fayetteville. Arkansas 72701
(Title)
P.O. Box 457
(Address)
Siloam Springs. Arkansas 72761
END OF SECTION
00520-2
Contract Agreement
•
Or;4t&eY.al Czt-(
ecov Citi CAelk
C. 93-0p
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.
00078A ADDENDUM N0 2.doc
1
ADDENDUM NO. 2 •
CITY OF FAYETTEVILLE
HWEI JOB NO. 00078B
•
C. The unit price for rock excavation includes all costs, equipment, materials,
labor, and work necessary for rock excavation.
5. The following changes shall be made to SECTION 02315, EXCAVATION,
TRENCHING AND BACKFILLING:
A. Red clay gravel or "Hillside" may be used to backfill trenches instead of
Class 7 Aggregate Base on Lateral #1 and Lateral #2.
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.
E At a minimum, one density test shall be made on each of the completed
trenches, Main #1, Lateral #1 and Lateral #2.
F. Under PART 2.01, BEDDING MATERIALS, Paragraph Al and A2,
Delete the words "(Not allowed for sanitary sewer)".
6. The following changes shall be made to SECTION 02119, SITE
RESTORATION:
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
debris.
B. Grass seed may consist of the following:
Lawn Fescue
Annual Rye Grass
50 pounds/acre
50 pounds/acre
7. Replace SECTION 00400, BID FORM with the attached BID FORM:
\00078AWDDENDUM NO 2.doc
2
• •
SECTION 00400
BID FORM
PROJECT NAME: Sanitary Sewer Improvements
Owl Creek Lift Station
PROJECT NO. 00078B
BID TO (OWNER): The City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM (BIDDER): Glett r Lonst•r�a!-;o t ln�.
P.v Cjnx y57 ( .Till W -mho. 5..; to lot )
loan, ifor;nss Ar. 72.761
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
,ASIdenotset#7.
Aol of en ot'Ar e2 -
Date
February gaol
I'thruar shot
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
\00078AWDDCNDUM NO 2.doc
3
• •
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
Cor:beva4-CuH;n :2-mt
33o15.6kIttn 16en+cnv;l/4Q
Core_ Qr;II"ny '
rlodern. Fence.-
liurl2trl. Ayegev;(lc,f(r.
Fend ReN:r
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):
\00078A\ADDENDUM NO 2.doc
4
Item Quantity
No. and Unit
•
SCHEDULE OF BID ITEMS
SCHEDULE I, SECTION I IS DELETED
SCHEDULE I SECTION II
SANITARY SEWER IMPROVEMENTS
DWI, CREEK LIFT STATION
Description
•
Unit
Price
Amount
of Bid
1 LS
Traffic Control and Maintenance
E19t, fiee.0 Hzr.rortcd
ft•r
Dollarss-'der lump sum
2. I LS Excavation and Trench Safety System
3.
I LS
a °P "°
gs
$ $ / f85o,
�° Gn
�vlr F% t'n-ftv 5evet4, niAt$ 5705 575;
Dollars - per lump sum
Site Preparation to Include Clearing and
Grubbing
Tfrt2Tc&^" Hurl 0KC=9
nive rsj P5 ✓t
Dollars - per lump sum
00
$ /3zs:$ /�32?
4. 1 LS Site Restoration
1i -"a -PI ot..SA'+O -7.1-1 /-%NdoR&tS 00
slvt� �,ve. $ X -75-.$
A 2-7S,
Dollars - pei each
15 LF Remove and Dispose of Fence
4 A°
Gina Po I A-4 '� enti Curl? $ � • $
Dollars - per linear foot
6. 15 LF Remove and Reinstall Fence
7.
l EA
6 3 00
�"K e $ Ifo•, $ (OO
Dollars - per linear foot
Remove and Dispose of Existing Sanitary
Sewer Manhole, Including Backfill
tr*.a-CCS f'l'u.''p12&D
Dollars - per each
8. 5 EA Furnish and Install 0-6' Standard Sanitary
Sewer Manhole
pa4. -r ; fawvin-G-l7
tib
Dollars - per each
\00078A\B ID -ADDENDUM NO. 2.XLS
5
� o0
$ 1 3". $ /
$1 6.$ 3adO•
Item Quantity
No. and Unit
•
Description
•
Unit Amount
Price of Bid
9. 15 VF Furnish and Install Additional Sanitary
Sewer Manhole Depth
Dollars - per vertical foot
$ 7S,-$ " -5
/
10. 14 LF Furnish and Install 12" DI, Push -on Joint,
Cement Lined, Sanitary Sewer Pipe to
Include Bedding
400r
?7.teg-fni $ 3a,— $ 44.
,
Dollars - per linear foot
121 LF Furnish and Install 12" PVC, SDR 26,
Sanitary Sewer Pipe to Include Bedding
577. fec--ev Do r/4-,..5 c(
s.el4.4 f -L, C fs
Dollars - per linear foot
$ $ 20,2,0.r
12. 120 LF Furnish and Install 8" PVC, SDR 26,
Sanitary Sewer Pipe to Include Bedding
E/.ev.e--t P0 it rS 70 00
Se%o., Cents $ �r, $ 1 gatf,--
Dollars - per linear foot
13. 0 LF
14. 0 LF
Fumish and Install 6" PVC, SDR 26,
Sanitary Sewer Pipe to Include Bedding
7Z
Dollars - per linear foot
Excavate and Backfill Sanitary Sewer
Trench, 0-6' Deep
Se rater
Dollars - per linear foot
00
$
2r
$
D.
00
15. 255 LF Excavate and Backfill Sanitary Sewer
Trench, 6'+ Deep
-rt.,) EAT {p 4ust_ PO//ars?i 2 S
52...a.,>PI i...G anis $ 2t - $ 4 3 //
Dol ars - per linear Toot
16. 1 LS Connect to Existing 8" PVC Sewer Line to
Include Concrete Encasement
Fl ✓� /N vp/'LOJ
\00078A\HID-ADDENDUM NO. 2.XLS
Dollars - per lump sum
6
DO
$ coo,- $
TOO, oa
Item Quantity
No. and Unit
•
Description
•
Unit
Price
Amount
of Bid
17. ILS
18. 2 EA
19. ILS
20. IEA
Connect 12" Sewer Line to Existing Lift
Station to Include Core Drilling and
Sealing Around Pipe Penetration
Dive-
Dive- / oui). sera c) 5,55
44tn P 14,-"d �W.L41 y Y7 VR
Dollars - per lump sum
Cover Designated Sanitary Sewer
Manholes with Polyethylene and Gravel
paG- ataa-r) 5.ic 7
Dollars - per each
Cut the Existing 12" Sewer Pipe and Seal
the Existing Pipe Entrance into the Lift
Station
-6-1v :7— ash ow i "- J
,SF
Dollars - pbr 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
CAgy f cr 42ru- C)
G
Dollars - per each
21. 90 CY Rock Excavation
�!✓C�fjL�rr�it�-.� Tw.4i7Lj
Dollars - per cubic yard
00
$ /bar• $ /-b25 r
A'
$ /enr$ 3347
Ov pD
$ 55 -Pr$ 55O.
co
$ f(0. 55-0.
r.� w
$ /25'r$ // .2.30•'
TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION II
\0007SA\BID-ADDENDUM NO. 2.XLS 7
$ 715%'7.
• •
GRAY CONSTRUCTION, INC.
P.O. Box 457
Siloam Springs, AR 72761
Bidder
By
its h ✓Vt or for/nitj'et l&- ./14K�a G/^
Tit for/
51 I 1AI TH154, 1/45...414-e- fin -
Business Address
s. loa,-t. Serir.35,,1r. 77741
(501) 5.2.4I -?t/99
Telephone
(5o I) 5z`I- 859 5
Fax Number
Ooh 100030,2
Arkansas Contractor's License No.
Seal: If Bidder is a Corporation
\00078A\ADDENDUM NO 2.doc
END OF SECTION
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
\00078AWDDENDUM NO 2.doc
9
HAWKINS-WEIR ENGINNERS, INC.
by
Keith W. Kestner, P.E.
May 18, 2001
1 • •
ADDENDUM NO. I
WATER AND SANITARY
1 SEWER IMPROVEMENTS
GARLAND AVENUE
AND
' SANITARY SEWER IMPROVEMENTS
OWL CREEK LIFT STATION
DOUBLE SPRINGS ROAD
1 CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
HWEI JOB NO. 00078A & 00078B
The following is a change to the Construction Plan, Detailed Specifications, and Contract
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. 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
' the Owl Creek Lift Station, on Double Springs Road, shall be the ONLY portion
of the Plans, Specifications, and Contract Documents considered for construction.
' 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. 1 plan sheets shall be used for Bid, Contract
Agreement, and for Construction, unless other plan sheets or drawings are issued
as a New Addendum.
' 3. Delete SECTION 00015 -DRAWINGS from the Specifications.
4. Replace SECTION 00120 -SUMMARY OF CONTRACTS, PART 1.02 -BASE
1 BID with the following:
1.02 BASE BID
1 A. The base bid and unit prices shall include all work, labor,
materials, and equipment required to fully complete the
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
\00078A\ADDENDUM NO I.doc 1
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 11, Item No. 12, Change the Quantity and
Unit from "45 LF" to "120 LF".
Under SCHEDULE 1, SECTION I1, 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 1.01 -GENERAL to read as follows:
\00078A\ADDENDUM 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. l
CITY OF FAYETTEVILLE
HWEI JOB NO. 00078A & 00078B
• •
8. SPECIFICATIONS SECTION 01011 -SITE CONDITIONS:
Replace PART 1.02 -SITE INFORMATION Paragraph A., with the
following:
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
specific authorization is granted to use other property.
9. SPECIFICATIONS SECTION 01100 -SUMMARY OF WORK:
a. Replace PART 1.01 -LOCATION OF WORK, Paragraph A., with the
following:
The work is located at the Owl Creek Lift Station on Double
Springs Road within public right of way and public utility
easements.
b. Replace PART I.02 -SCOPE OF WORK, Paragraph A., with the
following:
Furnish all labors, materials, equipment, and incidentals required
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
Addendum No. 1.
Delete PART 1.03 -WORK SEQUENCE, Paragraph A, Item No.5-
Construction of Water Lines and Connections.
This Addendum No. 1 shall be a part of the Construction Plans, Detail Specifications, and
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.
This Addendum No. l 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
Creek Lift Station project site. The original plan sheets will not be issued for this bid.
\00078A\ADDENDUM NO I.doc
3
SECTION 00520 •
4 CONTRACT AGREEMENT
4 1. THIS CONTRACT AND AGREEMENT, made and entered into this 3RD day
of July , 201a, by and between thecity of Faye ttevirarty ,l,le of the First Part,
4 acting through its duly authorized representative, and Gray Construpt<ion oIb Second Part.
M WITNESSETH:
arty
4
1
1
That for and m 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, matenals and supplies
required to be furnished and to perform the work for Double Springs Bridge/
Owl Creek Sewer Relocation Proj . , m 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 sahsfachon of the Party of the First Part and m accordance with the laws of the State
of Arkansas .
1/1 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 matenals finished under this agreement, the lump sum amount
11 adjusted for variation of quantities at the unit prices named in the Bid which is hereto attached, such
payment to be made m lawful money of the United States, at the time and in the manner set forth in
11 the Specifications. Contract Amount $41,577.95
3. The Party of the Second Part agrees for the consideration above expressed, to begin
111 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, ascertatned and agreed, and not in the nature of a penalty, the sums set forth m 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.
1
11
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 matenals for a period of one year
beginning at the time of acceptance of the improvements by the City of Fayettevillm
improvements shall be made in conformance with Specifications and are subject to the approval of
11 the City of Fayettevi].le.
5. The Party of the Second Part agrees, also to cavy Public Liability Insurance, Property
Damage Insurance and Workman's Compensation Insurance in amounts as required in these
Specifications.
1
00078A\00520 Contract Agreement
00520-1
•
•
•
JUN -15-2001 09:57 AM
56/15/2081 59:28 set- 282 ENGINEERING C.U.•
•
i
WITNESS OUR HANDS THIS
WITNESS:
- vitiTNESS:
Affix Corporate Seal hero (if any)
DAY OF
(Owner)
(Title)
(Address)
P.02
PACE 53
20�
Civic v Opt s rr t; o.., Sas-
( (Contractor)
as-
(ConEacwr)
5!,idi ZJs4 gis to
(Address)
4; b 5-1fri'irS221(4
END OF SECTION
000MAO xio 0e11D2
•
•
OteumeAtmismal
I
I
1
1
I
I
I
I
06/28/2001 14:29 501-57202 ENGINEERING C.O. PAGE 02
PROJECT NAME:
PROJECT NO.
BID TO (OWNER):
BID FROM (BIDDER):
SECTION 00400
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
Requirements within 10 days after the date of the receipt ofOWNER's Notice of Award.
ARTICLE 3. Bidder acknowledges receipt of the following Addenda:
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
I
I\00078AMDDENDUM NO 2Aoe 3
06/28/2001 14:29 501-57202 ENGINEERING C.O. 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.
ARTICLES. 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, anti liquidated damages, the sum of
$500.00 per each calendar day of delay until the work is completed or accepted by OWNER.
Additional time is allowed only for documented delays as stipulated in the Contract Documents.
ARTICLE 6. The undersigned submits the following subcontractors for use if the contract is
awarded. The OWNER shall have the authority to reject the use of any subcontractor.
Additional supporting information may be required by OWNER prior to approval or rejection of
a subcontractor which has been proposed.
Name
Address
Description of Work
/\o4erK Fencc.0
e ' la r.
encG e.
No subcontractor doing work in excess of five (5) percent of the total Bid amount and who is not
listed above shall be used without the written approval of the OWNER
ARTICLE 7. The undersigned hereby acknowledges that this Contract is governed by the
provision of the Arkansas State Prevailing Wage Law. CONTRACTOR'S bonds shall include a
provision, which will guarantee the faithful performance in accordance with the prevailing
hourly wage requirements,
ARTICLE 8. The Bidder agrees to perform all
as shown on the drawings and in accordance
following unit and lump sum price(s):
W0078A'ADDENDUM NO IAoc
of the work described in the specifications and
with the attached Contract Documents for the
I
I.
06/28/2001 14:29 501-57202
ENGINEERING C.O•
PAGE 04
I
I
I
I
I
SCHEDULE OF BID ITEMS
SCHEDULE!, SECTION IS DELETED
Item Quantity Unit Amount
No. and Unit Description Price of Bid
1. 1 IS Traffic Control and Maintenance
H#-Ko
a/�_$ SSQ;
Dollasr- er lump sum
2. 1 LS Excavation and Trench Safety System
rive /4v01&27 5wfr4 $ S7 f $ ,7e
Dollars - per lump sum
3. 1 LS Site Preparation to Include Cleating and
Grubbing
Dollars - per lump sum •-
4. 1 LS Site Restoration
T?D7AorrSRn p ✓O //z,r✓0 tetS -sq DO
Dollars p
es$ /Z�%J•
- eE each
5. 15 LF Remove and Dispose of Pence
pG
fl.t p i.�.-c 41W tst ce4 $ �t �r $ 63
Dollars per linear foot
6. 15 LF Remove and Reinstall Fence
Ov Do
>GP.. of rr $ _ $ to �a •_
Dollars - per linear foot
7. 1 EA Remove and Dispose of Existing Sanitary
Sewer Manhole, Including Backfill
60 00
mr4c-cam ffi„ -r? $ 13 °O• $ /3 `
Dollars - per each
8. 5 EA Furnish and Install 0-G Standard Sanitary
Sewer Manhole ic»�L rr f-f'NWbKG� $ 7 416
� QJ
pie
Dollars - per ch
WOo7aA'eID#DDENDUM NO. SJnS S
06/28/2001 14:29 501-57202 ENGINEERING C.0� PAGE 05
Item Quantity Unit Amount
No. and Unit Description Price of Bid
I
I
I
I
I
I
I
I
I
I
I
9. 15 VP Furnish and Install Additional Sanitary
Sewer Manhole Depth
Dollars - per vertical fool
10. 14 LF Furnish and Install 12" DI, Push -on Joint,
Cement Lined, Sanitary Sewer Pipe to
Include Bedding
$ 30e$
OZo 0
Dollar¢ - per linear foot
11. 121 LF Furnish and Install 12" PVC, SDR 26,
Sanitary Sewer Pipe to Include Bedding
70
S/k etrti . pp t 4-, S Cl 0
Dollars - per linear foot
12. 120 LF Furnish and Install 8" PVC, SDR 26,
Sanitary Sewer Pipe to Include Bedding
6'/.e.v Pb /19 rS %V WO
StJaa{t4 C;eriS $ $ _
Dollars - per linear foot T^
13. 0 LF Furnish and Install 6" PVC, SDR 26,
Sanitary Sewer Pipe to Include Bedding
00 OO
$ /D,r $ D
Dollars - per linear foot
14. 0 LF Excavate and Backfill Sanitary Sewer
Trench, Dee"
aO
O2/I DNS OVT
.
$ n. $ Q i
Dol�- per linear foot
15. 255 LF Excavate and Backfill Sanitary Sewer
Trench, 6'+ Deep
4 Seu.e7t4 ,t 1,..e &SS $ �� r $
Do its - per linear oot
16. 1 IS Connect to Existing 8" PVC Sewer Line to
Include Concrete Encasement
e0 a'
Fi w� N6+ �v/•�d $ S'Oo,� $ 5"0O,
Dollars - per lump sum
OOOThA\B16ADOENDUM NO.3Xl.a 6
Ii
I
I
H
I
I
H
I
@6/28/2001 14:29 501-57202 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
gq fv& 57% Co
Dollars - per lump sum
18. 2 EA Cover Designated Sanitary Sewer
Manholes with Polyethylene and Gravel
OD
;a W "t"1_$_____ . s
Dollars - per each
19. 1 LS Cut the Existing 12" Sewer Pipe and Seal
the Existing Pipe Entrance into the Lift
Station
$ :5540 �S 5so
Dollars - 1L 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 Stubout to
the New 8" Sewer Line
I.� $.....goo
Dollars - per each
21. 90 CX Rock Excavation
Dollars - per cubic yard /
TOTAL BASIC CONTRACT PRICE - SCHEDULE 1, SECTION U $ 4ti c 7. c
No071VjuD-A➢DEN0UM NO.2XI5 7
06/26/2001 14:29 501-57202 ENGINEERING C.O,6 PAGE 07
Bidder
By
F-st;,NrgA IP^ rr^,rae/
Ti e
Business Address
(So?)
Telephone
(Son sr/- 559 c
Fax Number
Arkansas Contractor's License No.
Seal: If Bidder is a Corporation
END OF SECTION
Wo078AMDDeNDUM NO 2.dm B
• SECTION 00610 •
ARKANSAS PERFORMANCE AND PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That we 10 Gray Construction. Inc.
a (1) Corporation
' hereinafter called "Principal" and (')
' 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
' Forty -One Thousand Five Hundred Seventy -Seven & 95/100
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:
Sanitary Sewer Improvements. Owl Creek Lift Station. Double Springs Road
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.
' 000788\00610 Arkansas Performance and Payment Bond
x0610-1
The surety agreesThe 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_
ATTEST: '
(Principal)
By: 'Secretary (Principal) (Title)
(SEAL)
(Address) ,
Witness as to Principal
(Surety) ,
(Address)
I
I
J
J
000788\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.
00078B\00610 Arkansas Performance and Payment Bond
00610-3
Arkansas Stdtory Performance and Pa�(ient Bond
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:
William H. Griffin Attorney -in -fact
U.ED FIRE & CASUALTY COMPA•
ME OFFICE - CEDAR RAPIDS, IOWA
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
under the laws of the State of Iowa, 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
J. SMITH, ALL INDIVIDUALLY
of P 0 BOX 550 LITTLE ROCK AR 72203
its true and lawful Attorneys) -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
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 2002 unless sooner revoked.
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 -Fact. The President or any Vice President. or any other officer of the Company, may, from time to time, appoint
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 seal, may be affixed by facsimile to any
powerof attorney or special power 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 force
and effect 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 execuhon 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 attorney -In -fact.
IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents
nur,gy to be signed by its assistant vice president and its corporate seal to be hereto affixed this
23rd day of AUGUST A.D.,2000
CT4
j}C3 UNITED FIRE & CASUALTY COMP.� .
By
Vie PresidentState of Iowa, County of Llnn, ss: WAssu;Iant
On this 23rd day of AUGUaSIT 2000• before me personally came JEFFREY A. CHAPIN
to me known, who being by me u y 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
name thereto pursuant to like authority, and acknowledges same to be the act and deed of said car yorra_tion. n
A
SHERYry P li rr�t-h�
a+9"� COMMIS .MCVAY soP lic
;�•• WCOfaMiSSIONEXPIFt� My commission expires MARCH 4 ,2003
roan+ a,
CERTIFICATION
I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby 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
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 of axed a corporate seal of the said
`y►"a"'<ti Company this 3rd day of July 20 01
COItCpiE
DiIL ��
�aefee ot° ecretary
wo
ACORD. CERTIFICATSF
LIABILITY INSURAN&
DATE IM
8/01
6/28!01
pcac a
The Cashion Company, Inc.
P.O. Box 550
Little Rock, AR 72203
THIS CERTIFICATE IS ISSUED AS A
ONLY AND CONFERS NO RIGHTS
HOLDER. THIS CERTIFICATE DOES
ALTER THE COVERAGE AFFORDED
MATTER OF INFORMATION
UPON THE CERTIFICATE
NOT AMEND, EXTEND OR
BY THE POLICIES BELOW.
501-376-0716
INSURERS AFFORDING COVERAGE
NSURED
Gray Construction, Inc.
INSURER A: FCC Insurance Group
P.O. Box 457
INSURER B:
Siloam Springs AR ' 72761
INSURER C:
INSURER D:
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.
SR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE IMMIDO/YY)
POLICY EXPIRATION
DATE MM/DONYI
OMITS
A
GENERAL
LABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE X OCCUR
FCPP03012328
2/28/01
2/28/02
EACH OCCURRENCE
a 1000000
X
FIRE DAMAGE IAny one fire)
1 105000
MED EXP IAny One pereonl
/ 5000
PERSONALA ADV INJURY
$ 1000000
GENERAL AGGREGATE
$ 2000000
GEN-L
AGGREGATE LIMIT APPLIES PER:
POUCV PRC- LOC
PRODUCTS - COMP/OP AGO
$ 2000000
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NONAWNED AUTOS
FCPP03012328
2/28/01
2/28/02
COMBINED SINGLE LIMIT
IEe accident)
1 1000000
x
BODILY IN) Y
IPer Paerwnson)
$
BODILY INJURY
IPa ecddent)ddw0
PROPERTY DAMAGE
(Pr accident)
i
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
1
OTHER THAN E/' ACC
AUTO ONLY: AGO
$
$
A
EXCESS
LIABILITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION 1 10000
FCUM03000106
2/28/01
2/28/02
EACH OCCURRENCE
a 1000000
AGGREGATE
$ 1000000
1
X
1
A
WORKERS COMPENSATION AND
EMPLOYERS• LIABILRY
FCWC03000152
2/28/01
2/28/02
X
we WT'
DTH-
E.L EACH ACCIDENT
1 100000
E.L. DISEASE - EA EMPLOYEE
1 100000
E.L. DISEASE - POLICY OMIT
1 500000
A
OTHER
INSTALLATION FLTR
$500. DEDUCTIBLE
FCPP03012328
2/28/01
2/28/02
$750,000 PER JOBSITE/9750,000
PER OCCURRENCE/$75.000 TRANSIT
DESCRIPTION OF OPERAnONSADCAnONS/VEHICLES/EXCWSIQNS 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
ADDITIONAL INSURED: INSURER LETTER: CANCELLATION
TT
CITY OF FAYE EVILLE
113 W. MOUNTAIN STREET
FAYETTEVILLE, AR 72701
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF. THE ISSUING INSURER WILL 01YAKOJ MAR 30 DAYS WRITTEN
NOTICE TO THE CERNFlCATE HOLDER NAMED TO THE LEFT
AUTHOR¢ AT E /% _
OA��G
ACORD 25-S (7/97) 1. 12 0 ACORD CORPORATION 1988
INSURANCE BINDER
THE INSURANCE LINK, LLC
Insuring Company
INSURANCE AND BONDS
SIXTY (60)
Day Binder
THE INSURING COMPANY DOES HEREBY ACKNOWLEDGE ITSELF BOUND DURING THE PERIOD OF THIS BINDER FOR SUCH COVERAGES LISTED IN ITEM 2 AS INDICATED BY
A LIMIT OF LIABILITY OR AMOUNT OF INSURANCE APPLICABLE THERETO ON THE RISK HEREIN DESCRIBED. SUBJECT TO THE INSURING AGREEMENTS. EXCLUSIONS, CONDI-
TIONS, AND OTHER TERMS OF THE POLICY FORM PROVIDED THE COMPANY'S UNDERTAKING HEREUNDER SHALL BE WITH RESPECT ONLY TO SUCH COVERAGES AS ARE
AFFORDED BY IT UNDER THE POLICY FORM.
1t2ITY OF FAYETTEVILLE
NAME OF INSURED
113 N. MOUNTAINAO R'1F'SREET OCCUPATION
FAYETTEVILLE, AR 72701
2. Type of Coverage
OWNER'S & CONTRACTOR'S
PROTECTIVE LIABILITY
GRAY CONSTRUCTION, INC.
P. O. BOX 457
SILOAM SPRINGS, AR 72761
JOB
DOUBLE SPRINGS BRIDGE
OWL CREEK SEWER RELOCATION PROJ
FAYETTEVILLE, AR
CONTRACT AMT $ 41,577.95
INCLUDE ENGINEER AS
ADDITIONAL INSURED
HAWKINS-WEIR ENGINEERS, INC.
P. O. BOX 648
VAN BUREN, AR 72957
3.
Limits of Liability or Amount of Insurance
$ 1,000,000. OCCURRENCE
$ 2,000,000. AGGREGATE
"IN THE EVENT OF CANCELLATION OR
MATERIAL CHANGE THAT REDUCES OR
RESTRICTS THE INSURANCE AFFORDED
BY THIS POLICY, WE AGREE TO MAIL
(30) DAYS WRITTEN NOTICE OF
CANCELLATION OR MATERIAL CHANGE
TO OWNER AND ARCHITECT."
RULES AND RATES OF THE MANUAL IN
T. ACCEPTANCE BY THE INSURED OF A
WHEN THIS
THIS BINDER EFFECTIVE I THIS BINDER ISSUED
DATE 06/28/01 HOUR 12:01 A.M. I DATE 06/28/01 HOUR
By
321 SCOTT ♦ P. O. BOX 550 ♦ LITTLE ROCK, ARKANSAS ♦ 501.376-0716 ♦ FAX (501) 376.2118
ADDENDUM NO. 1 • •
CITY OF FAYETTEVILLE
HWEI JOB NO. 00078A & 00078B
Bidders must acknowledge receipt of this Addendum No.1 when submitting a bid for this
project.
HAWKINS-WEIR ENGINNERS, INC.
by ���✓V �/ / /!�
Keith W. Kestner, P.E.
April 12, 2001
\00078A\ADDGNDUM NO I.doc
2
11/21/2000 10:23 5016824508 ARDEPTLABOR PAGE 01
• •
Mike Huckabee
James L. Salkeld
STATE OF ARKANSAS otroaor
ARKANSAS DEPARTMENT OF LABOR
10421 WCST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX; (501) 682.4535 • TOO: (800) 285.1131
November 21, 2000
Keith W. Kestner, P. E.
Hawkins -Weir Engineers,. Inc.
110 South 7"' Street
Van Buren, AR 72957-0648
Re: Water & Sanitary Sewer Improvements
Garland Avenue
Fayetteville, Arkansas
Washington County
HWEI Job No. 00078A
Dear Mr, Kestner:
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
i hwa and
Transportation Department. Ark. Code Ann. §22-9-303(b)(1987),
9 y and
The Prevailing Wage Law excludes the above -referenced project from coverage and you
under no obligation to obtain a wage determination from this department.
are
If you have any questions,
address or call (501) 682-4536.
PWL-12A
or if I can be of further assistance, please contact me at the above
Sincerely,
Don Cash
Prevailing Wage Division
I
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 7th Street
P. O. Box 648
Van Buren, Arkansas 72957-0648
00078A\Cover Project Title Page
00001-I
• SECTION 00007 •
The professional license seals listed on this page represent design responsibility for plans
and spo ns represented in this project.
Iti Q
f AR AS -........._
REGISTERED
PROFESSIONAL
AjENGINEER,
W.
Keith W. Kestner, P.E.
Arkansas License No. 9538
Hawkins -Weir Engineers, Inc.
Hawkins -Weir Engineers, Inc.
Certificate of Authorization
No. 101
00078A\00007 Seals
00007-1
I' • SECTION 00010 •
SPECIFICATION INDEX
SECTION
TITLE
PAGES
00001
Cover
1
00007
Seals
00010
Specification Index
l
00015
Drawings
00100
Invitation to Bid
00120
Summary of Contracts
1
00200
Instructions to Bidders
1 _ 7
00400
Bid Form
1 - 16
00520
Contract Agreement
1 - 2
00610
Arkansas Performance and Payment Bond
l - 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
Summary of Work
1 -3
01270
Unit Prices
l -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
I - 17
02530
Sanitary Sewer Line Improvements
1 - 7
00078A%00010
Specification Index
00010-1
• SECTION 00015
DRAWINGS
The following Drawings are issued with and are a part of the Bid Documents
DRAWING NO. DESCRIPTION
1
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.
12
Cross Sections, Garland Ave.
13
Cross Sections, Garland Ave.
14
Plan Sheet, Owl Creek/ Double Springs Rd.
15
Details
16
Details
17
Details
00078A\00015
Drawings
00015-1
l04✓10✓20ei
I26 501-57"02 EMGII€ERIe.0.F. .y PAGE
CITY OF FAYETYEVJLLE
BID#01- 01• - 39
INVITATION TO BID
ii IL
1.1 1 1 1 • i. . .. ., piii I
ayment . 1 • �. ..: . . ' . :.1 . . • • .. a - 1. . . : : •u
:: �. 11 . 11 • . . . •/:. 1 11 • I
m1 • .. dIn . . r.w1 n '. :. , I ..1:ii, -. I.n • .v1 ' .. '. u. .
• . .
. . . . .0 . : I wn. �:. ' . 1 1...
.
tl :u b . 11 .:: 11 :u . I . .1 .: . 11 ..I
awarded L 1.1 1 11 bidder NI Iq 11 . 11 I. 1 . : :.1 . =1 e . 11contained 1
11 iill
' 1 i Documents .1111 I. 1: 1. 1 1
For information concerning the proposed work contact Keith W. Kestaer, Hawkins -Weir
Engineers, Inc., P.O. Box 648, Van Bluer, Arkansas 72957; telephone (501) 474-1227.
I . 1 . . 1 w .. . . I I - . ... 1 . 1 .: from .. : . opening
Bidders must comply with Arkansas Act 150.
The City of Fayetteville hereby notifies all bidden 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. 51.4.01
5'31-01
d2t bJ9a4cz
7, Zoo I
04/18/2001 15:26 501-575-8202 ENGINEERING C.O.F. PAGE 02
st
4
CITY OF FAYETTEVILLE
BID it 01-31
INVITATION TO BID
Scaled bids addressed to the City of Fayetteville, Arkansas for Sanitary Sewer Improvements, will be
received by the City of Fayetteville, Arkansas at the office of the Purchasing Manager, Room 306, City of
Fayetteville, 113 West Mountain, Fayetteville, Arkansas until 10:00 a.m. local time on May 9, 2001, at
which time and location bids will be opened publicly and read aloud. Any bid received after the
scheduled opening time will be returned unopened.
A complete set of Project Documents will include one (1) set of construction drawings and one (1) set of
specifications which may be puruhaaed from the City Bnginccr's Office located at 125 West Mountain at
$50.00 for each set. The payment shall not be refundable. Plans can also be obtained from Hawkins -
Wier Engineers by contacting them at (501) 474-1227.
Bidders will be required to inform themselves of all Addenda duly issued. Information regarding the
number of Addenda that have been duly issued, can be obtained from Hawkins -Weir Engineers, Inc.,
P.O. Box 648, Van Buren, Arkansas 72957, telephone (501) 474-1227.
A cashiers check, certified check, or acceptable Bid Bond, payable to the order of the City of Fayetteville,
in an amount that is not less than 5% of the total Base Bid must accompany each Bid as a guarantee that,
if awarded the contract, the bidder will promptly enter into the contract and execute forms contained in
the Project Documents within 10 days after the Notice of Award.
A Prebid Conference will be mandatory and is scheduled for 10:00 a.m. Wednesday, May 2, 2001, at the
job site. 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.
The City of Fayetteville reserves the right to reject any and all Bids and any nonconforming Did and to
award the Contract in a period of time not exceeding 60 days from the Bid opening date. Bids shall
remain firm for that period.
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
Adv. 4-22-01
4-29-01
Peggy Vice, Purchasing Manager
i
S 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
00078A\00120 Summary of Contracts
00120-1
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
Instructions to Bidders
00200-I
B. Each Bid must 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.
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:
1. 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.
00078A\00200 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
I
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 bids 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 Form
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.
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 may be 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,
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
Documents 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
by OWNER indicates to OWNER that the award will be in the best interests of the
Project.
F. 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
Lit ='• awu au: zJ nWba24500 ARDEPTLABOR PAGE O1
Mike Huckabee
Jam06 L. Salkold
STATE OF ARKANSAS D M101
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LFfltE ROCK, ARKANSAS 72205-2190
(501) 882-4500 • FAX; (501) 8824535 • TOO; (50p) 205.1131
' November 21, 2000
Keith W. Kestner, P. E.
Hawkins -Weir Engineers, Inc.
110 South 7"' Street
I Van Buren, AR 72957-0648
Re; Water & Sanitary Sewer Improvements
Garland Avenue
Fayetteville, Arkansas
HWEI Job No. 00078A
Washington County
Dear Mr, Kestner;
Please be advised that the Arkansas Prevailing Wage Law shalt
or affect highway, road, street, or bridge construction and maintenance or related work contra
for or performed by incorporated towns, cities, counties, or the ArkansasState
to apply to
Transportation Department Ark. Code Ann. §22-9-303 b cted
p State Highway and
The Prevailing Wage Law excludes the above -referenced project from coverage and
under no obligation to obtain a wage determination from this department.
you are
If quest
you haveany s, or if I can be of further assistance, please contact me at
address or ucall (501) y 2-453636.
the above
' Sincerely,
Don Cash
PWL-12AA Prevailing Wage Division
1
I
I
I
SECTION 00400
BID FORM
' PROJECT NAME: Water and Sanitary Sewer Improvements
Garland Avenue
' Sanitary Sewer Improvements
Owl Creek Lift Station
PROJECT NO. 00078A/00078B
BID TO (OWNER): The City of Fayetteville
' 113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM (BIDDER):
1
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.
Li
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 changii g quantities of work items from the 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
S500.00 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
I
I
H
I
r
I
I
U
I
H
H
J
H
H
00078A\00400 Bid Form
00400-2
I
1
1
1
I
I
1
1
1
1
1
p ii
._p .►
: --
_►l
Item Quantity Unit Amount
No. and Unit Description Price of Bid
1. 1 LS Traffic Control and Maintenance
2.
r
4.
G
6.
7
Dollars - per lump sum
I LS
Excavation and Trench Safety System
Dollars - per lump sum
I LS
Clearing and Grubbing
$
Dollars - per lump sum
I LS
Site Preparation
Dollars - per lump sum
1 LS
Site Restoration
Dollars - per lump sum
60 LF
Remove and Reinstall Fence
Dollars - per linear foot
0 LF
Remove and Dispose of Fence
Dollars - per linear foot
$
Bid Form
Item Quantity • 1 nit 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
Ii. 200 LE 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
t t
Dollars - per each
I
1
I
1
I
00078A\00400 00400-0 Bid Form
I a s
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
$ $
1 Dollars - per each
17. 0 EA Remove and Dispose of Existing 3/4"x
5/8" Water Meter and Appurtenances
1 Dollars - per linear foot
18. 303 LF Furnish and Install 24" Steel Encasement
1 Pipe by Dry Bore Method to Include Pipe
Spacers and End Seals
1 $ Dollars - per linear foot
1• 19. 455 LF Furnish and Install 16" Steel Encasement
Pipe by Dry Bore Method to Include Pipe
Spacers and End Seals
1 $
Dollars - per linear foot
20. 453 LF Furnish and Install 4" Steel Encasement
Pipe by Directional Method to Include End
1 Seals
1 $
Dollars - per linear foot
1 21. 4 CY Furnish and Install Concrete Encasement
Dollars - per cubic yard
1
0007&A\00400 00400-5
Bid Form
i
Item Quantity • I. 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 Form
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. 1 EA Furnish 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
Bid Font,
Item Quantity • Unit
No. and Unit Description Price
Furnish and Install 6" MJ Gate Valve, 200
34. 1 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.
I 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
E
Amount
of Bid
00078A\00400
:
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
Pr
I
1
1
1
1
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
S.
Dollars - per each
44.
I 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
Dollars - per each
P
43
P
d
Hid Forth
Item Quantity • Unit Amount
No. and Unit Description Price of Bid
49. 10 EA Furnish and Install New Complete Fire
Hydrant Assembly.
F
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 0-6Standard 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
ra
$ $
Dollars - per linear foot
55. 6 EA Furnish and Install 8" x 4" Sewer Service
Wye to Include Gravel Bedding
$ $
Dollars - per each
00078AWW400 00400-10 Bid Form
I
1
1
1
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 Ill, ACHM Patch
to Include Prime Coat/Tack Coat
Dollars - per square yard
00078A\00400
0040011
Bid Form
Item Quantity •
No. and Unit Descript
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
Unit
Price
a
Amount
of Bid
iiU :.yvtrcc
00400-12
Bid Form
it
Item Quantity Unit Amount
No. and Unit Description Price of Bid
1. 1 LS Traffic Control and Maintenance
Dollars - per lump sum
2. 1 LS Excavation and Trench Safety System
Dollars - per lump sum
3.
I LS
Site Preparation to Include Clearing and
Grubbing
$
$
Dollars - per lump sum
4.
I 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
00078A\W400
Bid Form
Item Quantity • IInit 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
II. 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 Bid Form
I
1
1
1
1
1
1
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. I 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! $
111 mi
Bidder
By
Title
Business Address
Telephone
Fax Number
Arkansas Contractor's License No.
Seal: If Bidder is a Corporation
END OF SECTION
00078A\00400 Bid Form
00400-16
SECTION 00520
CONTRACT AGREEMENT
1. 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.
Damage Insur
Specifications.
The Party of the Second Part agrees, also to carry Public Liability Insurance, Property
ince and Workman's Compensation Insurance in amounts as required in these
00078A\00520 Contract Agreement
00520-1
WITNESS OUK ANDS THIS
DAY OF • .20
WITNESS:
WITNESS:
Affix Corporate Seal here (if any)
(Owner)
By:
(Title)
(Address)
(Contractor)
By:
(Title)
(Address)
END OF SECTION
00078A\00520 Contract Agreement
00520-2
SECTION 00610
ARKANSAS PERFORMANCE AND PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That we m
hereinafter called "Principal" and (3)
of
State of
a2
' hereinafter called the "Surety", are held and firmly bound unto (4)
I
I
I
1
I
I
II
II
II
II
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
in such work whether by subcontractor of otherwise, then this obligation shall be void, otherwise to
remain in full 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
ATTEST: ,
(Principal) '
By:
Secretary (Principal) (Title)
(SEAL)
(Address) '
Witness as to Principal '
(Surety)
(Address)
I
L
00078A\00610 Arkansas Performance and Payment Bond
00610-2
ATTEST:
By:.
(Attorney -in -Fact)
Secretary (Principal)
(SEAL)
(Address)
(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 Performance and Payment Bond
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.
' b. 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:
' I. "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
00700-I
4. "Bidder' - any person, firm, or corporation submi ng 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.
7
I
I
H
C
H
L
I
I
Li
I
I
I
Li
I
I
J
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
Ccneml Conditions
00700-3
fumishir1and incorporating materials and equiptnt 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. 1
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. ,
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.
00078A\00700 General Conditions
00700-0
B. COPIES OF DOCUMENTS: OWNER will furnish to CONTRACTOR three (3) sets of
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.
C. 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:
Before starting construction and undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the Contract Documents and
check 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.
c. A preliminary schedule of Submittal submissions.
d. 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.
00078A\00700 General Conditions
00700-5
3. Before a1 Work at the site is started, CONTRALOR 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.
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: ,
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
00078A\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
ENGINEER 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
'
failure to report any conflict, error or discrepancy in the Contract Documents
unless CONTRACTOR had actual knowledge thereof or should reasonably have
' known 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:
II. 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 10.A.3).
2. As indicated in Paragraphs 11.A.2 and 12.A. 1, Contract Price and Contract Time
may only be changed by a Change Order.
' 3. 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 ay: • '
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
1. 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 • •
identification of:
' a. Subsurface Conditions - Those reports of explorations and tests of
subsurface conditions at or contiguous to the site that have been utilized
' by ENGINEER in preparing the Contract Documents; and
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.
2. Limited Reliance by CONTRACTOR Authorized: Technical Data:
CONTRACTOR may rely upon the general accuracy of the "technical data"
' contained in such reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Except for such reliance on such "technical data", CONTRACTOR
may not rely upon or make any claim against OWNER, ENGINEER or any of
ENGINEER's consultants with respect to:
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
CONTRACTOR and safety precautions and programs incident thereto, or
b. Other data, interpretations, opinions and information contained in such
reports or shown or indicted in such drawings, or
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:
a. 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
is 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
' disturbing conditions affected thereby or performing any Work in Connection
therewith, notify OWNER and ENGINEER in writing about such conditions.
' 00078A\00700
General Conditions
00700-9
CONTRACTOR shall not further disturb such conditions '
or perform any Work in
connection therewith (except as aforesaid) until receipt of written order to do so.
4. 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 B.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
00700-10
IC. PHYSICAL CONDITIONS - UNDERGROUND FACILITIES:
I. 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.
D. REFERENCE POINTS:
II. 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 -II
locations,and shall be responsible for the accurate replacement 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:
1. CONTRACTOR shall furnish performance and payment Bonds, each in an
amount at least equal to the Contract Price as security for the faithful performance
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
of 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
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
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
I 00078A\00700 General Conditions
00700-13
(0 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,
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. ,
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
00078A\00700 General Conditions
00700-14
coverage.
2. Contractual Liability Insurance: The comprehensive general liability insurance
required by Paragraph 5.B.I.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.
4.
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
00078A\00700 General Conditions
00700-15
5.
1i
0LIIWI: VIII WC0
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.
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.
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
General Conditions
00700-16
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. Receipt and Application of Proceeds:
a. Any insured loss under the policies of insurance required by Paragraph
5.8.4 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.
I
L
L
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
' 00078A\00700 Gcnctal Conditions
00700-17
sl 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 EOUIPMENT:
I. 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 thee. Except in connection with the safety r 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
Ito 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:
1
2.
1
' 00078A\00700
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.
The procedure for review by the ENGINEER will be supplemented in the General
Requirements of materials and equipment.
General Conditions
00700-19
a. Kequests for review of substitute iteiU 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.
00078A\00700 General Conditions ,
00700-20
• •
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
00078A\00700 General Conditions
00700-21
incident the use in the performance of the Wd}7C 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:
I. 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.
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.
00078M00700 General Conditions
00700-22
J. USE OF PREMISES:
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 Gcnc`sl 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. 1
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
determines that a change 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:
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
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\00700 General Conditions
00700-25
5. ENGINE'S review and acceptance of Smittals 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:
1. 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.1 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.
00078A\00700 General Conditions
00700-26
II
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:
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 II 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
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
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.
3. 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),
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
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
responsibilities will be provided.
ARTICLE 8- OWNER'S RESPONSIBILITIES:
A. COMMUNICATIONS: OWNER shall issue all communications to CONTRACTOR
00078A\00700 General Conditions
00700-27
through Residen reject 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).
r
L
n
E. INSURANCE: Not Applicable.
F. CHANGE ORDERS: OWNER shall execute Change Orders as indicated in Paragraph
10.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
H
I
uI
I
I
I
F
C
I
General Conditions ,
00700-28
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
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
G.
REJECTING DEFECTIVE WORK:
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.
SUBMITTALS:
1.
2.
00078A\00700
In connection with ENGINEER'S responsibility for Submittals, see Article 6.N.
In connection with ENGINEER'S responsibilities as to Change Orders, see
General Conditions
00700-29
H.
I.
J
Articles 11 and 12. • '
3. In connection ENGINEER'S responsibilities in respect of Applications for ,
Payment, etc., see Article 14.
DETERMINATIONS FOR UNIT PRICES: '
I. 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).
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 furnishing 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 in the Contract Documents the terms "as directed", "as required", "as
allowed", "as approved" or terms of like effect or import are used, or the
adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or
adjectives of like effect or import are used to describe a requirement, direction,
review or judgment of Engineer as to the Work, it is intended that such
requirement, direction, review or judgment will be solely to evaluate 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 11 or 12.
00078A\00700 General Conditions
00700-3!
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.B.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 IO.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)
L
LI
L
I
I
I
00078A\00700 General Conditions
00700-32
and shall be accompanied by claimant's written statement 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
accordance with Paragraph 9.1.1 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
'
3. The value of any Work covered by a Change Order or of any claim for an increase
' 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
I1.C.l.b.(1).
' b. On the basis of the Cost of the Work (determined as provided in
Paragraphs 11.B.1 and 11.B.2) plus a CONTRACTOR'S Fee for overhead
' and profit (determined as provided in Paragraphs 11.C.I and 11.C.2).
B. COST OF THE WORK:
1. The term Cost of the Work means the sum of all costs necessarily incurred and
paid by CONTRACTOR in the proper performance of the Work. Except as
otherwise may be agreed to in writing by OWNER, such costs shall be in amounts
no higher than those prevailing in the locality of the Project, shall include only the
following items and shall not include any of the costs itemized in Paragraph
II.B.2.
' 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
' 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
' 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
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
00078A300700 General Conditions
00700-33
r nds and all returns from sale of surplusmaterials 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: '
(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
I
(6) Losses and damages, not compensated by insurance 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
' 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 shal I
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
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:
a. Payroll costs and other compensation of CONTRACTOR'S officers,
executives, principals (of partnership and sole proprietorships), general
' managers, engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents, expediters, timekeepers,
clerks and other personnel employed by CONTRACTOR whether at the
' site or in CONTRACTOR'S principal or a branch office for general
administration of the Work and not specifically included in the agreed
upon schedule of job classifications referred to in Paragraph 11.B.1.a or
' specifically covered by Paragraph 11.13.1 .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
II .B. 1.e.(9) above).
' 00078A\00700 General Conditions
00700-35
e. C is due to the negligence of CONTRTOR, 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. '
C. CONTRACTOR'S FEE:
1. 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,
b. A fee based on the following percentages of the various portions of the
Cost of the Work:
(1) For costs incurred under Paragraphs II.B.1.a and I1.B.1.b, the '
CONTRACTOR'S Fee shall be 15 percent;
(2) For costs incurred under Paragraph II.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;
(3) No fee shall he payable on the basis of costs itemized under '
Paragraph 1 l.B.l.d, 11,13.1.e and 11.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.(I)
through II.C.I.b.(4),inclusive.
2. Whenever the cost of any Work is to be determined pursuant to Paragraph I1.B.I
or 11.B.2, CONTRACTOR will submit in form acceptable to ENGINEER an
itemized cost breakdown together with supporting data.
D. CASH ALLOWANCES: Not Applicable
00078A\00700
00700-36
I
C
I
J
General Conditions '
' •
B. UNIT PRICE WORK:
1. 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:
1. 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.
Id. 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 delayProvided that adequate evidence is pres'Snted 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: '
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 Generel Conditions
00700-38
C. TESTS AND INSPECTIONS:
I. 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.
I)]
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 General Conditions
00700-39
E. UNCOVERING -WORK: • '
1. 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,
00078A\00700 General Conditions
00700-00
indirect and consequential costs of such removal and replacement (including but not
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,
the correction period for that item may start to run from an earlier date if so provided in
the Specifications or by Written Amendment.
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
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
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:
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
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
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
and 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
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,
00078A\00700 General Conditions
00700-41
OWNER ay make a claim therefore as provide in Article 11. Such direct,
I
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.
11
I
I
I
I
I
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
I
I
I
C
0070042
in writing ENGINEER'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:
1 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
' 00078A\00700
General Conditions
00700-03
iaccordance 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
I
' 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
trecommendation 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:
' I. 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
t 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
Goncml Conditions
00700-45
C NTRACTOR and Engineer shall make an inspection of that part of the
Work to determine its status of completion. If ENGINEER does not
consider that part of the Work to be substantially complete, ENGINEER
will notify OWNER and CONTRACTOR in writing giving the reasons
therefor. If ENGINEER considers that part of the Work to be
substantially complete, the provisions of Paragraph 14.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:
Upon written notice from CONTRACTOR that the Work or an
thereof is complete, ENGINEER will make a final inspection with
CONTRACTOR and will notify CONTRACTOR in writing of all
which this inspection reveals that the Work is incomplete
CONTRACTOR shall immediately take such measures as are
remedy such deficiencies. '
greed portion '
OWNER and
particulars in
or defective.
necessary to
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 General Conditions
00700A6
' ENGINEERIias 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:
' I. 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 14.1, 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 General Conditions
00700-07
Work in accoralce with the Contract Documents (exceps provided in Article 14.K).
I
K. WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: '
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;
e. If CONTRACTOR admits in writing an inability to pay its debts generally
as they become due;
I
I
I
I
I
I
I
II
I
I
I
00078A\x0700 General Conditions
00700-08
f. 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
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
00700-09
C. CONTRACTO�AY STOP WORK OR TERMINAT:If, 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:
I. 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:
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.I, 13.A, 13.H, 13.J, 14.C, and 15.B.1 and all of
I
I
I
I
I
00078A\00700 General Conditions ,
00700-50
the rights and remedies available to OWNER and ENGINEER thereunder, are in
addition to, and are not to be construed in any way as a limitation of, any rights
and remedies available to any or all of them which are otherwise imposed or
available by Laws or Regulations, by special warranty or guarantee or by other
' provisions of the Contract Documents, and the provisions of this paragraph will
be as effective as if repeated specifically in the Contract Documents in connection
with each particular duty, obligation, right and remedy to which they apply. All
' 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'
F
I
I
I
I
F
I
V
I
k
I
I 00078A\00700 General Conditions
00700-SI
• 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
00078A\00900 Addenda and Modifications
00900-I
' • 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
' ACT American Concrete Institute
AFBMA Anti -Friction Bearing Manufacturers' Association
AGA American Gas Association
' AGMA American Gear Manufacturers' Association
Al -LTD 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 Electronic3'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
I
r
I
I
I
I
00078A\01005
Abbreviations
01005-2
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 thejobsite. 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.
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-I Special Conditions
I
1.02
J. 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
I
I
I
I
I
H
I
I
I
II
I
I
00078A\01010 01010-2 Special Conditions '
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.
00078A\0101 I Site Conditions
01011-1
C. The C1RACTOR shall be responsible for tnotification 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.
1.05 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\0101 I Site Conditions
01011-2
said authority n restoration of services as promptly possible 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
structur.ust be removed to properly conduct LI 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
I
L
I
J
00078A\01011 Site Conditions
01011-0
S SECTION 01100 •
SUMMARY OF WORK
PART I GENERAL
1.01 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.
1.02 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.
1.03 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:
I. 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.
1.04 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\01 100 Summary of Work
01100-1
B. If the Cl TRACTOR for his convenience andI his 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:
I. 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:
00078A\01 100 Summary of Work
01100-2
t► •
1. Review of Contract Documents
2. Discussion of contract schedule, completion dates, and liquidated
damages.
3. Shop drawing and submittal procedure
4. Chain of command
5. 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
00078A\OI 100
01100-3
Summary of Work
• 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:
I. Products wasted or disposed of in a manner that is not acceptable.
2. Products determined as unacceptable before or after placement.
00078A\01270
Unit Prices
01270-1
3. Ility Control Testing which is required1the 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:
1. 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
01700-1
1.03
3. * CONTRACTOR shall be responsit for 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.
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:
C.
1. Contractor's Company Name '
2. Reviewer's Name
3. Date Received
I
4. Date Submitted to Engineer '
Each submittal shall be organized in identical sets, neatly bound together in an
orderly fashion.
I
00078AW1300 Submittals
01300-2
' D. The CON'IOACTOR shall utilize a 10 character submittal identification
numbering system in the following fashion. Submittals which are not so
identified will not be accepted.
Ii. 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
' 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
' D = Shop Drawing
' 03300 = 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
' shop 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.
F. 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
' are assumed by the CONTRACTOR and the ENGINEER shall have no
responsibility therefor.
' G. No work, material fabrication, material delivery shall be done prior to the
approval or qualified approval of the pertinent submittals. Any fabrication
00078A\01300
01300-3 Submittals
imm
perforl3>1 materials purchased and/or delivereL;iior 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.
ED
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:
I. Shop Drawings and Product Data; six copies of each submittal
I
[1
I
Ii
J
I
2. Samples; two copies t
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
H
H
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 '
00078A\01300 Submittals '
01300A
1.05 REVIEW OF SUBMITTALS
A. Submittals will be reviewed for conformance but such review shall not be
construed as
Permitting any departure from the Contract Documents
2. Relieving the CONTRACTOR of responsibility for any errors
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
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.
CONTRACTOR 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
SubmiOals
01300-5
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.
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"x 10" 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:
1. 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
I •
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
00078A\01300 Submittals
01300-7
SECTION 01665
TRENCH 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.
C. All applicable and nonconflicting portions of Section 02315 — Excavation,
Trenching, and Backfilling apply as appropriate.
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.
I. The Conformance Letter shall also describe the Trench Safety System
techniques proposed to be used on the project.
2. Specific references to the applicable OSHA Standards sections shall be
included for each technique to be used.
00078A\01665 Trench Safety Requirements
01665-1
B. The Treimii Safety System Plan shall be in writ site specific and sufficiently
I
3.02
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.
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.
I
I
I
I
I
I
I
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:
Sloping or Benching.
2. Trench Shields/Boxes.
3. Sheeting/Shoring/Bracing.
Not allowed in any paved areas.
No restrictions.
No restrictions.
3.03 INSPECTION DUTIES OF CONTRACTOR
H
H
I
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.
I
00078A\01665 Trench Safety Requirements ,
01665-2
3.04
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
VA!
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 Trench Safety Requirements
01665-3
SECTION 01666
TESTING OF PIPELINES
PART I GENERAL
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:
1. ASTM C924 Standard Practice for Testing Concrete Pipe Sewer Lines
by Low -Pressure Air Test Method.
2. ASTM F 1417 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:
ANSUAWWA 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. Al! 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.
00078A\01666 Testing of Pipelines
01666-I
3.02 CLEANING • • '
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.
1. 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.
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.
I
I
J
H
I
I
L'H
H
I
I
F
I
I
H
I
2. Low Pressure Air Testing t
00078A\01666 Testing of Pipelines '
01666-2
I
This test shall conform to the procedure described in ASTM F1417,
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.
3. 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.
Id. 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.
1
k
' 00078A\01666 Testing of Pipelines
01666.3
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.
I
I
END OF SECTION I
I
I
I
I
I
u
00078A\01666 Testing of Pipelines
01666-0
SECTION 02100
SITE PREPARATION
1 PART I 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)
1
I
I00078A\02100
02100-I
Site Prepaation
PART 3 EXECUTION• • t
3.01 CLEARING WORK AREA
A. The work area shall be cleared of all obstructions that will affect or will be
affected by the construction of the project. All items so encountered will be
removed unless otherwise shown on the plans or otherwise directed by the
ENGINEER. These items shall include, but not be limited to, signs, culverts,
headwalls, pavements, trees, shrubs, landscaping and other items constituting an
obstruction, which are encountered.
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
00078A\02100 Site Preparation
02100-2
1
by him due to any interference from the said utility appurtenances or the operation
of 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.
' 3.04 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.
3.05 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.
3.06 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
' 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
'• original alignment utilizing the existing fence materials. The CONTRACTOR
shall, at his expense, replace all damaged fence materials.
' 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.
' 3.08 PROTECTION OF PROPERTY
' A. The CONTRACTOR shall be responsible for the preservation of all public and
private property encountered in the construction of these improvements.
' 00078A\02100
Si1c Preparation
02100-3
B. The CO RACTOR shall be responsible for all age 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 79th General Assembly of
1993.
END OF SECTION I
I
I
I
L
Li
LI
00078A\02100 Site Preparation
02100-0
SECTION 02119
L
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 Site Restoration
02119-I
PART 3 EXECUTIONS • ,
3.01 MISCELLANEOUS RELOCATIONS AND REPLACEMENTS
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
A. General
1. 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. Seed shall 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. All 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. 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.
' D. Fertilizing
I. 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.
I
00078A\02119
Site Restoretion
02119-3
E. Seeding • ,
I. 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.
F. Mulching ,
1. 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.
G. Water
1. 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.
H. Reseeding
1. 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.
00078A\02119 Site Restoration '
02119-0
1
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
placement 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
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
I. 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.
1 E. 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
Oo078A\02119 Site Restoration
02119-5
unacceptable patch or repair shall be re!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
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.
1
00078A\02119 Site Restoration
02119-6
B. The area shall 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
Sitc Rcstoratlon
02119-7
i 0
SECTION 02158
BORING AND JACKING
PART 1 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-I
B. AmeriCSational Standards Institute (ANSI.nd 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
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. 1
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 end 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
02 15 8-3
E. The pip casing shall generally be jacked fron the 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 -ft, 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
H
u
C
L
I
I
I
I
00078A\02158 Boring and Jacking
02158-0
C
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:
I. Filing a Notice of Intent (NOT) 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, Trenching and nack611ing
02315-I
C. The COIRACTOR shall furnish, at his expensest 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
Fill Material
00078A\02315 Excavation, Trenching and Backllling
02315-2
I
1
1
1
1
1
1
1
1
1
1
1
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:
1. ASTM C33 Specification for Concrete Aggregates
F. Arkansas State Highway and Transportation Department (AHTD):
1. Standard Specifications for Highway Construction, 1996 Edition
PART2—PRODUCTS
2.01 BEDDING MATERIALS
A. Pipe bedding materials shall be:
I. 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:
00078A\02315
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.
02315-3
Excavation, Trenching and Back011ing
4. Native materials where the Class 7 Aggre' 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 Ib: 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 1
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")
00078A\02315 Excavation, Trenching and Backfilling
02315-0
I
inches either side. 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.
I -I. 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.
I
00078A\02315
Excavation, Trenching and aackfilling
02315-5
3.03 BACKFILLIN! • '
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
D1557-78).
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 Backrilling
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 79h General Assembly of
1993.
END OF SECTION
00078A\02315 Excavation, Trenching and aackrilling
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.
d.
e.
1.04 COORDINATION
Material's of Construction
Weight
Protective Coating
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
02510-I
Water Line Improvements
B. Furnish t`o the pertinent trades all items includeunder 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
I
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)
I
B. American Society for Testing and Materials (ASTM), latest edition: I
00078A\02510 Water Line Improvements ,
02510-2
r�
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 C104/A21.4 American National Standard for
2. ANSI/AWWA C105
3. ANSUAWWA CI 10/A21.10
4. ANSI/AWWA C111/A21.11
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
00078A\02510
02510-3
Water Line Improvements
5. ANSI/AWWA C115 American National Standard for
Flanged Ductile -Iron Pipe with Ductile
Iron or Gray -Iron Threaded Flanges
6. ANSUAWWA C151/A21.51 American National Standard for
Ductile -Iron Pipe, Centrifugally Cast,
For Water or Other Liquids
7.
ANSUAWWA C153/A21.53
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
8.
ANSUAWWA C500
AWWA Standard for Metal, Seated
Gate Valves for Water Supply Service
9.
ANSI/AWWA C502
AWWA Standard for Dry -Barrel Fire
Hydrants
10.
ANSUAWWA C504
AWWA Standard for Rubber -Seated
Butterfly Valves
11.
ANSI/AWWA C509
AWWA Standard For Resilient -Seated
Gate Valves for Water Supply Services
12.
ANSI/AWWA C600
AWWA Standard for installation of
Ductile -Iron Water Mains and Their
Appurtenances
13.
ANSI/AWWA C651
AWWA Standard for Disinfecting
Water Mains
14. ANSI/AWWA C700 AWWA Standard for Cold -Water
Meters - Displacement Type, Bronze
Main Case
15. ANSUAWWA C900 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 Water Line Improvements
02510-0
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
Al! 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
I
I
I
I
I
I
Ii
I
I
A. 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:
I. 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.
E. Store all equipment in covered storage off the ground.
PART 2 MATERIALS
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 shall be Polyvinyl Chloride (PVC) and Ductile Iron.
Materials for mains larger than 24 -inch shall be determined on a case by case basis.
All pipe shall be, designed for a working pressure of at least 200 psi except that for
large pipe (30 -inch in size or larger) the design working pressure shall be as called
I
00078A\02510
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", ANSUAWWA 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 ANSI/AWWA
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 C151/A21.51, ANSI/AWWA
C153 and ANSUAWWA C110/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", ANSI/AWWA C115/A21.15, latest
revision.
H. Bolts and gaskets shall meet the requirements of ANSI/AWWA C111/A21.11, latest t
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
K. Joint lubricant shall be provided by the pipe manufacturer, and applied as per the
manufacturer's recommendations.
2.03
2.04
2.05
Mid
POLYVINYL CHLORIDE (PVC) PIPE
A. 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.
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 -8I, latest revision. Galvanized pipe
and fittings shall be allowed for non -buried service only.
POLYETHYLENE ENCASEMENT (PIPE WRAP)
A. Polyethylene encasement shall be in conformance to ANSI/AWWA C105, latest
revision. The polyethylene film shall have a minimum nominal thickness of .008 -
inch (8 mils), and shall be provided in either flat tube or sheet form.
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-%2 pounds/I-inch x 1000 feet.
00078A\02510 Water Line Improvements
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 I
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 ASTM/AWWA
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 C102
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.
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:
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. �ves 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'/a -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
I
I
I
I
I
I
I
I
H
11
H
H
I
I
I
I
00078A\02510 Water Line Improvements
02510-IO
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
A. 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.
2.14 SERVICE CONNECTION MATERIALS
A. Materials for water main taps, service lines, and meter box assemblies shall be:
Copper Pipe
3/4" Corporation Stop
3/4" U Branch, 7 1/2" width
5/8" x 3/4" x 12" meter yoke
3/4" Tail Piece
18" Cast Iron Flat Meter Lid
18" x 24" PVC Meter Box, (#501824
.30T), .275 Wall Thickness
Type K soft copper
Mueller B-25008
Mueller H-15363
Mueller H-1402
Mueller H-14222
Western Iron Works, 5109051
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.
C. 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 -It
defects aid thereby 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 t
manufacturer's recommendations. For ductile iron pipe, ANSUAWWA 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 Improvements
02510-12
I
4. Pipe, regardless of type, shall be laid on six -inches 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 ANSUAWWA 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 Improvements
02510-13
C.
DH
00078A\02510
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. I
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.
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.
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
I. 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
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
3.03
en of 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
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.
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.
li
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:
I. 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
H
I
1J
I
I
I
I
I
I
H
I
I
H
Li
r
I
00078A\02510 Water Line Improvements
02510-16
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)"IP
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
I
00078A\02510
02510-17
Water Line Improvements
SECTION 02530
SANITARY SEWER LINE IMPROVEMENTS
PART I 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:
I. 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
lc'
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
American National Standards
Institute (ANSI) and American Water Works
Association (AWWA),
latest edition:
1.
ANSI/AWWA
C104/A21.4 American National Standard for
2. ANSI/AWWA C110/A21.10
3. ANSI/AWWA C111/A21.11
Cement -Mortar Lining for Ductile -
Iron Pipe and Fittings for Water
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
American National Standard for
Rubber -Gasket Joints for Ductile -
Iron Pressure Pipe and Fittings
00078A\02530 Sanitary Sewer Line Improvements
02530-2
4. ANSI/AWWAC150/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.
00078A\02530 Sanitary Scwer Line Improvements
02530-3
2.03
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 CI11.
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 C1I0, Grade 70-50-15.
G. All joints shall conform to AWWA CIII 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 ,
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 '
02530-0
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.
PART 3 EXECUTION
3.01 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
A. 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
' 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
' 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.
IF. 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 Sewer Line Improvements
____ 02530-5
G. Bell an I.. pipe shall be laid with the bell 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
I]
I
00078A\02530
Sanitary Sewer Line Improvements
02530-7
Hawkins -Weir Engineers, Inc.
Professional Civil & Environmental Engineering Services
FAYETTEVIPLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL C
NDENCE
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 (ABTD 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. $49,890.00
Fayette Tree & Trench, Inc. $41,852.50
Gray Construction, Inc. $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
ATTEST:
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.
AND APPROVED this /7 day of April, 2001.
APPROVED:
By:
DAN GOODY, a or
City of Fayetteville, Arkansas
Budget Adjustment Form
Rea.
EXHIBIT A
Budget Year Department: Public Works
2001 Division: Engineering
Program: Sales Tax Capital
Project or Item Requested:
$72,037 is requested in the Double Springs
Road Bridge capital 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.
Account Name
Bridge & Drainage Imprvs
Date Requested I Adjustment #
March 19, 2001
Project or Item Deleted:
$72,037 from the Miscellaneous
Drainage Improvements Project.
Justification of this Decrease:
Sufficient funding remains in
project to meet objectives.
Increase Expense (Decrease Revenue)
Amount Account Number
72,037 4470 9470 5817 00
ect Number
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
Requested By Date
3 -19 -Zoo/
Budget Mager Date
Department Director
Date
Budget Office Use Only
Type: A B
Date of Approval
Posted to General Ledger
Admi ervices Dir tot Date Posted to Project Accounting
M8Yy Date Entered in Category Log
Blue opy: Budget & Research / Yellow Copy: Requester
C U E
m
x
T
T
w
C?DATA'FORMS&4-AW'R4--01007.
WKJ
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;
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.
ATTEST:
By: f'�[l-G'`owl,
'City C rk
es. I33 -9L
•
•
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
Ce19 10
OD
'
To 1. G
Flom
rfr r
ColDept.
Co.
mono.
MOM •
4 S
Fax#�A/r1C'1Cr o9 t'i
Fax.
City ((20%)
$ 14,011
8,400
12,400
1271000
19,000
$ 180,811
(19,900)
$ 160,911
1 V 1 l V 1. V l
FEB-27-2001 10:45
AHTD
•
•
Job 040152, Owl Creek Str. & App's. (Fayetteville) (S)
F.A.P. BRN-9142-(1)
Cost Estimate Based on Revised Interim Estimate dated 02/09/01
(Project now includes a 100' X 28' Temporary Bridge
and a 143' X 7' Retaining Wall at the City's pump station)
Actual PE charges (thru 01/06/01) $ 106,437
Estimated ROW 42,000
Estimated Utilities 62,000
Estimated Construction 815,000
Estimated CENG (15%) 122,250
$ 1,147,687
Less Deposits by City
Estimated Amount Due From City
-
$ 85,150
33,600
49,600
652,000
97,800
$ 918,150
Bridge Length: 116 ft.
Cross Section: 2 -11 ft. lanes, 8 ft. shoulders (38 ft. total width)
915015692623 P. 1/O1
I'S. j38-72.
L72001= --
-- -
$ 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.
/Iac/ Jam- 1u" kno& a)412
�.Evca.e
as
Ma. &a.k V ct
�'a• 5,x a0.& l
4.IZ 7a9-oi —nt:0t
TOTAL P.01
FAYETTEVI#LE 0
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Fayetteville City Council
Thru: Dan coody, Mayor
Don Bunn, Assistant PWD
Jim Beavers, City Engineer/j
From: Sid Norbash, Staff Engineer ,Y✓
Date: March 27, 2001
Re: Double Springs Rd. Bridge (ABTD 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
STAFF REVIEW FORM
____ AGENDA REQUEST
___ CONTRACT REVIEW
GRANT REVIEW
Sid Norbash YlM.' Engineering Public Works
Name Division Department
ACTION REQUIRED: Approval of the construction contract with Gray
Construction, Inc. for Double Springs Bridge over Owl Creek - Sewer
Relocation Project in the amount of $41,577.95, and a 15% project
contingency in the amount of $6,236.
COST TO CITY:
$47,813.95 $59,596
Cost of this Request Category/Project
Account Number
98043 -'-fl
Project Number
CONTRACT/GRANT
ing
Funds Used To Date
Double Springs Rd. Bridge
Over Owl Creek- Sewer Relocation.
Budget Category/Project Name
Program Name
559.596 Water & Sewer
Remaining Balance Fund
X Budgeted Item
REVIEW:
6O/
Date
_H•
Budget Adjustment Attached
GRANTING AGENCY:
ADA Coordinator �Datee
(
� (1 5
C%41y Attorney- Date Internal uditor Date
-%50
Purchasing Officer Date
STAFF RECOMMENDATION: Approval of the Contract and the Contingency.
Div's'on Head Date Cross Reference New Item: Yes No—
Dep ent Director // Date
b7[l Prev Ord/Res #:
Administrative Services Director D to
Orig Contract Date:
( Orig Contract
Mayor Date
Staff Review Form
Description: Double Springs Rd. Bridge/ Meeting Date 7-3-200.1
Project Name Sewer Relocation
Comments:
Budget Director
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Reference Comments:
FAYETTEVIPLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville City Council
Thru: Dan Coody, Mayor
Greg Boettcher, PWD
Jim Beavers, City Engi eer
From: Sid Norbash, Staff Engineer 4_/
Date: August 29, 2001
Re: Double Springs Rd. Bridge (ABTD Project)
Owl Creek Water & Sewer Relocation Project
The water line adjustments for the above mentioned project were to
be performed by the City crews, however due to the scheduling
conflicts and Highway Department's request to expedite the
adjustments it was decided to contract out this work. Written bids
were received and the results are as follows:
Sweetser Construction Co., Inc. $3,600.00
Tomlinson Asphalt Co., Inc. $3,425.00
Fayette Tree & Trench, Inc. $2,700.00
The Staff is requesting your approval, by signing the attached
Purchase Requisition Form, to authorize Fayette Tree and Trench,
Inc., the low bidder to make the necessary adjustments for a not to
exceed amount of $3,500.00.
This expenditure will be funded by the project contingency amount
of $6,236.00 approved by the Council by Resolution 93-01, of which
a copy is attached.
SN/sn
attachments
1
&
\
§
k1
! >
.
of
!
(
!
I
LbCO
} (fl
NJ
z
\
La
■
6
= 0
\
'
]
s
&
0
/{
W
"I
CD
C
$
0
(I
iCQ
p
•
*
�
40
C
(
•c
(03
7 �|
rtri
�
7
w
22
-"1` !
o
\
eli
2
ni
(
/)
>0'
#
\ I
(
}
fl
(
)
§
z
7
\'ate®
§
§
/
A
{
CD
!
•F
NJ OJ
/°
$
2
ml
o
#
x
w
o
/
I
"0"
°
3
ml
Double Springs Rd. New Bridge Construction
Abandoning the Existing 4" Water Line
Contractor:
sPa i4
Address: fry, 7Z 70,
Phone & Fax #'s ≤O/ '{4C3 3024
521'So2D%
Item
Description
Units Unit Price Extended
#1 Cut, Cap, Block with concrete, and 2 Ea. J ,p o2 too
abandon a portion of the exist. 4" W/L
(Clean up of the work area included in price)
#2 Tap the existing 8" PVC W/L and provide 1 Ea. Fjao Opo
New 3/4" Corp Stop
#3 Install 1" Drisco
Pipe SDR-9, bedded with 100 L.F.
8 •MO
Grit and provide
tracer wire
Total Bid $ 3(000
Double Springs Rd. New Bridge Construction
Abandoning the Existing 4" Water Line
Contractor: (/i�T/ yh//L%
Address: //f 1't/ V>4n( ilSC,E, / X �r. 7Z 70
Phone&Fax#'s #'s Sa/— 3/79 ,4c SZ/— &'539
Item Description Units Unit Price Extended
#1 Cut, Cap, Block with concrete, and 2 Ea 975 1 !
9SD,00
abandon a portion of the exist. 4" W/L
(Clean up of the work area included in price)
#2 Tap the existing 8" PVC W/L and provide 1 Ea. 7C2S 7?c. . as
New 3/4" Corp Stop
5° aJ
#3 Install 1" Drisco Pipe SDR-9, bedded with 100 L.F. 7 7S�'
Grit and provide tracer wire
Total Bid $
8--a9- 0/
U8/23/2@@i 13:23 501-575-8202
•
ENGINEERING C.O.F.
•
PAGE 01
Double Springs Rd. New Bridge Construction
Abandoning the Existing 4" Water Line
Contractor: FAYETTE TREE & TRENCH, INC.
Address: P. 0. BOX 471
FAYETTEVILLE, ARKANSAS
Phone & Fax #'s 501-521-5559 Fax # 501-521-9871
Item
Description
Units
#1 Cut, Cap, Block with concrete, and 2 Ea.
abandon a portion of the exist. 4" W/L
(Clean up of the work area included in price)
#2 Tap the existing 8" PVC W/L and provide
New 3/4" Corp Stop
#3 Install 1" Drisco Pipe SDR-9, bedded with
Grit and provide tracer wire
Unit Price
$ 750.00
1 Ea. $ 550.00
100 L.F. $ $ 6.50
Total Bid
$ 1,500.00
$ 550.00
$ 650.00
$ 2,700.00