HomeMy WebLinkAbout44-02 RESOLUTION1
RESOLUTION NO. 44-02
A RESOLUTION AWARDING THE CONSTRUCTION CONTRACT
.ro THE LOWEST QUALIFIED BIDDER, 4-D CONSTRUCTION, INC.
FOR THE SANITARY SEWER MAIN REPLACEMENT AND REPAIR
AT THE 1-540 CROSSING IN THE AMOUNT OF $182,520.00, PLUS A
CONTINGENCY OF $53,978.00 FOR A TOTAL OF $236,498.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves and awards the contract to replace and repair the sanitary
sewer main running under 1-540 north of 6111Street to the low bidder, 4-D
Construction, Inc. in the amount of $182,520.00, plus a contingency of $53,978.00
for a total of $236,498.00 and authorizes the Mayor to execute a contract in these
amounts.
PASSED and APPROVED this the 19111day of March, 2002.
odruff, City CIPk
APPROVED:
By
NAME OF FILE:
CROSS REFERENCE:
Item #
Date
AO
Resolution No. 44-02
Document
.,
•
1
10/11/02
Change order # 1 - $24,600.00
NOTES:
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 44-02
03/19/02
Resolution No. 44-02
02/2002
Construction Contract with 4-D Construction, Inc. for the sanitary sewer
main replacement and repair at the 1-540 Crossing
02/19/02
Copy of the Budget Adjustment Form
03/01/02
Memo to Fayetteville City Council thru Mayor Coody, Greg Boettcher,
P.W. Director, Jim Beavers, City Engineer, from Trevor Bowman, Staff
Engineer, regarding sanitary sewer main replacement & repairs, 1-540
crossing
03/01/02
Memo to Fayetteville City Council thru Mayor Coody, Greg Boettcher,
P.W. Director, Jim Beavers, City Engineer, from Trevor Bowman, Staff
Engineer, stating that bids were received on this item previously
submitted to the Council on March 11,2002.
03/19/92
StaffReview Form
03/21/02
Memo to Trevor Bowman, Engineering Division, from Heather
Woodruff, City Clerk
NOTES:
1
1
1
--1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
Construction Specifications
Contract Documents
for
• ORIGINAL
err) • cLeeK
1-540 Sanitary Sewer
Line Replacement (Crossing)
ot.•••••••••••••
February 2002
Prepared by:
The Office of the City Engineer
City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas 72701
6 STEREO
PROFESSIONAL
ENGINEER
* * *
1% No. 8799 v5,*
t(
,t4+ 11OR 80:4;10
L'th X'cR
•
•
Item
Advertisement for bids
Bid Proposal
Instructions for
•
TABLE OF CONTENTS
panes
1-2
1-6
bidders 1-9
State Wage Determination
Contract Agreement
Performance Bond
Payment Bond
Standard General
Conditions 1-42
Supplement to the General Conditions
1-10
Detailed Technical Specifications
Section 100 General Project requirements 1-11
Section 110 Measurement and Payment 1-3
Section 120 Testing 1
Section 300 Crushed Stone Base Course 1
Section 310 Pipe Bedding Material 1
Section 320 Rock Excavation 1
Section
Section
Section
400 Clearing Rights of way, Cutting
and repairing fences 1-4
401 Surface Removal 1-3
414 Pipe detection tape 1
Section 419
Section 428
Section 461
Polyvinyl Cholride (PVC) Pipe and Fittings
for Sewer Lines 1-6
Testing for Sewer Lines and Appurtenances 1-9
Placing pipe protection cover and
compacted backfill sewer and water 1-3
411 411
Section 477 Main Line Encasement 1
Section 482 Cast -In -Place Manholes 1-3
Section 487 Pipeline cleanup and seeding 1-3
11 Section 502 Concrete 1-2
Section 513 Utility Mix for Abandonment of Sewer Lines
11 and Manholes 1
Section 514 Abandonment of Sewer Lines 1
11 Section 515 Abandonment of Sewer Manholes 1
Appendix A - OSHA Safety requirements for excavation 218-256
1
1
1.
1
1
1
1
1
Sealed bids
Arkansas,
Purchasing
City of Fayetteville
ADVERTISEMENT FOR BIDS
I-540
Sanitary Sewer Replacements
Bid Number 02-20
for the construction of sewer lines and appurtenances, Fayetteville,
will be received by the City of Fayetteville, Arkansas, at the
Office, Room 306, City Administration Building, 113 West Mountain
Street, Fayetteville, Arkansas, 72701, until 2:00 P.M. local time on
Monday March 11, 2002, and then at said office publicly opened and read
aloud.
The proposed work generally consists of construction of approximately 364 feet
of 18" and approximately 11 feet of 21" PVC sanitary sewer line, installation of
approximately 354 feet of 30" steel encasement by boring under 1-540,
installation of two sanitary sewer manholes, and abandonment of the existing
crossing and one sanitary sewer manhole, in accordance with the contract
documents.
The Contract Documents, consisting of the Advertisement for Bids, Instruction to
Bidders, Bid Proposal, Contract/ General Conditions, Supplementary Conditions,
Payment Bond, Performance Bond, Drawings, Specifications, and Addenda, may be
examined and obtained at the City of Fayetteville City Engineer's Office located
at 125 West Mountain Street, Fayetteville, AR.
Each contractor shall be responsible for the investigation, inspection, and
studies of the project site as deemed necessary to familiarize themselves with
all conditions encountered. Each contractor shall be responsible to read and
comply with the Instructions to Bidders as contained in the Contract Documents.
Each bid must be accompanied by a cashier's check or surety bond in an amount of
five percent (5%) of the total whole bid. In the event the successful bidder
fails, neglects, or refuses to enter into the contract for the construction of
said work and furnish the necessary bonds in accordance with the Contract General
and Supplemental Conditions, the Owner shall retain said check or bond as
liquidated damages.
Bids shall be made on the official bid sheets contained in the specifications and
such bid sheets shall not be removed from the remainder of the Specifications and
Contract Documents.
All bids shall be sealed and the envelope addressed to the City of Fayetteville
Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas
72701, an clearly marked on the lower left side of the bid envelope shall be the
following information: The Bid number, The project name/title, the date of the
bid opening, the time of the bid opening and the bidding contractor's name and
license number.
1 • •
All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the
Arkansas Legislature. Also, all bidders must follow the rules and regulations
of the Arkansas Department of Labor Wage Determination.
No bidder may withdraw his bid within sixty (60) days after the actual date of
the bid opening.
11 All bidders will be required to attend a pre—bid
11 conference at the City Engineer's Office located at 125
West Mountain, on Wednesday March 6, 2002 at 2:00 P.M. in
order to be qualified to bid (for details contact the City
11 Engineer's Office at (501) 575-8206).
11 Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas
encourages all qualified, small, minority and women business enterprises to bid
on and receive contracts for goods, services, and construction. Also, the City
of Fayetteville, Arkansas encourages contractors to subcontract portions of their
I/ contract to qualified, small, minority, and women business enterprises.
The City of Fayetteville reserves the right to reject any and all bids, and to
waive any formalities as deemed to be in the best interest of the City of
Fayetteville.
Peggy Vice
Purchasing Manager
1
1
1
1
1
1
1
1
sir II 02 05:36p
.411
March 11, 2002
City of Fayetteville
City Engineering Department
113 W. Mountain Street
Fayetteville, AR
44 CONSTRUCTION
***
112345 E HWY 74 • ELMS, AR 72727
PUN CSIMAS24093 • Fe (571yRaci
Matte (841-1124)
An: Trevor Bowman
Re: 1-540 Sanitary Sewer Line Repbcanent
Dear Mr Bowman,
The following is a Clarification on line Item 08:
10 Sq. Yds of DitrIt Paving ® $200.00 pa Sq. Yd for a Total 0ES2,000.00
1 'm sorry for the mix up. Please free to call if you have any other questions.
13 • 2
BID PROPOSAL
Place Fayetteville, Arkansas
Date rrarch
Proposal of a corporation
organized and existing under the laws of the State of
a partnership consisting of
an individual trading as — C / k)
To:
City of Fayetteville
City Administration Building
113 West Mountain
Fayetteville, AR 72701
The undersigned hereby proposes to perform all work and furnish all materials
required to be furnished for the construction of Bid No. 02-20 which shall be
the 1-540 Sanitary Sewer Line Replacement Project, Fayetteville, Arkansas, in
accordance with the following bid schedule, plan drawings and the contract
documents including the project specifications, for the basic lump sum of
lb
Ila
vE,
St>11-1F0 "TV
Dollars($
LxVi oo
It is understood that the lump sum proposals, in addition to all other work
includes all variable quantities listed in the proposal in the amounts so
listed. The variable quantities given in the proposal are for the purpose of
comparing bids only, and the basic lump sum proposal will be adjusted in the
final settlement for variation in the quantities at the following unit prices:
Bid Schedule
Unit Prices for Variable Quantities
Item Quantity Unit Amount
P&L_ and unit Description Price of bid
1. 365 LF '16" PVC C-905 DR 21
Sewer Main w/tracing wire
00
$350 pf$
(figure9)
/5000
$ ONF H LYN? ILUF kiTy v 0\1 Thais A-Aib
eb 1 r I rri berm b No/loo
• Unit price for all pipes will include bedding material, detection tape, and
tracer wire.
1
2. 11 LF "18" PVC SDR 26 Sewer Main
w/ tracing wire
$ 25 00 $.21500
(figures)
$ -TWO H i\lbRE13 . Seka.571 (I VE
(total - words)
3. 354 LF "30" Smooth Steel Encasement
100 °C) 2-1 / 24O00
(figures)
$ toasty ope 114Otic)m-k51-.) 111.00 1-1,0 NJ DR- et,
(total - words)
r -o R-ry A Lit) kJOI,00
4. 2 Ea Cast -in -Place Sanitary Sewer Manhole
5. 1 Ea
$2;25060$ -4 15 oo 00
(figures)
)00
r-ogs-ry rAVe -14-u P•S75i2En Pn-31"3 Nob 0 c)
(total -fwords)
Abandonment of Sanitary Sewer Manhole
00
$3/ 000 3, 000 cc'
(figures)
H ZESti--1 Du se -Lib Pusb goo/ ion
total - words)
6. 110 CY Utility Mix (flowable fill)
$ 745 00
$
(figures)
$ e];t 71-10u3 A-k)h ; -RAND H u obizei)
et7=Illywo7i-ob f•,-)0/ ice)
7. 1 Ea. Abandonment of Existing Sanitary Sewer Crossing
(figures
$ 1 LOO 11-1DusAgs_t Sevei.) skob
(total - words)
SH Ty r I Ve gify
8. 10 SY Concrete Ditch Repair
oo
( op
_,:$27-o-oo :$--a, ODO -
(figures)
wirem••••••,-- •
9. 1 Ea.
10.
11.
12.
13.
14.
15.
10 CY
Lump Sum
Lump aurt
Lump Sum
120 LF
Lump sum
Connection to existing sanitary sewer manhole
oO
$ Loon $
(figures)
, 000 00
$ E 71-1 CU SA I -3D Pt
(total - words)
Solid Rock Excavation
oc
(figures)
$ Obo
$ Of3E OuS-Prb_)b Pt- /....)75 1°0 oo
(total - words)
Traffic Control and Safety
,n,00000$
000 00
(figures)
$ --tH ou s A -1u PrkilTh "(V/ 00
(total - words
Trench
Saftey per OSHA requirements
$ $ 1 , on o"
(figures)
C)uer ousicrob F431:> Kt/Licc).
(total - words)
Mobilization
oicf° 2 5-00°D
(figures)
sflcn 71-1 ou5nc-b
H-0 K:biZEO
(total - wo ds)
Erosion Control Devices
(figures)
(total - words)
$
HukJt1R&Th11Lu&&JTy A-1-6
Seeding and Mulching
$ 115C°CC$
(figures)
$ oroc 11-1 ouspKib, *k)
(total - words)
PYN1> Lti
,o co "
E u 1 -3b42 -e --N
03/07/2802 16:35 501-575-8202
•
ENGINEERING C.O.F.
•
•
•
PAGE 02
1-540 Sanitary Sewer Line Replacement (Crossing)
The City of Fayetteville, Arkansas
ADDENDUM ONE
to the
Construction Specifications and Contract Documents
February 2002
Prepared by:
The Office of the City Engineer
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
03/07/2002 16:35 501-575-8202 . ENGINEERING C.O.F.
1-540 SANITARY SEWER LINE REPLACEMENT (CROSSING)
ADDENDUM ONE
Clarifications from March 6,2002
Pre -Bid Conference
PAGE 03
There is a discrepancy on the plans regarding the size of the 11 ft. section of sewer line.
The plans show a 21 -inch line, while the profile shows an 18 -inch line ALL SEWER
LINES ON THIS PROJECT ARE 18 -INCH LINES.
2. Mega -lug retainers will be required at all joints within the encasement. This will add
approximately 1000 pounds to the weight of the pipe. The cost of the retainers shall be
included in the cost of the pipe and shall not be a separate bid item.
3. It is apparent that tho C905 DR21 pipe called out ort the plans is not available. AWWA
C905 0R25 pipe shall be used between the manhole at station 2+04 and the
manhole at station 5+73.
The successful bidder shall provide a work plan / schedule to the City at the
preconstruction conference
Capping of lines to be abandoned shall be acceptable on a temporary basis so that the
newly constructed lines can be placed in service as soon as possible, at which time the
capped lines shall be completely grouted in.
The following are the proper manhole elevations:
Station 2+04: Rim 1303.00
Invert (in) 1295.58
Invert (out) 1295.48
Station 5+73: Rim 1305.52
Invert (in) 1291.90
Invert (out) 1291.73
Station 5+87 Rim 1304.40
Invert (in) N 1291.40
Invert (in) W 1291 28
Invert (out) S 1290.84
7 Mandrel testing shall be required, but may be performed immediately after the sewer line
has been constructed.
8. The trench detail mistakenly shows that full depth Class 7 base is required for backlit'
above the bedding zone. For non -paved open trench Installations, backfill (above
the bedding zone) may consist of native materials free from large stones as
determined by the field inspector. A bedding zone of six inches of grit on all
sides of the pipe shall be required.
9. The minimum wail thickness for cast -in-place manholes shall be 8 inches.
10. A cast -in-place manhole shall be required at station 2+04. Either cast4n-place or
03/07/2002 16:35 501-575-8202
•
•
ENGINEERING C.O.F. PAGE 04
precast shall be acceptable at station 5+73. Prior approval from the City Engineers
office of shop drawings for precast manholes shall be required.
11. Complete asphalt coating shall be required for all cast -in-place manholes. Asphalt
coating of Joints shall be required for all precast manholes.
12. The AHTD will require signage indicating 'Utility Work Ahead' at 2000 feet and 500 feet
ahead of the construction from each traffic direction, as well as signage indicating "End
Utility Work' at each end. Also. the bore pits shall be clearly marked and protected with
either barrels or barricades. For other details, consult the MUTCD.
13. A temporary construction easement is being provided for the eastem most bore pit.
14. The completion deadline rusted in the Contract section of the specifications shall be
amended to state that the contractor shall "substantially complete' (as opposed to totally
complete) all work within forty-five calendar days. The project shall be considered
substantially complete at the point where Me new line is placed in service.
Weekend work shall be considered acceptable with 48-hour prior notice to the Clty's
Inspector assigned to the job. Please note that page 2 of the contract provides for added
time for completion in the event there are days on whith the contractor is prevented from
working due to drcumstances beyond the contractor's control. Application for such
extensions shall be according to the contract requirements.
The project shall be totally complete within sixty (60) calendar days after commencing
work.
15. The AUTO shall be notified three (3) days prior to start of construction, and at completion
of construction.
• • •
411 L. . 411
11
The undersigned submits the following subcontractors for use if the contract
Bidders must bid the schedule in its entirety including all items, The City of
Fayetteville reserves the right to reject any and all bids and waive any
formalities as deemed in the best interest of the City of Fayetteville.
The undersigned hereby declares: That he has examined the Plans and the
Specifications with the related documents and the site of the proposed work
and being familiar with all conditions surrounding construction of the
proposed project, including availability of material and labor, hereby
proposes to furnish all equipment, labor, material, plant and supplies, within
the time set forth herein and at the prices stated above. These prices are to
cover all expenses incurred in performing the work required under the Contract
Documents, of which this proposal is a part.
The undersigned further agrees, if awarded the contract, the Contractor shall
begin work within ten (10) calendar days from a Notice to Proceed and will
fully complete all work within ninety (90) consecutive calendar days after the
date of the Notice to Proceed. Should the Contractor fail to complete the
work within the stated time, he shall pay the Owner as fixed, agreed, and
liquidated damages $300.00 per day for each consecutive calendar day of delay
until the work is completed or accepted.
is awarded. The owner shall have the authority to reject the use of any
subcontractor.
Subcontractors
Name Address Contractor's license no. 00334e."0402-
09)PcHN_ CoNs-MucTion) 2035 TLF20:4; vigisrper,ti))41fiftiz
Additional time is allowed for delays as stipulated in the Contract Documents.
The undersigned acknowledges the receipt of the following Addendum:
912.4(2.12-$ addri dirriC 6–te
For changing quantities of work items from those indicated by the contract
‘II Documents, upon written instructions from the Engineer, the above unit prices
as given in the proposal shall prevail. The above unit prices shall include
all labor, materials, plant, bailing, shoring, overhead, profit, insurance,
bonds, etc., as necessary to cover the finished work of the various kinds
I/ called for. The bidder understands that the City of Fayetteville reserves the
right to reject any or all bids and waive any formalities as deemed in the
best interest of the City of Fayetteville.
1/ The bidder does agree that this bid shall be good and may not be withdrawn for
a period of 60 days after the scheduled closing time for receipt of bids.
Further the undersigned agrees to fully and completely submit the detailed
"STATEMENT OF BIDDER'S QUALIFICATIONS" as found on the page immediately
following the proposal. The undersigned agrees that failure to complete
1 and/or provide the "STATEMENT OF BIDDER'S QUALIFICATIONS" shall be cause for
1
4
•
March 10, 2002
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
t'•
411 CONSTRUCTION
4*. .
19348 E HWY 74 • ELKINS, AR 72727
Phone (S31)582-5650 • Fax cm )5132-0181
Mobile (841-1124)
RE. STATEMENT OF BIDDERS QUALIFICATIONS
Simxrely,
•
1. 4-0 Construction
2. 19346 E. HWY 74, Elkins, AR 72727
3. October, 2001
4. NA
5,0125110103
6. Operating as 4-0 Construction since October of 2001. Prior to October of 2001 we operated as
Lawson Manhole Service.
7. Contract on Hand (Not signed as of 03/10/02) for $33,400.00. Completion date approximenty
June 30, 2002. Contact Carole Jones at McClellands Engineering Consultants, Fayetteville.
8. NO
9. No
10. Hwy 45 East and Water River Connections, Owner City of Fayetteville, Engineer,
McGoodwin, Williams and Yates. Inc.
11. Backhoe. Manholes Forms and any other equipment needed will be rented. All Boring
to be subcontracted to Mains Construction.
12 Yes
Denise Lawson
,„,diyazo,
the Owner and/or Engineer to consider the bid non-responsive and to reject
such bid.
By
Title
14 3A- Co -ichoi FrAo.44? ,
Business Address >—/ ?-77
-7-)1- 5-g2 - 57_050
Telephone
01 aS 1 1 rypb
Arkansas License Number
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate sheets and then attached to this statement. The
Bidder may submit any additional information that he desires.
1. Name of Bidder.
2. Permanent main office address and telephone number.
3. When organized.
4. If a corporation, where incorporated.
5. Contractor's License number.
6. How many years have you been engaged in the contracting business under
your present firm or trade name? under other names?
7. Contracts on hand. (Schedule these, showing the amount of each contract
and the appropriate anticipated dates of completions, and a point of contact
for references.)
8. Have you ever failed to complete any work awarded to you?
9. Have you ever defaulted on a contract? If so, where and why?
10. Experience in construction similar in size and scope to this project,
along with the project owners and engineers.
11. List of major equipment available for this contract.
12. Will you, upon request, fill out a detailed financial statement,
including credit worthiness, and furnish any other information that may be
required by the Owner?
5
Dated at
Name of Organization:
•
this /1/991 day of 71321c -.0e2.- 204(42-
- 6-7-
by
Title
State of azeeenceari
County
•
41(AC
(12.51 -L -C)
I
of 7/247
-42
dws S and says that h -'Cis the
ra ,5772 (IC- 0 A.-)
foregoing questions and all statements
Subscribed and sworn before me this
20 (fl.
My commission expires
(seal)
being duly sworn
of
Contractor(s), and that answers to the
therein contained are true and co rect.
day of
ae.erf: se45/(e
Notary Public
"OFFICIAL SEAL"
JACKIE E. BAJCER
Notary Public, State of Arkansas
County of Washington
My Commission Exp. 04/19/2009
6
11
INSTRUCTIONS FOR BIDDESS:
1
1
1
1
1
1
1. Defined Terms. Terms used in these Instructions to Bidders which are
defined in the Standard General Conditions of the Construction Contract shall
have the meanings assigned to them in the General and Supplementary
Conditions. The term "Bidder" means one who submits a Bid directly to the
Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term
"Successful Bidder" shall mean the lowest, qualified responsible and
responsive Bidder to whom Owner (on the basis of Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes
the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid
Proposal Form, and the proposed Specifications and Contract Documents
(including all Addenda issued prior to the receipt of Bids).
2. Copies of the Biddinq Documents. Complete sets of the Bidding Documents
in the number and amount, in any, stated in the Advertisement to Invitation to
Bid may be obtained from the Engineer upon request.
Complete sets of Bidding Documents must be used in preparing Bids; neither
the Owner nor Engineer assumes any responsibility for error or
misunderstandings resulting from the use of incomplete sets of Bidding
Documents.
Owner and Engineer in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids on the Work and do
not confer a license or grant for any other use.
3. Oualifications of Bidders. When included with, and made a part of the
Bid Proposal, the Bidder must submit a completed "Statement of Bidder's
Qualifications" as part of the Bid Proposal. The "Statement of Bidder's
Qualifications" is required to demonstrate qualifications to perform the Work
and will be used in evaluating all bids as a basis for award.
4. Examination of Contract Documents and Site.
4.1. It is the responsibility of each Bidder before submitting a Bid, to
(a) examine the Contract Documents thoroughly,
(b) visit the site to become familiar with local and specific conditions which
may affect cost, progress, safety, performance or furnishing of the Work,
(c) consider all Local, State and Federal Regulations and Laws which may
affect cost, progress, safety, performance or furnishing of the Work,
(d) study and carefully correlate Bidder's observations with the Contract
Documents and
(e) notify Engineer of any and all conflicts, errors or discrepancies in the
Contract Documents.
4.2 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based upon information
1
and data furnished to the Owner and Engineer by owners of such Underground
Facilities or others, and Owner nor Engineer does not assume responsibility
for the accuracy or completeness thereof unless it is expressly provided
otherwise in the Supplementary Conditions.
4.3 Provisions concerning responsibilities for the adequacy of data
furnished to prospective Bidders on subsurface conditions, Underground
Facilities and other physical conditions, and possible changes in the Contract
Documents due to differing site conditions appear in Article 4 of the General
Conditions and any associated Supplementary Conditions.
4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make
or obtain any additional information, examinations, explorations, tests and
studies which pertain to the physical conditions of the surface and subsurface
at, or contiguous to the site or other wise which may affect cost, progress,
safety, performance or furnishing of the Work and which the Bidder deems
necessary to determine the Bid for performing and furnishing the Work in
accordance with the time, price and other terms and conditions of the Contract
Documents.
4.5 Upon request in advance, the Owner will provide each Bidder access to the
site to conduct any observations, explorations and tests as each Bidder deems
necessary for submission of a Bid. Bidder shall be required to fill in all
holes and to restore all property to its former condition.
4.6 The lands upon the Work is to be performed, rights -of -way and easements
for access thereto and other lands designated for use by the Contractor in
performing the Work are identified in the Contract Documents. All additional
lands and access thereto required for temporary facilities or storage of
materials and equipment are to be provided by the Contractor. Easements for
permanent structures or permanent changes in existing structures are to be
obtained in advance by the Owner unless specifically noted otherwise in the
Contract Documents.
4.7 The Bidder must satisfy themselves of the accuracy to the estimated
quantities in the Bid schedule by examination of the site and a review of the
drawings and specifications including any Addenda. After bids have been
submitted, the Bidder shall not assert that there was any misunderstanding
concerning the quantities of Work or the nature of Work to be performed.
I
LI
I
I
4.8 The submission of a Bid will constitute an irrevocable representation by
Bidder that Bidder has complied with every provision and requirement of this
paragraph 4, that without exception the Bid is premised upon performing and
furnishing the Work required by the Contract Documents and such means,
methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing the
Work.
2
5, Interpretations and Addenda.
All questions about the meaning or intent of the Contract Documents are to be
directed to the Engineer. Interpretations or clarifications considered
necessary by the Engineer in response to such questions, and/or any
information deemed necessary by the Owner or Engineer, will be issued by
Addenda mailed or delivered to all parties recorded by the Engineer as having
received the Bidding Documents. Only questions answered and/or other
information furnished by formal written Addenda will be binding.
The Point
of Contact for questions and
clarifications
for this specific
1 project is
Sid Norbash Staff Engineer
(501) 575-8206.
' 6. Bid security.
Each Bid must be accompanied by Bid security made payable to the Owner in an
' amount od five percent (5%) of the Bidder's total maximum bid price and in the
form of a certified or bank check or a Bid Bond (on form attached, if a form
is prescribed and included) issued by a surety meeting the requirements of the
General and Supplementary Conditions.
The Bid security of the Successful Bidder will be retained until such Bidder
has executed the Agreement and furnished the required contract security,
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 15 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 the Owner believes to have a reasonable chance
of receiving award may be retained by Owner until the earlier of the seventh
' day after the Effective Date of Agreement or the 61st day after the Bid
opening, whereupon the Bid security furnished by such Bidders will be
returned. Bid security with Bids which are not competitive will be returned
within 10 days of Bid opening.
7. Contract Time.
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
Contract Time) are as set forth in the Bid Proposal, Contract Agreement and
Technical Specification 100 - General Project Requirements.
8. Liguidated Damages.
Provisions for liquidated damages, if any, are set forth in the Bid Proposal
and/or the Contract Agreement.
9. Substitute or "Or -equal" items.
The Contract, if awarded, will be on the basis of materials and equipment
I
3
11
I
described in the Drawings or specified in the Specifications without
consideration of possible substitute or "or -equal" items. Substitute or "or -
equal" items of materials or equipment, unless it is specified that no
substitute will be allowed, may be furnished or used by the Contractor if
acceptable to the Engineer. Application for acceptance for possible
substitute or "or -equal" items will not be considered by the Engineer until
after the effective date of the Contract Agreement. The procedure for
submission of any such application is set forth in Article 6.7 of the General
Conditions and any associated Supplementary Conditions.
1 10, Subcontractors, suppliers and others.
' The Contractor shall not assign or sublet all or any part of this Contract
without the prior written approval of the Owner and Engineer. Nor shall the
Contractor allow any subcontractor to commence work until he has provided and
obtained approval of such compensation and public liability insurance as
required by the Contract Documents. The approval of each subcontract by the
Owner will in no manner release the Contractor from any of his obligations as
set forth in the Contract Documents including the Plans, Specifications,
Contract and Bond(s).
11. Bid Proposal Form.
11.1 All bids must be made on the required Bid Proposal form contained in the
' Bidding Documents. Additional copies may be requested from the Engineer.
11.2 All blank spaces for Bid prices must be filled in, in ink or type
' written, and the Bid form must be fully completed and executed when submitted.
Only one (1) copy of the Bid form is required.
11.3 Bids by corporations must be executed in the corporate name by the
'
president or 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.
11.4 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 also be shown below the signature.
11.5 All names must be typed or clearly printed in ink below the signature.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid form).
11.7. The address and telephone number for communications regarding the Bid
must be shown.
1
I
4
I
1
12. Submission of B
Bids shall be submitted at the time and place indicated int eh Advertisement
or Invitation to Bid and shall be enclosed in an opaque sealed envelope,
marked in the lower left portion with the Project Title, Bid Number, Date of
the bid opening, time of the bid opening, bidding contractor's name and
license number. The Bid shall be accompanied with the Bid Security and other
required forms and documents.
If the Bid is sent through the mail or other delivery system, the sealed
' envelope shall be enclosed in a separate sealed envelope wit the notation "Bid
Enclosed" on the face of the outer envelope.
THE BID PROPOSAL FORM SHALL NOT BE REMOVED FROM THE BOUND SPECIFICATIONS AND
CONTRACT DOCUMENTS.
13. Modification and Withdrawal of Bids.
Bids may be withdrawn or modified by an appropriate duly executed document (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.
If, within 24 hours after the opening of Bids, any Bidder files a duly signed,
written notice with Owner and promptly thereafter demonstrates to the
satisfaction of Owner that there is a material and substantial mistake in the
preparation of its Bid, that Bidder may withdraw its Bid and the Bid security
' will be returned. Thereafter, that Bidder shall be disqualified from further
Bidding on the Work provided under the Contract Documents.
' 14. Opening of Bids.
Bids will be opened and publicly read aloud at the time and location as
' specified in the advertisement of invitation for bids. A tabulation of the
amounts of the Bids will be made available to the Bidders after preparation by
the Engineer.
1
15. Bids to remain subiect to acceptance.
' All Bids shall remain subject to acceptance for 60 days after the day of the
Bid opening, but Owner may, at its sole discretion, release any Bid and return
the Bid security prior to that date. Additionally, if deemed necessary by the
Owner, the Owner and the apparent Successful Bidder may enter negotiations to
extend the time of acceptance beyond the 60 days, with no changes in the Bid
Proposal or Contract Documents.
16. Award of Contract.
16.1 Owner reserves the right to reject any and all Bids, to waive any and
5
HI
I
all informalities not involving price, time or changes to the Work, to
negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional bids.
' The Owner further reserves the right to reject the Bid of any Bidder if the
Owner believes that if would not be in the best interest of the Project or
Owner to make award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or of doubtful financial ability, or of doubtful
past performance, or fails to meet any other pertinent standard or criteria
established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in the 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.
16.2 In evaluating the Bids, Owner will consider the qualifications of
Bidders, whether or not Bids comply with the prescribed requirements, and such
alternates, unit prices, and other data, as may be requested in the Bid
Proposal Form or prior to Notice of Award.
16.3 Owner may consider the qualifications and experience of the
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
for in the Contract Documents. Owner may also consider the operating costs,
maintenance requirements, performance data and guarantees of major items of
material and equipment proposed for incorporation in the Work when such data
is required to be submitted prior to the Notice of Award.
' 16.4 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 if 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.
16.5 If the contract is to be awarded, it will be awarded to the lowest
responsive, responsible, qualified Bidder whose evaluation by Engineer
indicates to Owner that the award will be in the best interests of the Project
and Owner.
16.6 If the contract is to be awarded, Owner will give the Successful Bidder
' a Notice of Award within 60 days after the date of the Bid opening. If deemed
necessary by the Owner, the Owner and the apparent Successful Bidder may enter
negotiations to extend the time of acceptance beyond the 60 days, with no
changes in the Bid Proposal or Contract Documents.
17. Contract Security.
' Article 5 of the General Conditions, and the associated Supplementary
Conditions set forth the 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.
a
' 18. Sinning of Agreement.
When Owner gives Notice of Award to the Successful Bidder, it will be
' accompanied by the required number of unsigned counterparts of the Agreement
with all other Contract Documents attached. Within 15 days thereafter,.
Contractor shall sign, execute and deliver the required number of counterparts
' of the Agreement and attached documents to the Owner with the required Bonds.
within ten (10) days thereafter Owner shall deliver one fully signed and
executed to Contractor.
I
I
I
I
I
I
1
I
I
I
I
I
I
19, Compliance with State Licensing Law.
Contractors must be licensed in accordance with the requirements of ACT 150,
Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors."
Bidder who submit Bids in excess of $20,000.00 must submit evidence of their
having a contractor's license before their Bids will be considered, and shall
note their license number on the outside of their Bid.
20, Labor Laws.
The Contractor shall abide by all Federal, State and Local Laws and
Regulations governing labor. The Contractor shall further agree to hold and
save the Owner harmless from the payment of any contribution under the State
Unemployment Compensation Act, and the Contractor agrees that if he is subject
to the Arkansas State Unemployment Act, he will make whatever contributions
are required under and by virtue of the provisions of said Act.
21, Wages and Labor.
Minimum wage rates shall be equal to the basic rates as established by common
usage in the city and adjacent community for the various types of labor and
skills performed. In cases where wage rate determinations are specified in
the Contract Documents, the rates as specified shall be the minimum rates
which apply to the project. Whenever available, the Contractor shall make use
of local common and/or skilled labor as is practical.
The Contractor and each subcontractor, where the amount exceeds $75,000.00
shall comply with the provisions of Act 74, as amended by Act 275 of 1969
(Arkansas Stat. 14-630). The provisions are summarized below.
The Contractor and Subcontractor shall:
1) pay the minimum prevailing wage rates for each craft or type of
workman and the prevailing wage rate for holiday and overtime
work, as determined by the Arkansas Department of Labor,
2) post the scale of.wages in a prominent and easily accessible place
at the site of the Work,
3) keep an accurate record showing the names and occupation and hours
7
I
I
I
I
I
II
I
H
I
I
I
I
Li
I
I
I
I
I
worked of all workmen employed by them, and the actual wages paid
to each of the workmen, which records shall be open at all
reasonable hours to the inspection of the Department of Labor or
the Owner, its officers and agents.
A copy of the prevailing wage rates for this specific project, as established
by the Arkansas Department of Labor, is attached in the Contract Documents
immediately following the Instructions to Bidders.
The Owner shall have the right to withhold from amounts due the Contractor so
much of accrued payments as may be considered necessary to pay the workmen
employed by the Contractor or any subcontractor, the difference between the
rates of wages required by this Contract and the rates of wages received by
such workmen.
If it is found that any workmen employed by the Contractor or subcontractor
has been, or is being paid a rate of wages less that the rate of wages
required by this Contract, the Owner may by written notice to the Contractor,
terminate the Contractor's right to proceed with the Work or such part of the
Work as to which there has been a failure to pay the required wages and to
prosecute the Work to completion by Contract or otherwise, and the Contractor
and his sureties shall be liable for any costs occasioned thereby.
22. Compliance with Act 125. Arkansas Acts of 1965.
The attention of Bidders is called to the provisions of Act 125, Arkansas Acts
of 1965. This act provides for the payment of certain taxes on materials and
equipment brought into the State. It further provides for methods of
collecting such taxes. All provisions of Act 125, Arkansas Acts of 1965 shall
be complied with under this Contract.
23, Withholding State Income Taxes.
The Contractor shall deduct and withhold Arkansas income taxes, as required by
Arkansas law, from wages paid employees, whether such employees are residents
or nonresidents of Arkansas.
24. Compliance
with
Rules
and
Regulations
for the Enforcement and
Administration
of Act
162,
Arkansas
Acts of
1987.
The attention of all nonresident Bidders is called to the provisions of Act
162, Arkansas Acts of 1987. This act provides for nonresident Contractors and
subcontractors notice and bond regulations by the Commissioner of Revenues,
Dept. of Finance and Administration, P.O.Box 1272, Little Rock, Arkansas
72203 prior to commencing work or undertaking to perform any duties under
contract within the State of Arkansas.
0
I
I • •
25. Subcontractors Bonds - Act 190. Arkansas Acts of 1993.
The attention of Bidders is called to the provisions of Act 190, Arkansas Acts
' of 1993. In general, this act provides for the subcontractors to provide to
the General Contractor performance and payment bonds, with certain regulations
on form and time, when the subcontractor's bid is in excess of $50,000.00.
26. Excavation Safety.
I
I
I
I
I
LJ
I
I
I
I
I
The attention all Bidders is called to the requirements of Act 291, Arkansas
Acts of 1993 - Excavation and Trench Safety. 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. The Contractor shall be
solely responsible for the implementation of these requirements.
A copy of the OSHA regulations is included in this set of specifications as
Appendix A.
27. Special conditions in the specifications.
a. The attention of all Bidders is called to the requirements of
specifications that work generally be limited to the paved surface of the
streets. Additionally, no area of the street or City right-of-way can be used
for material storage or other uses by the contractor. A minimum of one lane
of traffic shall be maintained at all times.
b. The attention of all Bidders is called to the fact that street repairs
are not included in this contract and will be made by the City. The
contractor shall backfill the trench in accordance with the plans and
specifications but will not be responsible for street repairs except for
damage beyond the limits of construction.
End of the Instructions to Bidders
9
[1
I
1
1
1
I
1
1
1
1
1
1
1
i
1
1
i
02/11/2002 13:39
Mike Hudfabee
G-
5016824,
Jim Beavers, City Engineer
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
•-17- ba- -•f sl
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKKAM • LRT4E POCK. ARKANSAS 7220.-2190
(501) 582J500 • FAX (501) 882483.5 • TDD: (BOO) 286-1131
February 11, 2002
Re: 1-540 Sanitary Sewer Replacement
Fayetteville, Arkansas
Washington County
Jamb L. Selkeld
en•er
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 01-275
establishing the minimum wage rates to be paid on the above referenced project. These rates were
established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the
administrative regulations promulgated thereunder.
If the work Is subject to the Arkansas Prevailing Wage Law, every specification shall Include minimum
prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark.
Code Mn. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the
contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all
workers performing work under the contract. Ark. Code Mn. § 22-9-308 (c).
Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible
place at the work site. Ark. Code Ann. § 22-9-309 (a).
Also enclosed is a "Statement of Intent to Pay Prevaiiing Wages" form that should be put in your
specifications along with the wage determination. The General/Prime Contractor is responsible for getting this
form filled out and returned to this office within 30 days of the Notice to Proceed for this project.
If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508.
1 Enclosures
Sincerely,
Don Cash
Prevailing Wage Supervisor
[1
02/11/2002 13:39 5816824 ARDEPTLABOR • PAGE 02
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION — HEAVY RATES
DATE: February 11, 2002 DETERMINATION #: 01-275
PROJECT: I-540 Sanitary Sewer Replacement COUNTY: Washington
'• Fayetteville, Arkansas EXPIRATION DATE: 8-11-02
SURVEY #: 701-AH05
' BASIC
HOURLY FRINGE
CLASSIFICATION RATE BENEFITS
' Briddayer/Pointer, Cleaner, Caulker 8.50
Carpenter 935
Concrete Finisher/Cement Mason 9.40 .72
• Electrician/Alarm Installer 13.30 1.00
Ironworker (Including Reinforcing Work) 17.25
Laborer 8.50
' Pipelayer 10.30
Truck Driver 11.90
Power Equipment Operators:
Badchoe, Rubber tired 1 yd. or less 12.15
' Bulldozer, Finish 13.15
Bulldozer, Rough 10.25
Crane, Derrick, Dragline,
' Shovel & Backhoe, 1-1/2 yds. or less 11.65
Crane, Derrick, Dragline,
Shovel & Backhoe, Over 1-1/2 yds. 11.20
'• Distributor 12.35
Front End Loader, Finish 9.65
Front End Loader, Rough 10.40
' Mechanic 14.70
Motor Patrol, Rnish 13.05
Motor Patrol, Rough 9.00 .17
Roller 11.15
Scraper, Finish 11.75
Scraper, Rough 11.25
' Welders —receive rate prescribed for craft performing operation to which welding Is Incidental.
Certified July 2, 2001
claniHcadons that are required, but not listed above, must be ,vquested in welting liven
' Me A,*ansas D4waitnent of Labor, Prevailing Wage Division. Loll (501) 682-4536 or 682-
4599 for a request lone.
I
I
' CONTRACT
'THIS AGREEMENT, made and entered into the !day of__________________
200.2, by and between the City of Fayetteville, County of Washington, State of
Arkansas, Party of the First Part, herFeinafter called the Owner, and.
' 4 -D Con54'rUc{,'on Coyn�0.hY ,
of the City of E_k; n5 , Party of the Seomd
Part, hereinafter called the Contractor.
WITNESSETH THAT:
WHEREAS, the Owner has called for bids for water system improvements, as set out
in the Plans and Specifications and approved by the City of Fayetteville,
Arkansas; and
WHEREAS, pursuant to the published calls for bids under said Plans and
Specifications, the Contractor is the lowest and best qualified bidder for the
construction of said Improvements;
' NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the
construction of:
' 1-540 Saner Crossing Replacement, Fayetteville, Arkansas; including all Work
required for a complete and acceptable installation, and for abandonment of the
' existing crossing, for the unit and lump sum prices bid in the Bid Proposal, all
of which become and are a part of this Contract, the total sum thus being
6Nf /YU,uo di? C/6 igir-n' a r#na,gz, F2 vE #Ugpi1F,o % t.aw7le
dollars ($/BZ) S,7O ) , such sum being the agreed amount upon which bonds
and liabilities are based, and at his own cost and expense furnish all materials,
supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and
other accessories and services necessary to complete the said construction in
accordance with the conditions and prices stated in the Bid attached hereto and
made a part hereof, and in accordance with the Plans, which include all maps,
plats, blueprints, and other drawings, and written or printed explanatory matter
thereof.
' The Contractor agrees to commence work under this contract within ten days of the
issuance of the Notice to Proceed and totally complete all work within forty-five
(45) calendar days.
' The Owner agrees to pay the Contractor in current funds for the performance of
the contract in accordance with the accepted Bid therefor, subject to additions
' and deductions, as provided in the Specifications, and to make payment on account
thereof as provided below.
As soon as is practicable after the first of each calendar month, and in
accordance with the Contract Specifications, the Owner will make partial payments
1
r
C1
I
I
I
I
LI
f'
LJ
Li
J
I1
I
C1
I
I
to the Contractor for work performed during the preceding calendar month, based
upon the Engineer's estimate of work completed, said estimate being certified by
the Contractor and accepted by the Owner. Retainage shall be withheld from the
partial payments as provided by Arkansas state laws by the Owner until final
completion and acceptance by the Owner and Engineer. The Engineer shall then
issue a Final Estimate of work done based upon the original contract and
subsequent changes made and agreed upon, it any.
Time is hereby expressly declared to be of the essence of this contract, and the
time of beginning, manner of progress and time of completion of the work
hereunder shall be and are essential conditions hereof.
The Contractor agrees to commence work within ten (10) calendar days from the
date of the Notice to Proceed and to proceed with the construction of the work
and to prosecute the work with an adequate force and in a manner so as to
complete the work within the time stipulated herein. If the Contractor fails in
completing the contract within the time stipulated herein, the Contractor agrees
to pay the Owner, as liquidated damages the sum of three hundred dollars
($300.00) per day for each calendar day of delay in completion, said amounts
being fixed and agreed upon by and between the parties hereto. Because of the
impracticability and extreme difficulty in fixing and ascertaining the actual
damages Owner would in such event sustain, said amounts are to be presumed by the
parties to this contract to be the amounts of damage Owner would sustain. Said
amounts of liquidated damages shall be deductible from any amount due the
Contractor under the Final Estimate of said work, after the completion thereof,
and Contractor shall be entitled to the Final Estimate less such amounts of
liquidated damages.
If the Contractor be delayed at any time in the progress of the work by any act
or neglect of the Owner or of the Owner's employees, or by any other Contractor
employed by the Owner, or by changes ordered in the work, or by strikes,
lockouts, fire, unusual delay in transportation, unavoidable casualties or any
causes beyond the Contractor's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall decide to justify
the delay, then the time of completion shall be extended for such reasonable time
as the Engineer may decide.
No such extension shall be made for delay occurring more than seven days before
claim therefor is made in writing to the Engineer. In the case of a continuing
cause for delay, only one claim is necessary.
In the event the Contractor abandons the work hereunder or fails, neglects or
refuses to continue the work after ten (10) days written notice, given the
Contractor by the Owner or by the Engineer, then the Owner shall have the option
of 1) declaring this contract at an end, in which event the Owner shall not be
liable to the Contractor for any work theretofore performed, or 2) requiring the
surety hereto, upon ten (10) days notice, to complete and carry out the contract
of Contractor; and in that event, should be surety fail, neglect or refuse to
N
I
carry out said contract, 3) said Owner may complete the contract as its own
expense and maintain an action against the Contractor and the surety hereto for
' the actual cost of same, together with any damages or other expense sustained or
incurred by Owner in completing this contract, less the total amount provided for
hereunder to be paid Contractor upon the completion of this contract.
' This contract shall be binding upon the heirs, representatives, successors or
assigns of the parties hereto, including the surety.
IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and
seals, respectively.
I
Witnesses*
4-1 rnt),iPuci,n&)Firm
Name
By QJc3C L1> CC
' *If corporation, secretary should attest.
CITY OF FAYETTEVILLE, ARKANSAS
' Attest:
I
Bather Woodruff, Ci y Clerk
I
1
End of Contract
r
y.-.
Itt
p. Ito ; .• 3
NAR-22-2002 FRI 11:23 AN CNP ALL SPECIALTY
,
,
FAX NO. 9725619 P. 02
r
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
#22503531
We 4-D Construction
as Principal, hereinafter called Principal, and Western Surety Company
is authorized to do business in the State of Arkansas, as Surety, hereinaftcr called Surety,
are held and firmly bound unto _ City of Fayetteville, AR as Obligee, hereinafter called
Owner, in the amount of One Hundred Eighty -TWO Thousand Five Hundred Twenty and
no/100-- Dollars ($182,520.00), 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 -S/19. 0)- entered into a contract with
Owner for:
1-540 Sanitary Sewer Line Replacement (Crossing)
, which contract is by reference made a part hereof, and it's hereinafter referred to as the
Contract.
THE CONDITIONS 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 to do so 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 the owner after six
months from the date final payment is made on the Contract, nor shall any suit, action or
proceeding be brought by the Owner after two years from the date of 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 of the Surety or Sureties of any such alteration, extension or
forbearance being hereby waived.
MAR -22-2002 FRI 11:23 AM CNPfALL SPECIALTY FAX NO. 9725619
P. 03
In no event shall the aggregate liability of the Surety exceed the sum set out herein.
Executed this __________ day of, 20 O a
4-D Construction
Principal
BY:
Western Surety Company
Surety
BY:
MAR -22-2002 FRI 11:23 AN CN(ALL SPECIALTY
J
FAX N0, 9725619
P. 04
Western Surety Company
POWER OF ATTORNEY - CERTIFIED COPY
Bond No. _22503531
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duty organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the Company'), does by these presents
make, constitute and appoint _Robert —M._ Davis..._.._______. __________.__..._ _ -
its true and lawful attorney(ej-in-fact,
with full power and
authority
hereby conferred,
to execute, acknowledge and deliver for and on
its behalf as Surety, bonds for:
Principal: 4-D Construction
Obligee: City of Fayetteville, AR
Amount: $182,520.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Executive Vice President, sealed
with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following
bylaw of Western Surety Company which remains in full force and effect.
'Section 7. All bonds. policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such
other officers as the Board of Directors may authorize. The President, any Vice President. Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of
the Company. The corporate seal is net necessary (or the validity of any bonds, policies, undertakings, Powers of Attorney or other
obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimilo.'
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of — — JUne 22 _
-...002 _ ._,but until such time shall be irrevocable and in full force and effect.
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Executive Vice President, Stephen T,
Pete, a vd;EAfl9f6Ple`e Seel te be affixed this ._ 22nd _ day of _—.___ _M.ArSh._ .. _.__ , - ..?002_..
p0g4,, -S,
`' .r+:
:zF
rrD riin.. TA 1
WESTERN S RETY COI NY
phen T. Pate. Executive Vice President
On this _..._?2nd .. day of _.. ...M.Mrch in the year.._ 2002 __, before me, a notary public, personally appeared
Stephen T. Pate, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of id corporation.
D. KRELL 1
���/!!����NOIAm PUBLIC/�►�-kK-
�tE�iSJB0UTM DAKOTA)I otary Public_ South Dakota
r
My Commission Expires November 30, 2006
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota. do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company
as set forth in the Power of Attorney is new in force.
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this ..day of
WESTER S RETY COY
phen T. Pate, Executive Vice President
Form F5306J-2001
_a(oTh).. CERTIFICATr OF LIABILITY INSUPSNCE CSR Sp DATEIMM/DLYYY)
WSD-1 03/26/02
PRODUCER
Eason Insurance Agency •r
7T}}IfIS CERTIFICATE IS I55UED AS A MATTER OF INFORMATION
aNLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
2340 Green Acres Rd, Suite #10
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 4217
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fayetteville AR 72703
Phone: 479-521-2233
INSURERS AFFORDING COVERAGE
INSURED
INSURER A: THE MARYLAND/ZURICH COMM.
INSURER B:
INSURER C:
STRUUCTION
43 DCONSTRUCTION C
74
ELKINS AR 72727
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 WHCH 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.
LTR
TYPE OF INSURANCE
POLICY NUMBER
DATE
DATE M
LIMBS
A
GENERAL
LIABILITY
COMMERCIAL GENERALLIA81LrTY
CLAIMS WADE O OCCUR
SCP40059363
03/26/02
03/26/03
EACH OCCURRENCE
$ 1000000
X
FIRE DAMAGE(My flm)
$
MED EXP (My DAP pawl)
s10000
PERSONAL S ADV INJURY
$1000000
GENERAL AGGREGATE
s2000000
GEN'L
AGGREGATE LIMIT APPLIES PER
POLICY PRO- LOC
PRODUCTS - COMPIOP AGO
s2000000
A
AUTOMOBILE
LIABUJT'/
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
SCP40059363
03/26/02
03/26/03
COMBWEDSWGLELIMIT
(EP PWIwK)
$1000000
X
BODILYINJURY
row pncc)
f
BODILY INJURY
(Per PCVOPDI)
f
PROPERTY DAMAGE
(Per Pm amt)
f
GARAGL7L"
AUTO ONLY -EA ACCIDENT
OTHER THAN EAACC
AUTO ONLY: AGO
f
f
A
EXCESS
LIABILITY
OCCUR ❑ CLAIMS MADE
DEDUCTIBLE
RETENTION f
SCP40059363
03/26/02
03/26/03
EACH OCCURRENCE
$1000000
X
AGGREGATE
$ 1000000
S
S
f
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
TORYLIMRS
I
ER
I
E.L. EACH ACCIDENT
f
E.L. DISEASE - FA EMPLOYE
f
E.L. DISEASE - POLICY LIMIT
f
OTHER
DESCRIPTION OF OPERATONSILOCATIONSNEIBCLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
JOB: I-540 SANITARY LINE REPLACEMENT
CERTIFICATE HOLDER I N ADDmONAL INSURED; INSURER LETTER: _ CANCELLATION
CITY00 1 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATIO
DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10_ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL
City Of Fayetteville IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
113 W. Mountain
Fayetteville AR 72701 REPRESENTATIVES. �-�
(7197)
®ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policyQes) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-S (7/97)
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2)
' hereinafter called "Principal" and (3) of
, State of ,
hereinafter called the "Surety," are held and firmly bound unto (4) _
' hereinafter called
the "Owner", in the penal sum of
(S ) in lawful money of the United
States, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators and successors, jointly
and severally, firmly by these presents.
1 THE CONDITION OF THIS OBLIGATION is such that whereas, the
Principal entered into a certain contract with Owner, dated the
day of , 20, a copy of which is hereto
attached and made a part hereof for the construction of:
' Bid No. 02-20 which shall be the I-540 Sewer Line Replacement, and
additional appurtenances, Fayetteville, Arkansas.
' NOW THEREFORE, if the Principal shall well, truly and faithfully
perform its duties, all the undertakings, covenants, terms and
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 which it may
suffer by reason of failure to do so, and shall reimburse and repay the
Owner all outlay and expense which the Owner may incur in making good
any default, then this obligation shall be void; otherwise to remain in
full force and effect.
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 or 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 or to the work or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and
the Contractor shall abridge the right of any beneficiary hereunder,
whose claim may be unsatisfied.
Li
1
I
I
I
Ii
1'
Il
F
I
I
1
'J
This bond is given in compliance with Act 351, Arkansas Acts of
1953, and Act 209, Arkansas Acts of 1957, the same appearing as
Arkansas Statutes (1957), Section 51-635, Cumulative Supplement.
IN WITNESS WHEREOF, this instrument is executed in six (6)
counterparts, each one of which shall be deemed as original, this the
day of ___________,20___
Attest:
Principal
(Principal) Secretary By
(Seal)
Witness as to Principal Address
Address
Attest:
Surety
By
(Surety) Secretary Attorney -in -Fact
(Seal)
Witness as to Surety Address
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 the case may be.
(3) Correct name of Surety.
(4) Correct name of Owner.
(5) If Contractor is a partnership, all partners should execute bond.
(6) This bond must be filed with the Circuit Clerk of the county where the work
is to be performed prior to the start of construction.
FA
i • •
' PAYMENT BOND
' KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2)
hereinafter called "Principal" and (3) of
' , State of
hereinafter called the "Surety," are held and firmly bound unto (4) _
hereinafter called
• the "Owner", in the penal sum of
($ ) in lawful money of the United
States, for the payment of which sum well and truly to be made, we bind
' ourselves, our heirs, executors, administrators and successors, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the
Principal entered into a certain contract with Owner, dated the
day of , 20 , a copy of which is hereto
attached and made a part hereof for the construction of:
1 Bid No. 02-20 which shall be the I-540 Sewer Line Replacement, and
additional appurtenances, Fayetteville, Arkansas.
NOW THEREFORE, if the Principal shall promptly make payment to
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,
all amounts due for but not limited to materials, lubricants, oil,
' gasoline, coal and coke, repair on machinery, equipment and tools,
consumed or used in connection with the construction of said work, fuel
oil, camp equipment, food for men, feed for animals, premiums for bonds
and liability and workmen's compensation insurance, rentals on
machinery, equipment and draft animals; also for taxes or payments due
to the State of Arkansas or any political subdivision thereof which
shall have arisen on account of or in connection with the wages earned
' by workmen covered by the bond; and for all labor, performed in such
work whether by subcontractors or otherwise, then this obligation shall
be void, otherwise to remain in full force and effect:
1 The Surety agrees that 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 or 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
I
the terms of the contract or to the work or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and
the Contractor shall abridge the right of any beneficiary hereunder,
whose claim may be unsatisfied.
This bond is given in compliance with Act 351, Arkansas Acts of
1953, and Act 209, Arkansas Acts of 1957, the same appearing as
Arkansas Statutes (1957), Section 51-635, Cumulative Supplement.
IN WITNESS WHEREOF, this instrument is executed in six (6)
counterparts, each one of which shall be deemed as original, this the
day of ________,20___
Attest:
Principal
(Principal) Secretary
(Seal)
IWitness as to Principal
I
I
Address
Attest:
(Surety) Secretary
(Seal)
Witness as to Surety
I
Address
Address
Surety
By
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 the case may be.
(3) Correct name of Surety.
(4) Correct name of Owner.
(5) If Contractor is a partnership, all partners should execute bond.
(6) This bond must be filed with the Circuit Clerk of the county where the work
is to be performed prior to the start of construction.
2
I
I
,I
I
I
I
I
I
1
I
I
This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or
modification. This document should be adapted to the particular circumstances of the contemplated Project and the
Controlling Law.
STANDARD
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
�IV Issued and Published Jointly By
National Society of
Professional Engineers ISCE
AMERICAN CONSULTING Yrohatlontl EngIntertIn Rfreb PrsWm AMERICAN SOCIETY OF
ENGINEERS COUNCIL CML ENGINEERS
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
a practice division of the
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CIVIL ENGINEERS
This document has been approved and endorsed by
The Associated General Contractors of America
Construction Specifications Institute
These General Conditions have been prepared for use with the Owner -Contractor Agreements (No. 1910-8-A-1 or 1910-
8-A-2) (1996 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other.
Comments concerning their usage are contained in the EJCDC User's Guide (No. 1910-50). For guidance in the
preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-17)
(1996 Edition).
EJCDC No. 1910-8 (1996 Edition)
L
Copyright °1996
National Society of Professional Engineers
1420 King Street, Alexandria, VA 22314
American Consulting Engineers Council
1015 15th Street N.W., Washington, DC 20005
American Society of Civil Engineers
345 East 47th Street, New York, NY 10017
7!1
IN
'if
I'
I
Ii
I
I.
1
Fl
I
I
.'
I
I
TABLE OF CONTENTS
II
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ..................................... 00700 - 6
1.01 Defined Terms ................................................... 00700 -6
1.02 Terminology - - o ...... 00700 -8
ARTICLE 2 - PRELIMINARY MATTERS ............................................ 00700 - 9
2.01 Delivery oJBonds................................................. 00700 -9
2.02 Copies oJDocuments......................................... . ....00700-9
2.03 Commencement of Contract Times; Notice to Proceed ..........................00700-9
2.04 Starting the Work ................................................. 00700-9
2.05 Before Starting Construction .......................................... 00700 - 9
2.06 Preconsnuction Conference .......................................... 00700 - 10
2.07 Initial Acceptance of Schedules ........................................ 00700 - 10
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE .................... 00700-10
3.01 Intent .............. ............... ...........................00700-10
3.02 Reference Standards .............................................. 00700 - 10
3.03 Reporting and Resolving Discrepancies ................................... 00700 - 11
3.04 Amending and Supplementing ContractDocuments ........................... 00700 - 11
3.05 Reuse of Documents ............................................... 00700- 11
ARTICLE 4- AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS 00700 - 11
4.01 Availability of Lands ..............................................00100-11
4.02 Subsurface and Physical Conditions ..................................... 00700 - 12
4.03 Differing Subsurface or Physical Conditions ................................ 00700 - 12
4.04 Underground Facilities ............................................. 00700 - 13
4.05 Reference Points ................................................. 00700- 13
4.06 Hazardous Environmental Condition at Site ................................ 00700-14
ARTICLE 5 - BONDS AND INSURANCE ........................................... 00700 - 15
5.01 Performance. Payment, and Other Bonds ................................. 00700 - 15
5.02 Licensed Sureties and Insurers ........................................ 00700 - 15
5.03 Certificates of Insurance ............................................ 00700 - 15
5.04 CONTRACTOR's Liability Insurance .................................... 00700 - 15
5.05 OWNER's Liability Insurance ......................................... 00700- 16
5.06 Property Insurance ............................................... 00700- 16
5.07 Waver of Rights ................................................. 00700-17
5.08 Receipt and Application of Insurance Proceeds .............................. 00700 18
5.09 Acceptance of Bonds and Insurance; Option to Replace ........................ 00700-18
5.10 Partial Utilization, Acknowledgment ofProperty Insurer ........................ 00700-18
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ................................... 00700 - 18
6.01 Supervision and Superintendence ....................................... 00700 - 18
6.02 Iabor; Wonting Hours ............................................. 00700 - 19
6.03 Services, Materials, and Equipment ..................................... 00700 - 19
6.04 Progress Schedule ................................................ 00700 - 19
6.05 Substitutes and Or -Equals' .......................................... 00700 - 19
6.06 Concerning Subcontractors, Suppliers, and Others ............................ 00700 - 20
6.07 Patent Fees and Royalties ............ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 21
6.08 Permits....................................................... 00700-21
6.09 Laws and Regulations .............................................. 00700 - 22
6.10 Taxes ........................................................ 00700-22
6.11 Use of Site and Other Areas .......................................... 00700 - 22
6.12 Record Documents ................................................ 00700 -fl
6.13 Safety and Protection .............................................. 00700-23
6.14 Safety Representative .............................................. 00700 - 23
6.15 Hazard Communication Programs ...................................... 00700 - 23
I
00700-3
0 M •1
6.16 Emergencies ..........I ......................................... 00700-23 1
6.17 Shop Drawings and Samples .......................................... 00700 - 23
6.18 Continuing the Work ......... ............ 00700 -24
E•.
.................. ........
6.19 CONTRACTOR'S General Warranty and Guarantee ........................... 00700-25 II
6.20 Indemnification.................................................. 00700 -25
ARTICLE7-OTHER WORK .................................................. 00700-26
7.01 Related Work at Site ............................................... 00700 - 26
7.02 Coordination................................................... 00700-26
ARTICLE 8 - OWNER'S RESPONSIBILITIES ........................................ 00700 - 26
8.01 Communications to Contractor ........................................ 00700 - 26
8.02 Replacement of ENGINEER .......................................... 00700 - 26
8.03 Furnish Data ................................................... 00700 -26
8.04 Pay Promptly When Due ............................................ 00700 - 26 1
8.05 Lands and Easements; Reports and Tests .................................. 00700-26
8.06 Insurance..................................................... 00700-27
8.07 Change Orders .................................................. 00700 -27
8.08 Inspections, Tests, and Approvals ...................................... 00700 - 27
8.09 Limitations on OWNER's Responsibilities ................................. 00700-27
8.10 Undisclosed Hazardous Environmental Condition ........................ . ... 00700-27
8.11 Evidence of Financial Arrangements ..................................... 00700-27
ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION ...................... .. 00700-27
9.01 OWNER'S Representative ........................................... 00700 - 27
9.02 Visits to Site .................................................... 00700 -27
9.03 Project Representative ............................................. 00700 - 27
9.04 Clarifications and Interpretations ...................................... 00700 - 28
9.05 Authorized Variations in Work ................................... .. 00700 - 28
9.06 Rejecting Defective Work ............................................ 00700 - 28
9.07 Shop Drawings, Change Orders and Payments .............................. 00700-28
9.08 Determinations for Unit Price Work ..................................... 00700 - 28
9.09 Decisions on Requirements of Contract Documents and Acceptability of Work .......... 00700 - 28 1
9.10 Limitations on ENGINEER's Authority and Responsibilities ...................... 00700-28
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ................................... 00700-29
10.01 Authorized Changes in the Work ....................................... 00700 - 29
10.02 Unauthorized Changes in the Work.....................................00700-29 1
10.03 Execution of Change Orders ........................... ............... 00700 - 29
10.04 Notification to Surety .............................................. 00700 - 29
10.05 Clams and Disputes' ............................................... 00700 - 30
ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK .............. 00700-30
11.01 Cost of the Work ................................................. 00700-30
11.02 Cash Allowances ................................................. 00700-32
11.03 Unit Price Work ................................................. 00700-32
ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES ............. 00700 -33
12.01 Change of Contract Price ........................................... 00700 - 33 1
12.02 Change of Contract Times ........................................... 00700 - 33
12.03 Delays Beyond CONTRACTOR's Control ................................. 00700-33
12.04 Delays Within CONTRACTOR's Control .................................. 00700-34
12.05 Delays Beyond OWNER's and CONTRACTOR's Control . . . . . . . 00700-34
12.06 Delay Damages ..................... . . . . . . . . . . . . . . . . . 00700-34
ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK ............................................... 00700-34
13.01 Notice of Defects ................................................ 00700-34
13.02 Access to Work .................................................. ()0700-34
13.03 Tests and Inspections .............................................. 00700 - 34
13.04 Uncovering Work ................................................. 00700-35
13.05 OWNER May Stop the Wont .......................................... 00700 - 35
13.06 Correction or Removalof Defective Work ................................. 00700 - 35
00700-4
I •
13.07 Correction Period ................................................ 00700-35
13.08 Acceptance of Defective Wor*......................................... 00700 - 36
13.09 OWNER May Correct Defective Wont .................................... 00700 - 36
I. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION .................... 00700-36
14.01 Schedule of Values ..................... .... 00700 -36
14 .0 Progress Payments ................................................ 00700 - 37
I14.03 CONTRACTOR's Warranty of Title ............... 0 ..................... 00700 - 38
14.04 Substantial Completion ............................................. 00700 - 38
14.05 Partial Utilization ................................................ 00700 - 39
14.06 Final Inspection .............................................. 00700 - 39
14.07 Final Payment ... .............................................. 00700-39
14.08 Final Completion Delayed ............ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 40
14.09 Waiver of Claims ......... ............................. 00700-40
...........
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION • 00700-40
15.01 OWNER May Suspend Work .......................................... 00700 - 40
15.02 OWNER May Terminate for Cause ...................................... 00700 - 40
15.03 OWNER May Terminate For Convenience ................................. 00700-41
15.04 CONTRACTOR May Stop Work or Terminate ............................... 00700 - 41
ARTICLE 16 -DISPUTE RESOLUTION ............................................00700-41
16.01 Methods and Procedures ............................................ 00700 - 41
ARTICLE 17- MISCELLANEOUS ................................................ 00700-42
17.01 Giving Notice ................................................... 00700-42
17.02 Computation of Times . ............................................. 00700 - 42
17.03 G7tmulative Remedies 00700 - 42
17.04 Survival of Obligations . 00700 - 42
17.05 Controlling Law ................................................. 00700 - 42
.1
I
I
i
1
' 00700-5
• 0
GENERAL CONDITIONS
ARTICLE I - DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in the Contract Documents and
printed with initial or all capital letters, the terms listed
below will have the meanings indicated which are applicable
to both the singular and plural thereof.
1. Addenda --Written or graphic instruments issued
prior to the opening of Bids which clarify, correct, or
change the Bidding Requirements or the Contract
Documents.
2. Agreement --The written instrument which is
evidence of the agreement between OWNER and
CONTRACTOR covering the Work.
3. Application for Payment --The form acceptable to
ENGINEER which is to be used by CONTRACTOR
during the course of the Work in requesting progress or
final payments and which is to be accompanied by such
supporting documentation as is required by the Contract
Documents.
4. Asbestos --Any material that contains more than
one percent asbestos and is friable or is releasing asbestos
fibers into the air above current action levels established
by the United States Occupational Safety and Health
Administration.
5. Bid --The offer or proposal of a bidder submitted
on the prescribed form setting forth the prices for the
Work to be performed.
6. Bidding Documents --The Bidding Requirements
and the proposed Contract Documents (including all
Addenda issued prior to receipt of Bids).
7. Bidding Requirements --The Advertisement or
Invitation to Bid, Instructions to Bidders, Bid security
form, if any, and the Bid form with any supplements.
8. Bonds --Performance and payment bonds and
other instruments of security.
9. Change Order --A document recommended by
ENGINEER which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion, or revision
in the Work or an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective Date of
the Agreement.
10. Claim --A demand or assertion by OWNER or
CONTRACTOR seeking an adjustment of Contract Price
or Contract Times, or both, or other relief with respect to
the terms of the Contract. A demand for money or
services by a third party is not a Claim.
I1. Contract --The entire and integrated written
agreement between the OWNER and CONTRACTOR
concerning the Work. The Contract supersedes prior
negotiations, representations, or agreements, whether
written or oral.
12. Contract Documents --The Contract Documents
establish the rights and obligations of the parties and
include the Agreement, Addenda (which pertain to the
Contract Documents), CONTRACTOR's Bid (including
documentation accompanying the Bid and any post Bid
documentation submitted prior to the Notice of Award)
when attached as an exhibit to the Agreement, the Notice
to Proceed, the Bonds, these General Conditions, the
Supplementary Conditions, the Specifications and the
Drawings as the same are more specifically identified in
the Agreement, together with all Written Amendments,
Change Orders, Work Change Directives, Field Orders,
and ENGINEER's written interpretations and
clarifications issued on or after the Effective Date of the
Agreement. Approved Shop Drawings and the reports
and drawings of subsurface and physical conditions are
not Contract Documents. Only printed or hard copies of
the items listed in this paragraph are Contract Documents.
Files in electronic media format of text, data, graphics,
and the like that may be furnished by OWNER to
CONTRACTOR are not Contract Documents.
13. Contract Price —The moneys payable by OWNER
to CONTRACTOR for completion of the Work in
accordance with the Contract Documents as stated in the
Agreement (subject to the provisions of paragraph 11.03
in the case of Unit Price Work).
14. Contract Times --The number of days or the dates
stated in the Agreement to: (i) achieve Substantial
Completion; and (ii) complete the Work so that it is ready
for final payment as evidenced by ENGINEER's written
recommendation of final payment.
15. CONTRACTOR --The individual or entity with
whom OWNER has entered into the Agreement.
I
1
I
I
I
00700-6
I • •
I
I
I
[]
I
I
I
I
I
I
I
I
I
I
16. Cost of the_Wwk—See paragraph 11.0l.A for
definition.
17. Drawings —That part of the Contract Documents
prepared or approved by ENGINEER which graphically
shows the scope, extent, and character of the Work to be
performed by CONTRACTOR. Shop Drawings and
other CONTRACTOR submittals are not Drawings as so
defined.
18. Effective Date of the Agreement —The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated, it means the date on
which the Agreement is signed and delivered by the last
of the two parties to sign and deliver.
19. ENGINEER --The individual or entity named as
such in the Agreement.
20. ENGINEER's Consultant —An individual or entity
having a contract with ENGINEER to furnish services as
ENGINEER's independent professional associate or
consultant with respect to the Project and who is
identified as such in the Supplementary Conditions.
21. Field Order —A written order issued by ENGI-
NEER which requires minor changes in the Work but
which does not involve a change in the Contract Price or
the Contract Times.
22. General Requirements —Sections of Division 1 of
the Specifications. The General Requirements pertain to
all sections of the Specifications.
23. Hazardous Environmental Condition --The
presence at the Site of Asbestos, PCBs, Petroleum,
Hazardous Waste, or Radioactive Material in such
quantities or circumstances that may present a substantial
danger to persons or property exposed thereto in
connection with the Work.
24. Hazardous Waste —The term Hazardous Waste
shall have the meaning provided in Section 1004 of the
Solid Waste Disposal Act (42 USC Section 6903) as
amended from time to time.
25. Laws and Regulations; Laws or Regulations —Any
and all applicable laws, rules, regulations, ordinances,
codes, and orders of any and all governmental bodies,
agencies, authorities, and courts having jurisdiction.
26. Liens —Charges, security interests, or
encumbrances upon Project funds, real property, or
personal property.
27. Milestone —A principal event specified in the
Contract Documents relating to an intermediate comple-
tion date or time prior to Substantial Completion of all the
Work.
28. Notice of Award —The written notice by OWNER
to the apparent successful bidder stating that upon timely
compliance by the apparent successful bidder with the
conditions precedent listed therein, OWNER will sign and
deliver the Agreement.
29. Notice to Proceed —A written notice given by
OWNER to CONTRACTOR fixing the date on which the
Contract Times will commence to run and on which
CONTRACTOR shall start to perform the Work under
the Contract Documents.
30. OWNER —The individual, entity, public body, or
authority with whom CONTRACTOR has entered into
the Agreement and for whom the Work is to be
performed.
31. Partial Utilization —Use by OWNER of a substan-
tially completed part of the Work for the purpose for
which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
32. PCBs --Polychlorinated biphenyls.
33. Petroleum —Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and 14.7
pounds per square inch absolute), such as oil, petroleum,
fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil
mixed with other non -Hazardous Waste and crude oils.
34. Project --The total construction of which the
Work to be performed under the Contract Documents
may be the whole, or a part as may be indicated
elsewhere in the Contract Documents.
35. Project Manual —The bound documentary
information prepared for bidding and constructing the
Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is
contained in the table(s) of contents.
36. Radioactive Material —Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act
of 1954 (42 USC Section 2011 et seq.) as amended from
time to time.
37. Resident Project Representative —The authorized
representative of ENGINEER who may be assigned to the
Site or any part thereof.
I
00700-7
S
38. Samples --Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged.
39. Shop Drawings --All drawings, diagrams, illustra-
tions, schedules, and other data or information which are
specifically prepared or assembled by or for CON-
TRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
40. Site --Lands or areas indicated in the Contract
Documents as being furnished by OWNER upon which
the Work is to be performed, including rights -of -way and
easements for access thereto, and such other lands
furnished by OWNER which are designated for the use of
CONTRACTOR.
41. Specifications --That part of the Contract
Documents consisting of written technical descriptions of
materials, equipment, systems, standards, and
workmanship as applied to the Work and certain
administrative details applicable thereto.
42. Subcontractor --An individual or entity having a
direct contract with CONTRACTOR or with any other
Subcontractor for the performance of a part of the Work
at the Site.
43. Substantial Completion —The time at which the
Work (or a specified part thereof) has progressed to the
point where, in the opinion of ENGINEER, the Work (or
a specified part thereof) is sufficiently complete, in
accordance with the Contract Documents, so that the
Work (or a specified part thereof) can be utilized for the
purposes for which it is intended. The terms
"substantially complete" and "substantially completed" as
applied to all or part of the Work refer to Substantial
Completion thereof.
44. Supplementary Conditions --That part of the
Contract Documents which amends or supplements these
General Conditions.
45. Supplier --A manufacturer, fabricator, supplier,
distributor, materialman, or vendor having a direct
contract with CONTRACTOR or with any Subcontractor
to furnish materials or equipment to be incorporated in
the Work by CONTRACTOR or any Subcontractor.
46. Underground Facilities --All underground
pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or
attachments, and any encasements containing such
facilities, including those that convey electricity, gases,
[C•L! tl!
r
steam, liquid petroleum products, telephone or other
communications, cable television, water, wastewater,
storm water, other liquids or chemicals, or traffic or
other control systems.
47. Unit Price Work --Work to be paid for on the
basis of unit prices.
48. Work —The entire completed construction or the
various separately identifiable parts thereof required to be
provided under the Contract Documents. Work includes
and is the result of performing or providing all labor,
services, and documentation necessary to produce such
construction, and furnishing, installing, and incorporating
all materials and equipment into such construction, all as
required by the Contract Documents.
49. Work Change Directive —A written statement to
CONTRACTOR issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER ordering an addition, deletion, or revision
in the Work, or responding to differing or unforeseen
subsurface or physical conditions under which the Work
is to be performed or to emergencies. A Work Change
Directive will not change the Contract Price or the
Contract Times but is evidence that the parties expect that
the change ordered or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to
its effect, if any, on the Contract Price or Contract
Times.
50. Written Amendment —A written statement
modifying the Contract Documents, signed by OWNER
and CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
1.02 Terminology
A. Intent of Certain Terms or Adjectives
1. Whenever in the Contract Documents the terms
"as allowed," "as approved," or terms of like effect or
import are used, or the adjectives "reasonable,"
"suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an
action or determination of ENGINEER as to the Work, it
is intended that such action or determination will be solely
to evaluate, in general, the completed Work for
compliance with the requirements of and information in
the Contract Documents and conformance with the design
concept of the completed Project as a functioning whole
as shown or indicated in the Contract Documents (unless
there is a specific statement indicating otherwise). The
•
I
I.
I
I
I
I
I
I
I
use of any such term or adjective shall not be effective to
assign to ENGINEER any duty or authority to supervise
or direct the performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.10 or any other provision of the
Contract Documents.
B. Day
1. The word "day" shall constitute a calendar day
of 24 hours measured from midnight to the next midnight.
C. Defective
1. The word "defective," when modifying the word
"Work," refers to Work that is unsatisfactory, faulty, or
deficient in that it does not conform to the Contract
Documents or does not meet the requirements of any
inspection, reference standard, test, or approval referred
to in the Contract Documents, or has been damaged prior
to ENGINEER's recommendation of final payment
(unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion in accor-
dance with paragraph 14.04 or 14.05).
D. Furnish, fnstaU, Perform, Provide
1. The word "furnish," when used in connection
with services, materials, or equipment, shall mean to
supply and deliver said services, materials, or equipment
to the Site (or some other specified location) ready for use
or installation and in usable or operable condition.
2. The word "install," when used in connection
with services, materials, or equipment, shall mean to put,
into use or place in final position said services, materials,
or equipment complete and ready for intended use.
3. The words "perform" or "provide," when used
in connection with services, materials, or equipment,
shall mean to furnish and install said services, materials,
or equipment complete and ready for intended use.
4. When "furnish," "install," "perform," or "pro-
vide" is not used in connection with services, materials,
or equipment in a context clearly requiring an obligation
of CONTRACTOR, "provide" is implied.
E. Unless stated otherwise in the Contract Documents,
words or phrases which have a well-known technical or
construction industry or trade meaning are used in the
Contract Documents in accordance with such recognized
meaning.
ARTICLE 2- PRELIMINARY MATTERS
2.01 Delivery of Bonds
A. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also deliver
to OWNER such Bonds as CONTRACTOR may be required
to furnish.
2.02 Copies of Documents
A. OWNER shall furnish to CONTRACTOR up to ten
copies of the Contract Documents. Additional copies will be
furnished upon request at the cost of reproduction.
2.03 Commencement of Contract Times; Notice to Proceed
A. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement or, if
a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at any
time within 30 days after the Effective Date of the
Agreement. In no event will the Contract Times commence
to run later than the sixtieth day after the day of Bid opening
or the thirtieth day after the Effective Date of the Agreement,
whichever date is earlier.
2.04 Starting the Work
A. CONTRACTOR shall start to perform the Work on
the date when the Contract Times commence to run. No
Work shall be done at the Site prior to the date on which the
Contract Times commence to run.
2.05 Before Starring Construction
A. CONTRACTOR's Review of Contract Documents:
Before undertaking each part of the Work, CONTRACTOR
shall carefully study and compare the Contract Documents
and check and verify pertinent figures therein and all
applicable field measurements. CONTRACTOR shall
promptly report in writing to ENGINEER any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or
clarification from ENGINEER before proceeding with any
Work affected thereby; however, CONTRACTOR shall not
be liable to OWNER or ENGINEER for failure to report any
conflict, error, ambiguity, or discrepancy in the Contract
Documents unless CONTRACTOR knew or reasonably
should have known thereof.
B. Preliminary
Schedules:
Within
ten days
after the
Effective Date of the
Agreement
(unless
otherwise
specified
1
00700-9
I
in the General Requirements), CONTRACTOR shall submit
to ENGINEER for its timely review:
1. a preliminary progress schedule indicating the
times (numbers of days or dates) for starting and
completing the various stages of the Work, including any
Milestones specified in the Contract Documents;
2. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required submittal
and the times for submitting, reviewing, and processing
such submittal; and
3. a preliminary schedule of values for all of the
Work which includes quantities and prices of items which
when added together equal the Contract Price and subdi-
vides the Work into component parts in sufficient detail
to serve as the basis for progress payments during
performance of the Work. Such prices will include an
appropriate amount of overhead and profit applicable to
each item of Work.
C. Evidence of Insurance: Before any Work at the Site
is started, CONTRACTOR and OWNER shall each deliver
to the other, with copies to each additional insured identified
in the Supplementary Conditions, certificates of insurance
(and other evidence of insurance which either of them or any
additional insured may reasonably request) which
CONTRACTOR and OWNER respectively are required to
purchase and maintain in accordance with Article 5.
2.06 Preconstruction Conference
A. Within 20 days after the Contract Times start to run,
but before any Work at the Site is started, a conference
attended by CONTRACTOR, ENGINEER, and others as
appropriate will be held to establish a working understanding
among the parties as to the Work and to discuss the schedules
referred to in paragraph 2.05.B, procedures for handling
Shop Drawings and other submittals, processing Applications
for Payment, and maintaining required records.
2.07 Initial Acceptance of Schedules
A. Unless otherwise provided in the Contract Docu-
ments, at least ten days before submission of the first
Application for Payment a conference attended by CON-
TRACTOR, ENGINEER, and others as appropriate will be
held to review for acceptability to ENGINEER as provided
below the schedules submitted in accordance with paragraph
2.05.B. CONTRACTOR shall have an additional ten days to
make corrections and adjustments and to complete and
resubmit the schedules. No progress payment shall be made
to CONTRACTOR until acceptable schedules are submitted
to ENGINEER.
1. The progress schedule will be acceptable to
ENGINEER if it provides an orderly progression of the
Work to completion within any specified Milestones and
the Contract Times. Such acceptance will not impose on
ENGINEER responsibility for the progress schedule, for
sequencing, scheduling, or progress of the Work nor
interfere with or relieve CONTRACTOR from
CONTRACTOR's full responsibility therefor.
2. CONTRACTOR's schedule of Shop Drawing and
Sample submittals will be acceptable to ENGINEER if it
provides a workable arrangement for reviewing and
processing the required submittals.
3. CONTRACTOR's schedule of values will be
acceptable to ENGINEER as to form and substance if it
provides a reasonable allocation of the Contract Price to
component parts of the Work.
ARTICLE 3- CONTRACT DOCUMENTS: INTENT
AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what
is called for by one is as binding as if called for by all.
B. It is the intent of the Contract Documents to describe
a functionally complete Project (or part thereof) to be
constructed in accordance with the Contract Documents.
Any labor, documentation, services, materials, or equipment
that may reasonably be inferred from the Contract Docu-
ments or from prevailing custom or trade usage as being
required to produce the intended result will be provided
whether or not specifically called for at no additional cost to
OWNER.
C. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
Article 9.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and
Regulations
1. Reference to standards, specifications, manuals,
or codes of any technical society, organization, or
association, or to Laws or Regulations, whether such
reference be specific or by implication, shall mean, the
standard, specification, manual, code, or Laws or Regula-
tions in effect at the time of opening of Bids (or on the
Effective Date of the Agreement if there were no Bids),
.1
I
I
I
I
I
I
11
I
I
NI
I
I, 0
1J
I1
I
I.
except as may be otherwise specifically stated in the
Contract Documents.
2. No provision of any such standard, specification,
manual or code, or any instruction of a Supplier shall be
effective to change the duties or responsibilities of
OWNER, CONTRACTOR, or ENGINEER, or any of
their subcontractors, consultants, agents, or employees
from those set forth in the Contract Documents, nor shall
any such provision or instruction be effective to assign to
OWNER, ENGINEER, or any of ENGINEER's
Consultants, agents, or employees any duty or authority
to supervise or direct the performance of the Work or any
duty or authority to undertake responsibility inconsistent
with the provisions of the Contract Documents.
1 3.03 Reporting and Resolving Discrepancies
[1
I
I
I
"1
I
I
I
I
I
I
I
A. Reporting Discrepancies
1. If, during the performance of the Work,
CONTRACTOR discovers any conflict, error, ambiguity,
or discrepancy within the Contract Documents or between
the Contract Documents and any provision of any Law or
Regulation applicable to the performance of the Work or
of any standard, specification, manual or code, or of any
instruction of any Supplier. CONTRACTOR shall report
it to ENGINEER in writing at once. CONTRACTOR
shall not proceed with the Work affected thereby (except
in an emergency as required by paragraph 6.16.A) until
an amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.04; provided, however, that CONTRACTOR
shall not be liable to OWNER or ENGINEER for failure
to report any such conflict, error, ambiguity, or dis-
crepancy unless CONTRACTOR knew or reasonably
should have known thereof.
B. Resolving Discrepancies
1. Except as may be otherwise specifically stated in
the Contract Documents, the provisions of the Contract
Documents shall take precedence in resolving any
conflict, error, ambiguity, or discrepancy between the
provisions of the Contract Documents and:
a. the provisions of any standard, specification.
manual, code, or instruction (whether or not specifi-
cally incorporated by reference in the Contract
Documents); or
b. the provisions of any Laws or Regulations
applicable to the performance of the Work (unless
such an interpretation of the provisions of the
Contract Documents would result in violation of such
Law or Regulation).
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide
for additions, deletions, and revisions in the Work or to
modify the terms and conditions thereof in one or more of the
following ways: (i) a Written Amendment; (ii) a Change
Order; or (iii) a Work Change Directive.
B. The requirements of the Contract Documents may be
supplemented, and minor variations and deviations in the
Work may be authorized, by one or more of the following
ways: (i) a Field Order; (ii) ENGINEER's approval of a
Shop Drawing or Sample; or (iii) ENGINEER's written
interpretation or clarification.
3.05 Reuse of Documents
A. CONTRACTOR and any Subcontractor or Supplier
or other individual or entity performing or furnishing any of
the Work under a direct or indirect contract with OWNER:
(i) shall not have or acquire any title to or ownership rights
in any of the Drawings, Specifications, or other documents
(or copies of any thereof) prepared by or bearing the seal of
ENGINEER or ENGINEER's Consultant, including
electronic media editions; and (ii) shall not reuse any of such
Drawings, Specifications, other documents, or copies thereof
on extensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaption by ENGINEER. This
prohibition will survive final payment, completion, and
acceptance of the Work, or termination or completion of the
Contract. Nothing herein shall preclude CONTRACTOR
from retaining copies of the Contract Documents for record
purposes.
ARTICLE 4- AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
4.01 Availability of Lands
A. OWNER shall furnish the Site. OWNER shall notify
CONTRACTOR of any encumbrances or restrictions not of
general application but specifically related to use of the Site
with which CONTRACTOR must comply in performing the
Work. OWNER will obtain in a timely manner and pay for
easements for permanent structures or permanent changes in
existing facilities. If CONTRACTOR and OWNER are
unable to agree on entitlement to or on the amount or extent,
if any, of any adjustment in the Contract Price or Contract
Times, or both, as a result of any delay in OWNER's
furnishing the Site. CONTRACTOR may make a Claim
therefor as provided in paragraph 10.05.
00700-11
B. Upon reasonable written request, OWNER shall
furnish CONTRACTOR with a current statement of record
legal title and legal description of the lands upon which the
Work is to be performed and OWNER's interest therein as
necessary for giving notice of or filing a mechanic's or
construction lien against such lands in accordance with
applicable Laws and Regulations.
C. CONTRACTOR shall provide for all additional lands
and access thereto that may be required for temporary
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary
Conditions identify:
1. those reports of explorations and tests of
subsurface conditions at or contiguous to the Site that
ENGINEER has used in preparing the Contract Docu-
ments; and
2. those drawings of physical conditions in or
relating to existing surface or subsurface structures at or
contiguous to the Site (except Underground Facilities) that
ENGINEER has used in preparing the Contract
Documents.
B. Limited Reliance by CON7RACTOR on Technical
Data Authorized: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER, or any of
ENGINEER's Consultants with respect to:
1. the completeness of such reports and drawings
for CONTRACTOR's purposes, including, but not
limited to, any aspects of the meats, methods,
techniques, sequences, and procedures of construction to
be employed by CONTRACTOR, and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions, and
information contained in such reports or shown or
indicated in such drawings; or
3. any CONTRACTOR interpretation of or
conclusion drawn from any 'technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If CONTRACTOR believes that any subsur-
face or physical condition at or contiguous to the Site that is
uncovered or revealed either:
1. is of such a nature as to establish that any
"technical data" on which CONTRACTOR is entitled to
rely as provided in paragraph 4.02 is materially
inaccurate; or
2. is of such a nature as to require a change in the
Contract Documents; or
3. differs materially from that shown or indicated in
the Contract Documents; or
4. is of an unusual nature, and differs materially
from conditions ordinarily encountered and generally
recognized as inherent in work of the character provided
for in the Contract Documents;
then CONTRACTOR shall, promptly after becoming aware
thereof and before further disturbing the subsurface or
physical conditions or performing any Work in connection
therewith (except in an emergency as required by paragraph
6.16.A), notify OWNER and ENGINEER in writing about
such condition. CONTRACTOR shall not further disturb
such condition or perform any Work in connection therewith
(except as aforesaid) until receipt of written order to do so.
B. ENGINEER's Review: After receipt of written notice
as required by paragraph 4.03.A, ENGINEER will promptly
review the pertinent condition, determine the necessity of
OWNER's obtaining additional exploration or tests with
respect thereto, and advise OWNER in writing (with a copy
to CONTRACTOR) of ENGINEER's findings and
conclusions.
C. Possible Price and Times Adjustments
1. The Contract Price or the Contract Times, or
both, will be equitably adjusted to the extent that the
existence of such differing subsurface or physical
condition causes an increase or decrease in
CONTRACTOR's cost of, or time required for, perfor-
mance of the Work; subject, however, to the following:
a. such condition must meet any one or more of
the categories described in paragraph 4.03.A; and
b. with respect to Work that is paid for on a
Unit Price Basis, any adjustment in Contract Price
will be subject to the provisions of paragraphs 9.08
and 11.03.
I
Li
I
I
I
4-1
I
I
I
l
I
L1
00700-12
I
1 0 •
I
LI
I
I
I
I
[1
I
E
I
I
I
I
I
2. CONTRACTOR shall not be entitled to any
adjustment in the Conuact Price or.Contract Timesif:..
a. CONTRACTOR knew of the existence of
such conditions at the time CONTRACTOR made a
final commitment to OWNER in respect of Contract
Price and Contract Times by the submission of a Bid
or becoming bound under a negotiated contract; or
b. the existence of such condition could
reasonably have been discovered or revealed as a
result of any examination, investigation, exploration,
test, or study of the Site and contiguous areas
required by the Bidding Requirements or Contract
Documents to be conducted by or for CON-
TRACTOR prior to CONTRACTOR's making such
final commitment; or
c. CONTRACTOR failed to give the written
notice within the time and as required by paragraph
4.03.A.
3. If OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if any,
of any adjustment in the Contract Price or Contract
Times, or both, a Claim may be made therefor as
provided in paragraph 10.05. However, OWNER,
ENGINEER, and ENGINEER's Consultants shall not be
liable to CONTRACTOR for any claims, costs, losses, or
damages (including but not limited to all fees and charges
of engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown
or indicated in the Contract Documents with respect to
existing Underground Facilities at or contiguous to the Site
is based on information and data furnished to OWNER or
ENGINEER by the owners of such Underground Facilities,
including OWNER, or by others. Unless it is otherwise
expressly provided in the Supplementary Conditions:
1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any such
information or data; and
2. the cost of all of the following will be included in
the Contract Price, and CONTRACTOR shall have full
responsibility for:
a. reviewing and checking all such information
and data,
b. locating all Underground Facilities shown or
indicated in the Contract Documents,
c. coordination of the Work with the owners of
such Underground Facilities, including OWNER,
during construction, and
d. the safety and protection of all such Under-
ground Facilities and repairing any damage thereto
resulting from the Work.
B. Not Shown or Indicated
1. If an Underground Facility is uncovered or
revealed at or contiguous to the Site which was not shown
or indicated, or not shown or indicated with reasonable
accuracy in the Contract Documents, CONTRACTOR
shall, promptly after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except in
an emergency as required by paragraph 6.16.A), identify
the owner of such Underground Facility and give written
notice to that owner and to OWNER and ENGINEER.
ENGINEER will promptly review the Underground
Facility and determine the extent, if any, to which a
change is required in the Contract Documents to reflect
and document the consequences of the existence or
location of the Underground Facility. During such time,
CONTRACTOR shall be responsible for the safety and
protection of such Underground Facility.
2. If ENGINEER concludes that a change in the
Contract Documents is required, a Work Change
Directive or a Change Order will be issued to reflect and
document such consequences. An equitable adjustment
shall be made in the Contract Price of Contract Times, or
both, to the extent that they are attributable to the
existence or location of any Underground Facility that
was not shown or indicated or not shown or indicated
with reasonable accuracy in the Contract Documents and
that CONTRACTOR did not know of and could not
reasonably have been expected to be aware of or to have
anticipated. If OWNER and CONTRACTOR are unable
to agree on entitlement to or on the amount or extent, if
any, of any such adjustment in Contract Price or Contract
Times, OWNER or CONTRACTOR may make a Claim
therefor as provided in paragraph 10.05.
4.05 Reference Points
A. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable CON-
TRACTOR to proceed with the Work. CONTRACTOR
shall be responsible for laying out the Work, shall protect and
preserve the established reference points and property
1 00700-13
• • 1
monuments, and shall make no changes or relocations
without the prior written approval of OWNER.
CONTRACTOR shall report to ENGINEER whenever any
reference point or property monument is lost or destroyed or
requires relocation because of necessary changes in grades or
locations, and shall be responsible for the accurate
replacement or relocation of such reference points or
property monuments by professionally qualified personnel.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: Reference is made to the
Supplementary Conditions for the identification of those
reports and drawings relating to a Hazardous Environmental
Condition identified at the Site, if any, that have been utilized
by the ENGINEER in the preparation of the Contract
Documents.
B. Limited Reliance by CONTRACTOR on Technical
Data Authorized: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
1. the completeness of such reports and drawings
for CONTRACTOR's purposes, including, but not
limited to, any aspects of the means, methods,
techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions
and programs incident thereto; or
2. other data, interpretations, opinions and
information contained in such reports or shown or
indicated in such drawings; or
3. any CONTRACTOR interpretation of or
conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. CONTRACTOR shall not be responsible for any
Hazardous Environmental Condition uncovered or revealed
at the Site which was not shown or indicated in Drawings or
Specifications or identified in the Contract Documents to be
within the scope of the Work. CONTRACTOR shall be
responsible for a Hazardous Environmental Condition created
with any materials brought to the Site by CONTRACTOR,
Subcontractors, Suppliers, or anyone else for whom CON-
TRACTOR is responsible.
D. If CONTRACTOR encounters a Hazardous
Environmental Condition or if CONTRACTOR or anyone for
whom CONTRACTOR is responsible creates a Hazardous
Environmental Condition, CONTRACTOR shall immedi-
ately: (i) secure or otherwise isolate such condition; (ii) stop
all Work in connection with such condition and in any area
affected thereby (except in an emergency as required by
paragraph 6.16); and (iii) notify OWNER and ENGINEER
(and promptly thereafter confirm such notice in writing).
OWNER shall promptly consult with ENGINEER concerning
the necessity for OWNER to retain a qualified expert to
evaluate such condition or take corrective action, if any.
E. CONTRACTOR shall not be required to resume
Work in connection with such condition or in any affected
area until after OWNER has obtained any required permits
related thereto and delivered to CONTRACTOR written
notice: (i) specifying that such condition and any affected
area is or has been rendered safe for the resumption of Work;
or (ii) specifying any special conditions under which such
Work may be resumed safely. If OWNER and
CONTRACTOR cannot agree as to entitlement to or on the
amount or extent, if any, of any adjustment in Contract Price
or Contract Times, or both, as a result of such Work stop-
page or such special conditions under which Work is agreed
to be resumed by CONTRACTOR, either party may make a
Claim therefor as provided in paragraph 10.05.
F. If after receipt of such written notice
CONTRACTOR does not agree to resume such Work based
on a reasonable belief it is unsafe, or does not agree to
resume such Work under such special conditions, then
OWNER may order the portion of the Work that is in the
area affected by such condition to be deleted from the Work.
If OWNER and CONTRACTOR cannot agree as to
entitlement to or on the amount or extent, if any, of an
adjustment in Contract Price or Contract Times as a result of
deleting such portion of the Work, then either party may
make a Claim therefor as provided in paragraph 10.05.
OWNER may have such deleted portion of the Work
performed by OWNER's own forces or others in accordance
with Article 7.
G. To the fullest extent permitted by Laws and
Regulations, OWNER shall. indemnify and hold harmless
CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants and the officers, directors,
partners, employees, agents, other consultants, and
subcontractors of each and any of them from and against all
claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
Hazardous Environmental Condition, provided that such
Hazardous Environmental Condition: (i) was not shown or
indicated in the Drawings or Specifications or identified in
the Contract Documents to be included within the scope of
the Work, and (ii) was not created by CONTRACTOR or by
anyone for whom CONTRACTOR is responsible. Nothing
I
I
I
I
F
I
I
FI
I
00700-14 1
I
1
I
I
I
I
I
I
1
I
I
J
I
C1
[1
1l
in this paragraph 4.06.E shall obligate OWNER to indemnify
any individual or entity from and against the consequences of
that individual's or entity's own negligence.
H. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's Consultants,
and the officers, directors, partners, employees, agents, other
consultants, and subcontractors of each and any of them from
and against all claims, costs, losses, and damages (including
but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or
relating to a Hazardous Environmental Condition created by
CONTRACTOR or by anyone for whom CONTRACTOR is
responsible. Nothing in this paragraph 4.06.F shall obligate
CONTRACTOR to indemnify any individual or entity from
and against the consequences of that individual's or entity's
own negligence.
I. The provisions of paragraphs 4.02, 4.03, and 4.04
are not intended to apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
ARTICLE 5 - BONDS AND INSURANCE
5.01 Performance, Payment, and Other Bonds
A. CONTRACTOR shall furnish performance and
payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect at
least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract Documents. CONTRACTOR
shall also furnish such other Bonds as are required by the
Contract Documents.
B. All Bonds shall be in the form prescribed by the
Contract Documents except as provided otherwise by Laws
or Regulations, and shall be executed by such sureties as are
named in the current list of "Companies Holding Certificates
of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companiesas published in Circular
570 (amended) by the Financial Management Service, Surety
Bond Branch, U.S. Department of the Treasury. All Bonds
signed by an agent must be accompanied by a certified copy
of such agent's authority to act.
C. If the surety on any Bond furnished by CON-
TRACTOR is declared bankrupt or becomes insolvent or its
right to do business is terminated in any state where any part
of the Project is located or it ceases to meet the requirements
of paragraph 5.0I.B, CONTRACTOR shall within 20 days
thereafter substitute another Bond and surety, both of which
shall comply with the requirements of paragraphs 5.01.8 and
5.02.
5.02 Licensed Sureties and Insurers
A. All Bonds and insurance required by the Contract
Documents to be purchased and maintained by OWNER or
CONTRACTOR shall be obtained from surety or insurance
companies that are duty licensed or authorized in the
jurisdiction in which the Project is located to issue Bonds or
insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such
additional requirements and qualifications as may be provided
in the Supplementary Conditions.
5.03 Certificates of Insurance
A. CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the Supple-
mentary Conditions, certificates of insurance (and other
evidence of insurance requested by OWNER or any other
additional insured) which CONTRACTOR is required to
purchase and maintain. OWNER shall deliver to
CONTRACTOR, with copies to each additional insured
identified in the Supplementary Conditions, certificates of
insurance (and other evidence of insurance requested by
CONTRACTOR or any other additional insured) which
OWNER is required to purchase and maintain.
5.04 CONTRACTOR'S Liability I surance
A. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and as will provide protection from claims
set forth below which may arise out of or result from
CONTRACTOR's performance of the Work and
CONTRACTOR's other obligations under the Contract
Documents, whether it is to be performed, by
CONTRACTOR, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to
perform any of the Work, or by anyone for whose acts any
of them may be liable:
1. claims under workers' compensation, disability
benefits, and other similar employee benefit acts;
2. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR's employees;
3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
00700-15
S • 1
4. claims for damages insured by reasonably
available personal injury liability coverage which are sus-
tained: (i) by any person as a result of an offense directly
or indirectly related to the employment of such person by
CONTRACTOR, or (ii) by any other person for any
other reason;
5. claims for damages, other than to the Work
itself, because of injury to or destruction of tangible
property wherever located, including loss of use resulting
therefrom; and
6. claims for damages because of bodily injury or
death of any person or property damage arising out of the
ownership, maintenance or use of any motor vehicle.
B. The
policies
of insurance
so required by this
paragraph 5.04
to be
purchased and
maintained shall:
1. with respect to insurance required by paragraphs
5.04.A.3 through 5.04.A.6 inclusive, include as
additional insureds (subject to any customary exclusion in
respect of professional liability) OWNER, ENGINEER,
ENGINEER's Consultants, and any other individuals or
entities identified in the Supplementary Conditions, all of
whom shall be listed as additional insureds, and include
coverage for the respective officers, directors, partners,
employees, agents, and other consultants and
subcontractors of each and any of all such additional
insureds, and the insurance afforded to these additional
insureds shall provide primary coverage for all claims
covered thereby;
2. include at least the specific coverages and be
written for not less than the limits of liability provided in -
the Supplementary Conditions or required by Laws or
Regulations, whichever is greater;
3. include completed operations insurance;
4. include contractual liability insurance covering
CONTRACTOR's indemnity obligations under para-
graphs 6.07, 6.11, and 6.20;
5. contain a provision or endorsement that the
coverage afforded will not be canceled, materially
changed or renewal refused until at least thirty days prior
written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom a
certificate of insurance has been issued (and the
certificates of insurance furnished by the CONTRACTOR
pursuant to paragraph 5.03 will so provide);
6. remain in effect at least until final payment and
at all times thereafter when CONTRACTOR may be
correcting, removing, or replacing defective Work in
accordance with paragraph 13.07; and
7. with respect to completed operations insurance,
and any insurance coverage written on a claims -made
basis, remain in effect for at least two years after final
payment (and CONTRACTOR shall furnish OWNER and
each other additional insured identified in the Supple-
mentary Conditions, to whom a certificate of insurance
has been issued, evidence satisfactory to OWNER and
any such additional insured of continuation of such
insurance at final payment and one year thereafter).
5.05 OWNER's Liability Insurance
LJ
r
I
I
lT
I
A. In addition to the insurance required to be provided
by CONTRACTOR under paragraph 5.04, OWNER, at
OWNER's option, may purchase and maintain at OWNER's
expense OWNER's own liability insurance as will protect
OWNER against claims which may arise from operations
under the Contract Documents.
5.06 Property Insurance
A. Unless otherwise provided in the Supplementary
Conditions, OWNER shall purchase and maintain property
insurance upon the Work at the Site in the amount of the hill
replacement cost thereof (subject to such deductible amounts
as may be provided in the Supplementary Conditions or
required by Laws and Regulations). This insurance shall:
1. include the interests of OWNER, CONTRAC-
TOR, Subcontractors, ENGINEER, ENGINEER's
Consultants, and any other individuals or entities identi-
fied in the Supplementary Conditions, and the officers,
directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them,
each of whom is deemed to have an insurable interest and
shall be listed as an additional insured;
2. be written on a Builder's Risk "all-risk" or open
peril or special causes of loss policy form that shall at
least include insurance for physical loss or damage to the
Work, temporary buildings, false work, and materials and
equipment in transit, and shall insure against at least the
following perils or causes of loss: fire, lightning,
extended coverage, theft, vandalism and malicious
mischief, earthquake, collapse, debris removal,
demolition occasioned by enforcement of Laws and
Regulations, water damage, and such other perils or
causes of loss as may be specifically required by the
Supplementary Conditions;
3. include expenses incurred in the repair or
replacement of any insured property (including but not
limited to fees and charges of engineers and architects);
Li
I
I
1l
I
I
[I
I
00700-16 '
I
i
I
10
i'
I
I
I
I
1
I
I
LI
I
I
4. cover materials and equipment stored at the Site
or at another location that was agreed to in writing by
OWNER prior to being incorporated in the Work,
provided that such materials and equipment have been
inchuded in an Application for Payment recommended by
ENGINEER;
5. allow for partial utilization of the Work by
OWNER;
6. include testing and startup; and
7. be maintained in effect until final payment is
made unless otherwise agreed to in writing by OWNER,
CONTRACTOR, and ENGINEER with 30 days written
notice to each other additional insured to whom a certifi-
cate of insurance has been issued.
B. OWNER shall purchase and maintain such boiler and
machinery insurance or additional property insurance as may
be required by the Supplementary Conditions or Laws and
Regulations which will include the interests of OWNER.
CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants, and any other individuals or
entities identified in the Supplementary Conditions, each of
whom is deemed to have an insurable interest and shall be
listed as an insured or additional insured.
C. All the policies of insurance (and the certificates or
other evidence thereof) required to be purchased and
maintained in accordance with paragraph 5.06 will contain a
provision or endorsement that the coverage afforded will not
be canceled or materially changed or renewal refused until at
least 30 days prior written notice has been given to OWNER
and CONTRACTOR and to each other additional insured to
whom a certificate of insurance has been issued and will
contain waiver provisions in accordance with paragraph 5.07.
D. OWNER shall not be responsible for purchasing and
maintaining any property insurance specified in this
paragraph 5.06 to protect the interests of CONTRACTOR,
Subcontractors, or others in the Work to the extent of any
deductible amounts that are identified in the Supplementary
Conditions. The risk of loss within such identified deductible
amount will be borne by CONTRACTOR, Subcontractors,
or others suffering any such loss, and if any of them wishes
property insurance coverage within the limits of such
amounts, each may purchase and maintain it at the
purchaser's own expense.
E. If CONTRACTOR requests in writing that other
special insurance be included in the property insurance
policies provided under paragraph 5.06, OWNER shall, if
possible, include such insurance, and the cost thereof will be
charged to CONTRACTOR by appropriate Change Order or
Written Amendment. Prior to commencement of the Work
at the Site, OWNER shall in writing advise CONTRACTOR
whether or not such other insurance has been procured by
OWNER.
5.07 Waiver of Rights
A. OWNER and CONTRACTOR intend that all policies
purchased in accordance with paragraph 5.06 will protect
OWNER, CONTRACTOR, Subcontractors, ENGINEER,
ENGINEER's Consultants, and all other individuals or
entities identified in the Supplementary Conditions to be
listed as insureds or additional insureds (and the officers,
directors, partners, employees, agents, and other consultants
and subcontractors of each and any of them) in such policies
and will provide primary coverage for all losses and damages
caused by the perils or causes of loss covered thereby. All
such policies shall contain provisions to the effect that in the
event of payment of any loss or damage the insurers will
have no rights of recovery against any of the insureds or
additional insureds thereunder. OWNER and CONTRAC-
TOR waive all rights against each other and their respective
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them for
all losses and damages caused by, arising out of or resulting
from any of the perils or causes of loss covered by such
policies and any other property insurance applicable to the
Work; and, in addition, waive all such rights against
Subcontractors, ENGINEER, ENGINEER's Consultants, and
all other individuals or entities identified in the Supplemen-
tary Conditions to be listed as insureds or additional insureds
(and the officers, directors, partners, employees, agents, and
other consultants and subcontractors of each and any of them)
under such policies for losses and damages so caused. None
of the above waivers shall extend to the rights that any party
making such waiver may have to the proceeds of insurance
held by OWNER as trustee or otherwise payable under any
policy so issued.
B. OWNER waives all rights against CONTRACTOR,
Subcontractors, ENGINEER, ENGINEER's Consultants, and
the officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them for:
1. loss due to business interruption, loss of use, or
other consequential loss extending beyond direct physical
loss or damage to OWNER's property or the Work
caused by, arising out of, or resulting from fire or other
peril whether or not insured by OWNER; and
2. loss or damage to the completed Project or part
thereof caused by, arising out of, or resulting from fire or
other insured peril or cause of loss covered by any
property insurance maintained on the completed Project
or part thereof by OWNER during partial utilization
pursuant to paragraph 14.O5, after Substantial Completion
1 00700-17
• • 1
pursuant to paragraph 14.04, or after final payment
pursuant to paragraph 14.07.
C. Any insurance policy maintained by OWNER cover-
ing any loss, damage or consequential loss referred to in
paragraph 5.07.B shall contain provisions to the effect that in
the event of payment of any such loss, damage, or
consequential. loss, the insurers will have no rights of
recovery against CONTRACTOR, Subcontractors,
ENGINEER, or ENGINEER'S Consultants and the officers,
directors, partners, employees, agents, and other consultants
and subcontractors of each and any of them.
5.08 Receipt and Application of Insurance Proceeds
A. Any insured loss under the policies of insurance
required by paragraph 5.06 will be adjusted with OWNER
and made payable to OWNER as fiduciary for the insureds,
as their interests may appear, subject to the requirements of
any applicable mortgage clause and of paragraph 5.08.B.
OWNER shall deposit in a separate account any money so
received and shall distribute it in accordance with such agree-
ment as the parties in interest may reach. If no other special
agreement is reached, the damaged Work shall be repaired or
replaced, the moneys so received applied on account thereof,
and the Work and the cost thereof covered by an appropriate
Change Order or Written Amendment.
B. OWNER as fiduciary shall have power to adjust and
settle any loss with the insurers unless one of the parties in
interest shall object in writing within 15 days after the
occurrence of loss to OWNER's exercise of this power. If
such objection be made, OWNER as fiduciary shall make
settlement with the insurers in accordance with such
agreement as the parties in interest may reach. If no such
agreement among the parties in interest is reached, OWNER
as fiduciary shall adjust and settle the loss with the insurers
and, if required in writing by any party in interest, OWNER
as fiduciary shall give bond for the proper performance of
such duties.
5.09 Acceptance of Bonds and Insurance; Option to
Replace
A. If either OWNER or CONTRACTOR has any
objection to the coverage afforded by or other provisions of
the Bonds or insurance required to be purchased and
maintained by the other party in accordance with Article 5 on
the basis of non-conformance with the Contract Documents,
the objecting party shall so notify the other party in writing
within 10 days after receipt of the certificates (or other
evidence requested) required by paragraph 2.05.C. OWNER
and CONTRACTOR shall each provide to the other such
additional information in respect of insurance provided as the
other may reasonably request. If either party does not
purchase or maintain all of the Bonds and insurance required
of such party by the Contract Documents, such party shall
notify the other party in writing of such failure to purchase
prior to the start of the Work, or of such failure to maintain
prior to any change in the required coverage. Without
prejudice to any other right or remedy, the other party may
elect to obtain equivalent Bonds or insurance to protect such
other party's interests at the expense of the party who was
required to provide such coverage, and a Change Order shall
be issued to adjust the Contract Price accordingly.
5.10 Partial Utilization, Acknowledgment of Property
Insurer
A. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
Completion of all the Work as provided in paragraph 14.05,
no such use or occupancy shall commence before the insurers
providing the property insurance pursuant to paragraph 5.06
have acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance shall consent by endorse-
ment on the policy or policies, but the property insurance
shall not be canceled or permitted to lapse on account of any
such partial use or occupancy.
ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. CONTRACTOR shall supervise, inspect, and direct
the Work competently and efficiently, devoting such attention
thereto and applying such skills and expertise as may be
necessary to perform the Work in accordance with the
Contract Documents. CONTRACTOR shall be solely
responsible for the means, methods, techniques, sequences,
and procedures of construction, but CONTRACTOR shall
not be responsible for the negligence of OWNER or
ENGINEER in the design or specification of a specific
means, method, technique, sequence, or procedure of
construction which is shown or indicated in and expressly
required by the Contract Documents. CONTRACTOR shall
be responsible to see that the completed Work complies
accurately with the Contract Documents.
B. At all times during the progress of the Work,
CONTRACTOR shall assign a competent resident superin-
tendent thereto who shall not be replaced without written
notice to OWNER and ENGINEER except under
extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the Site and shall have
authority to act on behalf of CONTRACTOR. All
communications given to or received from the superintendent
shall be binding on CONTRACTOR.
I
I
[1
Li
I
L
(I
I
I
I
I
I
00700-18 1
.1
I
I
I
LJ
I
[J
I
I
I
I
LJ
I
I
I
6.02 Labor; Working Hours
A. CONTRACTOR shall provide competent, suitably
qualified personnel to survey, lay out, and construct the
Work as required by the Contract Documents. CON-
TRACTOR shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or
protection of persons or the Work or property at the Site or
adjacent thereto, and except as otherwise stated 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
Sanuday. Sunday, or any legal holiday without OWNER's
written consent (which will not be unreasonably withheld)
given after prior written notice to ENGINEER.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the General Re-
quirements, CONTRACTOR shall provide and assume full
responsibility for all services, 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 performance, testing,
start-up, and completion of the Work.
B. All materials and equipment incorporated into the
Work shall be as specified or, if not specified, shall be of
good quality and new, except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER. If required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the source, kind,
and quality of materials and equipment. All materials and
equipment shall be stored, applied, installed, connected,
erected, protected, used, cleaned, and conditioned in
accordance with instructions of the applicable Supplier,
except as otherwise may be provided in the Contract Docu-
ments.
6.04 Progress Schedule
A. CONTRACTOR shall adhere to the progress schedule
established in accordance with paragraph 2.07 as it may be
adjusted from time to time as provided below.
1 1. CONTRACTOR shall submit to ENGINEER for
acceptance (to the extent indicated in paragraph 2.07)
proposed adjustments in the progress schedule that will
not result in changing the Contract Times (or Milestones).
Such adjustments will conform generally to the progress
schedule then in effect and additionally will comply with
any provisions of the General Requirements applicable
thereto.
2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones) shall
be submitted in accordance with the requirements of
Article 12. Such adjustments may only be made by a
Change Order or Written Amendment in accordance with
Article 12.
6.05 Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is
specified or described in the Contract Documents by using
the name of a proprietary item or the name of a particular
Supplier, the specification or description is intended to
establish the type, function, appearance, and quality required.
Unless the specification or description contains or is followed
by words reading that no like, equivalent, or "or -equal" item
or no substitution is permitted, other items of material or
equipment or material or equipment of other Suppliers may
be submitted to ENGINEER for review under the circum-
stances described below.
1. Or-EqualItems: If in ENGINEER's sole
discretion an item of material or equipment proposed by
CONTRACTOR is functionally equal to that named and
sufficiently similar so that no change in related Work will
be required, it may be considered by ENGINEER as an
"or -equal" item, in which case review and approval of
the proposed item may, in ENGINEER's sole discretion.
be accomplished without compliance with some or all of
the requirements for approval of proposed substitute
items. For the purposes of this paragraph 6.05.A.1, a
proposed item of material or equipment will be
considered functionally equal to an item so named if:
a. in the exercise of reasonable judgment
ENGINEER determines that: (i) it is at least equal in
quality, durability, appearance, strength, and design
characteristics; (ii) it will reliably perform at least
equally well the function imposed by the design
concept of the completed Project as a functioning
whole, and;
b. CONTRACTOR certifies that: (i) there is no
increase in cost to the OWNER; and (ii) it will
conform substantially, even with deviations, to the
detailed requirements of the item named in the
Contract Documents.
2. Substitute Items
a. If in ENGINEER's sole discretion an item of
material or equipment proposed by CONTRACTOR
does not qualify as an "or -equal" item under
Ii
00700-19
• 0 •1
paragraph 6.05.A. 1, it will be considered a proposed
substitute item.
b. CONTRACTOR shall submit sufficient
information as provided below to allow ENGINEER
to determine that the item of material or equipment
proposed is essentially equivalent to that named and
an acceptable substitute therefor. Requests for
review of proposed substitute items of material or
equipment will not be accepted by ENGINEER from
anyone other than CONTRACTOR.
c. The procedure forreview by ENGINEER
will be as set forth in paragraph 6.05.A.2.d, as
supplemented in the General Requirements and as
ENGINEER may decide is appropriate under the
circumstances.
d. CONTRACTOR shall first make written
application to ENGINEER for review of a proposed
substitute item of material or equipment that
CONTRACTOR seeks to furnish or use. The
application shall certify that the proposed substitute
item will perform adequately the functions and
achieve the results called for by the general design,
be similar in substance to that specified, and be suited
to the same use as that specified. The application
will state the extent, if any, to which the use of the
proposed substitute item will prejudice
CONTRACTOR's achievement of Substantial
Completion on time, whether or not use of the
proposed substitute item in the Work will require a
change in any of the Contract Documents (or in the
provisions of any other direct contract with OWNER
for work on the Project) to adapt the design to the
proposed substitute item and whether or not
incorporation or use of the proposed substitute item
in connection with the Work is subject to payment of
any license fee or royalty. All variations of the pa, -
posed substitute item from that specified will be
identified in the application, and available
engineering, sales, maintenance, repair, and
replacement services will be indicated. The
application will also contain an itemized estimate of
all costs or credits that will result directly or indi-
rectly from use of such substitute item, including
costs of redesign and claims of other contractors
affected by any resulting change, all of which will be
considered by ENGINEER in evaluating the proposed
substitute item. ENGINEER may require CON-
TRACTOR to furnish additional data about the pro-
posed substitute item.
B. Substitute Construction Methods or Procedures: If a
specific means, method, technique, sequence, or procedure
of construction is shown or indicated in and expressly
required by the Contract Documents, CONTRACTOR may
furnish or utilize a substitute means, method, technique,
sequence, or procedure of construction approved by ENGI-
NEER. CONTRACTOR shall submit sufficient information
to allow ENGINEER, in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to that
expressly called for by the Contract Documents. The proce-
dure for review by ENGINEER will be similar to that
provided in subparagraph 6.05.A.2.
C. Engineer's Evaluation: ENGINEER will be allowed
a reasonable time within which to evaluate each proposal or
submittal made pursuant to paragraphs 6.05.A and 6.05.B.
ENGINEER will be the sole judge of acceptability. No
"or -equal" or substitute will be ordered, installed or utilized
until ENGINEER's review is complete, which will be
evidenced by either a Change Order for a substitute or an
approved Shop Drawing for an "or equal." ENGINEER will
advise CONTRACTOR in writing of any negative
determination.
D. Special Guarantee: OWNER may require CON-
TRACTOR to furnish at CONTRACTOR's expense a special
performance guarantee or other surety with respect to any
substitute.
E. ENGINEER's Cost Reimbursement: ENGINEER will
record time required by ENGINEER and ENGINEER's
Consultants in evaluating substitute proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.E
and in making changes in the Contract Documents (or in the
provisions of any other direct contract with OWNER for
work on the Project) occasioned thereby. Whether or not
ENGINEER approves a substitute item so proposed or
submitted by CONTRACTOR, CONTRACTOR shall
reimburse OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such proposed
substitute.
F. C0NTRACT0R's Expense: CONTRACTOR shall
provide all data in support of any proposed substitute or
"or -equal" at CONTRACTOR's expense.
6.06 Concerning Subcontractors, Suppliers, and Others
A. CONTRACTOR shall not employ any Subcontractor,
Supplier, or other individual or entity (including those
acceptable to OWNER as indicated in paragraph 6.06.B),
whether initially or as a replacement, against whom OWNER
may have reasonable objection. CONTRACTOR shall not be
required to employ any Subcontractor, Supplier, or other
individual or entity to furnish or perform any of the Work
against whom CONTRACTOR has reasonable objection.
B. If the Supplementary Conditions require the identity
of certain Subcontractors, Suppliers, or other individuals or
1
I
11
I
U
LI
I
I
[1
I
I
I
I
I
00700-20
I
I
El
11
I
I
I
I
I
I
I
L
I
I
I
[I]
entities to be submitted to OWNER in advance for acceptance
by OWNER by a specified date prior to the Effective Date of
the Agreement, and if CONTRACTOR has submitted a list
thereof in accordance with the Supplementary Conditions,
OWNER's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance
or objection in the Bidding Documents or the Contract
Documents) of any such Subcontractor. Supplier, or other
individual or entity so identified may be revoked on the basis
of reasonable objection after due investigation. CON-
TRACTOR shall submit an acceptable replacement for the
rejected Subcontractor, Supplier, or other individual or
entity, and the Contract Price will be adjusted by the differ-
ence in the cost occasioned by such replacement, and an
appropriate Change Order will be issued or Written
Amendment signed. No acceptance by OWNER of any such
Subcontractor, Supplier, or other individual or entity,
whether initially or as a replacement, shall constitute a
waiver of any right of OWNER or ENGINEER to reject
defective Work.
C. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions of the
Subcontractors, Suppliers, and other individuals or entities
performing or furnishing any of the Work just as
CONTRACTOR is responsible for CONTRACTOR's own
acts and omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor. Supplier, or
other individual or entity any contractual relationship between
OWNER or ENGINEER and any such Subcontractor,
Supplier or other individual or entity, nor shall it create any
obligation on the part of OWNER or ENGINEER to pay or
to see to the payment of any moneys due any such Subcon-
tractor, Supplier, or other individual or entity except as may
otherwise be required by Laws and Regulations.
D. CONTRACTOR shall be solely responsible for
scheduling and coordinating the Work of Subcontractors,
Suppliers, and other individuals or entities performing or
furnishing any of the Work under a direct or indirect contract
with CONTRACTOR.
E. CONTRACTOR shall require all Subcontractors,
Suppliers, and such other individuals or entities performing
or furnishing any of the Work to communicate with ENGI-
NEER through CONTRACTOR.
F. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among Subcontractors
or Suppliers or delineating the Work to be performed by any
specific trade.
G. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor
or Supplier which specifically binds the Subcontractor or
Supplier to the applicable terms and conditions of the
Contract Documents for the benefit of OWNER and
ENGINEER. Whenever any such agreement is with a
Subcontractor or Supplier who is listed as an additional
insured on the property insurance provided in paragraph
5.06, the agreement between the CONTRACTOR and the
Subcontractor or Supplier will contain provisions whereby
the Subcontractor or Supplier waives all rights against
OWNER, CONTRACTOR, ENGINEER, ENGINEER's
Consultants, and all other individuals or entities identified in
the Supplementary Conditions to be listed as insureds or
additional insureds (and the officers, directors, partners,
employees, agents, and other consultants and subcontractors
of each and any of them) for all losses and damages caused
by, arising out of, relating to, or resulting from any of the
perils or causes of loss covered by such policies and any
other property insurance applicable to the Work. If the
insurers on any such policies require separate waiver forms
to be signed by any Subcontractor or Supplier, CONTRAC-
TOR will obtain the same.
6.07 Patent Fees and Royalties
A. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of
any invention, design, process, product, or device which is
the subject of patent rights or copyrights held by others. If
a particular invention, design, process, product, or device is
specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights or
copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and the
officers, directors, partners, employees or agents, and other
consultants of each and any of them from and against all
claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to any
infringement of patent rights or copyrights incident to the use
in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process,
product, or device not specified in the Contract Documents.
6.08 Permits
A. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such permits
' 00700-21
and licenses. CONTRACTOR shall pay all governmental
charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids,
or, if there are no Bids, on the Effective Date of the
Agreement. CONTRACTOR shall pay all charges of utility
owners for connections to the Work, and OWNER shall pay
all charges of such utility owners for capital costs related
thereto, such as plant investment fees.
6.09 Laws and Regulations
A. CONTRACTOR shall give all notices and comply
with all Laws and Regulations applicable to the performance
of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or Regulations.
B. If CONTRACTOR performs any Work knowing or
having reason to know that it is contrary to Laws or
Regulations, CONTRACTOR shall bear all claims, costs,
losses, and damages (including but not limited to all fees and
charges of engineers, architects, attorneys, and other
professionals and all court or arbitration or other dispute
resolution costs) arising out of or relating to such Work;
however, it shall not be CONTRACTOR's primary
responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but
this shall not relieve CONTRACTOR of CONTRACTOR's
obligations under paragraph 3.03.
C. Changes in Laws or Regulations not known at the
time of opening of Bids (or, on the Effective Date of the
Agreement if there were no Bids) having an effect on the cost
or time of performance of the Work may be the subject of an
adjustment in Contract Price or Contract Times. If OWNER
and CONTRACTOR are unable to agree on entitlement to or
on the amount or extent, if any, of any such adjustment, a
Claim may be made therefor as provided in paragraph 10.05.
6.10 Taxes
A. CONTRACTOR shall pay all sales, consumer, use,
and other similar taxes required to be paid by CONTRAC-
TOR in accordance with the Laws and Regulations of the
place of the Project which are applicable during the
performance of the Work.
6.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas
1. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas
permitted by Laws and Regulations, and shall not
unreasonably encumber the Site and other areas with
construction equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. Should any claim be made by any such owner or
occupant because of the performance of the Work,
CONTRACTOR shall promptly settle with such other
party by negotiation or otherwise resolve the claim by
arbitration or other dispute resolution proceeding or at
law.
3. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's
Consultant, and the officers, directors, partners,
employees, agents, and other consultants of each and any
of them from and against all claims, costs, losses, and
damages (including but not limited to all fees and charges
of engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant
against OWNER, ENGINEER, or any other party
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of the Work.
B. Removal of Debris During Performance of the Work:
During the progress of the Work CONTRACTOR shall keep
the Site and other areas free from accumulations of waste
materials, rubbish, and other debris. Removal and disposal
of such waste materials, rubbish, and other debris shall con-
form to applicable Laws and Regulations.
C. Cleaning: Prior to Substantial Completion of the
Work CONTRACTOR shall clean the Site and make it ready
for utilization by OWNER. At the completion of the Work
CONTRACTOR shall remove from the Site all tools,
appliances, construction equipment and machinery, and
surplus materials and shall restore to original condition all
property not designated for alteration by the Contract
Documents.
D. Loading Structures: CONTRACTOR shall not load
nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall
CONTRACTOR subject any part of the Work or adjacent
property to stresses or pressures that will endanger it.
6.12 Record Documents
A. CONTRACTOR shall maintain in a safe place at the
Site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
I
I
I
1
I
1I
I
I
I
I
1171 r r
I
r]
I
I.1
1
I
I
U
1
I
I
I
I
I
1
I
Change Directives, Field Orders, and written interpretations
and clarifications in good order and annotated to show
changes made during construction. These record documents
together with all approved Samples and a counterpart of all
approved Shop Drawings will be available to ENGINEER for
reference. Upon completion of the Work, these record
documents, Samples, and Shop Drawings will be delivered to
ENGINEER for OWNER.
6.13 Safety and Protection
A. CONTRACTOR shall be solely responsible for
initiating, maintaining and supervising all safety precautions
and programs in connection with the Work. CONTRACTOR
shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage,
injury or loss to:
1. all persons on the Site or who may be affected
by the Work;
2. all the Work and materials and equipment to be
incorporated therein, whether in storage on or off the
Site; and
3. other property at the Site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements
roadways, structures, utilities, and Underground Facilities
not designated for removal, relocation, or replacement in
the course of construction.
B. CONTRACTOR shall comply with all applicable
Laws and Regulations relating to the safety of persons or
property, or to the protection of persons or property from
damage, injury, or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property and
of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate
with them in the protection, removal, relocation, and
replacement of their property. All damage, injury, or loss to
any property referred to in paragraph 6.13.A.2 or 6.13.A.3
caused, directly or indirectly, in whole or in part, by CON-
TRACTOR, any Subcontractor. Supplier, or any other
individual or entity directly or indirectly employed by any of
them to perform any of the Work, or anyone for whose acts
any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the
fault of Drawings or Specifications or to the acts or
omissions of OWNER or ENGINEER or ENGINEER's Con-
sultant, or anyone employed by any of them, or anyone for
whose acts any of them may be liable, and not attributable,
directly or indirectly, in whole or in part, to the fault or
negligence of CONTRACTOR or any Subcontractor,
Supplier, or other individual or entity directly or indirectly
employed by any of them). CONTRACTOR's duties and
responsibilities for safety and for protection of the Work shall
continue until such time as all the Work is completed and
ENGINEER has issued a notice to OWNER' and
CONTRACTOR in accordance with paragraph 14.07.B that
the Work is acceptable (except as otherwise expressly
provided in connection with Substantial Completion).
6.14 Safety Representative
A. CONTRACTOR shall designate a qualified and
experienced safety representative at the Site whose duties and
responsibilities shall be the prevention of accidents and the
maintaining and supervising of safety precautions and
programs.
6.15 Hazard Communication Programs
A. CONTRACTOR shall be responsible for coordinating
any exchange of material safety data sheets or other hazard
communication information required to be made available to
or exchanged between or among employers at the Site in
accordance with Laws or Regulations.
6.16 Emergencies
A. In emergencies affecting the safety or protection of
persons or the Work or property at the Site or adjacent
thereto, CONTRACTOR is obligated to act to prevent
threatened damage, injury, or loss. CONTRACTOR shall
give ENGINEER prompt written notice if CONTRACTOR
believes that any significant changes in the Work or
variations from the Contract Documents have been caused
thereby or are required as a result thereof. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive or
Change Order will be issued.
6.17 Shop Drawings and Samples
A. CONTRACTOR shall submit Shop Drawings to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
submittals. All submittals will be identified as ENGINEER
may require and in the number of copies specified in the
General Requirements. The data shown on the Shop
Drawings will be complete with respect to quantities, dimen-
sions, specified performance and design criteria, materials,
and similar data to show ENGINEER the services, materials,
and equipment CONTRACTOR proposes to provide and to
enable ENGINEER to review the information for the limited
purposes required by paragraph 6.17.E.
B. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance with the
acceptable schedule of Shop Drawings and Sample
' 00700-23
submittals. Each Sample will be identified clearly as to
material, Supplier, pertinent data such as catalog numbers,
and the use for which intended and otherwise as ENGINEER
may require to enable ENGINEER to review the submittal
for the limited purposes required by paragraph 6.17.E. The
numbers of each Sample to be submitted will be as specified
in the Specifications.
C. Where a Shop Drawing or Sample is required by the
Contract Documents or the schedule of Shop Drawings and
Sample submittals acceptable to ENGINEER as required by
paragraph 2.07, any related Work performed prior to
ENGINEER's review and approval of the pertinent submittal
will be at the sole expense and responsibility of
CONTRACTOR.
D. Submittal Procedures
1. Before submitting each Shop Drawing or Sample,
CONTRACTOR shall have determined and verified:
a. all field measurements, quantities, dimen-
sions, specified performance criteria, installation
requirements, materials, catalog numbers, and
similar information with respect thereto;
b. all materials with respect to intended use,
fabrication, shipping, handling, storage, assembly,
and installation pertaining to the performance of the
Work;
c. all information relative to means, methods,
techniques, sequences, and procedures of construc-
tion and safety precautions and programs incident
thereto; and
d. CONTRACTOR shall also have reviewed
and coordinated each Shop Drawing or Sample with
other Shop Drawings and Samples and with the
requirements of the Work and the Contract Docu-
ments.
2. Each submittal shall bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review and
approval of that submittal.
3. At the time of each submittal, CONTRACTOR
shall give ENGINEER specific written notice of such
variations, if any, that the Shop Drawing or Sample
submitted may have from the requirements of the
Contract Documents, such notice to be in a written com-
munication separate from the submittal; and, in addition,
shall cause a specific notation to be made on each Shop
Drawing and Sample submitted to ENGINEER for review
and approval of each such variation.
E. ENGINEER's Review
1. ENGINEER will timely review and approve
Shop Drawings and Samples in accordance with the
schedule of Shop Drawings and Sample submittals
acceptable to ENGINEER. ENGINEER's review and
approval will be only to determine if the items covered by
the submittals will, after installation or incorporation in
the Work, conform to the information given in the
Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole
as indicated by the Contract Documents.
2. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular
means, method, technique, sequence, or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions.
3. ENGINEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the require-
ments of the Contract Documents unless CONTRACTOR
has in writing called ENGINEER's attention to each such
variation at the time of each submittal as required by
paragraph 6.17.D.3 and ENGINEER has given written
approval of each such variation by specific written
notation thereof incorporated in or accompanying the
Shop Drawing or Sample approval; nor will any approval
by ENGINEER relieve CONTRACTOR from
responsibility for complying with the requirements of
paragraph 6.17.D.1.
F. Resubmittal Procedures
1. CONTRACTOR shall make corrections required
by ENGINEER and shall return the required number of
corrected copies of Shop Drawings and submit as
required new Samples for review and approval. CON-
TRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by ENGI-
NEER on previous submittals.
6.18 Continuing the Work
A. CONTRACTOR shall carry on the Work and adhere
to the progress schedule during all disputes or disagreements
with OWNER. No Work shall be delayed or postponed
pending resolution of any disputes or disagreements, except
I
I
I
L
I
'1
[1
I
I
I
00700-24
I
.1
1
1
I
I
I
1
I
I
as permitted by paragraph 15.04 or as OWNER and
CONTRACTOR may otherwise agree in writing.
6.19 COMRACTOR's General Warranty and Guarantee
A. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER, and ENGINEER's Consultants that
all Work will be in accordance with the Contract Documents
and will not be defective. CONTRACTOR's warranty and
guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or
operation by persons other than CONTRACTOR, Sub-
contractors, Suppliers, or any other individual or entity
for whom CONTRACTOR is responsible; or
2. normal wear and tear under normal usage.
B. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will
constitute an acceptance of Work that is not in accordance
with the Contract Documents or a release of
CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents:
1. observations by ENGINEER;
2. recommendation by ENGINEER or payment by
OWNER of any progress or final payment;
3. the issuance of a certificate of Substantial
Completion by ENGINEER or any payment related
thereto by OWNER;
4. use or occupancy of the Work or any part thereof
by OWNER;
5. any acceptance by OWNER or any failure to do
so;
6. any review and approval of a Shop Drawing or
Sample submittal or the issuance of a notice of acceptabil-
ity by ENGINEER;
7. any inspection, test, or approval by others; or
8. any correction of defective Work by OWNER.
6.20 Indemnification
A. To the fullest extent permitted by Laws and Regula-
tions, CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and the
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them from
and against all claims, costs, losses, and damages (including
but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or
relating to the performance of the Work, provided that any
such claim, cost, loss, or damage:
1. is attributable to bodily injury, sickness, disease,
or death, or to injury to or destruction of tangible
property (other than the Work itself), including the loss of
use resulting therefrom; and
2. is caused in whole or in part by any negligent act
or omission of CONTRACTOR, any Subcontractor, any
Supplier, or any individual or entity directly or indirectly
employed by any of them to perform any of the Work or
anyone for whose acts any of them may be liable,
regardless of whether or not caused in part by any
negligence or omission of an individual or entity indem-
nified hereunder or whether liability is imposed upon such
indemnified party by Laws and Regulations regardless of
the negligence of any such individual or entity.
B. In any and all claims against OWNER or ENGINEER
or any of their respective consultants, agents, officers,
directors, partners, or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, or any
individual or entity directly or indirectly employed by any of
them to perform any of the Work, or anyone for whose acts
any of them may be liable, the indemnification obligation
under paragraph 6.20.A shall not be limited in any way by
any limitation on the amount or type of damages,
compensation, or benefits payable by or for CONTRACTOR
or any such Subcontractor, Supplier, or other individual or
entity under workers' compensation acts, disability benefit
acts, or other employee benefit acts.
C. The indemnification obligations of CONTRACTOR
under paragraph 6.20.A shall not extend to the liability of
ENGINEER and ENGINEER's Consultants or to the
officers, directors, partners, employees, agents, and other
consultants and subcontractors of each and any of them
arising out of:
00700-25
1. the preparation or approval of, or the failure to
prepare or approve, maps, Drawings, opinions, reports,
surveys, Change Orders, designs, or Specifications; or
2. giving directions or instructions, or failing to
give them, if that is the primary cause of the injury or
damage.
ARTICLE 7 - OTHER WORK
7.01 Related Work at Site
A. OWNER may perform other work related to the
Project at the Site by OWNER's employees, or let other
direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Con-
tract Documents, then:
1. written notice thereof will be given to CON-
TRACTOR prior to starting any such other work; and
2. if OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or extent, if any,
of any adjustment in the Contract Price or Contract Times
that should be allowed as a result of such other work, a
Claim may be made therefor as provided in paragraph
10.05.
B. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility owner
(and OWNER, if OWNER is performing the other work with
OWNER's employees) proper and safe access to the Site and
a reasonable opportunity for the introduction and storage of
materials and equipment and the execution of such other
work and shall properly coordinate the Work with theirs.
Unless otherwise provided in the Contract Documents, CON-
TRACTOR shall do all cutting, fitting, and patching of the
Work that may be required to properly connect or otherwise
make its several parts come together and properly integrate
with such other work. CONTRACTOR shall not endanger
any work of others by cutting, excavating, or otherwise
altering their work and will only cut or alter their work with
the written consent of ENGINEER and the others whose
work will be affected. The duties and responsibilities of
CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that
there are comparable provisions for the benefit of
CONTRACTOR in said direct contracts between OWNER
and such utility owners and other contractors.
C. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work performed by
others under this Article 7, CONTRACTOR shall inspect
such other work and promptly report to ENGINEER in
writing any delays, defects, or deficiencies in such other
work that render it unavailable or unsuitable for the proper
execution and results of CONTRACTOR's Work.
CONTRACTOR's failure to so report will constitute an
acceptance of such other work as fit and proper for
integration with CONTRACTOR's Work except for latent
defects and deficiencies in such other work.
7.02 Coordination
A. If OWNER intends to contract with others for the
performance of other work on the Project at the Site, the
following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority
and responsibility for coordination of the activities among
the various contractors will be identified;
2. the specific matters to be covered by such
authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities
will be provided.
B. Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and respon-
sibility for such coordination.
ARTICLE 8- OWNER'S RESPONSIBILITIES
8.01 Communications to Contractor
A. Except as otherwise provided in these General Condi-
tions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.02 Replacement of ENGINEER
A. In case of termination of the employment of ENGI-
NEER, OWNER shall appoint an engineer to whom
CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former
ENGINEER.
8.03 Furnish Data
A. OWNER shall promptly furnish the data required of
OWNER under the Contract Documents.
8.04 Pay Promptly When Due
A. OWNER shall make payments to CONTRACTOR
promptly when they are due as provided in paragraphs
14.02.C and 14.07.C.
8.05 Lands and Easements; Reports and Tests
A. OWNER's duties in respect of providing lands and
easements and providing engineering surveys to establish
reference points are set forth in paragraphs 4.01 and 4.05.
Paragraph 4.02 refers to OWNER's identifying and making
available to CONTRACTOR copies of reports of explorations
L
I
IT
I
I
I
(I
I
I
I
C1
I
C. 1
[taYp'r>6T.i
:1
I
I
I
I
I
Li
I
I
I
I
I
and tests of subsurface conditions and drawings of physical
conditions in or relating to existing surface or subsurface
structures at or contiguous to the Site that have been utilized
by ENGINEER in preparing the Contract Documents.
8.06 Insurance
A. OWNER's responsibilities, if any, in respect to pur-
chasing and maintaining liability and property insurance are
set forth in Article S.
8.07 Change Orders
A. OWNER.is obligated to execute Change Orders as
indicated in paragraph 10.03.
8.08 Inspections, Tests, and Approvals
A. OWNER's responsibility in respect to certain inspec-
tions, tests, and approvals is set forth in paragraph 13.03.B.
8.09 limitations on OWNER's Responsibilities
A. The OWNER shall not supervise, direct, or have
control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences,
or procedures of construction, or the safety precautions and
programs incident thereto, or for any failure of CON-
TRACTOR to comply with Laws and Regulations applicable
to the performance of the Work. OWNER will not be
responsible for CONTRACTOR's failure to perform the
Work in accordance with the Contract Documents.
8.10 Undisclosed Hazardous Environmental Condition
A. OWNER's responsibility in respect to an undisclosed
Hazardous Environmental Condition is set forth in paragraph
4.06.
8.11 Evidence of Financial Arrangements
A. If and to the extent OWNER has agreed to furnish
CONTRACTOR reasonable evidence that financial
arrangements have been made to satisfy OWNER's
obligations under the Contract Documents, OWNER's
responsibility in respect thereof will be as set forth in the
Supplementary Conditions.
ARTICLE 9- ENGINEER'S STATUS DURING
CONSTRUCTION
9.01 OWNER'S Representative
A. ENGINEER will be OWNER's representative during
the construction period. The duties and responsibilities and
the limitations of authority of ENGINEER as OWNER's
representative during construction are set forth in the
Contract Documents and will not be changed without written
consent of OWNER and ENGINEER.
9.02 Visits to Site
A. ENGINEER will make visits to the Site at intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress
that has been made and the quality of the various aspects of
CONTRACTOR's executed Work. Based on information
obtained during such visits and observations, ENGINEER,
for the benefit of OWNER, will determine, in general, if the
Work is proceeding in accordance with the Contract
Documents. ENGINEER will not be required to make
exhaustive or continuous inspections on the Site to check the
quality or quantity of the Work. ENGINEER's efforts will
be directed toward providing for OWNER a greater degree
of confidence that the completed Work will conform
generally to the Contract Documents. On the basis of such
visits and observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work.
B. ENGINEER's visits and observations are subject to
all the limitations on ENGINEER's authority and
responsibility set forth in paragraph 9.10, and particularly,
but without limitation, during or as a result of ENGINEER's
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control, or have
authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences, or procedures of
construction, or the safety precautions and programs incident
thereto, or for any failure of CONTRACTOR to comply with
Laws and Regulations applicable to the performance of the
Work.
9.03 Project Representative
A. If OWNER and ENGINEER agree, ENGINEER will
furnish a Resident Project Representative to assist
ENGINEER in providing more extensive observation of the
Work. The responsibilities and authority and limitations
thereon of any such Resident Project Representative and
assistants will be as provided in paragraph 9.10 and in the
Supplementary Conditions. If OWNER designates another
I
00700-27
representative or agent to represent OWNER at the Site who
is not ENGINEER's Consultant, agent or employee, the
responsibilities and authority and limitations thereon of such
other individual or entity will be as provided in the Supple-
mental)' Conditions.
9.04 Clarifications and Interpretations
A. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the require-
ments of the Contract Documents as ENGINEER may deter-
mine necessary, which shall be consistent with the intent of
and reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER and CON-
TRACTOR are unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in the Contract
Price or Contract Times, or both, that should be allowed as
a result of a written clarification or interpretation, a Claim
may be made therefor as provided in paragraph 10.05.
9.05 Authorized Variations in Work
A. ENGINEER may authorize minor variations in the
Work from the requirements of the Contract Documents
which do not involve an adjustment in the Contract Price or
the Contract Times and are compatible with the design
concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be
accomplished by a Field Order and will be binding on
OWNER and also on CONTRACTOR, who shall perform
the Work involved promptly. If OWNER and CONTRAC-
TOR are unable to agree on entitlement to or on the amount
or extent, if any, of any adjustment in the Contract Price or
Contract Times, or both, as a result of a Field Order, a
Claim may be made therefor as provided in paragraph 10.05.
9.06 Rejecting Defective Work
A. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective, or
that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed
Project as a functioning whole as indicated by the Contract
Documents. ENGINEER will also have authority to require
special inspection or testing of the Work as provided in
paragraph 13.04, whether or not the Work is fabricated,
installed, or completed.
9.07 Shop Drawings, Change Orders and Payments
A. In connection with ENGINEER's authority as to Shop
Drawings and Samples, see paragraph 6.17.
B. In connection with ENGINEER's authority as to
Change Orders, see Articles 10, 11, and 12.
C. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
9.08 Determinations for Unit Price Work
A. ENGINEER will determine the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with CON-
TRACTOR the ENGINEER's preliminary determinations on
such matters before rendering a written decision thereon (by
recommendation of an Application for Payment or
otherwise). ENGINEER's written decision thereon will be
final and binding (except as modified by ENGINEER to
reflect changed factual conditions or more accurate data)
upon OWNER and CONTRACTOR, subject to the
provisions of paragraph 10.05.
9.09 Decisions on Requirements of Contract Documents
and Acceptability of Work
A. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work, the
quantities and classifications of Unit Price Work, the
interpretation of the requirements of the Contract Documents
pertaining to the performance of the Work, and Claims
seeking changes in the Contract Price or Contract Times will
be referred initially to ENGINEER in writing, in accordance
with the provisions of paragraph 10.05, with a request for a
formal decision.
B. When functioning as interpreter and judge under this
paragraph 9.09, ENGINEER will not show partiality to
OWNER or CONTRACTOR and will not be liable in
connection with any interpretation or decision rendered in
good faith in such capacity. The rendering of a decision by
ENGINEER pursuant to this paragraph 9.09 with respect to
any such Claim, dispute, or other matter (except any which
have been waived by the making or acceptance of final
payment as provided in paragraph 14.07) will be a condition
precedent to any exercise by OWNER or CONTRACTOR of
such rights or remedies as either may otherwise have under
the Contract Documents or by Laws or Regulations in respect
of any such Claim, dispute, or other matter.
9.10 Limitations on ENGINEER's Authority and Respon-
sibilities
A. Neither ENGINEER's authority or responsibility
under this Article 9 or under any other provision of the
Contract Documents nor any decision made by ENGINEER
in good faith either to exercise or not exercise such authority
I
11
I
L
C
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
[1
or responsibility or the undertaking, exercise, or performance
of any authority or responsibility by ENGINEER shall create,
impose, or give rise to any duty in contract, tort, or
otherwise owed by ENGINEER to CONTRACTOR, any
Subcontractor, any Supplier, any other individual or entity,
or to any surety for or employee or agent of any of them.
B. ENGINEER will not supervise, direct, control, or
have authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences, or procedures of
construction, or the safety precautions and programs incident
thereto, or for any failure of CONTRACTOR to comply with
Laws and Regulations applicable to the performance of the
Work. ENGINEER will not be responsible for
CONTRACTOR's failure to perform the Work in accordance
with the Contract Documents.
C. ENGINEER will not be responsible for the acts or
omissions of CONTRACTOR or of any Subcontractor, any
Supplier, or of any other individual or entity performing any
of the Work.
D. ENGINEER's review of the final Application for
Payment and accompanying documentation and all mainte-
nance and operating instructions, schedules, guarantees.
Bonds, certificates of inspection, tests and approvals, and
other documentation required to be delivered by paragraph
14.07.A will only be to determine generally that their content
complies with the requirements of, and in the case of
certificates of inspections, tests, and approvals that the results
certified indicate compliance with, the Contract Documents.
E. The limitations upon authority and responsibility set
forth in this paragraph 9.10 shall also apply to ENGINEER's
Consultants, Resident Project Representative, and assistants.
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS
10.01 Authorized Changes in the Work
A. Without invalidating the Agreement and without
notice to any surety, OWNER may, at any time or from time
to time, order additions, deletions, or revisions in the Work
by a Written Amendment, a Change Order, or a Work
Change Directive. Upon receipt of any such document,
CONTRACTOR shall promptly proceed with the Work
involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise
specifically provided).
B. If OWNER and CONTRACTOR are unable to agree
on entitlement to, or on the amount or extent, if any, of an
adjustment in the Contract Price or Contract Times, or both,
that should be allowed as a result of a Work Change
Directive, a Claim may be made therefor as provided in
paragraph 10.05.
10.02 Unauthorized Changes in the Work
A. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any work performed that is not required by
the Contract Documents as amended, modified, or
supplemented as provided in paragraph 3.04, except in the
case of an emergency as provided in paragraph 6.16 or in the
case of uncovering Work as provided in paragraph 13.04.B.
10.03 Execution of Change Orders
A. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER (or
Written Amendments) covering:
1. changes in the Work which are: (i) ordered by
OWNER pursuant to paragraph 10.01.A, (u) required
because of acceptance of defective Work under para-
graph 13.08.A or OWNER's correction of defective
Work under paragraph 13.09, or (iii) agreed to by the
parties;
2. changes in the Contract Price or Contract Times
which are agreed to by the parties, including any
undisputed sum or amount of time for Work actually
performed in accordance with a Work Change Directive;
and
• 3. changes in the Contract Price or Contract Times
which embody the substance of any written decision
rendered by ENGINEER pursuant to paragraph 10.05;
provided that, in lieu of executing any such Change
Order, an appeal may be taken from any such decision
in accordance with the provisions of the Contract
Documents and applicable Laws and Regulations, but
during any such appeal, CONTRACTOR shall carry on
the Work and adhere to the progress schedule as
provided in paragraph 6.18.A.
10.04 Notification to Surety
A. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
(including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be given
to a surety, the giving of any such notice will be
CONTRACTOR's responsibility. The amount of each
applicable Bond will be adjusted to reflect the effect of any
such change.
I
00700-29
0 • .I
10.05 Claims and Disputes
A. Notice: Written notice stating the general nature of
each Claim, dispute, or other matter shall be delivered by the
claimant to ENGINEER and the other party to the Contract
promptly (but in no event later than 30 days) after the start of
the event giving rise thereto. Notice of the amount or extent
of the Claim, dispute, or other matter with supporting data
shall be delivered to the ENGINEER and the other party to
the Contract within 60 days after the start of such event
(unless ENGINEER allows additional time for claimant to
submit additional or more accurate data in support of such
Claim, dispute, or other matter). A Claim for an adjustment
in Contract Price shall be prepared in accordance with the
provisions of paragraph 12.01.B. A Claim for an adjustment
in Contract Time shall be prepared in accordance with the
provisions of paragraph 12.02.B. Each Claim shall be
accompanied by claimant's written statement that the adjust-
ment claimed is the entire adjustment to which the claimant
believes it is entitled as a result of said event. The opposing
party shall submit any response to ENGINEER and the
claimant within 30 days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
B. ENGINEER's Decision: ENGINEER will render
a formal decision in writing within 30 days after receipt of
the last submittal of the claimant or the last submittal of the
opposing party, if any. ENGINEER's written decision on
such Claim, dispute, or other matter will be final and binding
upon OWNER and CONTRACTOR unless:
1. an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the dispute
resolution procedures set forth in Article 16; or
2. if no such dispute resolution procedures have
been set forth in Article 16, a written notice of intention
to appeal from ENGINEER's written decision is
delivered by OWNER or CONTRACTOR to the other
and to ENGINEER within 30 days after the date of such
decision, and a formal proceeding is instituted by the
appealing party in a forum of competent jurisdiction
within 60 days after the date of such decision or within
60 days after Substantial Completion, whichever is later
(unless otherwise agreed in writing by OWNER and
CONTRACTOR), to exercise such rights or remedies as
the appealing party may have with respect to such
Claim, dispute, or other matter in accordance with
applicable Laws and Regulations.
C. If ENGINEER does not render a formal decision in
writing within the time stated in paragraph 10.05.B, a
decision denying the Claim in its entirety shall be deemed to
have been issued 31 days after receipt of the last submittal of
the claimant or the last submittal of the opposing party, if
any.
D. No Claim for an adjustment in Contract Price or
Contract Times (or Milestones) will be valid if not submitted
in accordance with this paragraph 10.05.
ARTICLE 11 - COST OF THE WORK; CASH
ALLOWANCES; UNIT PRICE WORK
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means
the sum of all costs necessarily incurred and paid by CON-
TRACTOR in the proper performance of the Work. When
the value of any Work covered by a Change Order or when
a Claim for an adjustment in Contract Price is determined on
the basis of Cost of the Work, the costs to be reimbursed to
CONTRACTOR will be only those additional or incremental
costs required because of the change in the Work or because
of the event giving rise to the Claim. Except as otherwise
may be agreed to in writing by OWNER, such costs shall be
in amounts no higher than those prevailing in the locality of
the Project, shall include only the following items, and shall
not include any of the costs itemized in paragraph 11.01.B.
1. Payroll costs for employees in the direct employ
of CONTRACTOR in the performance of the Work
under schedules of job classifications agreed upon by
OWNER and CONTRACTOR. Such employees shall
include without limitation superintendents, foremen, and
other personnel employed full time at the Site. Payroll
costs for employees not employed full time on the Work
shall be apportioned on the basis of their time spent on
the Work. Payroll costs shall include, but not be limited
to, salaries and wages plus the cost of fringe benefits,
which shall include social security contributions, unem-
ployment, excise, and payroll taxes, workers'
compensation, health and retirement benefits, bonuses,
sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of regular
working hours, on Saturday, Sunday, or legal holidays,
shall be included in the above to the extent authorized by
OWNER.
2. Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER. All trade discounts,
rebates and refunds and returns from sale of surplus
materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may
be obtained.
I
Li
I
i
I
I
I
'1
I
I
I
Li
I
00700-30
3. Payments made by CONTRACTOR to
Subcontractors for Work performed by Subcontractors.
I
If required by OWNER, CONTRACTOR shall obtain
competitive bids from subcontractors acceptable to
OWNER and CONTRACTOR and shall deliver such
bids to OWNER, who will then determine, with the
advice of ENGINEER, which bids, if any, will be
acceptable. If any subcontract provides that the
Subcontractor is to be paid on the basis of Cost of the
' Work plus a fee, the Subcontractor's Cost of the Work
and fee shall be determined in the same manner as
CONTRACTOR's Cost of the Work and fee as provided
' in this paragraph 11.01.
4. Costs of special consultants (including but not
limited to engineers, architects, testing laboratories,
' surveyors, attorneys, and accountants) employed for
services specifically related to the Work.
' 5. Supplemental costs including the following:
a. The proportion of necessary transportation,
travel, and subsistence expenses of
'
CONTRACTOR's employees incurred in discharge
of duties connected with the Work.
• b. Cost, including transportation and mainte-
' nance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facili-
' ties at the Site, and hand tools not owned by the
workers, which are consumed in the performance of
the Work, and cost, less market value, of such items
used but not consumed which remain the property of
' CONTRACTOR.
c. Rentals of all construction equipment and
' machinery, and the parts thereof whether rented
from CONTRACTOR or others in accordance with
rental agreements approved by OWNER with the
advice of ENGINEER, and the costs of
transportation, loading, unloading, assembly,
dismantling, and removal thereof. All such costs
shall be in accordance with the terms of said rental
agreements. The rental of any such equipment, ma-
chinery, or parts shall cease when the use thereof is
no longer necessary for the Work.
' d. Sales, consumer, use, and other similar
taxes related to the Work, and for which CON-
TRACTOR is liable, imposed by Laws and Regu-
,, talons.
e. Deposits lost for causes other than negli-
gence of CONTRACTOR, any Subcontractor, or
anyone directly or indirectly employed by any of
them or for whose acts any of them may be liable,
and royalty payments and fees for permits and
'licenses.
I. Losses and damages (and related expenses)
caused by damage to the Work, not compensated by
insurance or otherwise, sustained by
CONTRACTOR in connection with the perfor-
mance of the Work (except losses and damages
within the deductible amounts of property insurance
established in accordance with paragraph 5.06.D),
provided such losses and damages have resulted
from causes other than the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or
for whose acts any of them may be liable. Such
losses shall include settlements made with the
written consent and approval of OWNER. No such
losses, damages, and expenses shall be included in
the Cost of the Work for the purpose of determining
CONTRACTOR's fee.
g. The cost of utilities, fuel, and sanitary
facilities at the Site.
It. Minor expenses such as telegrams, long
distance telephone calls, telephone service at the
Site, expressage, and similar petty cash items in
connection with the Work.
i. When the Cost of the Work is used to
determine the value of a Change Order or of a
Claim, the cost of premiums for additional Bonds
and insurance required because of the changes in the
Work or caused by the event giving rise to the
Claim.
j. When all the Work is performed on the
basis of cost-plus, the costs of premiums for all
Bonds and insurance CONTRACTOR is required by
the Contract Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall
not include any of the following items:
1. Payroll costs and other compensation of
CONTRACTOR's officers, executives, principals (of
partnerships and sole proprietorships), general manag-
ers, engineers, architects, estimators, attorneys, audi-
tors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel
employed by CONTRACTOR, whether at the Site or in
CONTRACTOR's principal or branch office for general
administration of the Work and not specifically included
in the agreed upon schedule of job classifications
referred to in paragraph 11.OI.A.1 or specifically
covered by paragraph 1I.01.A.4, all of which are to be
I00700-31
I
considered administrative costs covered by the antes have been included in the Contract Price and not
CONTRACTOR's fee. in the allowances, and no demand for additional payment
on account of any of the foregoing will be valid.
2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at the B. Prior to final payment, an appropriate Change Order
Site. will be issued as recommended by ENGINEER to reflect
actual amounts due CONTRACTOR on account of Work
3. Any part of CONTRACTOR's capital expenses, covered by allowances, and the Contract Price shall be
including interest on CONTRACTOR's capital employed correspondingly adjusted.
for the Work and charges against CONTRACTOR for
delinquent payments. 11.03 Unit Price Work
4. Costs due to the negligence of CONTRACTOR,
any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them
may be liable, including but not limited to, the
correction of defective Work, disposal of materials or
equipment wrongly supplied, and making good any
damage to property.
5. Other overhead or general expense costs of any
kind and the costs of any item not specifically and
expressly included in paragraphs 11.01.A and 11.01.B.
C. CONTRACTOR's Fee: When all the Work is
performed on the basis of cost-plus. CONTRACTOR's fee
shall be determined as set forth in the Agreement. When the
value of any Work covered by a Change Order or when a
Claim for an adjustment in Contract Price is determined on
the basis of Cost of the Work, CONTRACTOR's fee shall be
determined as set forth in paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for
any purpose is to be determined pursuant to paragraphs
11.01.A and 11.01.B, CONTRACTOR will establish and
maintain records thereof in accordance with generally
accepted accounting practices and submit in a form
acceptable to ENGINEER an itemized cost breakdown
together with supporting data.
11.02 Cash Allowances 2. there is no corresponding adjustment with ,
respect any other item of Work; and
A. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the Contract 3. if CONTRACTOR believes that
Documents and shall cause the Work so covered to be CONTRACTOR is entitled to an increase in Contract
performed for such sums as may be acceptable to OWNER Price as a result of having incurred additional expense or
and ENGINEER. CONTRACTOR agrees that: OWNER believes that OWNER is entitled to a decrease
in Contract Price and the parties are unable to agree as
1. the allowances include the cost to CONTRAC- to the amount of any such increase or decrease.
TOR (less any applicable trade discounts) of materials
and equipment required by the allowances to be
delivered at the Site, and all applicable taxes; and
A. Where the Contract Documents provide that all or
part of the Work is to be Unit Price Work, initially the
Contract Price will be deemed to include for all Unit Price
Work an amount equal to the sum of the unit price for each
separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agree-
ment. The estimated quantities of items of Unit Price Work
are not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of
Unit Price Work performed by CONTRACTOR will be
made by ENGINEER subject to the provisions of paragraph
9.08.
B. Each unit price will be deemed to include an amount
considered by CONTRACTOR to be adequate to cover C
CONTRACTOR's overhead and profit for each separately `L
identified item.
C. OWNER or CONTRACTOR may make a Claim for
an adjustment in the Contract Price in accordance with ,
paragraph 10.05 if:
1. the quantity of any item of Unit Price Work
performed by CONTRACTOR differs materially and
significantly from the estimated quantity of such item
indicated in the Agreement; and
2. CONTRACTOR's costs for unloading and
handling on the Site, labor, installation costs, overhead,
profit, and other expenses contemplated for the allow -
I
00700 -32
I
ARTICLE 12 - CHANGE OF CONTRACT PRICE;
CHANGE OF CONTRACT TIMES
1
12.01 Change of Contract Price
I
I
:1
11
t✓
L1
I
I
I
I
A. The Contract Price may only be changed by a
Change Order or by a Written Amendment. Any Claim for
an adjustment in the Contract Price shall be based on written
notice submitted by the party making the Claim to the
ENGINEER and the other party to the Contract in accor-
dance with the provisions of paragraph 10.05.
B. The value of any Work covered by a Change Order
or of any Claim for an adjustment in the Contract Price will
be determined as follows:
1. where the Work involved is covered by unit
prices contained in the Contract Documents, by applica-
tion of such unit prices to the quantities of the items
involved (subject to the provisions of paragraph 11.03);
or
2. where the Work involved is not covered by unit
prices contained in the Contract Documents, by a
mutually agreed lump sum (which may include an
allowance for overhead and profit not necessarily in
accordance with paragraph 12.O1.C.2); or
3. where the Work involved is not covered by unit
prices contained in the Contract Documents and agree-
ment to a lump sum is not reached under paragraph
12.01.8.2, on the basis of the Cost of the Work
(determined as provided in paragraph 11.01) plus a
CONTRACTOR's fee for overhead and profit (deter-
mined as provided in paragraph 12.01.C).
C. CONTRACTOR's Fee: The CONTRACTOR's fee
for overhead and profit shall be determined as follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon. then a fee
based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under paragraphs
11.01.A.1 and 11.01.A.2, the CONTRACTOR's
fee shall be 15 percent;
b. for costs incurred under paragraph
11.01.A.3, the CONTRACTOR's fee shall be five
percent;
c.
where one or more
tiers of subcontracts
are
on the
basis of Cost of the
Work plus a fee and
no
fixed fee is agreed upon, the intent of paragraph
12.01.C.2.a is that the Subcontractor who actually
performs the Work, at whatever tier, will be paid
a fee of 15 percent of the costs incurred by such
Subcontractor under paragraphs 11.Ol.A.1 and
11.01.A.2 and that any higher tier Subcontractor
and CONTRACTOR will each be paid a fee of five
percent of the amount paid to the next lower tier
Subcontractor;
d. no fee shall be payable on the basis of costs
itemized under paragraphs 11.01.A.4, 11.O1.A.5,
and 11.01.B;
e. the amount of credit to be allowed by
CONTRACTOR to OWNER for any change which
results in a net decrease in cost will be the amount
of the actual net decrease in cost plus a deduction in
CONTRACTOR's fee by an amount equal to five
percent of such net decrease; and
f. when both additions and credits are in-
volved in any one change, the adjustment in
CONTRACTOR's fee shall be computed on the
basis of the net change in accordance with para-
graphs 12.01.C.2.a through 12.01.C.2.e, inclu-
sive.
12.02 Change of Contract Times
A. The Contract Times (or Milestones) may only be
changed by a Change Order or by a Written Amendment.
Any Claim for an adjustment in the Contract Times (or
Milestones) shall be based on written notice submitted by the
party making the claim to the ENGINEER and the other
party to the Contract in accordance with the provisions of
paragraph 10.05.
B. Any adjustment of the Contract Times (or
Milestones) covered by a Change Order or of any Claim for
an adjustment in the Contract Times (or Milestones) will be
determined in accordance with the provisions of this
Article 12.
12.03 Delays Beyond CONTRACTOR's Control
A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will be
extended in an amount equal to the time lost due to such
delay if a Claim is made therefor as provided in paragraph
12.02.A. Delays beyond the control of CONTRACTOR
shall include, but not be limited to, acts or neglect by
OWNER, acts or neglect of utility owners or other
contractors performing other work as contemplated by
I
U'4001 tlt]
Article 7,
fires,
floods,
epidemics, abnormal weather
conditions,
or acts
of God.
12.04 Delays Within CONTRACTOR's Control
A. The Contract Times (or Milestones) will not be
extended due to delays within the control of
CONTRACTOR. Delays attributable to and within the
control of a Subcontractor or Supplier shall be deemed to be
delays within the control of CONTRACTOR.
12.05 Delays Beyond OWNER's and CONTRACTOR's
Control
A. Where CONTRACTOR is prevented from complet-
ing any part of the Work within the Contract Times (or
Milestones) due to delay beyond the control of both OWNER
and CONTRACTOR, an extension of the Contract Times (or
Milestones) in an amount equal to the time lost due to such
delay shall be CONTRACTOR's sole and exclusive remedy
for such delay.
12.06 Delay Damages
A. In no event shall OWNER or ENGINEER be liable
to CONTRACTOR, any Subcontractor, any Supplier, or any
other person or organization, or to any surety for or
employee or agent of any of them, for damages arising out of
or resulting from:
1. delays caused by or within the control of CON-
TRACTOR; or
2. delays beyond the control of both OWNER and
CONTRACTOR including but not limited to fires,
floods, epidemics, abnormal weather conditions, acts of
God, or acts or neglect by utility owners or other
contractors performing other work as contemplated by
Article 7.
B. Nothing in this paragraph 12.06 bars a change in
Contract Price pursuant to this Article 12 to compensate
CONTRACTOR due to delay, interference, or disruption
directly attributable to actions or inactions of OWNER or
anyone for whom OWNER is responsible.
ARTICLE 13 - TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
A. Prompt notice of all defective Work of which
OWNER or ENGINEER has actual knowledge will be given
to CONTRACTOR. All defective Work may .be rejected,
corrected, or accepted as provided in this Article 13.
13.02 Access to Work
A. OWNER, ENGINEER, ENGINEER's Consultants,
other representatives and personnel of OWNER, independent
testing laboratories, and governmental agencies with
jurisdictional interests will have access to the Site and the
Work at reasonable times for their observation, inspecting,
and testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's Site safety procedures and programs so
that they may comply therewith as applicable.
13.03 Tests and Inspections
A. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
B. OWNER shall employ and pay for the services of an
independent testing laboratory to perform all inspections,
tests, or approvals required by the Contract Documents
except:
1. for
inspections,
tests, or approvals covered by
�.
paragraphs
13.03.C and
13.03.D below;
.
2. that costs incurred in connection with tests or
inspections conducted pursuant to paragraph 13.04.B
shall be paid as provided in said paragraph 13.04.B; and
3. as otherwise specifically provided in the Con-
tract Documents.
C. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically to
be inspected, tested, or approved by an employee or other
representative of such public body, CONTRACTOR shall
assume full responsibility for arranging and obtaining such
inspections, tests, or approvals, pay all costs in connection
therewith, and furnish ENGINEER the required certificates
of inspection or approval.
D. CONTRACTOR shall be responsible for arranging
and obtaining and shall pay all costs in connection with any
inspections, tests, or approvals required for OWNER's and
ENGINEER's acceptance of materials or equipment to be
incorporated in the Work; or acceptance of materials, mix
designs, or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in the
Work. Such inspections, tests, or approvals shall be
performed by organizations acceptable to OWNER and
ENGINEER.
I
I
I
I
I
[1
C1
I
1>
I
I
I
I
LI
I
[1
I
I
I
I
I
I
fl
I
I
I
I
I
I
I
I
E. If any Work (or the work of others) that is to be
inspected, tested, or approved is covered by CONTRACTOR
without written concurrence of ENGINEER, it must, if
requested by ENGINEER, be uncovered for observation.
F. Uncovering Work as provided in paragraph 13.03.E
shall be at CONTRACTOR's expense unless CON-
TRACTOR. has given ENGINEER timely notice of
CONTRACTOR's intention to cover the same and ENGI-
NEER has not acted with reasonable promptness in response
to such notice.
13.04 Uncovering Work
A. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by ENGINEER,
be uncovered for ENGINEER's observation and replaced at
CONTRACTOR's expense.
B. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or inspected
or tested by others, CONTRACTOR, at ENGINEER's
request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as ENGINEER may
require, that portion of the Work in question, furnishing all
necessary labor, material, and equipment. If it is found that
such Work is defective, CONTRACTOR shall pay all
Claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to such
uncovering, exposure, observation, inspection, and testing,
and of satisfactory replacement or reconstruction (including
but not limited to all costs of repair or replacement of work
of others); and OWNER shall be entitled to an appropriate
decrease in the Contract Price. If the parties are unable to
agree as to the amount thereof, OWNER may make a Claim
therefor as provided in paragraph 10.05. If, however, such
Work is not found to be defective. CONTRACTOR shall be
allowed an increase in the Contract Price or an extension of
the Contract Times (or Milestones), or both, directly attribut-
able to such uncovering, exposure, observation, inspection,
testing, replacement, and reconstruction. If the parties are
unable to agree as to the amount or extent thereof,
CONTRACTOR may make a Claim therefor as provided in
paragraph 10.05.
13.05 OWNER May Stop the Work
A. If the Work is defective, or CONTRACTOR fails to
supply sufficient skilled workers or suitable materials or
equipment, or fails to perform the Work in such a way that
the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop the
Work, or any portion thereof, until the cause for such order
has been eliminated; however, this right of OWNER to stop
the Work shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of
CONTRACTOR, any Subcontractor, any Supplier, any other
individual or entity, or any surety for, or employee or agent
of any of them.
13.06 Correction or Removal of Defective Work
A. CONTRACTOR shall correct all defective Work,
whether or not fabricated, installed, or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
Project and replace it with Work that is not defective.
CONTRACTOR shall pay all Claims, costs, losses, and
damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
arising out of or relating to such correction or removal
(including but not limited to all costs of repair or replacement
of work of others).
13.07 Correction Period
A. If within one year after the date of Substantial
Completion or such longer period of time as may be
prescribed by Laws or Regulations or by the terms of any
applicable special guarantee required by the Contract
Documents or by any specific provision of the Contract
Documents, any Work is found to be defective, or if the
repair of any damages to the land or areas made available for
CONTRACTOR's use by OWNER or permitted by Laws and
Regulations as contemplated in paragraph 6.11.A is found to
be defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) repair such defective land or areas, or (ii)
correct such defective Work or, if the defective Work has
been rejected by OWNER, remove it from the Project and
replace it with Work that is not defective, and (iii) satisfac-
torily correct or repair or remove and replace any damage to
other Work, to the work of others or other land or areas
resulting therefrom. If CONTRACTOR does not promptly
comply with the terms of such instructions, or in an
emergency where delay would cause serious risk of loss or
damage, OWNER may have the defective Work corrected or
repaired or may have the rejected Work removed and
replaced, and all Claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
arising out of or relating to such correction or repair or such
removal and replacement (including but not limited to all
costs of repair or replacement of work of others) will be paid
by CONTRACTOR.
B. In special circumstances where a particular item of
equipment is placed in continuous service before Substantial
Completion of all the Work, the correction period for that
00700-35
item may start to run from an earlier date if so provided in
the Specifications or by Written Amendment.
C. Where defective Work (and damage to other Work
resulting therefrom) has been corrected or removed and
replaced under this paragraph 13.07, the correction period
hereunder with respect to such Work will be extended for an
additional period of one year after such correction or removal
and replacement has been satisfactorily completed.
D. CONTRACTOR's obligations under this paragraph
13.07 are in addition to any other obligation or warranty.
The provisions of this paragraph 13.07 shall not be construed
as a substitute for or a waiver of the provisions of any
applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
A. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (and, prior to
ENGINEER's recommendation of final payment,
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all Claims, costs, losses, and
damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and
all court or arbitration or other dispute resolution costs)
attributable to OWNER's evaluation of and determination to
accept such defective Work (such costs to be approved by
ENGINEER as to reasonableness) and the diminished value
of the Work to the extent not otherwise paid by
CONTRACTOR pursuant to this sentence. If any such
acceptance occurs prior to ENGINEER's recommendation of
final payment, a Change Order will be issued incorporating
the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an
appropriate decrease in the Contract Price, reflecting the
diminished value of Work so accepted. If the parties are
unable to agree as to the amount thereof. OWNER may make
a Claim therefor as provided in paragraph 10.05. If the
acceptance occurs after such recommendation, an appropriate
amount will be paid by CONTRACTOR to OWNER.
13.09 OWNER May Correct Defective Work
A. If CONTRACTOR fails within a reasonable time
after written notice from ENGINEER to correct defective
Work or to remove and replace rejected Work as required by
ENGINEER in accordance with paragraph 13.06.A, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails to
comply with any other provision of the Contract Documents,
OWNER may, after seven days written notice to
CONTRACTOR, correct and remedy any such deficiency.
B. In
exercising
the rights and
remedies under
this
paragraph.
OWNER
shall proceed
expeditiously.
In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the Site, take possession of all or part of the Work and
suspend CONTRACTOR's seryices related thereto; take
possession of CONTRACTOR's tools, appliances, con-
struction equipment and machinery at the Site, and incorpo-
rate in the Work all materials and equipment stored at the
Site or for which OWNER has paid CONTRACTOR but
which are stored elsewhere. CONTRACTOR shall allow
OWNER, OWNER's representatives, agents and employees,
OWNER'S other contractors, and ENGINEER and
ENGINEER's Consultants access to the Site to enable
OWNER to exercise the rights and remedies under this
paragraph.
C. All Claims, costs, losses, and damages (including
but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) incurred or
sustained by OWNER in exercising the rights and remedies
under this paragraph 13.09 will be charged against CON-
TRACTOR, and a Change Order will be issued incorporating
the necessary revisions in the Contract Documents with
respect to the Work; and OWNER shall be entitled to an
appropriate decrease in the Contract Price. If the parties are
unable to agree as to the amount of the adjustment, OWNER
may make a Claim therefor as provided in paragraph 10.05.
Such claims, costs, losses and damages will include but not
be limited to all costs of repair, or replacement of work of
others destroyed or damaged by correction, removal, or
replacement of CONTRACTOR's defective Work.
D. CONTRACTOR shall not be allowed an extension
of the Contract Times (or Milestones) because of any delay
in the performance of the Work attributable to the exercise by
OWNER of OWNER's rights and remedies under this
paragraph 13.09.
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND
COMPLETION
14.01 Schedule of Values
A. The schedule of values established as provided in
paragraph 2.07.A will serve as the basis for progress
payments and will be incorporated into a form of Application
for Payment acceptable to ENGINEER. Progress payments
on account of Unit Price Work will be based on the number
of units completed.
I
I
I
I
I
11
Li
I
7
Li
I
I
I
I
00700-36
I. 0
:1 14.02 Progress Payments
I
I
I
I
I
I
I
I
I
I
1
I
A. Applications for Payments
1. At least 20 days before the date established for
each progress payment (but not more often than once a
month), CONTRACTOR shall submit to ENGINEER
for review an Application for Payment filled out and
signed by CONTRACTOR covering the Work
completed as of the date of the Application and
accompanied by such supporting documentation as is
required by the Contract Documents. If payment is
requested on the basis of materials and equipment not
incorporated in the Work• but delivered and suitably
stored at the Site or at another location agreed to in
writing, the Application for Payment shall also be
accompanied by a bill of sale, invoice, or other docu-
mentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered
by appropriate property insurance or other arrangements
to protect OWNER's interest therein, all of which must
be satisfactory to OWNER.
2. Beginning with the second Application for
Payment, each Application shall include an affidavit of
CONTRACTOR stating that all previous progress
payments received on account of the Work have been
applied on account to discharge CONTRACTOR's
legitimate obligations associated with prior Applications
for Payment.
3. The amount of retainage with respect to pro-
gress payments will be as stipulated in the Agreement.
B. Review of Applications
1. ENGINEER will, within 10 days after receipt of
each Application for Payment, either indicate in writing
a recommendation of payment and present the
Application to OWNER or return the Application to
CONTRACTOR indicating in writing ENGINEER's
reasons for refusing to recommend payment. In the
latter case, CONTRACTOR may make the necessary
corrections and resubmit the Application.
2. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute
a representation by ENGINEER to OWNER, based on
ENGINEER's observations on the Site of the executed
Work as an experienced and qualified design profession-
al and on ENGINEER's review of the Application for
Payment and the accompanying data and schedules, that
to the best of ENGINEER's knowledge, information and
belief:
a. the Work has progressed to the point
indicated;
b. the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the
results of any subsequent tests called for in the
Contract Documents, to a final determination of
quantities and classifications for Unit Price Work
under paragraph 9.08, and to any other
qualifications stated in the recommendation); and
c. the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled in so far as it is
ENGINEER's responsibility to observe the Work.
3. By recommending any such payment ENGI-
NEER will not thereby be deemed to have represented
that: (i) inspections made to check the quality or the
quantity of the Work as it has been performed have been
exhaustive, extended to every aspect of the Work in
progress, or involved detailed inspections of the Work
beyond the responsibilities specifically assigned to
ENGINEER in the Contract Documents; or (ii) that
there may not be other matters or issues between the
panics that might entitle CONTRACTOR to be paid
additionally by OWNER or entitle OWNER to withhold
payment to CONTRACTOR.
4. Neither ENGINEER's review of
CONTRACTOR's Work for the purposes of recom-
mending payments nor ENGINEER's recommendation
of any payment, including final payment, will impose
responsibility on ENGINEER to supervise, direct, or
control the Work or for the means, methods, techniques,
sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for CON-
TRACTOR's failure to comply with Laws and Regu-
lations applicable to CONTRACTOR's performance of
the Work. Additionally, said review or recommendation
will not impose responsibility on ENGINEER to make
any examination to ascertain how or for what purposes
CONTRACTOR has used the moneys paid on account of
the Contract Price, or to determine that title to any of
the Work, materials, or equipment has passed to
OWNER free and clear of any Liens.
5. ENGINEER may refuse to recommend the
whole or any part of any payment if, in ENGINEER's
opinion, it would be incorrect to make the representa-
tions to OWNER referred to in paragraph 14.02.B.2.
ENGINEER may also refuse to recommend any such
payment or, because of subsequently discovered
evidence or the results of subsequent inspections or tests,
00700-37
revise or revoke any such payment recommendation
previously made, to such extent as may be necessary in
ENGINEER's opinion to protect OWNER from loss
because:
a. the Work is defective, or completed Work
has been damaged, requiring correction or replace-
ment;
b. the Contract Price has been reduced by
Written Amendment or Change Orders;
c. OWNER has been required to correct
defective Work or complete Work in accordance
with paragraph 13.09; or
d. ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in para-
graph 15.02.A.
C. Payment Becomes Due
1. Ten days after presentation of the Application
for Payment to OWNER with ENGINEER's recom-
mendation, the amount recommended will (subject to the
provisions of paragraph 14.02.D) become due, and when
due will be paid by OWNER to CONTRACTOR.
D. Reduction in Payment
1. OWNER may refuse to make payment of the
full amount recommended by ENGINEER because:
a. claims have been made against OWNER on
account of CONTRACTOR's performance or fur-
nishing of the Work;
b. Liens have been filed in connection with the
Work, except where CONTRACTOR has delivered
a specific Bond satisfactory to OWNER to secure
the satisfaction and discharge of such Liens;
c. there are other items entitling OWNER to
a set-off against the amount recommended; or
d. OWNER has actual knowledge of the occur-
rence of any of the events enumerated in paragraphs
14.02.B.5.a through 14.02.B.5.c or paragraph
15.02.A.
2. If OWNER refuses to make payment of the full
amount recommended by ENGINEER, OWNER must
give CONTRACTOR immediate written notice (with a
copy to ENGINEER) stating the reasons for such action
and promptly pay CONTRACTOR any amount
remaining after deduction of the amount so withheld.
OWNER shall promptly pay CONTRACTOR the
amount so withheld, or any adjustment thereto agreed to
by OWNER and CONTRACTOR, when CONTRAC-
TOR corrects to OWNER's satisfaction the reasons for
such action.
3. If it is subsequently determined that OWNER's
refusal of payment was not justified, the amount
wrongfully withheld shall be treated as an amount due as
determined by paragraph 14.02.C. 1.
14.03 CONTRACTOR's Warranty of Title
A. CONTRACTOR warrants and guarantees that title
to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project
or not, will pass to OWNER no later than the time of
payment free and clear of all Liens.
14.04 Substantial Completion
A. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work is
substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that ENGINEER
issue a certificate of Substantial Completion. Promptly
thereafter, OWNER, CONTRACTOR, and ENGINEER
shall make an inspection of the Work to determine the status
of completion. If ENGINEER does not consider the Work
substantially complete, ENGINEER will notify
CONTRACTOR in writing giving the reasons therefor. If
ENGINEER considers the Work substantially complete,
ENGINEER will prepare and deliver to OWNER a tentative
certificate of Substantial Completion which shall fix the date
of Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment. OWNER shall have seven
days after receipt of the tentative certificate during which to
make written objection to ENGINEER as to any provisions
of the certificate or attached list. If, after considering such
objections, ENGINEER concludes that the Work is not
substantially complete, ENGINEER will within 14 days after
submission of the tentative certificate to OWNER notify
CONTRACTOR in writing, stating the reasons therefor. If,
after consideration of OWNER's objections, ENGINEER
considers the Work substantially complete, ENGINEER will
within said 14 days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the time
of delivery of the tentative certificate of Substantial Comple-
tion ENGINEER will deliver to OWNER and CONTRAC-
TOR a written recommendation as to division of responsibili-
HI
I
I
P
Li
I
I
I
I
I
I
I
1
I
I
11
I
ties pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety,
and protection of the Work, maintenance, heat, utilities,
insurance, and warranties and guarantees. Unless OWNER
and CONTRACTOR agree otherwise in writing and so
inform ENGINEER in writing prior to ENGINEER's issuing
the definitive certificate of Substantial Completion,
ENGINEER's aforesaid recommendation will be binding on
OWNER and CONTRACTOR until final payment.
B. OWNER shall have the right to exclude
CONTRACTOR from the Site after the date of Substantial
Completion, but OWNER shall allow CONTRACTOR
reasonable access to complete or correct items on the
tentative list.
14.05 Partial Utilization
A. Use by OWNER at OWNER's option of any
substantially completed pan of the Work which has
specifically been identified in the Contract Documents, or
which OWNER, ENGINEER, and CONTRACTOR agree
' constitutes a separately functioning and usable pan of the
Work that can be used by OWNER for its intended purpose
without significant interference with CONTRACTOR's
performance of the remainder of the Work, may be
' accomplished prior to Substantial Completion of all the Work
subject to the following conditions.
1
I
L�
I
U
r
L'
LJ
1. OWNER at any time may request CON-
TRACTOR in writing to permit OWNER to use any
such part of the Work which OWNER believes to be
ready for its intended use and substantially complete. If
CONTRACTOR agrees that such part of the Work is
substantially complete, CONTRACTOR will certify to
OWNER and ENGINEER that such part of the Work is
substantially complete and request ENGINEER to issue
a certificate of Substantial Completion for that part of
the Work. CONTRACTOR at any time may notify
OWNER and ENGINEER in writing that
CONTRACTOR considers any such part of the Work
ready for its intended use and substantially complete and
request ENGINEER to issue a certificate of Substantial
Completion for that part of the Work. Within a
reasonable time after either such request, OWNER,
CONTRACTOR, and ENGINEER shall make an
inspection of that pan of the Work to determine its status
of completion. If ENGINEER does not consider that
part of the Work to be substantially complete,
ENGINEER will notify OWNER and CONTRACTOR
in writing giving the reasons therefor. If ENGINEER
considers that part of the Work to be substantially
complete, the provisions of paragraph 14.04 will apply
with respect to certification of Substantial Completion of
that part of the Work and the division of responsibility
in respect thereof and access thereto.
2. No occupancy or separate operation of part of
the Work may occur prior to compliance with the
requirements of paragraph 5.10 regarding property
insurance.
14.06 Final Inspection
A. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will promptly make a final inspection with
OWNER and CONTRACTOR and will notify CON-
TRACTOR in writing of all particulars in which this
inspection reveals that the Work is incomplete or defective.
CONTRACTOR shall immediately take such measures as are
necessary to complete such Work or remedy such
deficiencies.
14.07 Final Payment
A. Application for Payment
1. After CONTRACTOR has, in the opinion of
ENGINEER, satisfactorily completed all corrections
identified during the final inspection and has delivered,
in accordance with the Contract Documents, all main-
tenance and operating instructions, schedules, guaran-
tees, Bonds, certificates or other evidence of insurance
certificates of inspection, marked -up record documents
(as provided in paragraph 6.12), and other documents,
CONTRACTOR may make application for final
payment following the procedure for progress payments.
2. The final Application for Payment shall be
accompanied (except as previously delivered) by: (i) all
documentation called for in the Contract Documents,
including but not limited to the evidence of insurance
required by subparagraph 5.04.8.7; (ii) consent of the
surety, if any, to final payment; and (iii) complete and
legally effective releases or waivers (satisfactory to
OWNER) of all lien rights arising out of or Liens filed
in connection with the Work.
3. In lieu of the releases or waivers of Liens
specified in paragraph 14.07.A.2 and as approved by
OWNER, CONTRACTOR may furnish receipts or
releases in full and an affidavit of CONTRACTOR that:
(i) the releases and receipts include all labor, services,
material, and equipment for which a Lien could be filed;
and (ii) all payrolls, material and equipment bills, and
other indebtedness connected with the Work for which
OWNER or OWNER's property might in any way be
responsible have been paid or otherwise satisfied. If any
Subcontractor or Supplier fails to furnish such a release
or receipt in full, CONTRACTOR may furnish a Bond
or other collateral satisfactory to OWNER to indemnify
OWNER against any Lien.
I
00700-39
B. Review of Application and Acceptance
1. 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 for Payment to OWNER for pay-
ment. At the same time ENGINEER will also give
written notice to OWNER and CONTRACTOR that the
Work is acceptable subject to the provisions of
paragraph 14.09. Otherwise, ENGINEER will return
the Application for Payment to CONTRACTOR,
indicating in writing the reasons for refusing to
recommend final payment, in which case CON-
TRACTOR shall make the necessary corrections and
resubmit the Application for Payment.
C. Payment Becomes Due
1. Thirty days after the presentation to OWNER of
the Application for Payment and accompanying docu-
mentation, the amount recommended by ENGINEER
will become due and, when due, will be paid by OWN-
ER to CONTRACTOR.
14.08 Final Completion Delayed
A. If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed, and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating the
Agreement, make payment of the balance due for that portion
of the Work fully completed and accepted. If the remaining
balance to be held by OWNER for Work not fully completed
or corrected is less than the retainage stipulated in the
Agreement, and if Bonds have been furnished as required in
paragraph 5.01, the written consent of the surety to the
payment of the balance due for that portion of the Work fully
completed and accepted shall be submitted by CON-
TRACTOR to ENGINEER with the Application for such
payment. Such payment shall be made under the terms and
conditions governing final payment, except that it shall not
constitute a waiver of Claims.
14.09 Waiver of Claims
A. The making and acceptance of final payment will
constitute:
1. a waiver of all Claims by OWNER against
CONTRACTOR, except Claims arising from unsettled
Liens, from defective Work appearing after final
inspection pursuant to paragraph 14.06, from failure to
comply with the Contract Documents or the terms of any
special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the
Contract Documents; and
2. a waiver of all Claims by CONTRACTOR
against OWNER other than those previously made in
writing which are still unsettled.
ARTICLE 15 - SUSPENSION OF WORK AND
TERMINATION
15.01 OWNER May Suspend Work
A. At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period of not
more than 90 consecutive days by notice in writing to CON-
TRACTOR and ENGINEER which will fix the date on which
Work will be resumed. CONTRACTOR shall resume the
Work on the date so fixed. CONTRACTOR shall be allowed
an adjustment in the Contract Price or an extension of the
Contract Times, or both, directly attributable to any such
suspension if CONTRACTOR makes a Claim therefor as
provided in paragraph 10.05.
15.02 OWNER May Terminate for Cause
A. The occurrence of any one or more of the following
events will justify termination for cause:
1. CONTRACTOR's persistent failure to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph 2.07 as adjusted from time to time
pursuant to paragraph 6.04);
2. CONTRACTOR's disregard of Laws or
Regulations of any public body having jurisdiction;
3. CONTRACTOR's disregard of the authority of
ENGINEER; or
4. CONTRACTOR's violation in any substantial
way of any provisions of the Contract Documents.
B. If one or more of the events identified in paragraph
15.02.A occur, OWNER may, after giving CONTRACTOR
(and the surety, if any) seven days written notice, terminate
I
I
I
U
r1
I
I
I
Cl
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1J
I
I
[1
I
the services of CONTRACTOR, exclude CONTRACTOR
from the Site, and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction equipment,
and machinery at the Site, and use the same to the full extent
they could be used by CONTRACTOR (without liability to
CONTRACTOR for trespass or conversion), incorporate in
the Work all materials and equipment stored at the Site or for
which OWNER has paid CONTRACTOR but which are
stored elsewhere, and finish the Work as OWNER may deem
expedient. In such case, CONTRACTOR shall not be
entitled to receive any further payment until the Work is
finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or arbitration
or other dispute resolution costs) sustained by OWNER
arising out of or relating to completing the Work, such excess
will be paid to CONTRACTOR. If such claims, costs,
losses, and damages exceed such unpaid balance,
CONTRACTOR shall pay the difference to OWNER. Such
claims, costs, losses, and damages incurred by OWNER will
be reviewed by ENGINEER as to their reasonableness and,
when so approved by ENGINEER, incorporated in a Change
Order. When exercising any rights or remedies under this
paragraph OWNER shall not be required to obtain the lowest
price for the Work performed.
C. Where CONTRACTOR's services have been so
terminated by OWNER, the termination will not affect any
rights or remedies of OWNER against CONTRACTOR then
existing or which may thereafter accrue. Any retention or
payment of moneys due CONTRACTOR by OWNER will
not release CONTRACTOR from liability.
15.03 OWNER May Terminate For Convenience
A. Upon seven days written notice to CONTRACTOR
and ENGINEER, OWNER may, without cause and without
prejudice to any other right or remedy of OWNER, elect to
terminate the Contract. In such case, CONTRACTOR shall
be paid (without duplication of any items):
1. for completed and acceptable Work executed in
accordance with the Contract Documents prior to the
effective date of termination, including fair and
reasonable sums for overhead and profit on such Work;
2. for expenses sustained prior to the effective date
of termination in performing services and furnishing
labor, materials, or equipment as required by the
Contract Documents in connection with uncompleted
Work, plus fair and reasonable sums for overhead and
profit on such expenses;
3. for all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution
costs) incurred in settlement of terminated contracts
with Subcontractors, Suppliers, and others; and
4. for reasonable expenses directly attributable to
termination.
B. CONTRACTOR shall not be paid on account of loss
of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.04 CONTRACTOR May Stop Work or Terminate
A. If, through no act or fault of CONTRACTOR, the
Work is suspended for more than 90 consecutive days by
OWNER or under an order of court or other public authority,
or ENGINEER fails to act on any Application for Payment
within 30 days after it is submitted, or OWNER fails for 30
days to pay CONTRACTOR any sum finally determined to
be due, then CONTRACTOR may, upon seven days written
notice to OWNER and ENGINEER, and provided OWNER
or ENGINEER do not remedy such suspension or failure
within that time, terminate the Contract and recover from
OWNER payment on the same terms as provided in
paragraph 15.03. In lieu of terminating the Contract and
without prejudice to any other right or remedy, if ENGI-
NEER has failed to act on an Application for Payment within
30 days after it is submitted, or OWNER has failed for 30
days to pay CONTRACTOR any sum finally determined to
be due, CONTRACTOR may, seven days after written notice
to OWNER and ENGINEER, stop the Work until payment
is made of all such amounts due CONTRACTOR, including
interest thereon. The provisions of this paragraph 15.04 are
not intended to preclude CONTRACTOR from making a
Claim under paragraph 10.05 for an adjustment in Contract
Price or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping the Work
as permitted by this paragraph.
ARTICLE 16 - DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Dispute resolution methods and procedures, if any,
shall be as set forth in the Supplementary Conditions. If no
method and procedure has been set forth, and subject to the
provisions of paragraphs 9.09 and 10.05, OWNER and
CONTRACTOR may exercise such rights or remedies as
either may otherwise have under the Contract Documents or
by Laws or Regulations in respect of any dispute.
S • I
ARTICLE 17 - MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents
requires the giving of written notice, it will be deemed to
have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the
corporation for whom it is intended, or if delivered at or sent
by registered or certified mail, postage prepaid, to the last
business address known to the giver of the notice.
17.02 Computation of limes
A. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude
the first and include the last day of such period. If the last
day of any such period falls on a Saturday or Sunday or on
a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computation.
17.03 Cumulative Remedies
A. The duties and obligations imposed by these General
Conditions and the rights and remedies available hereunder
to the parties hereto are in addition to, and are not to be
construed in any way as a limitation of, any rights and
remedies available to any or all of them which are otherwise
imposed or available by Laws or Regulations, by special
warranty or guarantee, or by other provisions of the Contract
Documents, and the provisions of this paragraph will be as
effective as if repeated specifically in the Contract
Documents in connection with each particular duty,
obligation, right, and remedy to which they apply.
17.04 Survival of Obligations
A. All representations, indemnifications, warranties,
and guarantees made in, required by, or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will survive
final payment, completion, and acceptance of the Work or
termination or completion of the Agreement.
17.05 Controlling Law
A. This
Contract is
to
be governed
by the law of the
state in which
the Project
is
located.
I
I
I
I
I
I
ri
I
1J
I
I
I
I
00700-42 '
I
I
U
I
I
I
I
I
I
I
I
I
AASHTO - American
' ACI - American
AGA American
AHTD Arkansas
ASHTD - Arkansas
' AISC - American
ANSI American
I
The following Supplementary Conditions emend or supplement the Standard General
Conditions of the Construction Contract (EJCDC No. 1910-8, 1990 Edition) and
other provisions of the Contract Documents as indicated below. All provisions
which are not so amended or supplemented remain in full force and effect.
SC -1 Definitions and Abbreviations:
In addition to the provisions of Article 1, the following supplemental
definitions apply:
Owner' shall mean the City of Fayetteville, Arkansas, acting thorough its duly
authorized representatives. Address - City of Fayetteville, 113 West Mountain,
Fayetteville, AR 72701.
Engineer shall mean the City of Fayetteville Engineering Division (telephone
501-575-8206). Note "OWNER", "ENGINEER" and "OWNER and ENGINEER" may be used
interchangeably.
"Resident Project Representative" shall be the authorized representative of the
"Engineer".
"Surety" or "sureties" shall mean the bondsmen or party or parties who have made
the fulfillment of the contract by bonds, and whose signatures are attached to
such bonds.
"Advertisement" shall mean the all legal publications pertaining to the work of
this contract.
"Plans" shall mean, collectively, all of the drawings pertaining to the contract
and made a part thereof, and also such supplementary drawings as the Engineer may
issue from time to time in order to clarify the drawings, or for the purpose of
showing changes in the work as authorized under the section "Modifications and
Alterations," or for the showing of details which are not shown thereon.
"Grade" as used in these specifications shall mean and indicate the established
elevations of the paving, flow lines of sewers and other appurtenances as shown
on the plans on file in the Engineer's office.
Whenever the following abbreviations are used, they shall have the corresponding
meaning as shown below:
Association of State Highway Officials
Concrete Institute
Gas Association
Highway and Transportation Department
Highway and Transportation Department
Institute of Steel Construction
National Standards Institute
1
I
APA - American Plywood Association
ASA - American Standards Association
' ASTM - American Society for Testing Materials
AWG American Wire Gage
AWPA American Wood Products Association
AWS - American Welding Society
' AWWA - American Water Works Association
GSA General Services Administration, U.S. Government
NHBA - National Builders Hardware Association
' NEC - National Electric Code
NHMA National Electric Manufactures Association
NYPA National Pire Protection Association
NPT - National Pipe thread .
' SBC - Standard Building Code (also SSBC)
SPA Southern Products Association
UL - Underwriters Laboratories
1 A - Ampere
cfm - cubic feet per minute
' COMP _ corrugated galvanized metal pipe
DIP ductile iron pipe
gpm - gallons per minute
Hp - horsepower
' The _ pounds
MOD million gallons per day
N.C. - normally closed
N.O. _ normally open
ppm parts per million
psi - pounds per square inch
PVC - polyvinyl chloride (pipe)
R - motor starter relay
RCP reinforced concrete pipe
rpm - revolutions per minute
' T.D. - time delay
TDH total dynamic head
v volt
' SC -2 Preliminary Matters
Add the following to i ediately follow paragraph 2.2 of the General Conditions.
$C-2.2 Cgpjee of Documents:
Article 2.2 of the General Conditions shall be amended to read that Not less than
five (5) bound copies of the proposal, contract, and stipulations shall be
prepared and submitted to the OWNER for execution, each containing an exact copy
of the CONTRACTOR'S proposal as submitted, the Bond or Bonds properly executed
and the Contract signed by both parties thereto. However, the CONTRACTOR and the
surety executing the bond shall not date the contract or the bond upon submission
or execution by the OWNER. These documents will be dated the date the OWNER
executes the contract.
OWNER shall furnish to CONTRACTOR up to two (2) copies of the contract documents
I
r:
as are reasonably necessary for the execution of the work. Additional copies
will be furnished, upon request, at the cost of reproduction.
Sc 2.7. Furnishing of Insurance Data. Delete all references to OWNER supplied
and OWNER delivered insurance.
I
Add the following new paragraphs immediately after paragraph 5.1 of the General
Conditions which reads as follows:
' sc5.i.1 Resident Agent. The CONTRACTOR shall furnish performance and payment
bonds as provided for by Article 5 of the General Conditions executed by a
resident local agent who is licensed by the Arkansas State Insurance Commissioner
Ito represent the surety company executing said bonds, and filing with such bonds
his power -of -attorney. The mere countersigning of the bonds by a ra eidgen
shall not be sufficient. No employers' liability, public liability or workmen's
collective insurance policy shall be written in any casualty company not
' authorized to do business in the State of Arkansas. These policies shall
likewise be issued by a resident local agent licensed by the Insurance Commission
of the State of Arkansas.
acs_1.2 Additional information. The Contractor shall provide the bonds as
described in these sections within ten (10) days after the receipt of the NOTICE
' OF AWARD.
For contracts in excess of $100,000.00 the bonds shall be issued by a bonding
' company listed by the A.N. BEST Rating Book as follows,
(1) contracts in excess of $100,000.00, but less than $1,000,000.00 - "B+"
rating or higher and contract amount may not exceed 2.0% of the policyholder's
' surplus.
(2) contracts in excess of $1,000,000.00 - "A" rating or higher and contracts
may not exceed 2.0% of the policyholder's surplus.
The expense of all bonds shall be borne by the CONTRACTOR.
Sc 5.2. Delete paragraph 5.2 of the General Conditions in its entirety and
replace with the following new paragraph 5.2:
' Sc 5.2. If at any time a surety on any such bond is declared bankrupt or loses
its right to do business in the State of Arkansas or is removed from the above
list of surety companies, the CONTRACTOR shall within ten (10) days after notice
' from the bond company that conditions are as described in this sentence and/or
after notice from the OWNER to do so, substitute an acceptable bond or bonds in
1 3
I
I
I
[I
I
I
[1
I
I
I
I
I
I
I
I
I
I
I
such form and sum and signed by other surety or sureties as may be satisfactory
to the OWNER. The premiums on such bonds shall be paid by the CONTRACTOR. No
further payment shall be deemed due nor shall be made until the new surety or
sureties shall have furnished an acceptable bond to the OWNER.
SC5.3.1 Add the following new paragraph immediately after paragraph 5.3.]. of
the General Conditions which reads as follows,
The CONTRACTOR shall furnish performance and payment bonds as provided for by
Article 5 of the General Conditions executed by a resident local agent who is
licensed by the Arkansas State Insurance Commissioner to represent the surety
company executing said bonds, and filing with such bonds his power -of -attorney.
The mere countersigning of the bonds by a resident agent shall not be sufficient.
No employers' liability, public liability or workmen's collective insurance
policy shall be written in any casualty company not authorized to do business in
the State of Arkansas. These policies shall likewise be issued by a resident
local agent licensed by the Insurance Commission of the State of Arkansas.
SC5.3.7 Delete the second sentence of paragraph 5.3.2 ("OWNER shall deliver to
Contractor. . .") in its entirety.
SC5.4. CONTRACTOR'S Liability Insurance,
Add the following paragraphs immediately after the respective paragraphs
contained in paragraph 5.4 of the General Conditions:
SC5.4.14
The limits for liability for the insurance required by paragraph 5.4 of the
General Conditions shall provide coverage for not less than the following amounts
or the greater where required by laws
Workers Compensation:
1) States Statutory
2) Applicable Federals Statutory
3) Employer's Liability, $100,000.00 each occurrence
Comprehensive General Liability:
$1,000,000.00 Combined Single Limit
Policies will include premise/operations, products, completed operations,
independent contractors, explosions, collapse, underground hazard, Broad Form
contractual, personal injury, with employment exclusion deleted and broad form
property damage.
Comprehensive Automobile Liability
Bodily Injury:
$1,000,000.00 Each person
' $2,000,000.00 Each occurrence
Property Damage:
$500,000.00 Each occurrence
or a combined single limit of $2,000,000.00.
SC5.i OWNER'S Liability Insurance. Delete paragraph 5.5 of the General
' Conditions in its entirety and insert the following in its place:
S.S. G R'S and ENGINEER'S Contingent Protective Liability Insurance.
The CONTRACTOR shall indemnify and hold harmless the OWNER and the ENGINEER and
their agents and employees from and against all losses and claims, demands,
payments, suits, actions, recoveries, judgements of every nature and description
brought or recovered against them by reason of omission or act of the CONTRACTOR,
' his agent('), employees, subcontractor, anyone directly or indirectly employed
by any of them or anyone for whose acts any of them may be liable, in the
execution of the Work or guarding of it. The CONTRACTOR shall obtain in the name
' of the OWNER and ENGINEER (either as co-insured or by endorsement), and shall
maintain and pay the premiums for such insurance in an amount not less that
$2,000,000.00 for property damage and bodily injury limits, and with such
provisions as shall protect the OWNER and ENGINEER from contingent liability
under this contract.
' SC5.6 Property Znaurance.
Delete paragraph 5.6 of the General Conditions in its entirety and insert the
following in its place:
' PropertyInsurance. CONTRACTOR shall purchase and maintain until final
payment property insurance upon the Work at the site to the full insurable value
' thereof (subject to deductible amounts as may be provided in these Supplementary
Conditions or required by Laws and Regulations) but not lees than an amount equal
to the total bid price. This insurance shall include the interest of OWNER,
CONTRACTOR, Subcontractors, ENGINEER and ENGINEER'S consultants in the Work (all
of whom shall be listed as insured or additional insured parties), shall insure
against the perils of fire and extended coverage, shall include •all-risks
insurance for physical lose and damage including theft, vandalism and malicious
mischief, collapse, flood, and water damage, and such other perils as may be
provided in these Supplementary Conditions, and shall include damages, losses and
expenses arising out of or resulting from any insured loss or incurred in the
repair or replacement of any insured property (including but not limited to the
fees and charges of engineers, architects, attorneys and other professionals).
If not covered under the •a11 -risk" insurance or otherwise provided in these
5
Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property
insurance on portions of the Work stored on and off the site or in transit when
such portions of the Work are to be included in an application for payment. The
polices of insurance required to be purchased and maintained by the CONTRACTOR
in accordance with this paragraph 5.6 will contain a provision or endorsement
that the coverage afforded will not be canceled or materially changed or renewal
' refused until at least 30 days prior written notice has been given to the OWNER
by certified mail and will contain wavier provisions in accordance with General
Condition paragraph 5.11.2.
Sc5.7 Delete paragraph 5.7 of the General Conditions in its entirety and
insert the following in its places
Sc5.7 Other ne,.renre. The CONTRACTOR is to protect the OWNER against all lose
' during the course of the Contract. If, due to the nature of the Project,
insurance coverage other than that specified is needed by the CONTRACTOR to
protect the OWNER against all losses, the CONTRACTOR shall be responsible for the
determination of and procurement of any additional insurance needed.
' Scs u Delete paragraph 5.8 of the General Conditions in its entirety and
insert the following in its places
Sc 5.8. Policies shall also specify that insurance provided by CONTRACTOR will
be considered primary and not contributory to any other insurance available to
the OWNER or the ENGINEER.
' All polices will provide for 30 days written notice (certified mail shall be
required) prior to any cancellation or non -renewal of insurance policies required
under the Contract. Any ouch wording as "will endeavor" or "but failure to mail
' such notice shall impose no obligation or liability of any kind upon the
Company..." shall be deleted from the certificates.
SC5.10. Delete paragraph 5.10 of the General Conditions in its entirety.
Sc5.12. Receipt and Application of Proceeds. Delete paragraph 5.12 of the
General Conditions in its entirety.
' $C5.13. Delete paragraph 5.13 ofthe General Conditions in its entirety.
Add a new paragraph 6.6.3
read:
I
immediately following paragraph 6.6.2 which shall
2
L
An updated schedule, in the format specified in the Technical Specifications,
shall be required with each submittal for progress payment by the CONTRACTOR.
Failure to provide an accurate schedule (and/or updated schedule) shall be reason
for OWNER to refuse progress payment to CONTRACTOR.
' Add a new paragraph 6.30.3 immediately following paragraph 6.30.2 which shall
readt
' For a period of one year, or longer if specified by special guarantees or by law,
the Contractor shall at the Contractor's expense make all repairs and
replacements necessitated by defects in the materials, workmanship or prosecution
of the Work supplied under this contract, and pay for any damage to other works
or property resulting from such defects. The Contractor shall hold the Owner
and Engineer harmless from any liability of any kind arising from said defects.
The effective date for the beginning of the one year warranty period will be as
decided by the Engineer and will be either the date of the Engineer's
recommendation for Final Payment in accordance with Article 14.13, Final Payment
and Acceptance, or the date of Substantial Completion as specified in Article
14.8.
The Contractor shall make all repairs or replacements promptly upon receipt of
written order for the repairs or replacements from the Owner. If the Contractor
fails to make the repairs or replacements promptly, the Owner may perform the
work and the Contractor and the Contractor's Surety shall be liable for all costs
thereof.
SC 7 OTHER WORK
' Sc 7.5 Separate CONTRACTOR Claim. Add a new paragraph immediately after
paragraph 7.4 of the General Conditions which shall read as follows,
' SC 7.5. Should CONTRACTOR cause damage to the Work or property of any separate
contractor (or separate party) at the site, or should any claim arising out of
CONTRACTOR'S performance of the Work at the site be made by any separate
t contractor (or separate party) against CONTRACTOR, OWNER or ENGINEER, or any such
parson, CONTRACTOR shall promptly attempt to settle with such other separate
contractor (or separate party) by agreement or otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by
I
Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and
against all claims, damages, looses and expenses (including, but not limited to,
fees and charges of engineers, architects, attorneys and other professionals and
court and arbitration costs) arising directly, indirectly or consequentially out
of any action, legal or equitable, brought by any separate contractor (or
separate party) against OWNER or ENGINEER to the extent based on a claim arising
out of CONTRACTOR'S performance of the Work. Should a separate contractor (or
separate party) cause damage to the Work or property of CONTRACTOR or should the
performance of Work by any separate contractor (or separate party) at the site
I
7
H
I • •
give rise to any other claim, CONTRACTOR shall not institute any action, legal
or equitable, against OWNER or ENGINEER or permit any action against them to be
' maintained and continued in CONTRACTOR'S name for benefit in any court or before
any arbitrator which seeks to impose liability on, or recover damages from OWNER
or ENGINEER on account of such damage or claim. If CONTRACTOR is delayed at any
time in performing or furnishing Work by any act or neglect of a separate
' contractor (or separate party) and OWNER and CONTRACTOR are unable to agree as
to the extent of any adjustment in Contract Time attributable thereof, CONTRACTOR
may make a claim for an Extension of Time in accordance with Article 12 of the
i General Conditions. An extension of the Contract Time shall be the CONTRACTOR'S
exclusive remedy with respect to OWNER and ENGINEER for any delay, disruption,
interference or hindrance caused by any separate contractor (or separate party).
This paragraph does not prevent recovery from OWNER or ENGINEER for activities
that are their respective contractual responsibilities.
i SC -8 OWNER'S RESPONSIBILITIES
SC 8.5 Delete paragraph 8.5 of the General Conditions in it's entirety.
SC10 CHANGES IN THE WORK
Add a new paragraph 10.6 immediately following paragraph 10.5 of the General
Conditions to reads
10.6. Limits of Authority. CONTRACTOR shall note and abide by the following
•i OWNER'S and ENGINEER'S limits of authority for changes in the Work which require
a change in the Contract Price and Contract time.
Except in the case of extreme emergency to protect public safety, public welfare
' or substantial Work, the following limits of Authority to the OWNER and ENGINEER
shall applyr
i Engineer's Representative - No authority.
Engineer - No authority.
Mayor - $20,000.00 (Accumulative).
All accumulative changes which result in Contract Price changes in excess of
$20,000.00 shall require the formal approval of the Fayetteville City Council
prior to execution of the work resulting in the price or scope change.
i
HC 11 CHANGE OF CONTRACT PRICE.
M1
' 3C 11.9_ Unit Price Work. Paragraph 11.9.3 of the General Conditions is hereby
deleted in its entirety and the following is substituted in its place.
i 11.9.3 The unit price of an item of Unit Price Work shall be subject to
reevaluation and adjustment under the following conditions,
11.9.3.1 if the total
cost of a particular item
of Unit Price
Work amounts
to
25 percent or more of
i
the Contract Price and the
variation of
the quantity
of
i 8
that particular item of Unit Price Work performed by CONTRACTOR differs by more
than 25 percent from the estimated quantity of such item indicated in the
' Agreement, and
11.9.3.2. if there is no corresponding adjustment with respect to any other item
of Work, and
I
11.9.3.3 if CONTRACTOR believe that it has incurred additional expense as a
result thereof, or
11.9.3.4 if OWNER believes that the quantity variation entitles OWNER to an
adjustment in unit price, then
11.9.3.5 either OWNER or CONTRACTOR make a claim for and adjustment in the
Contract Price in accordance with Article 11 of the General Conditions if the
parties are unable to agree as to the effect(s) of any ouch variations in the
quantity of Unit Price Work performed.
SC -13 TESTS AND INSPECTIONS, CORRECTION. RXKOVAL OR ACCEPTANCE OF DETECTIVE
' WORE.
SC 13.3 Teets and Znapectione. Paragraph 13.3 of the General Conditions is
hereby deleted in its entirety and the following is substituted in its places
SC 13.3. CONTRACTOR shall give the ENGINEER proper notification as detailed
below and cooperate with the testing and inspection of the Work.
SC 13.3.1. All teats require a minimum notice of 24 hours. The 24 hours is
a minimum only, the exact time for testing and required inspections shall be
determined by the Engineer.
Sc 13.3.2. All field tests required for a project shall be witnessed by the
' City Engineering Division representatives in the presence of the ENGINEER and
CONTRACTOR, or their approved representatives.
SC 13.4 Paragraph 13.4 of the General Conditions is hereby deleted in its
entirety and the following substituted in its places
SC 13.4_ CONTRACTOR shall employ and pay for the services of an independent
'
testing laboratory to perform all tests as required by the Contract Documents.
CONTRACTOR shall be responsible for the cost of all equipment, materials, labor,
testing procedures and lab work for all tests as outlined in these
' specifications. ENGINEER shall have the right to approve or reject CONTRACTOR'S
proposed lab based upon sound Engineering principles. Copies of all testing
reports must be forwarded directly to the Engineer by the testing laboratory.
' OWNER shall provide all inspection services required by the Contract Documents
and normally associated with the diligent progress of the Work (Except as
detailed in paragraphs 13.4.1,2,3.) Prior to final acceptance by OWNER, the
' project shall be subject to a final inspection by designated representatives of
the OWNER and CONTRACTOR.
I
C
I
IARTICLE 14 PAYMENT TO CONTRACTOR AND COMPLETION_
Sc 14.2 Application for Progress Payment. Paragraph 14.2 of the General
Conditions is hereby deleted in its entirety and the following substituted in its
place;
SC 14.2.1. Monthly estimates will be prepared to include all work accomplished
' for the period ending the third Friday of each month; or
SC 14.2.2. Progress payments will be prepared at regular intervals, as scheduled
by joint consent of the CONTRACTOR and the ENGINEER at the pre -construction
conference.
SC 14.2.3. The ENGINEER, based upon data gathered during the construction
' process, will make an estimate of the value of the Work done and materials
furnished in place during the previous estimate period. The CONTRACTOR shall
furnish to the ENGINEER such detailed information including invoices from
material suppliers as the ENGINEER may request to aid in the preparation of the
I progress payment estimate. All payment requests are subject to retainage as
determined by the ENGINEER. Retainage shall be 10% of said estimate until 50%
of the work has been fully completed. At 50% completion, further partial
payments shall be made to the contractor in full with no additional retainage
unless the ENGINEER determines that the project is not progressing satisfactory,
in which case additional retainage may be retained to a maximum of 10%. When
the work is substantially completed, any retained amount may be paid to the
contractor except the OWNER shall retain an amount sufficient to cover any work
not yet completed. The release of retainage will be determined by the ENGINEER.
If the OWNER or ENGINEER shall at any time fail to make the CONTRACTOR a monthly
estimate at the time herein specified, such failure shall not be held to violate
or void the Contract. Note, the failure of the Contractor to provide an
accurate and current schedule update shall be reason to reject CONTRACTOR'S
request for progress payment.
SC 14.4. Review of Applications for Progress Payment.
Delete the last sentence of paragraph 14.4 of the General Conditions and replace
' with the following;
After the required internal reviews and processing by the City of Fayetteville,
' the City will diligently proceed to make payment to the contractor, in accordance
with the approved payment request, within 30 days. All efforts will be made to
make payments within the 30 day period, but the City cannot guarantee the 30 days
maximum time.
I
I
I
M
I
I
LI
I
I
I
I
The work shall be as shown upon the contract drawings and defined within the
contract specifications, referenced AHTD Standard Drawings and Specifications
and shall include the furnishing of all materials, equipment, tools, supplies,
plant, labor and others as necessary in the construction of work generally as
followsz
Al]. traffic control, trenching, bores, encasements, sanitary sewer lines,
tie-ins, sewer lines, sewer manholes, sewer appurtenances, abandonment of
existing encasement including pressure concrete grout, trench safety,
erosion control and all other construction required for the sewer crossing
under 1-540 as shown in the contract documents.
No attempt has been made to segregate work to be performed by any trade or
subcontract. Any segregation between the trades or crafts will be solely a
matter for agreement between the Contractor, subcontractor, and their respective
employees.
The
Specifications as a whole
will govern
the
construction of the entire work.
The
applicable provisions will
govern work
to
be performed under each schedule.
I
I
I
I
I
I
I
I
I
I
2. Referenced AHTD Standard Specifications and nrawings.
The AHTD Standard Specifications contained in the "Standard Specifications for
Highway Construction, Edition of 1993, published by the Arkansas State Highway
Commission are hereby referenced and made a part of these Specifications.
These Specifications are available for inspection in the Engineer's office, or
may be obtained from the Arkansas State Highway Department, Little Rock,
Arkansas.
The ARID Standard Specifications, and Standard Drawings when referenced in the
bid schedule shall be used as the Technical Specifications for this specific
project.
The Standard "Front-endspecifications, including the Advertisement for Bids,
instructions to Bidders, Bid Proposal, Contract, General Conditions,
Supplemental Conditions, Performance and Payment Bonds and Section 100 - "General
Project Requirements' shall be as contained and shown in this specific net of
Contract documents and specifications.
All conflicts and discrepancies shall be resolved in the favor of the Contract
Documents and Specifications as written by the City of Fayetteville.
Special attention is directed to paragraph 28 - Testing - of this Section 100
for additional requirements for all tests.
After the contract bonds and certificates of insurance have been delivered to the
Owner, and the contract has been executed, the Engineer will issue a Notice To
Proceed in accordance with the General Specifications which shall designate the
date the contract will commence.
I
Section 100 page 1
I The Contractor shall complete the project within sixty (45) calendar days from
the date specified in the Notice To Proceed.
For this specific project the requirements for a formal schedule to be submitted
by the contractor are omitted.
The Owner may require the Contractor to add to his plant, equipment, or
' construction forces, as well as increase the working hours, if operations fall
behind the approved schedule to an extent that the co•mpletion of the work within
the specified time appears doubtful.
If conditions beyond the control of the Contractor justify, and the Contracting
Authority approves an extension of contract time, the Contractor shall revise the
construction schedule in accordance with the approved extension.
t
4. Submittals.
' The following submittals may be required for this specific projects
a. Manufacturer's data for all pipe material, fittings, valves and fire
1 hydrants.
b. Schedules as noted in paragraph 5 below.
' 5. Schedules.
For this specific project the requirements for a formal schedule to be submitted
by the contractor are omitted.
6. Lands and Rights of wave.
The necessary rights -of -way and easements for the project and to carry out the
work along the project will be provided by the City of Fayetteville except for
restrictions as noted below. The contractor shall confine his construction
operations to the immediate vicinity of the locations shown on the plans and
shall use due care in placing construction tools, equipment, excavated materials,
and pipeline materials and supplies, so as to cause the least possible damage to
property and interference with traffic. The placing of such tools, equipment,
' and materials shall be subject to the approval of the Engineer. The City of
Fayetteville will not be responsible for haul road to and from the right-of-way.
The contractor shall not store any material, place any construction material or
trench material, place any equipment or activities nor allow any workmen off of
the defined construction area.
The City of Fayetteville will not provide a materials storage area, a staging
area or any other area for use by the contractor except for the actual water line
and appurtenance construction.
' The contractor shall not store any materials upon the streets or within the
street right-of-ways or on the utility or water line easements which will not be
installed within the same day. The contractor shall not store any materials in
' any private yard without first furnishing to the Engineer a copy of written
permission from the property owner. The Contractor shall be responsible to
obtain any storage or yard areas the contractor requires.
1
Section 100 page 2
The Contractor shall be responsible for all damage to all property outside of the
rights -of -way and easements, and shall make satisfactory settlement for the
damage directly with the property owner and tenant involved, as their interests
may require.
All work performed, and all operations of the Contractor, his employees, or his
subcontractors, within the limits of railroad and highway rights -of -way shall be
' in conformity with the requirements, and be under the control (with the city of
Fayetteville), of the railroad or highway authority owning or having jurisdiction
over and control of, the right-of-way in each came.
All existing fences which interfere with the construction operations shall be
maintained by the Contractor until the completion of the work affected thereby,
unless written permission is obtained from the City of Fayetteville thereof, to
leave an interfering fence dismantled for an agreed period of time. Where fences
must be maintained across the right-of-way, adequate gates shall be installed
therein. Gates shall be kept closed and locked at all times when not in use,
'with duplicate keys furnished to the Engineer.
Upon completion of the work across any tract of land, the Contractor shall
restore all fences to their original or to a better condition and quality,
purchasing new material and replace all materials lost, damaged, or destroyed.
Temporary gates installed by the Contractor in any fence line may be left in
place with the permission of the property owner and tenant of the property. All
materials used in fence repairs or replacements shall be approved by the
Engineer.
' 7. Protection and Maintenance of Public and Private Property.
The Contractor shall protect, shore, brace, support, and maintain all underground
constructions uncovered or otherwise affected by the construction work performed
by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility
poles, guy wires, and other surface structures affected by construction
' operations in connection with the performance of the Contract, together with all
sod and shrubs in yards and parking removed or otherwise damaged, shall be
restored to their original condition as determined and approved by the Engineer.
All replacements shall be made with new materials. The Contractor shall be
' responsible for all damage to streets, roads, highways, shoulders, ditches,
embanlm�ents, culverts, bridges, or other public or private property or facility,
regardless of location of character, which may be caused by moving, hauling, or
1 otherwise transporting equipment, materials, or men to or from the work or any
part or site thereof, whether by him or his subcontractors. The Contractor shall
make satisfactory and acceptable arrangements with the owner of, or the agency
or authority having jurisdiction over, the damaged property or facility
concerning its repair or replacement or payment of costs incurred in connection
with said damage.
All fire hydrants and water control valves shall be kept free from obstruction
and available for use at all times.
Maintenance of Traffic.
The Contractor shall be responsible for the maintenance of traffic. All work
within AETD right-of-way shall be in conformance with the AETD requirements,
including but not limited to any AETD permit requirements.
Section 100 page 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall be responsible to keep all existing lanes of traffic of I-
540 safe and open to the public. If the contractor must close any portion of the
service roads, then the contractor shall keep a minimum of one lane safe and open
and shall provide appropriate flagmen and signage.
The contractor shall limit the trenching and pipe installation to the work which
can be installed, inspected and properly backfilled within the working day and
shall not block any private drives. Open trenches shall not be allowed to remain
overnight.
The contractor shall provide traffic control personnel and signage as necessary
for public safety.
Unless noted otherwise on the plan documents, pipelines and other existing
underground installations and structures in the vicinity of the work to be done
hereunder are indicated on the plans according to the beet information available
to the Engineer. The Engineer and Owner does not guarantee to accuracy of such
information. House sewer connections, water and gas services, and other utility
lines may not be indicated on the plans. The Contractor shall make every effort
to locate all underground pipelines, conduits, and structures by contacting owner
of underground utilities and by prospection in advance of trench excavation. The
moving of planned improvements to avoid conflict with existing pipelines and
other existing installations and structures in the vicinity of the work to be
done for the convenience of the Contractor shall be accomplished at no additional
cost to the Owner.
All work shall be done to the lines, grades, and elevations shown on the plans.
The Contractor shall keep the Engineer informed, a reasonable time in advance,
of the times and places at which he wishes to work, so that reference points in
accordance with General Conditions Article 4.4 may be established, and/or,
measurement for record and payment may be made with minimum inconvenience to the
Engineer and minimum delay to the Contractor.
The Contractor shall furnish, without charge, competent man from his force and
such tools, stakes, and other materials as the Engineer may require for restaking
and work required to be restaked. The Contractor will not proceed with the work
unless there is an accurate grade stake at a maximum distance of 50 feet. Any
restaking or other field work deemed excessive by the Engineer will be billed to
the contractor at a rate equal to comparable local rates (when performed by the
City, or at contract Engineering rates when contracted) and deducted from the
contractor's payments.
I
Any work done without being properly located on grade or off alignment, may be
ordered removed by the Engineer and replaced at the Contractor's expense.
I
[1
The Contractor,on the basis of the schedule and progress, shall be required to
notify all adjacent property owners a minimum of 48 hours in advance of
I
Section 100 page 4
I
occupying,
storing materials on,
or performing work on
any right-of-way or
easement.
I
I
I
I
I
I
U
I
I
Il
I
I
I
rL
I
All planned interruptions of water service shall be coordinated with the Engineer
and the Fayetteville Water Department. A minimum of 72 hours notice shall be
required. Service interruptions, if and when allowed by the Engineer, shall be
scheduled between 8:00 a.m. and 5:00 p.m. unless specifically approved otherwise.
It shall be the responsibility of the Contractor to provide a minimum of 72 hours
advance notice to the Engineer, Traffic Department, Police and Fire department
prior to cutting or blocking any public street or roadway.
In general, the Contractor shall be responsible for the all material furnished
by him and shall replace at his own expense all such material found defective in
manufacture or damaged in handling. This shall include the furnishing of all
material and labor required for the replacement of installed material discovered
defective prior to final acceptance of the work.
The Contractor shall be responsible for the delivery and distribution of
materials at the site. The Contractor shall be responsible for the safe storage
of materials furnished by or to him and accepted by him, and intended for the
work, until it has been incorporated into the completed and accepted project.
All materials shall be stored in strict conformance to the manufacturer's
recommendations.
Materials shall be stored so as to ensure the preservation of their quality and
fitness for the Work. When directed by the Engineer, the materials shall be
placed upon a wooden platform or other hard clean surfaces and not on the ground,
and shall be placed under cover when so directed. Stored materials shall not be
located so as to impede work or inspections.
Pipe and accessories shall be loaded and unloaded by lifting with hoists or other
equipment so as to avoid shock and damage. Under no circumstances shall material
be dropped or dumped. Pipe handled on skidways shall not be skidded or rolled
against pipe previously unloaded onto the ground. In distributing pipe material
at the site, each piece shall be unloaded opposite or near the place it is to be
laid in the trench. The interior of all pipe, fittings and other accessories
shall be kept free from dirt and foreign material at all times.
Pipe shall be so handled that the coating and lining will not be damaged.
However, if any part of the coating or lining is damaged, the repair or
replacement shall be made at the Contractor's expense in a manner satisfactory
to the Engineer.
NOTE: The City of Fayetteville will not provide a materials storage area, a
staging area or any other area for use by the contractor except for the actual
water line and appurtenance construction. The contractor shall not store any
materials upon the streets or within the street right-of-ways or upon the water
line and/or utility easements which will not be installed within the same day
placed at the street. The contractor shall not store any materials in any
private yard without first furnishing to the Engineer a copy of written
permission from the property owner.
I
Section 100 page 5
1 • •
I
The Contractor shall be responsible to obtain any storage or yard areas the
contractor requires.
Li
Refer to paragraph 6.3 of the General Conditions.
' All work shall be performed during the normal work hours of the City of
Fayetteville Engineering Office, 8:00 a.m. - 5:00 p.m., Monday through Friday.
Except in an emergency to protect public health, safety or welfare or to protect
existing work, no overtime work, no work on Saturday or Sunday. nor work on any
legalliday shall be permitted without specific written pro -authorization by
the Engineer.
14. Monthly Eetimates and Payments.
Refer to Article 14 of the General Conditions and the associated Supplemental
' Conditions.
' Unless otherwise indicated or specified, the Contractor shall provide for all
necessary connections to existing utilities such as water, sewer, telephone and
electric. In each case, the Contractor shall receive advance permission from
I. utility owner prior to providing for connections. Contractor shall protect
facilities against deleterious substances and damages.
' Connections to existing facilities which are in service shall be thoroughly
planned in advance, and all required equipment, materials and labor shall be on
hand at the time of undertaking the connections. Work shall proceed continuous
' (around the clock) as necessary to complete the connections in minimum time.
Operation of values or other appurtenances on existing utilities, when required,
shall be by or under the direct supervision of the owning utility.
' All connections to the water and/or sewer facilities owned by the City of
Fayetteville shall be coordinated with and shall be inspected by the City of
Fayetteville's Engineering Division and the Water/Sewer Department.
1
16. T. -••'o Facilities.
' (a) Utilities.
All water, electricity and other utility services required by the Contractor for
1 operation of Contractor's plant or equipment, or for any other use by the
Contractor to conduct or to expedite the work shall be provided by the Contractor
at his sole cost and expense. The Contractor shall arrange for service at his
' discretion from the appropriate utility company, and shall assume liability for
all charges until the improvements have been accepted by the Owner. When
applicable, the Owner will request the transfer of the service on that date, and
assume the liability for charges incurred by the Owner from that date forward.
Section 100 page 6
1
I • •
Water to be used to teat, flush and place the new water line in service shall be
provided by the City of Fayetteville.
(b) Sanitary Facilities. The Contractor shall furnish temporary sanitary
facilities at the site for the needs of the Construction workers and others
performing work or furnishing services on the project.
Sanitary facilities shall be of reasonable capacity, properly maintained
throughout the construction period, and obscured from public view to the greatest
practical extent. If toilets of the chemically -treated type are used, at least
one toilet will be furnished for each 20 workers. The Contractor shall enforce
'the use of such sanitary facilities by all personnel at the site.
17. Operation and Maintenance Data and Manuale_
Adequate operation and maintenance information shall be supplied to the Engineer
for all equipment requiring maintenance or other special attention. The
equipment supplier will prepare an operation and maintenance manual for each type
of equipment indicated herein. Parts lists and operating and maintenance
instructions shall be furnished for other equipment not listed in the following
schedule.
Information shall be required for.
All valves 6 inch and larger,
All fire hydrants.
1
18_ Tree and plant protection.
' No trees or cultured plants shall be cut, trimmed or removed unless clearly shown
on the plans or marked by the Engineer. All trees and other vegetation which
' are so marked and must be removed to perform the work, shall be removed and
disposed of by the Contractor. No on -site burning shall be permitted.
All protection of trees, trimming and repair of trees and plants shall be
performed by qualified nurserymen or horticulturists in accordance with the City
of Fayetteville's Ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION.
' The contractor shall be responsible for protection of the site, and all work,
materials, equipment and existing facilities thereon against vandals and other
unauthorized persons. Security measures shall be at least equal to those usually
' provided by the Owner to protect his existing facilities during normal operation,
but shall also include such additional security fencing, lighting, barricades,
watchman's services and other measures as required to protect the site.
No claim shall be made against the Owner by reason of any act of an employee or
trespasser, and the Contractor shall make good all damage to Owner's property
resulting from Contractor's failure to provide adequate security measures.
Section 100 page 7
i • •
I20. Safety_
The Contractor is further notified and reminded of the potential presence of
1 children and pedestrians in the general vicinity of the project.
The Contractor shall take all measures necessary and as required by the General
Conditions (Article 6) to protect the General Public, animals and property from
' harm due to the construction activities including the project site.
The contractors shall provide all necessary trench safety measures. Refer to
section 31 which follows.
21. Parking.
The contractor shall provide and maintain suitable parking areas for the use of
the construction workers and others performing work or furnishing services in
' connection with the project, as required, to avoid any need of parking personal
vehicles where they may interfere with the owner's operations or construction
activities, or normal traffic operation on public and/or private roads.
I
22. Duet Control.
The Contractor shall take all reasonable measures to prevent unnecessary dust.
'
Earth surfaces subject to dusting shall be kept moist with water or application
of an approved chemical dust suppressant. Dusty materials in piles or transit
shall be covered to prevent blowing.
' Buildings or operating facilities which may be adversely affected by dust shall
be adequately protected. Existing or new machinery, motors, instrument panels
or similar equipment shall be protected by suitable dust screens which include
' adequate ventilation features.
' 23. Temnorary Drainage and Erosion Control Proviaione_
The Contractor shall provide for the drainage of storm water and such water as
may be applied or discharged on the site in the performance of the work.
Drainage facilities shall be adequate to prevent damage to the work, the site and
adjacent properties.
Existing drainage channels and conduits shall be cleaned, enlarged or
supplemented as necessary to carry increased runoff attributable to the
Contractor's operations. Temporary dikes shall be constructed as necessary to
divert increased runoff from entering adjacent properties (except in natural
channels or storm sewers), to protect the Owner's property, facilities and the
work, and to direct water into natural channels or conduits. Retention shall
be provided as necessary to prevent downstream flooding.
' The Contractor shall prevent the erosion of soil on the site and adjacent
property resulting from the construction activities. Effective measures shall
be initiated prior to the commencement of clearing, grading, excavation or other
' operations that will disturb the natural vegetation or protection. Erosion
measures may include hay bales, silt fencing, jute mat, fast growing vegetation,
and ponds.
work shall be scheduled on exposed areas subject to erosion for the shortest
' Section 100 page 8
possible time, and natural vegetation shall be preserved to the greatest extent
possible. Temporary storage areas, construction building and access shall be
located to minimize erosion.
The Contractor shall be responsible for application and acquisition of all
necessary permits, including coverage under the Federal/State NSPDE Regulations
for Storm Water Management and the city of Fayetteville's Physical Alteration of
Land (Grading permit) when applicable.
Unless specifically included as separate bid item(s), all Work necessary for the
control of storm water runoff shall be considered as subsidiary to the project
and no separate payment shall be made to the Contractor.
The Contractor shall apply with all requirements of the General Conditions and
all Federal, State and local laws and regulations governing pollution.
Additionally, the Contractor shall prevent the pollution of drains and
watercourses by sanitary wastes, sediment debris and other substances resulting
from construction activities. No sediment, debris or other substances shall be
permitted to enter any sanitary sewers, storm sewer, nor any drain or
watercourse.
During construction, the Contractor shall keep the construction area in a clean,
neat and workmen like condition at all times. Pipe, equipment, and all other
materials shall be stored and protected in an area away from the construction
activities. As soon as practicable, the area around all structures shall be
backfilled, and the entire area maintained in a neat condition.
26. Access_
The Contractor shall provide for safe and ready access to the construction
activities during working hours or as requested to authorized representatives of
the City of Fayetteville and other State or Federal Agencies as required.
27- Construction Observation Znapection.
Construction observation and inspection shall be by the City of Fayetteville
Engineering Division. The Contractor shall note the requirements of a detailed
schedule and note all requirements for the scheduling of tests and test
requirements as noted in Technical Specification section 100.28 TRSTZNO_ The
Engineer shall have no responsibility to the Contractor or subcontractor for the
supervision of personnel or layout of work.
Prior to final acceptance by the City, the project shall be subject to a final
inspection by designated representatives of the City of Fayetteville and the
Contractor.
Section 100
Ll
' The Contractor shall be responsible for the cost of all equipment, materials,
labor, testing procedures and lab work for all teats as outlined in these
specifications. The City of Fayetteville shall have the right to approve or
' reject the contractors proposed lab based upon sound Engineering principles.
Copies of all testing reports must be forwarded directly to the Engineer by the
testing laboratory.
I
L
i
F
I
I
I
11
I
I
I
I
I
All field tests required for a project shall be witnessed by the City Engineering
Division representatives in the presence of the Engineer and Contractor, or their
approved representatives.
All tests require a minimum notice of 24 hours. The 24 hours is a minimum only,
the exact time for testing and required inspections shall be determined by the
City of Fayetteville Engineering Office.
It is the intent of the proposal and the specifications that the total bid for
each schedule, as submitted', shall cover all work shown on the contract drawings
and required by the Specifications and other Contract Documents. All costs in
connection with the work including furnishing of all materials, equipment,
supplies, and appurtenances; providing all construction plant, equipment, and
tools; and performing of all necessary labor to fully complete the work, shall
be included in the unit and lump sum prices named in the proposal. No item of
work that is required by the Contract Documents for the proper and successful
completion of the Contract will be paid for outside of or in addition to the
prices submitted in the proposal. All work not specifically set forth in the
proposal as a pay item shall be considered a subsidiary obligation of the
Contractor and all costs in connection therewith shall be included in the prices
named in the proposal.
The method of measurement and basis of payment for each item shall be as listed
in the proposal.
Explosives shall not be allowed for excavation or any other purpose unless a
detailed plan for such use is approved in writing by the Engineer, proof of
blasting insurance is submitted, and experienced personnel licensed in the State
of Arkansas for blasting is utilized. The plan must include as a minimum a pre -
blast survey and the utilization of qualified seismographic procedures.
The current edition of Occupational Safety and Health Administration Standard for
Excavation and Trench Safety Systems, 29 CPR 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. The Contractor
shall be solely responsible for the implementation of these requirements.
A copy of the OSHA regulations is included in this net of specifications as
Appendix A.
I
Section 100 page 10
I
32, Utility Mix - Slurry mix "disable" backfill aka low strength flowable fill.
Where shown on the plans, a "digable" backfill, also called utility mix, shall
be used. The utility mix shall be a low strength concrete mixture that is
readily digable with standard equipment. The mixture shall be in the ratio of
2500 lbs sand: 100 lbs cement: 200 lbs flyash.
The mixture
shall be plant
mixed and shall
have a compressive strength of 300
psi
'
at 28 days.
The design of
the mix may be
modified if approved in writing by
the
Engineer.
Normal strength
concrete shall
not be used for utility mix.
I
33. "Hillside" fill.
"Hillside" fill material, where shown on the plans or in the bid schedule, shall
be cherty clay material locally referred to as "hillside". All "hillside"
material shall be supplied from off -site location and shall be subject to
approval by the Engineer. Compaction of "hillside" shall be as shown on the
'drawings or as specified int the technical specifications.
I
I
I
I
I
I
I
I
I
I
34. Disposal of waste materials.
The Contractor shall be responsible to disposal of all waste materials of all
types and conditions, including excavation materials not specified for reuse as
backfill, in compliance with all Federal, State and City of Fayetteville laws,
rules and regulations. The Engineer shall have the right to require the
Contractor to document the location of the disposal area and provide proof of
compliance with all Federal, State and City of Fayetteville laws, rules and
regulations for disposal of the materials.
35. Wage Rates.
The Contractor shall be responsible to pay the prevailing wage rates as
determined by the State of Arkansas.
End of Section 100 - General Project Requirements
Section 100 page 11
I
Section 110 METHODS OF MEASUREMENT AND PAYMENT
' A. GENERAL
Methods of measurement and payment as set out in the Specifications covering the
' various items of construction are hereby clarified and superseded as set out
herein. Wherever they are not clarified or superseded herein, methods of payment
as provided in the applicable section of the Specifications shall govern.
Payment for all work under this contract shall be made at the unit and lump sum
' prices bid under the various items of the Bid as hereinafter set out.
I
I
I
LJ
I
L
C1'
I
I
I
Bid Items 1 and 2 - Sewer Line Pine
Payment for pipe shall be made at the unit prices bid per linear foot for
the various types and sizes of pipe, complete in place. The prices bid
shall be full compensation for clearing, temporary fencing where
necessary, right of way preparation, surface removal, disposal of waste
materials, stripping and stockpiling topsoil where required, trenching,
disposal of trenched materials, furnishing and laying pipe, pipe bedding
material, pipe detection tape, testing, cleanup, repairing fences,
seeding, fertilizing, mulching, and every other item required for a
complete installation as specified.
Measurement will be based on the total length of the line. Measurement
shall be made with a 100 foot tape along the centerline of the pipeline
before the pipe is inserted into the encasement or trench. The footage
installed to be paid for will be reflected in a daily written report, a
copy of which will be furnished to the Contractor.
Bid Items 3 - Smooth Steel Encasement
Payment for smooth steel encasement shall be made at the unit price bid
per linear foot installed complete in place. The price shall include
spacers, endcaps, and installation and restoration of all bore pits as
indicated on the plans and every other item required for a complete
installation as specified. Measurement shall be made with a 100 foot tape
along the centerline of the encasement before the encasement is inserted
through the bore hole.
Bid Item 4 - Cast -in -Place Sanitary Sewer Manhole
Payment for Cast -in -Place Sanitary Sewer Manholes will be made at the unit
price bid under this item. The unit price bid shall include the complete
installation of the manholes, rings and lids, and restoration of all
excavated areas as indicated on the plans.
Bid Item 5 - Abandonment of Sanitary Sewer Manhole
Payment for abandonment of sanitary sewer manhole shall be made at the
1
unit price bid. The price shall include the removal of the upper three
' feet of the manhole, the filling of the manhole with utility mix, and
complete restoration of the excavation pit as specified on the plans.
' Bid Items 6 - Utility Mix (flowable fill)
' Payment for the utility mix to be used for abandonment of the existing
sanitary sewer crossing will be made at the unit price bid. The price
shall include all components of the mixture, including pumping aid as
needed, as specified in these specifications.
Bid Items 7 - Abandonment of Existing Sanitary Sewer Crossing
I
I
I
I
I
I
I
I
I
I
n
Payment for the abandonment of the existing sanitary sewer crossing will
be made at the unit price bid. The price shall include installation and
restoration of all pits needed for the pumping of utility mix into the
existing crossing, and the verification that the crossing is completely
filled with said mix, as specified on the plans. The price shall include
the removal and replacement of the AHTD sign as specified on the plans.
Bid Item 8 - Concrete Ditch Repair
Payment for concrete ditch repair shall be made at the unit price bid per
square yard. The unit price bid shall be full compensation for the
removal and disposal of identified concrete ditch paving, furnishing and
placement of concrete, all forming, labor, equipment, tools and any other
items required for a complete installation for new concrete ditch paving
as determined necessary by the Engineer during construction.
Bid Item 9 - Connection to Existing Sanitary Sewer Manhole
Payment for this item shall be made at the unit price bid. The unit price
shall include core drilling the existing manhole, connection of the new
line to the existing manhole by use of non -shrink grout, and dye testing
of the connection to ensure a water -tight seal.
Bid Item 10 - Solid Rock Excavation
Payment for the excavation of "rock as defined in Section 320 of the
specifications shall be made at the unit price bid per cubic yard. Such
price shall be full compensation for excavation and proper disposal of
"rock" as defined in section 320. Solid rock encountered in excavation of
bore pits and all other pits or trenches shall be measured and paid for
under this item.
Bid Item 11 - Traffic Control and Safety
Payment under this item shall be made in accordance with the lump sum
price bid. The price bid shall be full compensation for all necessary
2
I
I
I
I
I
L
I
7
I
I
I
I
I
I
I
I
traffic control personnel, equipment, signage and other safety devices in
accordance with the MUTCD and the AHTD permit.
Bid Item 12 - Trench Safety per OSHA Requirements
Payment under this item shall be made in accordance with the lump sum
price bid. The price bid shall be full compensation for trench or
excavation safety system requirements in accordance with Act 291 of the
1993 Arkansas General Assembly. Payment under this item will not be made
until project is completed, accepted, and the Contractor certifies that he
has met all requirements as set out in said Act 291.
Bid Item 13 - Mobilization
Payment under this item shall be made in accordance with the lump sum
price bid. The price bid shall be full compensation for all mobilization,
storage and field incidentals. Payment under this item will be made as
a percentage of project completion. The total amount bid for mobilization
cannot exceed five percent (5%) of the total bid.
Bid Item 14 - Erosion Control Devices
Payment for this item shall be made in accordance with the unit price bid.
The price bid shall be full compensation for complete installation of the
fence and sand bags as indicated on the plans.
•icaiU.— —.nztu,st,a,ttULwtiUt
Payment under this item shall be made in accordance with the lump sum
price bid. The price shall include all seeding and mulching as required
to restore all disturbed areas to preconstruction condition.
End of Section 110 Measurement and Payment
3
I
Section 120 TESTING
I
I
Li
1. General.
The Contractor shall be responsible for and shall pay all
any inspection or testing required in connection with the
acceptance of materials or equipment incorporated in the
in Article 13 of the General Conditions and Article SC -13
Conditions and paragraph 28 of Section 100, General P
Testing.
costs associated with
Owner's or Engineer's
work, as provided for
of the Supplementary
roject Requirements -
' 2. Certificates of Compliance.
The Contractor shall be responsible for furnish to the Engineer materials and
equipment manufacturers' duly sworn certificates of compliance with all
requirements and provisions of applicable standards such as, but not limited to,
AWWA, ASTM, ANSI, AASETO,'ABTD or others for all materials and equipment
delivered to this project.
' The City of Fayetteville shall have the right to approve or reject the
contractor's proposed lab based upon sound Engineering principles. Copies of all
testing reports must be forwarded directly to the Engineer by the testing
laboratory.
3. Specific Requirements.
' Specific requirements for testing and certificates of compliance are set forth
in the Technical Specifications for each item of work.
All field tests required for a project shall be witnessed by the City Engineering
Division representatives in the presence of the Engineer and Contractor, or their
• approved representatives.
' All tests require a minimum notice of 24 hours. The 24 hours is a minimum only,
the exact time for testing and required inspections shall be determined by the
City of Fayetteville Engineering Office.
I
I
I
I
I
I
Section 300 CRUSHED STONE BASE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. General.
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies and incidentals
necessary for the completion of crushed stone base in areas which are presently
paved or which are to be paved, as shown on the contract plans and herein
specified.
2. Materials and execution.
All crushed stone base shall be Class 7 Aggregate Base Course as specified in
Table 303-1, page 161, in section 303 AGGREGATE BASE COURSE, of the "Standard
Specifications for HIGHWAY CONSTRUCTION," Edition of 1993, published by the
Arkansas State Highway and Transportation Department.
Crushed stone base course shall be compacted to a minimum of 95 percent of
Modified Proctor Density (ASTM D1557-78).
3. Testing.
All Testing, gradation, plasticity, modified proctor standards and in -place
densities of crushed stone base course shall be performed by a qualified lab in
accordance with Article 13 of the General Conditions, Article SC -13 of the
Supplementary Conditions and paragraph 27 of Section 100 GENERAL PROJECT
REQUIREMENTS.
Each paved crossing requiring crushed stone base course shall require a minimum
of one test report documenting an in -place density of at least 95 percent of
Modified Proctor Density.
For pipelines parallel in the street, one density test shall be taken per 250
feet or portion thereof.
4. Measurement and Payment.
Crushed stone base course shall be measured and paid by the unit as established
in the Bid schedule. If no separate bid or pay item exists for crushed stone
base course then all crushed stone base course will be subsidiary and no separate
payment will be made.
1
Section 310 PIPE BEDDING MATERIAL
P
Hi
I
I
I
I
I
I
1. General.
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies and incidentals
necessary for the completion of pipe bedding material as shown on the contract
plans and herein specified.
2. Materials and execution.
All pipe bedding materials shall be:
(1) ASTM D2774 - maximum particle size 1/2 inch. Contractor shall furnish
laboratory data documenting compliance with ASTM D2774 requirements prior to
placing of bedding material, or
(2) "Grit" as locally manufactured from crushed limestone. All •grit"
material shall be durable crushed aggregate with a maximum particle size of 5/16
inch and a maximum percentage passing the no. 200 sieve of 10 percent, or
(3) Sand. Sand shall consist of clean, hard, durable uncoated grains free
from lumps, clay and organic materials. All (100%) of "sand" shall pass a no.
8 sieve.
3. Execution.
All pipe, regardless of type and material composition of the pipe, shall be
bedded with a minimum of 6 inches below the pipe to a minimum of 6 inches over
the top of the pipe the full width of the trench. Bedding material shall be
placed in maximum of 6 inch lifts and compacted with mechanical tamping
equipment. The Contractor shall use special care under pipe haunches and
fittings.
4. Testing and submittals.
The Contractor,
prior to
delivery of
material, shall
furnish the supplier's
certificates of
compliance
with these
specifications.
I
n
I
I
I
I
5. Payment.
NO SEPARATE PAYMENT shall be made for pipe bedding material, complete as shown
and specified.
End of Section 310
1
I
Section 320 ROCK EXCAVATION
General.
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies and incidentals
necessary for the excavation and proper disposal of "ROCK" as defined in the
following.
2. Materials.
"ROCK" excavation shall be defined as all igneous, metamorphic and sedimentary
material encountered which requires the systematic drilling and/or hammering for
removal. This shall include all boulders or other detached stones, each having
a volume of one cubic yard or more.
3. Execution.
Blasting shall not be allowed.
Rock excavation shall
be accomplished
by
the use of drilling,
hammering or other
mechanical means.
4, Payment.
SEPARATE PAYMENT shall be made for "ROCK" excavation as further defined in
SECTION 110 MEASUREMENT AND PAYMENT and the BID SCHEDULE.
End of Section 320
1
Section 400 CLEARING RIGHTS OF WAY, CUTTING AND REPAIRING FENCES
1. GENERAL
The City of Fayetteville has acquired both permanent and temporary construction
easements for the water and sewer line construction.
Insofar as possible and unless subsequent permission is obtained from the Owner,
' the Contractor shall confine his activities to the rights of way obtained by the
City of Fayetteville.
The necessary rights -of -way and easements for the project and to carry out the
work along the project will be provided by the City of Fayetteville except for
restrictions as noted below. The contractor shall confine his construction
operations to the immediate vicinity of the locations shown on the plans and
shall use due care in placing construction tools, equipment, excavated materials,
' and pipeline materials and supplies, so as to cause the least possible damage to
property and interference with traffic. The placing of such tools, equipment,
and materials shall be subject to the approval of the Engineer. The City of
Fayetteville will not be responsible for haul road to and from the right-of-way.
The contractor shall not store any material, place any construction material or
trench material, place any equipment or activities nor allow any workmen off of
the defined construction area.
' The City of Fayetteville will not provide a materials storage area, a staging
area or any other area for use by the contractor except for the actual water line
and appurtenance construction.
The contractor shall not store any materials upon the streets or within the
street right-of-ways or on the utility or water line easements which will not be
installed within the same day. The contractor shall not store any materials in
any private yard without first furnishing to the Engineer a copy of written
'
permission from the property owner. The Contractor shall be responsible to
obtain any storage or yard areas the contractor requires.
A m1n4,,nm of one lane of traffic shall be safely maintained at all times.
' The Contractor shall be responsible for all damage to all property outside of the
rights -of -way and easements, and shall make satisfactory settlement for the
damage directly with the property owner and tenant involved, as their interests
' may require.
All work performed, and all operations of the Contractor, his employees, or his
subcontractors, within the limits of railroad and highway rights -of -way shall be
' in conformity with the requirements, and be under the control (with the City of
Fayetteville), of the railroad or highway authority owning or having jurisdiction
over and control of, the right-of-way in each case.
' All existing fences which interfere with the construction operations shall be
maintained by the Contractor until the completion of the work affected thereby,
unless written permission is obtained from the City of Fayetteville thereof, to
leave an interfering fence dismantled for an agreed period of time. Where fences
must be maintained across the right-of-way, adequate gates shall be installed
therein. Gates shall be kept closed and locked at all times when not in use,
with duplicate keys furnished to the Engineer.
' Upon completion of the work across any tract of land, the Contractor shall
restore all fences to their original or to a better condition and quality,
purchasing new material and replace all materials lost, damaged, or destroyed.
' Temporary gates installed by the Contractor in any fence line may be left in
place with the permission of the property owner and tenant of the property. All
materials used in fence repairs or replacements shall be approved by the
Engineer.
1
The Contractor shall protect, shore, brace, support, and maintain all underground
' constructions uncovered or otherwise affected by the construction work performed
by him. All pavement, surfacing, driveways, curbs, walks, buildings, utility
poles, guy wires, and other surface structures affected by construction
operations in connection with the performance of the Contract, together with all
' sod and shrubs in yards and parking removed or otherwise damaged, shall be
restored to their original condition as determined and approved by the Engineer.
All replacements shall be made with new materials. The Contractor shall be
responsible for all damage to streets, roads, highways, shoulders, ditches,
' embankments, culverts, bridges, or other public or private property or facility,
regardless of location of character, which may be caused by moving, hauling, or
otherwise transporting equipment, materials, or men to or from the work or any
part or site thereof, whether by him or his subcontractors. The Contractor shall
' make satisfactory and acceptable arrangements with the owner of, or the agency
or authority having jurisdiction over, the damaged property or facility
concerning its repair or replacement or payment of costs incurred in connection
with said damage.
' All fire hydrants and water control valves shall be kept free from obstruction
and available for use at all times.
The Contractor shall be responsible for all damage to all property outside of the
rights -of -way and easements, and shall make satisfactory settlement for the
damage directly with the property owner and tenant involved, as their interests
may require.
No trees or cultured plants shall be cut, trimmed or removed unless clearly shown
on the plans or marked by the Engineer. All trees and other vegetation which
is so marked and must be removed to perform the work, shall be removed and
disposed of, or removed an saved, (as shown on the plans or in the contract
documents) by the Contractor. No on -site burning shall be permitted.
All protection of trees, trimming and repair of trees and plants shall be
performed by qualified nurserymen or horticulturists in accordance with the City
of Fayetteville's Ordinance Chapter 162 "TREE PROTECTION AND PRESERVATION".
2. CLEARING RIGHTS OF WAY
Parts of construction are indicated on the Plans as being through lawns,
planters, sidewalks, streets, parking lots, brush and undeveloped fields.
There is not an extra pay item for the clearing of rights of way or for the
disposing of brush, timber or other debris resulting from the clearing operation
for the water lines installed along Fifth Street. There is a separate pay item
for the clearing, grubbing and disposal of the utility and utility/access
easement north of Fifth Street on the lots being developed by Habitat for
Humanity. Refer to the bid proposal and specification 110 MEASUREMENT and
PAYMENT for additional information.
(A) Brush, Timbered Areas, Fields. Where construction is indicated on the
Plans as being through brush, timbered areas, and fields of tall grass,
the Engineer shall stake the centerline of the proposed pipe line. The
Contractor shall clear the rights of way of brush and other debris and do
' such right of way construction as is necessary to provide an adequate
working area.
In clearing right of way, the Contractor SHALL NOT REMOVE ANY TREES UNLESS
CLEARLY MAEIDMD TO BE REMOVED BY THE ENGINE. Where water lines are to
be constructed in close proximity to shade trees, ornamental trees or any
other trees on this project, the Contractor will be expected to work near
the trees without removing or damaging them. The Contractor shall
construct a free-standing protective wooden pen, 8 feet tall, around all
the
in close proximity to work which are not to be removed.
Protective pens shall be maintained around trees until final cleanup and
seeding or sodding have been completed.
1 2
1 • •
All brush, timber and other debris required to be removed from the
' construction of the work shall be hauled from the site and disposed of at
the option of the Contractor. Burning of brush will not be permitted on
this project.
(B) Lawns, Gardens, and Other Well -Kept Areas. Where construction is shown on
the Plans as being through lawns, gardens, or other well -kept areas, the
Contractor shall stake the general location of the rights of way, and
' shall provide line stakes. The Contractor shall then clear any debris
from the rights of way. All shrubbery, garden areas, planters, flower
kaAn e.we11 ♦,.aae ('See ♦kaa A 4,..kae 4a Al nwalarl a..A .a -I,- 4 .ae.n ai
' Contractor's expense. Unless specifically noted otherwise in a special
condition, the Contractor shall be responsible to fully restore the area
to its original condition.
No tress shall be shall be cut or removed unless clearly marked to be
removed by the Engineer.
All limbs and other debris requiring removal shall be hauled from the site
' and disposed of at the option of the Contractor.
(C) Power Lines. Where the Plans show a portion of the line to be laid
adjacent to or under power lines, it shall be the responsibility of the
Contractor to make any arrangements with the power company for 'tying off'
poles. It shall also be the responsibility of the Contractor to take
whatever steps are necessary to provide for the safety of the workmen and
' equipment when working in the vicinity of these power lines.
The Contractor is advised of the extreme hazard to personnel from
equipment contact or near contact with conductors of the transmission
t line. It is strongly recommended that low profile construction equipment
be used and that a minimum 15 feet vertical clearance be maintained
between any equipment and transmission conductors.
' Unless the water line is specifically set out to cross within the limits
of the power line right of way, the Contractor shall not alter or work
within the limits of the existing power line right of way.
' (D) Miscellaneous. Several signs, mailboxes, posts, fences, and other
obstructions are to be removed and replaced along the right of way. These
shall be removed and protected. After pipe construction is complete, they
shall be replaced in their original conditions.
ICE) Fences - Cutting and Repairing. The Plans show fences to be crossed
during the course of construction. Prior to the cutting of fences the
Contractor shall install a brace post assembly in the existing fence on
each side of the water line. The exact location for the brace post
1
assembly shall be field determined. The tension of the existing fence
shall not be reduced. The Contractor shall then construct temporary
fencing so as to maintain livestock in the original pasture during the
' construction period. There is no separate pay item for temporary fencing.
After the pipeline has been installed, backfill placed and compacted, and
excess material removed, the Contractor shall rebuild the fences across
the right of way. Fencing shall be replaced according to the type of
' fence to be crossed during construction using new materials which are
equal to or better than the original fencing materials.
Where removal, replacement or repair of chain link, ornamental iron, wood,
' rock or masonry fence is required, the Contractor shall retain a qualified
specialty contractor to perform the work.
I
1
(F) Restoration of Property Markers. Where property markers or public right
of way markers have been disturbed or will be removed in the course of
construction, the Contractor shall retain an Arkansas Registered Land
Surveyor to witness the position of the marker prior to disturbance or
removal. After the completion of construction, an Arkansas R.L.S. shall
' be retained to restore all disturbed or removed markers to their original
position.
' The Contractor shall be responsible for all safety requirements and for taking
all steps necessary to assure the safety of the public and any livestock in the
vicinity of the construction area.
Ii
END OF SECTION 400
I
I
I
I
I
L
I
1
4
II
1
' Section 401 SURFACE REMOVAL
Ii. GENERAL
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, and incidentals necessary
' for removing surfaces within the limits of lawns, gardens, mowed, cultivated, or
other well -kept areas or within the limits of any paved or unpaved driving
surface.
' This specification does not apply to state or interstate highways, or driving
surfaces within railroad rights of way unless otherwise directed by the Engineer.
2. ALLOWABLE REMOVAL
In all areas where water lines, air release valve manholes, and other
appurtenances are to be constructed, the surface shall be removed prior to
excavating the trench. There is no pay item for surface removal and surface
removal shall be considered part of trench excavation. The allowable limits of
removal are dependent upon the type of area in or through which construction
occurs and are set out below. No Davment for surface repair will be made outside
I Lne wlutn or allowable removal.
(A) Lawns, Gardens, Mowed or Cultivated Areas, and Other Well -Kept Areas. In
these areas, the Contractor shall excavate the top 6 inches of topsoil
' from the ditch line and store such along one side of the ditch line so
that it does not become mixed with the remaining excavation which shall be
stored on the other side of the ditch line. Any such topsoil which is
allowed to become mixed with other trench excavations shall be replaced
' with topsoil approved by the Engineer at the Contractor's expense.
The width of allowable surface removal shall be the standard trench width
as shown on the detail sheet of the Plans, or the depth of the trench to
the existing water flow line at its deepest point, whichever is greater.
The length of ground cover removed for the installation of pipe, fittings,
manholes, or other appurtenances shall be the linear dimension of such
' structure plus 12 inches.
(B) Wooded and Rocky Areas. In wooded or rocky areas the ground cover shall
be removed as set out in paragraph 8.1 above except that the Contractor is
not required to separate and store the top 6 inches of topsoil along the
ditch line.
(C) Driving Surfaces. Excavation within the limits of any driving surface,
including paved and gravel streets or roads, driveways or parking areas
' shall be in accordance with the following specifications.
The Contractor shall remove pavement and road surface as a part of the
trench excavation, and the amount removed shall depend upon the width of
trench specified for the installation of pipe, and the width and length of
pavement area required to be removed for the installation of pipe,
fittings, manholes, and other appurtenances.
The Contractor shall use such methods, either drilling, chipping or sawing
as will assure the breaking of the pavement along straight lines. The
face of the remaining pavement shall be approximately vertical.
Driving surface pavement and road surfaces shall be removed to the
dimensions set out below depending upon the type of driving surface to be
removed.
1
1
I
I
I
I
1
I
I
I
I
I
I
I
1
H
Asphaltic Pavement Removal. Asphaltic pavements shall be removed in
accordance with the dimensions set out below.
a) Removal of Pavement for Pipe Construction. The width of
asphaltic pavement removed along the normal trench line for
the removal and/or installation of pipe, fittings, or other
appurtenances shall be as shown on the detail sheet of the
Plans.
The length of the asphaltic pavement to be removed for the
installation of pipe, fittings, or other appurtenances shall
be the linear dimension of such structure plus 12 inches.
b) Removal of Pavement around existing Valve Boxes and other
appurtenances. A square cut shall be made in the pavement
area extending 18 inches each side of the valve box or other
appurtenance. The pavement and underlying base and/or subgrade
material shall then be removed to the depth necessary to expose
the existing object. This material shall be hauled from the
site and disposed of by the contractor.
2. Concrete Pavement Removal. Concrete pavements shall be removed in
accordance with the dimensions set out below.
a) Removal of Pavement for Pipe Construction. The width of
concrete pavement removed along the normal trench line for the
removal and/or installation of pipe, fittings, or other
appurtenances shall be as shown on the detail sheet of the
Plans.
The length of the concrete pavement to be removed for the
installation of pipe, fittings, or other appurtenances shall
be the linear dimension of such structure plus 12 inches.
b) Removal of Pavement around existing Valve Boxes and other
appurtenances. A square cut shall be made in the concrete
pavement within an area extending 12 inches each side of the
valve box or other appurtenances. The pavement and underlying
base and/or subgrade material shall then be removed to the
depth necessary to expose the existing object. This material
shall be hauled from the site and disposed of by the
contractor.
3. Unpaved Driving Surfaces. Gravel, dirt, or other unpaved driving
surfaces shall be removed as follows.
a) Removal of Surface for Pipe Construction. The width of
unpaved surface removed along the normal trench line for the
installation of pipe shall be the standard trench width as
defined on the detail sheet of the Plans plus 24 inches on
each side of the trench.
The length of unpaved surface removed along the normal trench
line for the installation of fittings or other appurtenances
shall be the dimension of such structure plus 12 inches.
(D) Sidewalk and Curb and Gutter Removal. Sidewalk and curb and gutter shall
only be removed as shown on the plans or at the direction of the Engineer.
The width of concrete removed when so directed shall be the standard trench
width as shown on the plans plus a minimum of 18 inches on each side of the
trench to the next existing joint.
I
i • •
(E) Additional Surface Removal. Wherever, in the opinion of the Engineer,
' existing conditions make it necessary or advisable to remove additional
surfaces, the Contractor shall remove it as directed by the Engineer. No
extra compensation will be allowed for the extra surface removal.
However, additional payment will be made at the unit price bid for the
' appropriate surface repair/replacement item as set out under the Methods
of Measurement and Payment Section of these Specifications.
However, if the Contractor removes or damages pavements beyond the limits
' specified above without approval of the Engineer, such surfaces shall be
replaced or repaired at the expense of the Contractor.
C
I
I
I
n
U
I
I
I
I
I
Li
END OF SECTION 401
I
I
Section 414 PIPE DETECTION TAPS
A. GENERAL
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies, and incidentals
necessary for pipe detection tape as shown on the Plans or Specifications and
hereinafter specified.
B. MATERIALS
The 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 ails solid
aluminum foil encased in a protective inert jacket that is impervious to all
known alkais, acids, chemical reagents and solvents found in the soil. The
minimum overall thickness of the tape shall be 5.5 mile and the width shall not
1 be less than 2 inches with a medium unit weight of 2 1/2 pounds/l inch x 1000
feet.
The tape shall be color coded and imprinted with the message as follows:
Type of Color
Utility Code Legends
Water Safety precaution Caution Buried
' blue Water line Below
Sewer Safety green Caution Buried
Sewer line Below
C. LOCATION AND CONSTRUCTION.
Pipe detection tape shall be provided in all trenches for water line and sewer
line construction. Installation shall be per manufacturer's recommendations and
shall be as close as practical to finished grade while maintaining a required
minimum of 18 inches between the detection tape and the top of any pipe line.
1
I
IEND OP SECTION 414
1
I
I
I
' Section 419 POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS FOR SEWER LINES
IA. GENERAL
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies, and incidentals
' necessary for the construction of polyvinyl chloride (PVC) sanitary sewer
lines. The work shall include every item of construction necessary for a
complete and acceptable installation as shown on the Plans and hereinafter
specified.
B. MATERIALS
1. Polyvinyl Chloride (PVC) Sewer Pipe. All pipe shall be suitable for
gravity sewers. All plastic pipe and materials shall meet the
requirements of either AWWA C905 with a Dimension Ratio (DR) not to
exceed 21, or ASTM 3034 with Standard Dimension Ratio (SDR) not to
exceed 26, as indicated on the plans, and have a minimum pipe stiffness
of 115 psi at five percent A Y. Pipe stiffness testing shall be
conducted in accordance with procedures defined in ASTM D2412. The pipe
shall be manufactured by a member of the Uni-Bell Plastic Pipe
Association.
' 2. Joints. All joints shall be of the bell and spigot type and conform to
ASTM D3212 and/or Uni-Bell UNI-B-i. Gaskets shall be in accordance with
ASTM F477. All belle shall be formed integrally with the pipe and shall
' contain a factory installed elastomeric gasket which is positively
retained. Wall thickness of this bell at any point shall not be less
than the required minimum for the pipe barrel. No solvent cement joints
will be permitted in field construction except as specifically
authorized by the Engineer.
3. Joint Lubricant. Joint lubricants shall be only that lubricant provided
by the pipe manufacturer.
4. Polyvinyl Chloride Pipe Bedding Material. Bedding material for
polyvinyl chloride sewer pipe shall be crushed limestone grit or sand as
defined in section 310 of these specifications. This item shall be
considered subsidiary to polyvinyl chloride pipe. No separate pay will
be made for bedding material.
5. Crushed Stone Base Trench Backfill. Crushed stone base trench backfill
(where required) shall be as aggregate base course, Class 7, as
e specified in Section 303 of the Arkansas State Highway Department
Standard Specifications, latest edition. Note: This item shall be paid
for at the unit price bid and as set out in the Methods of Measurement
' and Payment.
6. Independent Laboratory Inspection. All PVC sewer pipe and PVC pipe
fittings furnished and installed on this project shall be inspected and
' tested by the manufacturer. The manufacturer shall furnish to the
Engineer, prior to delivery, certificates stating that all pipe will be
I
fl
C]
[1
I
I
I
I
I
I
I
I
I
I
[1
I
I
manufactured in compliance with these Specifications. The certificate
shall also fully describe the pipe proposed to be furnished.
If evidence appears that all provisions of the applicable ASTM Standards
have not been complied with after the pipe has been delivered, the Owner
will require such field testing and sampling as necessary for certified
statements of compliance to the provisions of said standards to be
furnished by an approved independent laboratory. The cost for the
testing and sampling or job delay will be the responsibility of the pipe
supplier if the pipe is not in compliance. The Owner will pay the cost
of the testing and sampling if the pipe is in compliance with the
Specifications. However, the Owner will not be responsible for job
delay. The independent laboratory shall be one which may be chosen by
the pipe manufacturer and approved by the Engineer.
7. Concrete. Concrete for reaction backing, pipe cover, or pipe encasement
as shown on the Plans or as directed by the Engineer shall be as
specified elsewhere in these Specifications. This item shall be paid
for at the unit price bid and as set out in the Methods of Measurement
and Payment.
8. Transition Couplings. Transition couplings from polyvinyl chloride to
clay or ductile iron sewer pipe shall be made of elastomeric plastic
material and shall be manufactured by Fernco, Inc., or equal.
9. Waterston Gasket. All pipe penetrations into cast -in -place manholes or
connections to existing manholes shall have a waterstop made of
elastomeric PVC as manufactured by Fernco, or equal.
C. EXECUTION
1. General. The Contractor shall, unless otherwise specified, furnish all
material, equipment, tools and labor necessary to do the work required
under this contract and unload, haul and distribute all pipe, castings,
fittings, and excavate the trenches and pits to the required dimensions;
excavate the bell holes, construct and maintain all bridges for traffic
control; sheet, brace and support the adjoining ground or structures
where necessary; handle all drainage or groundwater; provide barricades,
guards and warning lights; lay and test the pipe, castings, fittings,
and roadway surface unless otherwise stipulated; remove surplus
excavated material; clean the site of the work; and maintain the street
or other surface over the trenches as specified.
2. Handling and Storage. Pipe and fittings shall be inspected upon arrival
at the job site and handled in such a manner so as to protect them from
damage due to impact, shock and free fall. Pipe and fittings shall not
be dragged along the ground and shall be stored so as to protect the
joints and pipe from damage. Should the pipe and/or fittings
necessitate handling by a mechanical means, a clamp, rope or sling may
be used around the outside barrel of the pipe and/or fittings.
3. Installing Polyvinyl Chloride Pipe and Fittings. Polyvinyl chloride
2
I
d
I
I
I
I
I
I
I
I
I
I
I
I
I
1]
Li
pipe and fittings shall be installed in conformance to the latest
revision of ASTM D-2321 standard practice for installing flexible
thermoplastic sewer pipe lines. Polyvinyl chloride pipe shall be
installed with bedding material as specified elsewhere in these
Specifications from 4 inches below the bottom of the outside of the
barrel. Note: There is Do separate pay item for pipe bedding material.
This item shall be considered subsidiary to the polyvinyl chloride sewer
pipe.
4. Construction Sequence. Construction of sewers shall begin at the low
point of the line and continue in orderly succession throughout the
project. Any deviation from this procedure shall be made only with the
specific approval of the Engineer.
Appurtenances such as fittings, service reconnections, manholes, etc.
shall be constructed as the work progresses.
5. Requirements Preparatory to Trench Excavation. In all areas where sewer
lines and appurtenances are to be constructed and/or repaired, the right
of way shall be cleared and the existing surface shall be removed prior
to excavation of the trench. Note: There is no separate pay item for
clearing or surface removal. These items of work shall be subsidiary to
the polyvinyl chloride sewer pipe. These requirements are dependent
upon the type of area in which sewer line construction occurs and are
specified elsewhere in these Specifications.
6. Trench Excavation. The construction of this project is through an area
underlain with various types of soil. All excavation of any nature
shall be unclassified and payment for same shall be included in the unit
price bid for furnishing and laying of the various sizes of pipe in
place.
The trench shall be excavated so that the pipe can be laid to the
alignment and depth required, and it shall be excavated only so far in
advance of pipe laying as set out elsewhere in these Specifications.
The trench shall be so braced and drained that the workmen may work
therein safely and efficiently. It is essential that the discharge of
any trench dewatering pumps be conducted to natural drainage channels,
drains or storm sewers.
The Contractor shall proceed with caution in the excavation and
preparation of the trench so that the exact location of underground
structures, both known and unknown, may be determined, and he shall be
held responsible for the repair of such structures when broken or
otherwise damaged during construction.
a. Trench Depth and Pipe Bedding. The trench shall be excavated to a
minimum of 6 inches below the bottom of the pipe when laid at the
required grade. Bell holes shall be excavated in accord with ASTN
D-2321. Polyvinyl chloride pipe shall be bedded in pipe bedding
material, as specified elsewhere in these Specifications, for the
3
LI
full width of the excavated trench from a point 4 inches below the
bottom of the pipe barrel up to the pipe barrel centerline. The
' bedding material shall extend the full width of the excavated
trench. (See detail on Plans.) All overexcavation shall be
backfilled with bedding material at the Contractor's expense.
Material required to backfill overexcavation shall be placed in 8
'
inch lifts and thoroughly tamped with mechanical compaction
equipment to reach the required established grade. All pipe
bedding shall be tamped so as to provide a uniform and continuous
bearing support for the pipe at every point along the pipe barrel.
b. Width of Trench. Should the excavated polyvinyl chloride sewer
line trench width exceed the width as detailed on the Plans at any
point from the trench bottom to a point 12 inches above the top of
the pipe barrel, the Contractor shall at his expense provide
additional pipe bedding material or concrete as necessary to
' prevent crushing of the sewer pipe due to excessive earth loads.
All additional bedding material or concrete required shall be
furnished at the Contractor's expense.
C. Length. The Engineer will limit the trench excavated in advance
of installation of sewer pipe to the lesser of 150 feet or that
length in which installation may reasonably be completed during
the workday.
Every trench in rock shall be fully opened at least 50 feet in
advance of the place where pipe is being laid or from where cast -
in -place concrete operations are in progress.
' 7. Excavation in Poor Soil and Refilling to Grade. Where the bottom of the
trench at subgrade is found to be unstable or to include ashes, cinders,
all types of refuse, vegetable or other organic materials, or large
pieces of fragments of inorganic material which in the judgment of the
Engineer should be removed, the Contractor shall excavate and remove
such unsuitable material to the width and depth ordered by the Engineer.
Before the pipe is laid, the subgrade shall be made by backfilling with
crushed stone trench backfill as specified elsewhere in these
Specifications, in 8 inch uncompacted layers. The layers shall be hand
or machine tamped as directed by the Engineer so as to provide a uniform
and continuous bearing and support for the pipe at all points along the
pipe length. Extra payment will be made for the additional trench
backfill required as crushed stone base in accordance with the Methods
of Measurement and Payment section of these Specifications. However, no
additional compensation will be made to the Contractor for additional
excavation.
8. Bracing and Shoring. The sides of any excavation, when deemed
necessary, 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
bracings, then they shall be made secure and left in place, and the
I
n
I
sewer trench backfilled and thoroughly tamped with the bracing in place.
Note: The Contractor will not be paid for such bracing, sheeting or
shoring whether it is withdrawn or left in the trench.
9. Removal of Water and Muck. 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 crushed stone base trench backfill at his own expense. Under no
' conditions will polyvinyl chloride sewer pipe be laid in a trench that
has not been properly dewatered. No additional compensation will be
made to the Contractor for dewatering or removal of muck.
10. Laying Polyvinyl Chloride Pipe Sewers - Factory Jointed Pipe. Polyvinyl
chloride sewer pipe shall be laid on a firm bed, as previously
specified, in perfect conformity with lines and levels given. The pipe
' shall be laid with even bearing on the bottom of the trench, which shall
be shaped and prepared to conform to the form of pipe. Bedding material
shall be removed from the bottom of the trench to give proper clearance
to the sleeve or bell end of the pipe, but no larger than is necessary
to make a proper joint. The intent is that no load shall rest on the
pipe bell.
LThe pipe assembly shall be performed in accordance with the
manufacturer's instructions. In jointing PVC pipe, the mating surfaces
shall be wiped free of dust, dirt, gravel, or other foreign materials
1 prior to the application of the lubricant. The PVC pipe shall be
connected by first brushing upon the mating surfaces the proper
lubricant as recommended by the pipe manufacturer. The spigot end shall
then be centered on grade into the bell end of the last downstream PVC
pipe length and shoved 'home" and properly seated with the application
of a moderate force by a pry or level device. To protect the pipe and
coupling when using a pry bar, a timber fulcrum shall be inserted into
the coupling end of the pipe. The timber fulcrum shall extend a minimum
of 1/2 inch past the end of the pipe.
The coupling end of the pipe in all cases shall be laid toward the high
end of the sewer.
' 11
I
I
r1
I
Connections to Manholes
a. New Cast -in -Place Manholes. Excavation for cast -in -place manhole
footings shall be limited to the area to be filled with concrete.
The Contractor shall support pipe entering the manhole ALL OF THE
WAY to solid bedding by backfilling under the pipe and up to the
springline, one-half outside diameter, with concrete. Note: No
additional payment will be made for concrete bedding at manhole
connections. The concrete bedding shall be subsidiary to the
sewer pipe. Waterstop gasket shall be placed on the pipe prior to
making manhole connection.
5
II
I
1
1
i
12
' 13
14
15
I
I.
1
1
1
i
1
1
i
1
1
1
C
E
b. Existing Manholes. Connections to existing manholes or inlets,
where no plugged stubs exist, shall be made by coring a hole in
the wall of the existing structure, inserting PVC pipe into the
hole complete with a flexible waterstop, filling around the pipe
with non -shrink grout, and troweling the inside and outside
surface of the joint to a neat finish. The bottom of the manhole
shall be shaped to fit the invert of the sewer pipe. The
connection will be tested with dye and water.
Pipe Protection Cover and Backfill. Pipe protection cover and backfill
shall be placed as specified elsewhere in these Specifications.
Cleanup. Cleanup shall be as specified elsewhere in these
Specifications.
Mandrel Testing. Polyvinyl chloride pipe sewer lines shall be Mandrel
tested as specified elsewhere in these Specifications.
Pressure Testing. Polyvinyl chloride pipe sewer lines shall be pressure
tested as specified elsewhere in these Specifications.
END OF SECTION 419
1 • •
r.•. • •7 IJAg3 1W X
' A. GENERAL
The work to be included under this section of the Specifications shall consists of providing all labor,
equipment, tools, supplies, and incidentals for low pressure air testing and mandrel testing of all sewer
lines, and vacuum testing of all sewer manholes.
r
' All gravity sanitary sewer shall be tested for infiltration by means of a low pressure air test as generally
described herein. Any other infiltration test procedure will only be allowed following the submittal of the
procedure to the City for review and upon written approval by the City.
I. Equipment
The Contractor shall be responsible for providing all equipment and supplies necessary for the
performance of a Low Pressure Air Test including but not limited to the following:
a. Mechanical or pneumatic plugs;
b. Air control panel;
c. Shut-off valve, pressure regulative valve, pressure relief valve and input pressure gauge.
The pressure regulator or relief valve set shall be set no higher than 10 psig to avoid over
' pressurization; and
d. Continuous monitoring pressure gauge having a range of 0 to at least 10 psi. The gauge
shall be no less than four (4) inches in diameter with minimum divisions of 0.10 psi and an
accuracy oft 0.04 psi.
' To reduce the potential for sewer line over -pressurization, two (2) separate hoses shall be used to: (1)
connect the control panel to the sealed line for introducing low pressure air, and (2) a separate hose
connection for constant monitoring of air pressure buildup in the line.
1 If pneumatic plugs are utilized, a separate hose shall be required to inflate the pneumatic plugs.
2. Ground Water Elevation and Air Pressure Adjustment
a. General
I
L1
I
Per Section 5.04; a few key manholes shall have a one-half (1/2) inch diameter threaded
pipe nipple installed through the manhole wall directly on top of one of the sanitary
sewers entering the manhole as shown in Figure 9-1. Every manhole need not have a
pipe nipple installed. The design Engineer shall designate the manholes to be used for
I • •
gauging the ground water level. The pipe nipples shall be sealed with a threaded one-half
(1/2) inch cap.
Immediately before air testing, the ground water level shall be determined by removing
the threaded cap(s) from the nipple(s) nearest the section to be tested, blowing air
through the pipe nipple(s) to remove any obstructions, and then connecting clear plastic
tube(s) to the pipe nipple(s). Each plastic tube shall be held vertically to allow
groundwater to rise in it. After the water level in the tube has stopped rising, a
measurement of the height in feet of water over the invert of sewer pipe shall be taken
per Figure 9-1. If the section to be tested is not immediately adjacent to an installed pipe
nipple, the groundwater height shall be estimated based upon nearby height readings and
the pipe's invert elevation.
Alternate groundwater monitoring methods shall require the prior written approval of the
I. City.
b. Air Pressure Adjustment
The air pressure correction, which must be added to the 3.5 psig normal test starting
pressure, shall be calculated by dividing the average vertical height, in feet of
' groundwater above the invert of the sewer pipe to be tested, by 2.31. The result gives
the air pressure correction in pounds per square inch to be added. (For example, if the
average vertical height of groundwater above the pipe invert is 2.8 feet, the additional air
pressure required would equal 2.8 divided by 2.31 or 1.2 psig. This would require a
minimum starting pressure of 3.5 plus 1.2 or 4.7 psig.) The allowable pressure drop of
1.0 psig (or 0.5 psig) and the timing in Table 9.1 A (or Table 9.113) are not affected and
' shall remain the same.
c. Maximum Test Pressure
in no case should the starting test pressure exceed 9.0 psig. If the average vertical
height of groundwater above the pipe invert is more than 12.7 feet, the section so
submerged may be tested using 9.0 psig as the starting test pressure. The 9 psig limit is
intended to further ensure workman safety and falls within the range of the pressure
monitoring gauges normally used.
' 3. Test Procedure
' Following are general procedures to be employed in the performance of the test. Figure 9.2 is a
recommended Air Test Data Sheet for use in recording the test. Other test date sheets may be
allowed based upon approval by the City. These test data sheets shall be submitted to the City.
a. Plug Installation and Testing
' After a segment of pipe has been backfilled to final grade, prepared for testing, and the
specified waiting period has elapsed, the plugs shall be securely placed in the line at the
[1
I
ends of each segment to be tested.
' It is advisable to seal test all plugs before use. Seal testing may be accomplished by
laying one length of pipe on the ground and sealing it at both ends with the plugs to be
checked. The sealed pipe should be pressurized to 9 psig. The plugs shall hold against
this pressure without bracing and without any movement of the plugs out of the pipe. No
persons shall be allowed in the alignment of the pipe during plug testing.
It is advisable to plug the upstream end of the line first to prevent any upstream water
from collecting in the test line. This is particularly important in high groundwater
situations.
When plugs are being placed, the pipe adjacent to the manhole shall be visually inspected
to detect any evidence of shear in the pipe due to differential settlement between the pipe
' and the manhole. A probable point of leakage is at the junction of the manhole and the
pipe. This fault may be covered by the pipe plug, and thus not revealed by the air test.
b. Line Pressurization
Low pressure air shall be slowly introduced into the sealed line until the internal air
' pressure reaches 4.0 psig greater than the average back pressure of any groundwater
above the pipe, but not greater than 9.0 psig. If groundwater is present, refer to Section
9.03 A.2. Groundwater Elevation and Air Pressure Adjustment to determine the internal
' pressure to be applied.
c. Pressure Stabilization
' After a constant pressure of 4.0 psig (greater than the average groundwater back
pressure) is reached, the air supply shall be throttled to maintain that internal pressure for
' at least two (2) minutes. This time permits the temperature of the entering air to equalize
with the temperature of the pipe wall.
d. Timing Pressure Loss
When temperatures have been equalized and the pressure stabilized at 4.0 psig (greater
than the average groundwater back pressure), the air hose from the control panel to the
air supply shall be shut off or disconnected. The continuous monitoring pressure gauge
shall then be observed while the pressure is decreased to no less than 3.5 psig (greater
than the average back pressure of any groundwater over the pipe). At a reading of 3.5
psig, or any convenient observed pressure reading between 3.5 psig and 4.0 psig (greater
than the average groundwater back pressure), timing shall commence with a stop watch
or other timing device that is at least 99.8 percent accurate.
A predetermined required time for a specified pressure drop shall be used to determine
' the lines acceptability. Traditionally, a pressure drop of 1.0 psig has been specified.
However, other pressure drop values may be specified, provided that the required holding
I
times are adjusted accordingly. If the specified pressure drop is 0.5 psig rather than the
more traditional 1.0 psig, then the required test times for a 1.0 psig pressure drop must be
' halved. Specifying a 0.5 psig pressure drop is desirable in that it can reduce the time
needed to accomplish the air test without sacrificing test integrity. Therefore, the
following subsections contain provisions for both the traditional 1.0 psig pressure drop and
' the more efficient 0.5 psig pressure drop. All requirements for a specified 0.5 psig drop
are given in parentheses.
Test time criteria is presented later in subsection 9.03 A.4.
e. Determination of Line Acceptance
' If the time shown in Table 9.1A (or Table 9.1B), for the designated pipe size and length
elapses before the air pressure drops 1.0 psig (or 0.5 psig), the section undergoing test
' shall have passed and shall be presumed to be free of defects. The test may be
discontinued once the prescribed time has elapsed even though the 1.0 psig (or 0.5 psig)
drop has not occurred.
f. Determination of Line Failure
' If the pressure drops 1.0 psig (or 0.5 psig) before the appropriate time shown in
Table 9.1 A (or Table 9.1 B) has elapsed, the air loss rate shall be considered excessive
and the section of pipe shall be determined to have failed the test.
' 4. Test Times
' a. Test Time Criteria
The Ramseier test time criteria requires that no test section shall be accepted if it loses
more than "Q" cubic feet per minute per square foot of internal pipe surface area for any
portion containing less than 625 square feet internal pipe surface area. The total leakage
from any test section shall not exceed 625 "Q" cubic feet per minute.
b. Allowable Air Loss Rate
I
A "Q" value of 0.0015 cubic feet per minute per square foot shall be utilized to assure the
Owner of quality pipe materials, good workmanship, and tight joints.
' c. Test Time Calculation
1:
I
All test times shall be calculated using Ramseier's equation:
T=(0.085) (D • K)/Q
Where: T = Shortest time, in seconds, allowed for the air pressure to drop 1.0 psig,
El
K = 0.000419 DL, but not less than 1.0,
' Q = 0.0015 cubic feet/minute/square feet of internal surface,
D = Nominal pipe diameter in inches, and
L = Length of pipe being tested in feet.
For more efficient testing of long test sections and/or sections of larger diameter pipes, a
timed pressure drop of 0.5 psig may be used in lieu of the 1.0 psig timed pressure drop.
If a 0.5 psig pressure drop is used, the appropriate required test times shall be exactly half
' as long as those obtained using Ramseier's equation for "T" cited above.
d. Testing Main Sewers with Building Sewers
1 In general, the City will only approve the construction of the main line sewer and wye
connections with the lateral stubbed -off to the property line. Building sewers will be
allowed to be installed during the construction of the main line sewer only upon the
written request to and written approval of the City. This shall be clearly delineated on
the design plans and specifications submitted for approval by the City.
If building sewers are approved for construction by the City as part of the mainline sewer
they shall be included in the test and their lengths may generally be ignored for computing
' the required test times. This can be done because in practice, ignoring the branch, lateral,
or house sewers will normally increase the severity of the air test whenever the tested
surface area is less than 625 square feet so that the total rate of rejection may only be
' increased about two (2) percent. If the total tested surface area is greater than 625
square feet, ignoring the lateral sewers will only slightly decrease the severity of the test.
' e. Specified Time Tables
To facilitate the proper use of this recommended practice for air testing, the following
• tables are provided. Table 9.1 A contains the specified minimum times required for a 1.0
psig pressure drop from a starting pressure of at least 3.5 psig greater than the average
back pressure of any groundwater above the pipe's invert. Table 9.1 B contains specified
minimum times required for a 0.5 psig pressure drop from a starting pressure of at least
3.5 psig greater than the average back pressure of any groundwater above the pipe's
invert. Both tables also include easy to use formulas for calculating required test times
' for various pipe sizes and odd lengths. A series of examples are provided at the end of
this Section that demonstrate the proper use of the tables.
IC. MANDREL TEST FOR SELECT PIPE
A five (5) percent "GO -NO-GO" Mandrel Deflection Test shall be performed on all PVC,
' HDPE, and PVC Composite gravity sanitary sewer pipe.
I
These pipes shall be mandrelled with a rigid device sized to pass five (5) percent or less deflection
(or deformation) of the base inside diameter of the pipe. The mandrel test shall be conducted no
' earlier than thirty (30) days after reaching final trench backfill grade, provided that in the opinion
of the City sufficient water densification or rainfall has occurred to thoroughly settle the soil
throughout the entire trench depth. If densification, in the opinion of the City, has not been
' achieved within the thirty (30) day time frame, the mandrel size shall be increased to measure a
deflection limit of three (3) percent.
' The mandrel (GO -NO-GO) device shall be cylindrical in shape and constructed with nine (9) or
ten (10) evenly spaced arms or prongs. Mandrels with less arms shall not be allowed due to
being insufficiently accurate. The mandrel diameter dimension "D" shall be equal to the inside
diameter of the sanitary sewer. Allowances for pipe wall thickness tolerances or ovality (from
heat, shipping, poor production, etc.) shall not be deducted from the "D" dimension but shall be
counted as part of the five (5) percent or lesser deflection allowance. As an example, the
' dimensions for the mandrel shown in Figure 9.3 for ASTM D-3034 PVC pipe shall be as listed in
Table 9.2. Each pipe material/type required to be Mandrel tested shall be tested with a mandrel
approved by the pipe manufacturer and meeting the requirements of this Section. The "D"
mandrel dimension shall carry a tolerance off 0.01 inches.
The mandrel shall be hand pulled through all sewer lines and any section of sewer not passing the
mandrel shall be uncovered, replaced, or repaired to the Department's satisfaction and retested.
The contact length (L) shall be measured between points of contact on the mandrel arm. The
length shall not be less than as shown in Table 9.2.
The Contractor shall provide proving rings to check the mandrel. Drawings of mandrels with
complete dimensions shall be furnished by the Contractor to the Department upon request for
each diameter and specification of pipe.
' D. MANHOLE VACUUM TESTING
I
11
I
I
I
I
All rehabilitated manholes and new manholes shall be vacuum tested by the Contractor in the presence of
the City's representative for sources of infiltration.
(2) Manholes shall be tested after installation with all connections (existing and/or proposed)
in place. Drop -connections and gas sealing connections shall be installed prior to testing.
The lines entering the manhole shall be temporally plugged with the plugs braced to
prevent them from being drawn into the manhole. The plugs shall be installed in the lines
beyond the drop connections, gas sealing connections, etc. The test head shall be placed
inside the frame at the top of the manhole and inflated in accordance with the
manufacturer's recommendations. A vacuum of ten (10) inches of mercury shall be
drawn, and the vacuum pump will be turned off. With the valve closed, the level of
vacuum shall be read after the required test time. If the drop in the level is less than I -
inch of mercury (final vacuum greater than nine (9) inches of mercury), the manhole will
have passed the vacuum test. After a successful test, the temporary plugs will be
removed. The required test time is determined from The following table.
G1
I
I
I
El
I
MINIMUM TIME REQUIRED FOR A VACUUM DROP
OF 1" H (10"H2 - 9"H :SEC
HEIGHT OF M.H.
DEPTH IN FT.)
48" M.H.
60" M.H.
72" M.H.
0-20'
:40
:50
1:00
22'
:44
:55
1:06
24'
:48
1:00
1:12
26'
:52
1:05
1:18
(3) Manhole vacuum levels observed to drop greater than 1 -inch of mercury (Final vacuum
less than nine (9) inches of mercury) will have failed the test and will require additional
repairs and/or rehabilitation. The manhole shall then be retested as described above until
a successful test is made. On new manholes, if a successful test is not made after
additional repairs are made the second time, the Contractor shall be required to remove
the manhole and install another manhole. This replacement manhole shall be required to
be tested and to pass the test successfully. No additional compensation will be paid by
the City for this extra work.
' End of Section 428
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
V.
•
N
y
1
n
C
v.
T
O
N
G-
n
S.
n
N
O
in
N
VN
-
-
N
N
N
h
•
-
-
-
IV
g
O
N-
O
c
N
O
O
n
00
n
O.
C
B
0rivi
aorta-e-aCeCv.
e
n
--
r1
O
r
N
v�
£
O
J
N
M
rl
n-
N
N
O
•O
O
tO
J
-
n
r
—
n
O
eo
N
�aO
O
'O
a
n
a
--Nnvf
ONh
`
N
n
n
00
r
N
n
N
a
f
f
n
N
-onv+oos-
`
a
.vi�mvain
n,oi-arm
ry
-
N
n
f
of
n
aD
O
N
•O
O
f
�O
f
a0
a0
f
f—
n
p.
_C
C
ri
v;
t-
of
-
n
v;
a
v.
c-
-
-
o
n
N
-
-
N
N
O
.
f
n
N
N
-
-
-
N
ino
V.
fl
U'
r
!
-
---
N
n
f
N
O
r
0
000rnvft
C
f4
O
N
f
N
n
0
8
n
N
r
P-
-
-
-
-
-
N
N
n
f
N
J
J
J
J
J
J
J
J
J
J
J
J
J
a.i.-.
O.
O.
00
N
N
O
f
-O
CO
N
a0
f
rR
p.
n
00
r•
n
f
n
�O
f
!O
n
n
00
r
—rl
ri
vir
-
ri
r—
vi6
-
-
-
N
Cl
n
n
00
t
P
P
P
n.
T
00
O
NC
I1 O
`
E_
N
n
Cl
N-
-
-
-
a
Y
O
oo
0o
-
f
n
Cl
Cl
O
N
f
n
Cl
-0
N EC
-•
e
.....
----
N
N
N
n
n
Y
O
C
O'
1
Page 8
•�.
- n N A N O a P- .O O •O •n
o
t N N O N N V n N n Q--
8 - N N r N n♦ n r m 0
f -
n 0 •Q N a N .O N n O P f f
�. N V1 N N N n N n V1 n- N
O - f •O P h N O P O N •n P
■
n - N n n Vf •O r m
f
S
n O a o n v
v Vf V1 ♦ N n N---- N n N
,i Q - N n �1 m n p• •O O n �1 VO
n O r r m ao 0p- P O - N •d
C .n ,,U%O vn3nv+0
3 0 -crier-•o-ee •o sriv
•4 n - - N r n ? N •O
n O r n N ♦ P r m- r .O r
•n•nvvvv+vNsv.nv+-
'y 4 �e�inrv.m:a�f m;C6
j xi -- N N n♦ N
n OrnONr•n rmnPm
• N N♦ O♦ d n d N n♦- N
I O - N n♦ N r P n r- d ry m
-
i nOr nO•n0 �v•n anP
• r N N f♦♦ d n Vf N N♦ n n
J J J J J J J J J J J J J • ♦
oQ orPP-•ONr fl4 ��� Q. N 'O a O r♦ n n N N m
`V - f r- r m N m •O a n
-
'S
r
m
a
P P P ^� v P m O N •a
,•.,
^�a-��.
rnNN�•n��Pamr�
E
nOrnO
nO
n0
n0
�QV
-j�
N
N
1
f
v
O
n
M
N
V
N
E■
-
N
n♦
N
r
m
P-
N♦
M
r
H
`
♦
•p
m
O
N
N
a-
t
r
O
n
-sj
----rvNNnnn
�S.!-
i • •
Section 461 PLACING PIPE PROTECTION COVER AND COMPACTED BACKFILL
SEWER AND WATER
I
A. GENERAL
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies, and incidentals
necessary for backfilling areas excavated during the construction of sewer lines,
manholes, force mains, water lines, valves, fittings, fire hydrants, and other
appurtenances. The work shall include every item of construction necessary for
a complete and acceptable installation as shown on the Plans and hereinafter
specified. Areas of construction within creek or river crossings, county roads,
or state highways shall be backfilled in accordance with other sections of these
Specifications.
B. MATERIALS
Granular Base Backfill. Granular base backfill (where specified) shall be
aggregate base course, Class 7, as defined in Section 303 of the 1993 Edition of
the Arkansas State Highway Department Specifications. The Contractor shall
submit suppliers' certificates stating that the material provided is in
accordance with these Specifications.
C. CONSTRUCTION
Areas excavated for the construction of sewer lines, manholes, force mains, water
lines, valves, fittings, and other appurtenances shall have pipe protection cover
placed, and shall be backfilled in accordance with these Specifications.
1. Pipe Protection Cover. Pipe protection cover to a depth of 12 inches
above the top of the bedding material, shall consist of select material
free from rocks larger than 2 inches, and may require hand placement.
However, should the material excavated from the trench be sufficiently
free of rock larger than 2 inches, the trench may be machine backfilled.
Should the excavated material not be suitable for machine backfill or hand
placement, the Contractor may, at his option, use granular base to a depth
of 12 inches above the top of the pipe. The trench may then be backfilled
as outlined below.
When pipe construction is within or crossing curb and gutter, parking
lots, a street or other driving surface, the pipe protection cover shall
consist of granular base trench backfill as defined above. The pipe
protection cover shall be placed from the top of the bedding or embedment
of the pipe to a point 12 inches above the top of the pipe by the trench
width.
2. Pipe Detection Tape. Pipe detection tape shall be installed in accordance
with Section 414, PIPE DETECTION TAPE.
3. Backfilling. After the pipe protection cover has been placed, the trench,
excavated areas around manholes, valves, fittings, fire hydrants, and
other appurtenances shall be backfilled with excavated material free from
1
1
I
H
l.�
I
Ii
[1
11
I
I
I
C
I
I
I
I
I
I
rock larger than 12 inches and in accordance with the following
Specifications, depending upon the type of area in which excavation
occurs.
Extra care shall be exercised around manholes to assure that the backfill
material is placed evenly around the perimeter of the manhole. Manholes
shall not be backfilled prior to 12 hours after the manhole forms have
been removed.
a. Compaction. 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 until the backfill materials meet the compaction
specifications. Any costs associated with replacement, recompaction
and testing shall be borne by the Contractor.
All trench backfill (except under paved or driving surface areas as
detailed below) shall be compacted to 90 percent (minimum) of that
of the adjacent undisturbed soil.
In areas where the trench is parallel to or crosses any paved area
or driving surface including streets, parking lots or driveways, the
pipe protection cover and the backfill shall be crushed stone trench
backfill as specified in Section 300 CRUSHED STONE BASE (AHTD Class
7). The Crushed stone trench backfill (aggregate base course, Class
7) shall be placed in 6 to 8 inch lifts and compacted to 95 percent
modified Proctor density (ASTM D1557-78). One density test per
crossing shall be required. Where the trench runs mostly parallel
to the driving or paved surface one density test shall be required
per 250 feet or portion thereof. An additional test will be made
for each test failure at approximately 100 feet either side of
failing test. The Engineer shall select the specific location for
testing.
Driving surface repairs shall be made in accordance with the
Specifications governing the type of pavement repair to be made.
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.
The cost for performing all density tests shall be borne by the
Contractor. The test shall be performed by a qualified soils
laboratory acceptable to the Engineer.
b. Lawns. Gardens and Other Well -Kept Areas. After the pipe protection
cover has been placed, the trench shall then be backfilled and
compacted with excavated material. Topsoil stored along the trench
line shall then be replaced to a minimum depth of 6 inches over the
trench and 3 inches over all damaged surfaces. In the event there
is insufficient topsoil stored along the ditch line to accomplish
the topsoiling requirement, the Contractor shall haul in additional
2
[1
topsoil to meet this requirement and shall do so without additional
'
cost to the Owner. The topsoil over the trench shall be left
slightly rounded in order to allow for some settlement. It is the
intent of these Specifications to insure that no settlement of the
' trench occurs after seeding and mulching the areas. In the event
such does occur, it will be the responsibility of the Contractor to
repair the settled areas.
' c. Mowed or Cultivated Areas (Excluding Gardens). The requirements for
backfilling in these areas is identical to that specified in
paragraph 2.b above, except that it is the intent of the
' Specifications to replace the top 6 inches of the soil using the
excavated topsoil, regardless of the quality of that material. Only
when the Contractor allows the material excavated from the top of
' the trench to become mixed with the remaining excavation will he be
required to haul in additional material to replace the top 6 inches.
If the Contractor is required to haul in additional material, he
t shall haul in topsoil free of roots, weeds, clay and rocks, and from
a source approved by the Engineer, and shall do so without
additional cost to the Owner.
Id. Steep. wooded or Rocky Areas. After the pipe protection cover has
been placed, the trench shall be backfilled with excavated material.
The trench shall be compacted to insure that the backfill has been
thoroughly consolidated. The trench backfill material shall be left
slightly rounded to allow for additional settling.
e. Sidewalks. Curb and Gutter Crossings. In all areas where excavation
'
crosses or is parallel to and within the limits of a sidewalk or
curb and gutter, the trench shall be backfilled with aggregate base
course, Class 7, as specified in paragraph 2.a above, which shall be
compacted in accordance with the requirements of 2.a above.
4. Cleanup. Cleanup shall be as specified elsewhere in these Specifications.
' 5. Replacement and Repair of Driving Surfaces, Sidewalks, Curb and Gutter.
Replacement and repair of driving surfaces, sidewalks, and curb and gutter
shall be as specified elsewhere in these Specifications.
END OF SECTION 461
I
I
I
3
Section 477 MAIN LINE ENCASEMENT
A. GENERAL
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies, and incidentals
necessary for the construction of a bore and encasement for the main water or
sewer lines as shown on the plans. The bore and encasement work shall include
every item of construction necessary for a complete and acceptable
installation as shown on the Plans and hereinafter specified.
' B. MATERIALS
1. Steel casing pipe. For casing up to 24 inch in diameter provide smooth
' wall steel pipe with a minimum wall thickness of 1/4 inch in accordance
with ASTM A 53. The pipe shall be continuously welded at joints for a
rigid, watertight encasement.
' 2. Water or sewer mains. All water and/or sewer main lines shall be as
specified elsewhere in these specifications.
3. Casing Spacers. Carrier pipe shall be centered within the casing by
use of Smith -Blair model 833 casing spacers or approved equal.
4. Polyethylene encasement and Pipe Detection tape. Polyethylene
encasement and pipe detection tape shall be provided as specified
elsewhere in these specifications.
C. CONSTRUCTION
' The encasement pipe shall be placed by either open cutting the trench or by
jack or bore, at the lines and elevations as required on the plans. The
carrier pipe shall be centered within the casing spacers. Three spacers shall
' be installed per joint such that the spacers are equally spaced along the
length of the pipe.
Encasement end seals are required for all encasements. End seals for water
' line encasements shall either be APS Model AC or J -Four pull -on seals or
approved equal. End seals for sewer line encasements may either be pull -on or
split case type seals except where required due to a crossing with a water
line. In such cases the requirements shall be that of a water line
' encasement.
Where encasements are installed by open cutting the trench, the casing pipe
shall be itself encased in polyethylene per specification section 413.
' END OF SECTION 477
I
n
LJ
HH
1
• Section 482 CAST -IN -PT MANHOLES
•
•
IA. GENERAL
The work to be included under this section of the Specifications shall consist
of providing all materials, labor, equipment, tools, supplies, and incidentals
necessary for the construction of standard and drop cast -in -place manholes. The
work shall include every item of construction necessary for a complete and
acceptable installation of 6 foot and 4 foot diameter manholes as shown on the
Plans and hereinafter specified. Precast, brick, masonry, or vitrified clay
' radial block manholes will not be accepted for use on this project.
B. MATERIALS
1. Concrete. Concrete used in the construction of standard and drop cast -in -
place manholes shall be as specified elsewhere in these Specifications.
2. Mortar and Grout. Mortar or grout used in the construction of manholes
' shall be mixed in the proportion of one part of Portland cement and two
parts mortar sand as defined elsewhere in these Specifications. The
mixture shall be dry -mixed until it has a uniform color, after which water
shall be added and the mixing continued until the mortar has a consistency
' such that it can be easily handled and spread with a trowel. Mortar or
grout that has not been used within 30 minutes after water has been added
shall not be used.
' 3. Manhole Rings and Lids. All castings for manhole frames, covers and other
purposes must be of tough gray iron, free from cracks, holes, swells and
cold shuts, shall be of workmanlike finish, and shall conform to the
Plans. All mating surfaces shall be machined fit. The quality shall be
'
such that a blow from a hammer will produce an indentation on a
rectangular edge of the casting without flaking the metal. Before leaving
the foundry, all castings shall be thoroughly cleaned and subjected to a
hammer inspection.
' Manhole rings and lids shall be in accordance with the dimensions shown on
the Plans. 'Sanitary Sewer' shall be cast on lids.
All manhole rings and lids, whether or not in street surfaces, shall be
'
not less than 290 pounds combined weight, similar to Vulcan Foundry No. V-
1348-2, or 300 pound Neenah No. 1726 or approved equal.
'Watertight' manhole rings and lids, where called for on the Plans, shall
'be Vulcan No. VM-50 Special, or equal.
Manhole lids shall be of solid construction without any openings of any
' type. Manhole lids shall have non -penetrating type pick slot.
4. Stubouts. Stubouts as required shall be the same sewer pipe material as
the main sewer line. Stubouts shall be length as shown on the Plans and
shall have a watertight plug placed in the end of the pipe. The
'
watertight plug shall be blocked as required for the low pressure air
testing of the stubout.
5. Waterston Casket. Waterstop gasket shall be as specified in the Pipe
' Section of these Specifications.
C. EXECUTION
' 1. Excavation for Manholes. Excavation for manholes will be made of such
dimension and depth as to allow the construction of the manhole as shown
on the Plans. No extra payment shall be made for manhole excavation, and
all surface removal shall be as specified elsewhere in these
' Specifications.
2. Base. The concrete base shall have a minimum thickness of 12 inches and
shall be poured on undisturbed earth. The base shall be poured so that
' the top of the base outside the barrel is a minimum of one-half of the
inside diameter above the invert of all pipes entering the manhole. The
base shall have a minimum diameter of 2 feet 0 inches greater than the
1
I
outside diameter the finished manhole barrel.�ior to pouring the
base, any water i e excavation shall be removed, d the base poured in
the dry.
I
I
I
I
II
H
H
I
1
I
I
3. Connections to Manholes. Pipe connections to manholes are a constant
source of potential trouble. In order to ensure that pipe will not break
immediately adjacent to the manhole, care shall be taken that excavation
for the manhole bottom is limited to the area to be filled with concrete.
The Contractor shall support pipe entering the manhole ALL OP THE WAY to
solid bedding by backfilling under the pipe and up to mid-springline with
concrete.
4. Invert. The invert of the manhole shall be hand -placed and shaped using
concrete as specified. The base and barrel of the manhole shall be
cleaned thoroughly prior to placement of the invert. The invert shall be
shaped and smoothed so that the manhole will be self-cleaning and free of
areas where solids may be deposited as sewage flows through the manhole.
The entire diameter of each pipe entering the manhole barrel shall be cut
smooth with the inside edge of the manhole barrel and the invert shaped
throughout from all inlet pipes to the outlet pipe.
5. Manhole Barrels. The minimum thickness of manhole barrels shall be B
inches. The barrel may be poured monolithically with the base, or the
barrel forms may be set as soon as the concrete base has cured enough to
support the forma.
Except where 6 foot diameter manholes are called for on the Plans or
specified, all manholes shall be 4 feet in diameter as shown on the Plans
details.
Prior to setting the manhole forms in place, any water that may have
accumulated in the excavated area shall be pumped out and the concrete
base thoroughly cleaned. All concrete shall be poured in a dewatered
excavation.
Construction joints shall be provided with keyway as shown on the detail
sheet of the Plans.
6. Manhole Steps. Manhole steps are not allowed.
7. Manhole Heights. Manholes are to be built to the existing ground surface
unless otherwise noted on the Plans or directed by the Engineer.
8. Drop Manholes. Drop manholes, unless otherwise shown on the Plans, shall
be constructed at all manholes where the difference in invert elevation
between incoming and outgoing sewer is 2 feet or more. Drop manholes
shall be constructed of the same material and dimensions as are standard
manholes, the only difference being in the inlet arrangements as shown on
the standard detail sheet.
9. Curing. Curing compounds or covers may be used at the option of the
Contractor. However, it will be the responsibility of the Contractor to
protect the concrete to prevent cracking during the curing process and to
protect the manhole during freezing temperatures. The Engineer shall, at
his discretion, prohibit pouring concrete during periods of extreme cold
or inclement weather.
10. Backfilling. The manhole shall be backfilled evenly around its perimeter
no less than 12 hours after the forms have been removed. Extra care shall
be taken to compact all backfill to the top of the highest pipe entering
the manhole. All backfilling shall be as specified elsewhere in these
Specifications.
11. Watertightness. All manhole exterior walls shall be coated with two coats
of asphalt emulsion. All manholes constructed shall be watertight and
show no visible evidence of infiltration, and shall be tested in
accordance with this Specification. The test shall be conducted by the
Contractor in the presence of and in coordination with the Engineer.
Manhole testing shall be as set out below:
I
2
' Vacuum Tea! All incoming and outgoing sew ines shall be
plugged ant.. vacuum drawn on manhole. The tractor shall
furnish suitable apparatus, such as manufactured by P. A.
'• 'Glazier, Inc., or equal, made for such purpose. The test
shall pass when the vacuum has been brought to 10 inches of
mercury (Hg) and remains or drops to no more than 9 inches Hg
in a time greater than one minute.
' All manholes which fail the test shall be repaired or a new manhole
constructed at the expense of the Contractor. Manholes which fail the
test shall be retested after remedial measures are completed.
12. Stubouta. Stubouts shall be constructed at the locations shown on the
• Plans. The stubout shall be constructed in the direction and shall be the
size as shown on the Plans. The stubout shall be bedded and backfilled as
' shown on the detail sheet of the Plans and as specified for the type of
sewer pipe used. After the stubout installation is complete, all stubouts
shall be tested as specified elsewhere in these Specifications for the
type of pipe used. A 2 inch x 4 inch treated location stake shall be
• installed at the end of the stubout to mark the location.
J
I
I
I
I
I
I
I
I
I
I
END OP SECTION 482
1 3
I
H
I
I
I
J
I
I
r]
I
J
Section 487 PIPELINE CLEANUP AND SEEDING
A. GENERAL
Cleanup shall be considered an important part of this project, and adequate
equipment and qualified personnel shall be applied to this phase of the work from
the very beginning of the project. Seeding and placing of straw mulch shall not
be done during the period of June 15 through September 15 without special
permission from the Engineer.
There is no separate pay item for cleanup, and this work shall be considered
subsidiary to the unit price bid for pipe. There are generally four
classifications of cleanup to be used on this project, as set out below.
Class I Cleanup. Areas of construction within lawns, gardens, or other
well -kept areas, including street rights of way that are kept as lawns by
adjacent landowners.
Class II Cleanup. Areas of construction within fields, meadows and street
rights of way which are mowed or cultivated (gardens excepted).
Class III Cleanup. Areas of construction that are heavily brushed or
wooded, steep rocky slopes, or other areas where it is not practical for
the area to be cultivated.
Special Cleanup. Unless otherwise noted under paragraph B.4 of this
Specification, no special cleanup will be required.
B. METHOD OF CLEANUP
The method of cleanup for each of the classes defined above shall be as set out
below.
1. Class I Cleanup - Lawns, Gardens, Etc. The trench shall be backfilled in
accordance with the Pipe Specifications. After the topsoil has been
replaced to the same depth as adjacent undisturbed areas over the damaged
areas, the Contractor shall proceed immediately to hand rake the entire
construction area to remove all rock 1/4 inch or larger in diameter.
Debris of every type shall be removed and all damaged tree limbs shall be
pruned. After the area has been raked and accepted, it shall be seeded at
the rate of 0.15 pounds per 100 square feet, using the following seed
mixture (percent expressed in terms of weight).
Lawn Fescue 40%
Blue Grass 30%
Rye Grass (Annual) 30%
During or after seeding is complete, all areas shall be covered with
10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately
one-half pound per 100 square feet. No watering will be required.
However, after seeding and fertilization the entire area shall be rolled
with a roller of sufficient size and weight to achieve a smooth finished
surface prior to mulching.
' Straw mulch consisting of good grade clean straw, free of weeds or seed
shall be placed over seeded areas and shall be uniformly spread so as to
provide a thickness of approximately 2 inches when first spread.
I
I
Where the existing ground cover does not contain any of the grasses as set
out in the seed mixture above (Bermuda grass, Zoysia, etc.), the
Contractor shall be responsible for cutting, removing stockpiling and
saving the existing sod on the job site. After constructing the water
1
H
line and backfilling the trench, the sod shall be replaced to a condition
•' equal to or better than that prior to construction. In the event that
insufficient sod has been stored, or sod has been lost or destroyed, the
Contractor shall be responsible for providing and installing new solid sod
of the existing type to complete the cleanup.
2. Class II Cleanup - Fields, Meadows. Etc. The trench shall be backfilled
in accordance with the Pipe Specifications. After the backfill is
completed and the surface over the trench left slightly rounded, the area
shall be machine raked to remove all rock to a condition equal to the
existing surface on the better side of the adjacent existing right of way.
All excess excavated material shall be removed from the site, including
excess material which has accumulated around fence posts, trees,
' mailboxes, etc. All areas which have been disturbed, such as that caused
by equipment tracks, shall be carefully backfilled and repaired as though
it were a part of the actual trench excavation. Seeding and fertilizing
of these areas is required using the seed mixture and application rates
' set out below (percent expressed in terms of weight).
Field Fescue 40%
Rye Grass (Annual) 40%
' White Clover (Common) 20%
After the area has been accepted, it shall be seeded at the rate of 0.15
pounds per 100 square feet. During or after seeding is complete, all
• areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds
per acre, or approximately one-half pound per 100 square feet. No
watering will be required. However, after seeding and fertilization the
entire area shall be rolled with a roller of sufficient size and weight to
achieve a smooth finished surface prior to mulching.
Where the existing field grass is Bermuda, or other type not specified
above, the Contractor shall place such topsoil as required, and shall seed
with the existing type grass so that an equivalent ground cover will be
provided.
Straw mulch consisting of good grade clean straw, free of weeds or seed
shall be placed over seeded areas and shall be uniformly spread so as to
provide a thickness of approximately 2 inches when first spread.
3. Class III Cleanup - Steep, Wooded or Rocky Areas. The trench shall be
• backfilled in accordance with the Pipe Specifications. After the trench
' backfill is complete, all damaged brush of every type shall be cut just
below ground surface and all damaged limbs shall be trimmed. All brush
and debris shall be disposed of by the Contractor and the entire area
' shall be machine raked so that the area of construction is in a condition
equal to the existing surface on the better side of the existing adjacent
right of way.
I
The area of the trench line shall then be seeded and fertilized at the
rate of 0.15 pounds per 100 square feet using the same seed mixture,
fertilizer and application rates as set out under Class II cleanup, except
that tall fescue (Kentucky 31) shall be used in place of field fescue.
Straw mulch consisting of good grade clean straw, free of weeds or seed
shall be placed over seeded areas and shall be uniformly spread so as to
provide a thickness of approximately 2 inches when first spread.
4. Special Cleanup and Restoration Requirements.
All work which is performed in the street as required and shown on the plans,
shall be left in a clean and neat manner in accordance with the plan details.
5. All Areas. All work within the construction area shall be cleaned to the
I
I
satisfaction of the Owner. in general, all rocks, trash or rubbish of any
nature shall be removed from the site of the work.
During construction, the Contractor shall at all times keep work areas in
a clean, neat and workmanlike condition. Excess pipe, excavation, brush
and materials of construction shall be removed and disposed of as the work
progresses. In built-up areas, including lawns, the job site shall be
cleaned up immediately behind construction. Streets and driveways blocked
by excess materials after basic construction is completed will not be
tolerated.
If the trench should settle while the Contractor is still on the job or
within one year of the project completion date, the Contractor shall make
the required repairs at no additional cost to the Owner in accordance with
the continuing responsibility provisions of these Specifications.
Failure of Contractor to make necessary repairs during the one year period
will be cause for Owner to make or contract for such repairs and invoice
' the Contractor for all costs.
6. Restoration of Damaged Surfaces and Property. Where any pavement, trees,
shrubbery, fences, poles or other property and surface structures have
1 been damaged, removed or disturbed by the Contractor, whether deliberately
or through failure to carry out the requirements of the contract
documents, state laws, municipal ordinances, or through failure to employ
usual and reasonable safeguards, such property and surface structures
shall be replaced or repaired at the expense of the Contractor.
7. Access after Construction. Unless otherwise directed, all areas shall be
graded after construction so as to be accessible by four wheel drive
Ivehicle.
I
IEND OF SECTION 487
I
I
I
I
I
.I
I
P1
Section 502 CONCRETE
I
I.
II
A. GENERAL
This work consists of all concrete work, forms, reinforcing and related items
necessary to complete all Concrete Paving, driving surface repairs, Street
repairs, sidewalk, curbs and gutter, reaction backing and other concrete work as
indicated on the drawings and described in the specifications.
B. REFERENCED MATERIALS AND CONSTRUCTION.
The following Specifications are hereby referenced and made a part of these
Specifications. These Specifications are contained in the Standard
Specifications for Highway Construction," Edition of 1993, published by the
Arkansas State Highway Commission. The page numbers given below refer to pages
in these Standard Specifications for Highway Construction."
' These Specifications are available for inspection in the Engineer's office, or
may be obtained from the Arkansas State Highway Department, Little Rock,
Arkansas, and are set out below.
I
DIVISION 500 RIGID PAVEMENT
SECTION 501 through SECTION 512 . . . . . . . . . . . . . . . 271 - 324
DIVISION 600 INCIDENTAL CONSTRUCTION
Pages
SECTION 609 DROP INLETS AND JUNCTION BOXES . . . . . . . . . 368 - 371
SECTION 633 CONCRETE WALKS AND STEPS. . . . . 438 - 438
SECTION 634 CURBING 440 - 443
DIVISION 800 STRUCTURES Pages
SECTION 802 CONCRETE FOR STRUCTURES . . . . . . . . . . . . . 561 - 614
SECTION 804 REINFORCING STEEL FOR STRUCTURES . . . . . . . . 616 - 623
All concrete for this project shall conform to the above referenced "Standard
Specifications for Highway Construction," Edition of 1993, published by the
Arkansas State Highway Commission with the following specific exceptions.
1. All concrete shall be ready -mix type concrete. The Contractor shall not
batch or mix concrete.
2. Class "A" concrete is defined as a concrete with a minimum 28 day compressive
' strength of 3,500 psi. Class "A" concrete shall be used for constructing
manholes and other structures, concrete driveway repair, sidewalk repair and curb
and gutter repair, reaction backing, pipe encasement, and where otherwise
directed by the Engineer.
II
I
11
3. All concrete shall have air entrainment added at the ready -mix plant by the
concrete supplier. Concrete for paving shall have air entrainment of
6 % +/- 1 1/2 % (4.5 to 7.5 percent) . All other concrete shall have air
entrainment of 3 to 6 percent.
4. No other admixtures, including calcium chorlide, shall be permitted.
5. TESTING
The Contractor, under the Engineer's supervision, shall take samples and make
tests as hereinafter listed for each 40 cubic yards of fresh concrete or fraction
thereof placed on the project, but not less than one set for each day's concrete
placement. It shall be the Contractor's responsibility to collect all samples,
prepare casting specimens, protect, cure, transport, and pay for all costs
associated with testing. The project inspector shall inspect the preparation of
all specimens.
1
1
Slump Tests: Tests for slump shall be made at the place of deposit and in
accordance with ASTM C-143. Tests shall be made periodically, when cylinders are
made, and as often in the opinion of the Engineer when a change in consistency
of the concrete mix is noted. The Contractor shall have a slump cone at the job
site at all times when concreting operations are in progress. Unless otherwise
noted or specified, the slump shall be within the limits of 1 to 4 inches.
Compression and Strength Tests: Each test shall consist of four standard 6 inch
by 12 inch cylinders; two cylinders to be tested at the age of seven days and two
cylinders
at the age of 28
days. Samples
shall be taken, cured and tested in
accordance
with latest ASTM
standards.
When the ultimate compressive strength of any cylinder falls below the specified
strength for the class of concrete specified, the design mix and water content
shall be adjusted to produce the specified strength for concrete that is
subsequently placed. In addition, the Engineer may order additional curing for
that portion of the structure where the questionable concrete has been placed.
1 In the event that such additional curing does not give the strength required, as
determined by load tests made in accordance with ACI 318, or cored cylinder
tests, and if such tests indicate the necessity, the defective parts shall be
removed and replaced, or shall be reinforced as directed by the Engineer, at the
1 Contractor's expense, including the expense of the tests.
7. Measurement and payment shall be as defined in the Bid Proposal and/or as
specified elsewhere in these specifications.
' Unless specifically noted above, the referenced "Standard Specifications for
Highway Construction," Edition of 1993, published by the Arkansas State Highway
Commission will control.
.1
' End of Section 502
1
N
1
I
[J
I
I
[1
I
Section 513 UTILITY MIX FOR ABANDONMENT OF SEVER LINES AND MANHOLES
I
I
I1
I
I
I
i
I
I
I
1
LI
I
I
IT
II
I
A. GENERAL
This section specifies the required composition of the Utility Mix necessary for
abandonment of sewer lines and manholes as indicated on the drawings and
described in the specifications. If the sewer line to be abandoned is in an
encasement, both the encasement and carrier pipes shall be completely filled with
utility mix.
Where shown on the plans Utility Mix shall be a low strength concrete mixture
that is readily digable with standard equipment. The mixture shall be in the
ratio of 2500 lbs sand: 100 lbs cement: 200 lbs flyash. If the mixture is not
adequately flowable, an appropriate amount of pumping aid, similar to DARAFILI.®
as manufactured by Grace Construction Products, shall be added, according to the
manufacturer's recommendations.
[ -$iii 4�ilaiiL�:A:Vr \211f J3'ISrtA2Y�
Measurement and payment shall be as defined in the Bid Proposal and/or as
specified elsewhere in these specifications.
End of Section 513
1
I
I
Section 514 ABANDO)*IENT OF SEWER LINES
A. GENERAL
This section specifies the requirements for proper abandonment of sewer lines as
indicated on the drawings and described in the specifications.
B. SEWER LINES OUTSIDE OF DRIVING SURFACES
Sewer lines outside of driving surfaces shall be abandoned in place by cutting
the line at the adjacent manholes. In cases where the manhole is to remain in
service, the previous connection shall be plugged with a water tight plug.
C. SEWER LINES UNDER DRIVING SURFACES
Sewer lines outside of driving surfaces shall be abandoned in place by cutting
the line at the adjacent manholes, and then shall be pumped completely full with
utility mix as specified in Section 513 of these specifications. If the sewer
line is in an encasement, both the carrier pipe and the encasement pipe shall be
' completely filled with utility mix. Observation pits shall be opened as required
on the plans to verify complete filling of the carrier pipe and/or encasement
pipe.
D. MEASUREMENT AND PAYMENT
Measurement and payment shall be as defined in the Bid Proposal and/or as
specified elsewhere in these specifications.
End of Section 514
I
1
n
Li
Ii
I
Iii
Ii
1
11
I
Section 515 ABANDONMENT OF SEWER MANHOLES
A. GENERAL
' This section specifies the requirements for proper abandonment of sanitary
sewer manholes as indicated on the drawings and described in the specifications.
B. MATERIALS
Manholes shall be abandoned by removal of the lid, ring, and top three feet of
the manhole, and by filling the remainder of the manhole with either Hillside,
AHTD Class 7 Base, or with Utility mix as specified on the plans up to the
finished grade.
C. MEASUREMENT AND PAYMENT
Measurement and payment shall be as defined in the Bid Proposal and/or as
specified elsewhere in these specifications.
End of Section 515
I
I
I
I
I
I
I
1
I
i
I
I
' Appendix A
OSHA Safety Requirements for Excavation
1
I
1
I
I
I
Ti
L
I
PI
El
[1
1 §1926.606 � : 29 CFR ChVII (7-1-92 Edition)
L
Li
I
I
1J
I
Li
I
1
I
I
C
El
I
Li
I
(6) Obstructions shall not be laid on
or across the gangway.
(7) The means of access shall be ade-
quately illuminated for Its full length.
• (8) Unless the structure makes it im-•
possible, the means of access shall be
so located that the load will not pass
over employees.
(c) Working surfaces of barges. (1)
Employees shall not be permitted to
walk along the sides of covered light-
ers or barges with coarnings more than
5 feet high, unless there is a 3 -foot
clear walkway, or a grab rail, or a taut
handline is provided.
(2) Decks and other working sur-
faces shall be maintained in a safe
condition.
(3) Employees shall not be permitted
to pass fore and aft, over, or around
deckloads, unless there is a safe pas-
sage.
(4) Employees shall not be permitted
to walk over deckloads from rail to
coaming unless there is a safe passage.
If it is necessary to stand at the out-
board or inboard edge of the deckload
where less than 24 inches of bulwark,
rail, coaming, or other protection
exists, all employees shall be provided
with a suitable means of protection
against falling from the deckload.
(d) First -aid and lifesaving equip-
ment (1) Provisions for rendering first
aid and medical assistance shall be in
accordance with Subpart D of this
part.
(2) The employer shall ensure that
there is in the vicinity of each barge in
use at least one U.S. Coast Guard -ap-
proved 30 -inch lifering with not less
than 90 feet of line attached, and at
least one portable or permanent
ladder which will reach the top of the
apron to the surface of the water. If
the above equipment is not available
at the pier, the employer shall furnish
it during the time that he is working
the barge.
(3) Employees walking or working on
the unguarded decks of barges shall be
protected with U.S. Coast Guard -ap-
proved work vests or buoyant vests.
Ce) Commercial diving operations.
Commercial diving operations shall be
subject to subpart T of part 1910,
§ § 1910.401-1910.441, of this chapter.
(39 FR 22801, June 24, 1974, as amended at
42 FR 37674, July 22, 1977)
§ 1926.606 Definltions applicable to this
subpart
(a) Apron —The area along the wa-
terfront edge of the pier or wharf.
(b) Bulwark —The side 'of a ship
above the upper deck.
(c) Coaming—The raised. frame, as
around a hatchway in the deck, to
keep out water.
(d) Jacob's, ladder —A marine ladder
of rope or chain with wooden or metal
rungs. _
(e) Rail, for the purpose of
§ 1926.605, means a light structure
serving as a guard at the outer edge of
a ship's deck. _
Subpart P —Excavations
Aurnoarrr. Sec. 107, Contract Worker
Hours and Safety Standards Act (Construc-
tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8,
Occupational Safety and Health Act of
1970 (29 U.S.C. 653, 655, 657); Secretary of
Labor's Order No. 12-71 (36 FR 8754), 8-76
(41 FR 25059), or 9-83 (48 FR 35736), as ap-
plicable, and 29 CFR part 1911.
SouRcs 54 FR 45959, Oct. 31, 1989. unless
otherwise noted.
1926.650 Scope, application, and defini-
tions applicable to this subpart
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Excava-
tions are defined to include trenches.
(b) Definitions applicable to this
subpart -
Accepted engineering practices
means those requirements which are
compatible with standards of practice
required by a. registered professional
engineer.
Aluminum Hydraulic Shoring means
a pre-engineered shoring system com-
prised of aluminum hydraulic cylin-
ders (crossbraces) used in conjunction
with vertical rails (uprights) or hori-
zontal rails (walers). Such system Is
designed, specifically to support the
sidewalls of an excavation and prevent
cave-ins.
Bell-bottom pier hole means a type
of shaft or footing excavation, the
bottom of which is made larger than
the cross section above to form a
belled shape.
3
I
Occupational Safety ansealth Admin., Labor • § 1926.650
I
[TI
I
I
Li
I
I
El
I
I
I
I
I
I
Benching (Benching system) means
a method of protecting employees
from cave-ins by excavating the sides
of an excavation to form one or a
series of horizontal levels or steps,
usually with vertical or near -vertical
surfaces between levels.
Cave-in means the separation of a
mass of soil or rock material from the
side of an excavation, or the loss of
soil from under a trench shield or sup-
port system, and its sudden movement
•
into the excavation, either by falling
or sliding, in sufficient quantity so
that it could entrap, bury, or other-
wise injure and immobilize a person.
Competent person means one who is
capable of identifying existing and
predictable hazards in the surround-
ings, or working conditions which are
unsanitary, hazardous, or dangerous
to employees, and who has authoriza-
tion to take prompt corrective meas-
ures to eliminate them.
Cross braces mean the horizontal
members of a shoring system installed
perpendicular to the sides of the exca-
vation. the ends of which bear against
either uprights or wales.
Excavation means any man-made
cut, cavity, trench, or depression in an
earth surface, formed by earth remov-
al.
Faces or sides means the vertical or
inclined earth surfaces formed as a
result of excavation work.
Failure means the breakage, dis-
placement, or permanent deformation
of a structural member or connection
so as to reduce its structural integrity
and its supportive capabilities. -
Hazardous atmosphere means an at-
mosphere which by reason of being ex-
plosive, flammable, poisonous, corro-
sive, oxidizing, irritating, oxygen defi-
cient, toxic, or otherwise harmful, may
cause death, illness, or injury.
Kickout means the accidental re-
lease or failure of a cross brace.
Protective system means a method of
protecting employees from cave-ins,
from material that could fall or roll
from an excavation face or into an ex-
cavation, or from the collapse of adja-
cent structures. Protective systems in-
clude support : systems, sloping and
benching systems, shield systems, and
other systems that provide the neces-
sary protection.
Ramp means an inclined walking or
working surface that is used to gain
access to one point from another, and
is constructed from earth or from
structural materials such as steel or.
wood.
Registered Professional Engineer
means a person who is registered as a
professional engineer in the state
where the work is to be performed.
However, a professional engineer, reg-
istered in any state is deemed to be a
"registered professional engineer"
within the meaning of this standard
when approving designs for "manufac-
tured protective systems" or "tabulat-
ed data" to be used in interstate com-
merce.
Sheeting means the members of a
shoring system that retain the earth
in position and in turn are supported
by other members of the shoring
system.
Shield (Shield system) means a
structure that is able to withstand the
forces imposed on it by a cave-in and
thereby protect employees within the
structure. Shields can be permanent
structures or can be designed to be
portable and moved along as work pro-
gresses. Additionally, shields can be
either premanufactured or job -built in
accordance with § 1926.652 (c)(3) or
(c)(4). Shields used in trenches are
usually referred to as "trench boxes"
or "trench shields."
Shoring (Shoring system) means a
structure such as a metal hydraulic,
mechanical or timber shoring system
that supports the sides of an excava-
tion and which is designed to prevent
cave-ins.
Sides. See "Faces."
Sloping (Sloping system) means a
method of protecting employees from
cave-ins by excavating to form sides of
an excavation that are inclined away
from the excavation so as to prevent
cave-ins. The angle of incline required
to prevent a cave-in varies with differ-
ences in such factors as the soil type,
environmental conditions of exposure,
and application of surcharge loads.
Stable rock means natural solid min.
eral material that can be excavated
with vertical sides and will remain
intact while exposed. Unstable rock is
considered to be stable when the rock
material on the side or sides of the ex -
I
219
§ 1926.651
cavation is secured against caving -in o
movement by rock bolts or by anothe
protective system that has been de
signed by a registered professional en
gineer.
Structural ramp means a ramp built
of steel or wood, usually used for vehi-
cle access. Ramps made of soil or rock
are not considered structural ramps..
Support system means a structure
such as underpinning, bracing, or
shoring, which provides support to an
adjacent structure,. underground in-
stallation, or the sides of an excava-
tion.
Tabulated data means tables and
charts approved"by a registered profes-
sional engineer and used to design and
construct a protective system.
Trench (Trench excavation) means a
narrow excavation (in relation to its
length) made below the surface of the
ground. In general, the depth is great-
er than the width, but the width of a
trench (measured at the bottom) is
not greater than 15 feet (4.6 m). If
forms or other structures are installed
or constructed in an excavation so as
to reduce the dimension measured
from the forms or structure to the side
of the excavation to 15 feet (4.6 m) or
less (measured at the bottom of the
excavation), the excavation is also con-
sidered to be a trench.
Trench box. See "Shield."
Trench shield. See "Shield."
Uprights means the vertical mem-
bers of a trench shoring system placed
in contact with the earth and usually
positioned so that individual members
do not contact each other. Uprights
placed so that individual members are
closely spaced, in contact with or
interconnected to each other, are
often called "sheeting."
Wales means horizontal members of
a shoring system placed parallel to the
excavation face whose sides bear
against the vertical members of the
shoring system or earth.
§ 1926.651 General requirements.
(a) Surface encumbrances. All sur-
face encumbrances that are located so
as to create a hazard to employees
shall be removed or supported, as nec-
essary, to safeguard employees.
(b) Underground installations. (1)
The estimated location of utility in-
�
• . 29 CF. XVII (7-1-92 Edition)
r stallations, such as sewer, telephone,
r fuel, electric, water lines, or any other
• underground installations that reason-
• ably may be expected to be encoun-
tered during excavation work, shall be
determined prior to opening an exca-
vation.
(2) Utility companies or owners shall
be contacted within established or cus-
tomary local response times, advised
of the proposed work, and asked to es-
tablish the location of the utility un-
derground installations prior to the
start of actual excavation. When utili-
ty companies or owners cannot re-
spond to a request to locate under-
ground utility installations within 24
hours (unless a longer period is re-
quired by state or local law), or cannot
establish the exact location of these
installations, the employer may pro-
ceed, provided the employer does so
with caution, and provided detection
equipment or other acceptable means
to locate utility installations are used.
(3) When excavation operations ap-
proach the estimated location of un-
derground installations, the exact lo-
cation of the installations shall be de-
termined by safe and acceptable
means.
(4) While the excavation is open, un-
derground installations shall be pro-
tected, supported or removed as neces-
sary to safeguard employees.
(c) Access and egress —(1) Structural
ramps. (1) Structural ramps that are
used solely by employees as a means of
access or egress from excavations shall
be designed by a competent person.
Structural ramps used for access or
egress of equipment shall be designed
by a competent person qualified in
structural design, and shall be con-
structed in accordance with the
design.
(ii) Ramps and runways constructed
of two or more structural members
shall have the structural members
connected together to prevent dis.
placement.
(ili)- Structural members used for
ramps and runways shall be of uni-
form thickness.
(iv) Cleats or other appropriate
means used to connect runway struc-
tural members shall be attached to the
bottom of the runway or shall be at.
I
I
$
I
I
I
if
I
I
I
I
I
I
I
C1
Li
I
iW11
Occupational Safety co Health Admin., Labor § 1926.651
I
I
[I
1l
I
L
I
11
L
I
I
L
it
I
1
I
I
torched in a manner to prevent trip-
ping.
(v) Structural ramps used in lieu of
steps shall be provided with cleats or
other surface treatments on the top
surface to prevent slipping.
(2) Means of egress from trench exca-
vations. A stairway, ladder, ramp or
other safe means of egress shall be lo-
cated in trench excavations that are 4
feet (1.22 m) or more in depth so as to
require no more than 25 feet (7.62 m)
of lateral travel for employees.
(d) Exposure to vehicular traffic.
Employees exposed to public vehicular
traffic shall be . provided with, and
shall wear, warning vests or other suit-
able garments marked with or made of
reflectorized or high -visibility materi-
al.
(e) Exposure to falling loads. No em-
ployee shall be permitted underneath
loads handled by lifting or digging
equipment. Employees shall be re-
quired to stand away from any vehicle
being loaded or unloaded to avoid
being struck by any spillage or falling
materials. Operators may remain in
the cabs of vehicles being loaded or
unloaded when the vehicles are
equipped, in accordance with
§ 1926.601(b)(6), to provide adequate
protection for the operator during
loading and unloading operations.
(f) Warning system for mobile equip-
ment. When mobile equipment is oper-
ated adjacent to an excavation, or
when such equipment is required to
approach the edge of an excavation,
and the operator does not have a clear
and direct view of the edge of the ex-
cavation, a warning system shall be
utilized such as barricades, hand or
mechanical signals, or stop logs. If pos-
sible, the grade should be away from
the excavation.
(g) 'Hazardous atmospheres —(l)
Testing and controls. In addition to
the requirements set forth in subparts
D and E of this part (29 CFR 1926.50-
1926.107) to prevent exposure to
harmful' levels of atmospheric con-
taminants and to assure acceptable at-
mospheric conditions, the following re-
quirements shall apply.
(i) Where oxygen deficiency (atmos-
pheres containing less than 19.5 per-
cent oxygen) or a hazardous atmos-
phere exists or could reasonably be ex-
pected to exist, such as in excavations
in landfill areas ur excavations in
areas where hazardous substances are
stored nearby, the atmospheres in the
excavation shall be tested before em-
ployees enter excavations greater than
4 feet (1.22 m) in depth.
(ii) Adequate precautions shall be
taken to prevent employee exposure to
atmospheres containing less than 19.5
percent oxygen and other hazardous
atmospheres. These precautions in-
clude providing proper respiratory
protection or ventilation in accordance
with subparts D and E of this part re-
spectively,
(iii) Adequate precaution shall be
taken such as providing ventilation, to
prevent employee exposure to an at-
mosphere containing a concentration
of a flammable gas in excess of 20 per-
cent of the lower flammable limit of
the gas.
(iv) When controls are used that are
intended to reduce the level of atmos-
pheric contaminants to acceptable
levels, testing shall be conducted as
often as necessary to ensure that the
atmosphere remains safe.
(2) Emergency rescue equipment. (i)
Emergency rescue equipment, such as
breathing apparatus, a safety harness
and line, or a basket stretcher, shall be
readily available where hazardous at-
mospheric conditions exist or may rea-
sonably be expected to develop during
work in an excavation. This equipment
shall be attended when in use.
(ii) Employees entering bell-bottom
pier holes; or other similar deep and
confined footing excavations, shall
wear a harness with a life -line securely
attached to it. The lifeline shall be
separate from any line used to handle
materials, and shall be individually at-
tended at all times while the employee
wearing the lifeline is in the excava-
tion.
(h) Protection from hazards associ-
ated with water accumulation. (1) Em-
ployees shall not work in excavations
in which there is accumulated water,
or in excavations in which water is ac-
cumulating, unless adequate precau-
tions have been taken to protect em-
ployees against the hazards posed by
water accumulation. The precautions
necessary to protect employees ade-
quately vary with each situation, but
221
§1926.651
could include special support or shie
systems to.. protect from cave -
water removal to control the level
accumulating. water, or use of a safetharness and lifeline.
(2) If water is controlled or preveh
ed from accumulating by the use
water removal equipment, the wate
equipment and operation
shall be monitored. by a competen
person to ensure proper operation.
(3) If excavation work interrupts th
natural ' drainage -of surface wate
(such as streams), diversion ditches
dikes, or other suitable means shall b
used to prevent surface water from en
tering the excavation and to provid
adequate drainage of the area' adja
cent to the excavation. Excavations
subject to runoff from heavy rains
require an inspection by a competent
person and compliance with para-
graphs (h)(1) and (h)(2), of this sec-
tion.
(1) Stability of adjacent structures.
(1) Where the stability of adjoining
buildings, walls, or other structures is
endangered by excavation operations,
support systems such as shoring, brac-
ing, or underpuuiirig shall be provided
to ensure the stability of such struc-
tures for the protection of employees.
(2) Excavation below the level of the
base or footing of any foundation or
retaining wall that could be reason-
ably expected to pose a hazard to em-
ployees shall not be permitted except
when:
(i) A support system, such as under -
Pinning, is provided to ensure the
safety of employees and the stability
of the structure; or
(ii) The excavation is in stable rock;
or
(iii) A registered . professional engi-
neer has approved the determination
that the structure is sufficently re- _
moved from the excavation so as to be
unaffected by the excavation activity;
or
(iv) A registered: professional engi-
neer has approved the determination
that such excavation work will not
pose a hazard to employees.;.
(3) Sidewalks, pavements, and appur-
tenant structure shall not be under-
mined unless a support system or an-
other method of protection is provided
29 CFi. XVI1 (7-1-92 Edition)
Id•: to protect employees from the possible
ins; collapse of such structures.
of (j) Protection of 'employees � from
loose rock or soil (1) Adequate protec-
tion shall be provided to protect em-
t- ployees from loose rock or soil that
of could pose a hazard by falling or roll-
er ing from an excavation face. Such pro-
s tection shall consist of scaling to
t. remove loose• material; installation of
• protective -barricades at intervals as
e necessary on the face to stop and con -
r tain falling, material; or -other means
that provide equivalent protection.
e (2)_ Employees' shall be protected
from excavated 'or other materials or
e equipment that could pose a hazard by
• falling or rolling into excavations. Pro-
tection shall be provided by- placing
will and keeping such materials or equip-
ment at least 2 feet (.61 m) from the
edge of excavations, or by the use of
retaining devices that aresufficient to
prevent materials or equipment from
falling or rolling into excavations, or
by a combination of both if necessary.
(k) Inspections. (1) Daily inspections
• of excavations, the adjacent areas, and
protective systems shall be made by a
competent person for evidence of a sit-
uation that could result in possible
cave-ins, indications of failure of pro-
tective systems, hazardous atmos-
pheres, or other hazardous conditions.
An inspection shall be conducted by
the competent person prior to the
start of work and as needed through-
out the shift. Inspections shall also be
made after every rainstorm or other
hazard increasing occurrence. These
inspections are only required when
employee exposure can be reasonably
anticipated -
(2) Where the competent person
finds evidence of a situation that could
result in a possible cave-in, indications
of failure of protective systems, haz-
ardous atmospheres, or other hazard-
ous conditions, exposed employees
shall be removed from the hazardous
area until the necessary precautions
have been taken .to ensure their
safety.
(1) Fall protection. (1) Where em-
ployees or equipment are required or
permitted to cross over excavations,
walkways or bridges with standard
guardrails shall be provided. .. .
L'
I
I
11
$
I
I
I
I
I
I
I
I
1
[1
I
222
I
[]
I
I
I
G
I
I
I
I
fl
LJ
I
I
I
I
I
Occupational Safety anVeaIth Admi
(2) Adequate barrier physical protec-
tion shall be provided at all remotely
located excavations. All wells, pits,
shafts. etc., shall be barricaded or cov-
ered. Upon completion of exploration
and similar operations, temporary
wells, pits, shafts, etc., shall be back -
filled.
§ 1926.652 Requirements for protective
systems.
(a) Protection of employees in exca-
vations. (1) Each employee in an exca-
vation shall be protected from cave-ins
by an adequate protective system de-
signed in accordance with paragraph
(b) or (c) of this section except when:
(i) Excavations are made entirely in
stable rock; or
(ii) Excavations are less than 5 feet
(1.52m) in depth and examination of
the ground by a competent person
provides no indication of a potential
cave-in.
(2) Protective systems shall have the
capacity to resist without failure all
loads that are intended or could rea-
sonably be expected. to be applied or
transmitted to the system.
(b) Design of sloping and benching
systems. The slopes and configurations
of sloping and benching systems shall
be selected and constructed by the em-
ployer or his designee and shall be in
accordance with the requirements of
paragraph (b)(1); or, in the alterna-
tive, paragraph (b)(2); or, in the alter-
native, paragraph (b)(3), or, in the al-
ternative, paragraph (b)(4), as follows:
(1) Option (1) —Allowable configura-
tions and slopes. (i) Excavations shall
be sloped at an angle not steeper than
one and one-half horizontal to one
vertical (34 degrees measured from the
horizontal), unless the employer uses
one of the other options listed below.
(ii) Slopes specified in paragraph
(b)(1)(i) of this section, shall be exca-
vated to form configurations that are
in accordance with the slopes shown
for Type C soil in Appendix B to this
subpart.
(2) Option (2) —Determination of
slopes and configurations using Ap-
pendices A and B. Maximum allowable
slopes, and allowable configurations
for sloping and benching systems,
shall be determined in accordance
with the conditions and requirements
n., Labor § 1926.652
set forth in appendices A and B to this
subpart.
(3) Option (3) —Designs using other
tabulated data. (i) Designs of sloping
or benching systems shall be selected
from and be in accordance with tabu-
lated data, such as tables and charts.
(ii) The tabulated data shall be in
written form and shall include all of
the following:
(A) Identification of the parameters
that affect the selection of a sloping
or benching system drawn from such
data;
(B) Identification of the limits of use
of the data, to include the magnitude
and. configuration of slopes deter-
mined to be safe;
(C) Explanatory information as may
be necessary to aid the user in making
a correct- selection of a protective
system from the data.
(iii) At least one copy of the tabulat-
ed data which identifies the registered
professional engineer who approved
the data, shall be maintained at the
jobsite during construction of the pro-
tective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4) —Design by a regis-
tered professional engineer. (I) Sloping
and benching systems not utilizing
Option (1) or Option (2) or Option (3)
under paragraph (b) of this section
shall be approved by a registered pro-
fessional engineer.
(ii) Designs shall be in written form
and shall include at least the follow-
ing:
(A) The magnitude of the slopes
that were determined to be safe for
the particular. project;
(B) The configurations that were de-
termined to be safe for the particular
project; and
(C) The identity of the registered
professional engineer approving the
design.
Ciii) At least one copy of the design
shall be maintained at the jobsite
while the slope is being constructed.
After that time the design need not be
at the jobsite, but a copy shall be
made available to the Secretary upon
request.
(c) Design of support systems, shield
systems, and other protective systems.
I
223
§ 1926:652 • TZ9 -"CFS. XVf4 =1-925Edltion)
Designs '.of - support systems• shield sys-
tems, • and other protective systems
shall be.. selected -and- constructed by
the -employer:br his designee: and shall
be .ht -=accordance with 'the 'require-
ments .of ,paragraph (c)(1): or, in the
alternative,paragraph tc)(2); or, in%he
alternative, paragraph (c)(3); or, in .the
alternative paragraph (c)(4)' . as fol-
lows:
(1) Option (1) —Designs using`appen-
dices A, C and D. Designs for timber
shoring in •trenches shall be .deter-
mined in accordance with the condi-
tions and requirements set forth in ap-
pendices A and C to this subpart. t)e•
-
signs for aluminum hydraulic shoring
shall be in accordance with paragraph
(c)(2) of this section, but if manufac-
turer's tabulated data cannot be uti-
lized, designs shall be in accordance
with appendix D.
(2) Option (2) —Designs Using Manu-
facturer's Tabulated Data. (i) Design
of support systems, shield systems, or
other protective systems that are
drawn from manufacturer's tabulated
data shall be in accordance with all
specifications, recommendations, and
limitations issued or made by the man-
ufacturer.
(ii) Deviation from the specifica-
tions, recommendations, and limita-
tions issued or made by the manufac-
turer shall only be allowed after the
manufacturer issues specific written
approval.
(iii) Manufacturer's specifications,
recommendations, and limitations, and
manufacturer's approval to deviate -
from the specifications, recommenda-
tions, and limitations shall be in writ-
ten form at the jobsite during con-
struction of the protective system.
After that time this data may be
stored off the jobsite, but a copy shall
be made available, to the Secretary
upon request.
(3) Option (3) —Designs using other
tabulated data. (i) Designs of support
systems, shield systems, or other pro-
tective systems shall be selected from
and be in accordance with tabulated
data, such as tables and charts.
(ii) The tabulated data shall be in
written form and include all of the fol-
lowing:
. (A) Identification 'of :the -.parameters
that affect the .selection of a :protec-
'tive system .drawn from such.data; .
.(B) Identificatioxrof the-limits.of use
of .the data; .
(C) Explanatory information as -may
• be -:necessary to .ai'd.the user yin. making
a ' corfect selection of a C:protec`tive
system from the data. .
(iii) At least axle.copy of:.the.tabuiat-
ed data, which identifies the •regis-
tered professional engineer who ap-
proved the data, shall be maintained
at the jobsite during construction-ofP
the :protective system. After that time
.the. data may be stored off the jobsite,
but a copy of the data shall be made
available to the Secretary upon re-
quest. -
(4) Option (4) —Design by a regis-
tered professional engineer. (i) Sup-
port systems, shield systems, and
other protective systems not utilizing
Option 1, Option 2 or Option 3, above,
shall be approved by a registered pro-
fessional engineer.
(ii) Designs shall be in written form
and shall include the following:
(A) A plan indicating the sizes,
types, and configurations of the mate-
rials to be used in the protective
system; and
(B) The identity of the registered
professional engineer approving the
design.
(iii) At least one copy of the design
shall be maintained at the jobsite
during construction of the protective
system. After that time, the design
may be stored off the jobsite, but a
copy of the design shall be made avail-
able to the Secretary upon request.
(d) Materials and equipment (1) Ma-
terials and equipment used for protec-
tive systems shall be free from damage
or defects that might impair , their
proper function.
• (2) Manufactured materials and
equipment used for protective systems
shall be used and maintained in a
manner that is consistent with the rec-
ommendations of the manufacturer,
and in a manner that will prevent em-
ployee exposure to hazards.
(3) When material or equipment
that is used for protective systems is
damaged, a competent person shall ex-
amine the material or'equipment:and
evaluate its suitability for continued
I
I
I
I
n
J
I
I
I
Li
I
U
I
I
Li
224
I
I
G
I
I
I
I
I
I
I
[I
I
I
L1
Occupational Safety V Health Admin., Labor • Subpt. P, App, A
use. If the competent person cannot
assure the material or equipment is
able to support the intended loads or
is otherwise suitable for safe use, then
such material or equipment shall be
removed from service, and shall be
evaluated and approved by a regis-
tered professional engineer before
being returned to service.
(e) Installation and removal of sup-
port —(1) General. (I) Members of sup-
port systems shall be securely connect-
ed together to prevent sliding, falling,
kickouts, or other predictable failure.
(ii) Support systems shall be in
stalled and removed in a manner that
protects employees from cave-ins,
structural collapses, or from being
struck by members of the support
system.
(iii) Individual members of support
systems shall not be subjected to loads
exceeding those which those members
were designed to withstand.
(iv) Before temporary removal of in-
dividual members begins, additional
precautions shall be taken to ensure
the safety of employees, such as in-
stalling other structural members to
carry the loads imposed on the sup-
port system.
(v) Removal shall begin at, and
progress from, the bottom of the exca-
vation. Members shall be released
slowly so as to note any indication of
possible failure of the remaining mem-
bers of the structure or possible cave-
in of the sides of the excavation.
(vi) Backfilling shall progress to-
gether with the removal of support
systems from excavations. -
(2) Additional requirements for sup-
port systems for trench excavations. (I)
Excavation of material to a level no
greater than 2 feet (.61 m) below the
bottom Qf the members of a support
system shall be permitted, but only if
the system is designed to resist the
forces calculated for the full depth of
the trench, and there are no indica-
tions while the trench is open of a pos-
sible loss of soil from behind or below
the bottom of the support system.
(ii) Installation of a support system
shall be closely coordinated with the
excavation of trenches.
(f) Sloping and benching systems.
Employees shall not be permitted to
work on the faces of sloped or benched
excavations at levels above other em-
ployees except when employees at the
lower levels are adequately protected
from the hazard of falling, rolling, or
sliding material or equipment.
(g) Shield systems —(1) General (1)
Shield systems shall not be subjected
to loads exceeding those which the
system was designed to withstand.
(ii) Shields shall be installed in a
manner to restrict lateral or other
hazardous movement of the shield in
the event of the application of sudden
lateral loads.
(iii) Employees shall be protected
from the hazard of cave-ins when en-
tering or exiting the areas protected
by shields.
(iv) Employees shall not be allowed
in shields when shields are being in-
stalled, removed, or moved vertically.
(2) Additional requirement for shield
systems used in trench excavations.
Excavations of earth material to a
level not greater than 2 feet (.61 m)
below the bottom of a shield shall be
permitted, but only if the shield is de-
signed to resist the forces calculated
for the full depth of the trench, and
there are no indications while the
trench is open of a possible loss of soil
from behind or below the bottom of
the shield.
APPENDIX A TO SUBPART P -SOIL
CLASSIFICATION
(a) Scope and application --(1) Scope. This
appendix describes a method of classifying
soil and rock deposits based on site and envi-
ronmental conditions, and on the structure
and composition of the earth deposits. The
appendix contains definitions, sets forth re-
quirements, and describes acceptable visual
and manual tests for use in classifying soils.
(2) Application. This appendix applies
when a sloping or benching system is de-
signed in accordance with the requirements
set forth in g 1926.652(b)(2) as a method of
protection for employees from cave-ins.
This appendix also applies when timber
shoring for excavations is designed as a
method of protection from cave-ins in ac-
cordance with appendix C to subpart P of
part 1926, and when aluminum hydraulic
shoring is designed in accordance with ap-
pendix D. This Appendix also applies if
other protective systems are designed and
selected for use from data prepared in ac-
cordance with the requirements set forth in
I1926.652(c), and the use of the data is
225
Subpt. P, App. A •
predicated on the use of the soil cassifica=
tion system set forth in this appendix. .
(b) Definitions. The definitions and exam-
ples given below are based on, in whole or in
part, the following: American Society for
Testing Materials (ASTM) Standards D653-
85 and D2488; The Unified Soils Classifica-
tion System, The U.S. Department of Agri-
culture (USDA) Textural Classification
Scheme; and The National Bureau of Stand-
ards Report BSS -121.
Cemented soil means a soil in which the
particles are held together by a chemical
agent, such as calcium carbonate, such that
a hand -size sample cannot be crushed into
powder or individual soil particles by finger
pressure.
Cohesive soil means clay (fine grained
soil), or soil with a high clay content, which
has cohesive strength. Cohesive soil does
not crumble, can be excavated with vertical
-sideslopes, and is plastic when moist. Cohe-
sive soil is hard to break up when dry, and
exhibi.ts significant cohesion when sub-
merged. Cohesive soils include clayey silt,
sandy clay, silty clay, clay and organic clay.
Dry soil means soil that does not exhibit
visible: signs of moisture content.
Fissured means a soil material that has a
tendency to break along definite planes of
fracture with little resistance, or a material
that exhibits open cracks, such as tension
cracks. in an exposed surface.
Granular soil means gravel, sand, or silt,
(coarse grained soil) with little or no clay
content. Granular soil has no cohesive
strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be
molded when moist and crumbles easily
when dry.
Layered system means two or more dis-
tinctly different soil or rock types arranged
in layers. Micaceous seams or weakened
planes in rock or shale are. considered lay
ered.
Moist soil means a condition in which a
soil looks and feels damp. Moist cohesive
soil can easily be shaped into a ball and
rolled into small diameter threads before
crumbling. Moist granular soil that contains
some cohesive material will exhibit signs of
cohesion between particles.
Plastic means a property of a soil which
allows the soil to be deformed or molded
without cracking, or appreciable volume
change.
Saturated soil means a soil in which the
voids are filled with water. Saturation does
not require flow. Saturation, or near satura-
tion, is necessary for the proper use of in-
struments such as a pocket penetrometer or
sheer vane.
Soil classification system means, for the
purpose of this subpart, a method of catego-
rizing soil and rock deposits in a hierarchy
of Stable Rock, Type A, Type B, and Type
C, in decreasing order of stability. The cate-
-. 29 CFR COVII (7-1-92 Edition)
gories are determined based on an analysis
of the properties and performance charac-
teristics of the deposits and the environ-
mental conditions of exposure.
Stable rock means. natural solid mineral
matter that can be excavated with vertical
sides and remain intact while exposed....
Submerged soil means soil which is under-
water or is free seeping.
Type A means cohesive soils with an un-
confined compressive strength of 1.5 ton per
square foot (tsf) (144 kPa) or greater. Exam-
ples of cohesive soils are: clay, silty clay,
sandy clay, clay loam and, in some cases,
silty .clay loam and sandy clay loam. Ce-
mented soils such• as caliche and hardpan
are also considered Type A. However, no soil
is Type A if: -
(i) The soil is fissured: or
(ii) The soil is subject to vibration from
heavy traffic, pile driving, or similar effects;
or
(iii) The soil has been previously dis-
turbed; or _
(iv) The soil is part of a sloped, layered
system where the layers dip into the excava-
tion on a slope of four horizontal to one ver-
tical (4H:1V) or greater, or
(v) The material is subject to other factors
that would require it to be classified as a
less stable material.
Type B means:
(i) Cohesive soil with an unconfined com-
pressive strength greater than 0.5 tsf (48
kPa) but less than 1.5 tsf (144 kPa); or
(ii) Granular cohesionless soils including:
angular gravel (similar to crushed rock), silt,
silt loam, sandy loam and, in some cases,
silty clay loam and sandy clay loam.
(iii) Previously disturbed soils except
those which would otherwise be classed as
Type C soil
(iv) Soil that meets the unconfined com-
pressive strength or cementation require-
ments for Type A, but is fissured or subject
to vibration; or
(v) Dry rock that is not stable; or
(vi) Material that is part of a sloped, lay-
ered system where the layers dip into the
excavation on a slope less steep than four
horizontal to one vertical (4H:1V), but only
if the material would otherwise be classified
-as Type B.
Type C means:
(i) Cohesive soil with an unconfined com-
pressive strength of 0.5 tsf (48 kPa) or less;
or
(ii) Granular soils including gravel, sand,
and loamy sand; or
(iii) Submerged soil or soil from which
water is freely seeping; or
(iv) Submerged rock that is not stable, or
(v) Material in a sloped, layered system
where the layers dip into the excavation or
a slope of four horizontal to one vertical
•(4H:IV) or steeper.
I
I
I
I
I-
[1
r
I
I
I
I
I
I
I
11
I
226
I
Occupational Safety arwealth Ad'min., Labor. • Subpt. P, App. A
[J
I
is
I
1,
I
I
I
I
I
I
I
Li
I
I
Unconfined compressive strength means
the load per unit area at which a soil will
fail in compression. It can be determined by
laboratory testing, or estimated in the field
using a pocket penetrometer, by thumb pen-
etration tests, and other methods.
Wet soil means soil that contains signifi-
cantly more moisture than moist soil, but In
such a range of values that cohesive materi-
al will slump or begin to flow when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those
cohesive properties when wet.
(e) Requirements —(1) Classification of
soil and rock deposits. Each soil and rock
deposit shall be classified by a competent
person as Stable Rock, Type A. Type B. or
Type C in accordance with the definitions
set forth In paragraph (b) of this appendix.
(2) Basis of classification. The classifica-
tion of the deposits shall be made based on
the results of at least one visual and at least
one manual analysis. Such analyses shall be
conducted by a competent person using
tests described in paragraph (d) below, or in
other recognized methods of soil classifica-
tion and testing such as those adopted by
the America Society for Testing Materials,
or the U.S. Department of Agriculture tex-
tural classification system.
(3) Visual and manual analyses. The
visual and manual analyses, such as those
noted as being acceptable in paragraph (d)
of this appendix, shat be designed and con-
ducted to provide sufficient quantitative
and qualitative information as may be nec-
essary to identify properly the properties,
factors, and conditions affecting the classifi-
cation of the deposits.
(4) Layered systems. In a layered system,
the system shall be classified In accordance
with its weakest layer. However, each layer
may be classified individually where a more
stable layer lies under a less stable layer.
(5) Reclassification. If, after classifying a
deposit, the properties, factors, or condi-
tions affecting its classification -change in
any way, the changes shall be evaluated by
a competent person. The deposit shall be re-
classified as necessary to reflect the
changed circumstances.
(d) Acceptable visual and manual tests. —
(1) Visual tests. Visual analysis is conducted
to determine qualitative Information regard-
ing'the excavation site in general, the soil
adjacent to the excavation, the soil forming
the sides of the open excavation, and the
soil taken as samples from excavated mate.
rial.
(1) Observe samples of*soil that arc exca-
vated and soil in the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
material is cohesive material. Soil composed
primarily of coarse -grained sand or gravel Is
granular material.
(11) Observe soil as It is excavated. Soil
that remains in clumps when excavated is
cohesive. Soil that breaks up easily and does
not stay in clumps is granular.
(iii) Observe the side of the opened exca-
vation and the surface area adjacent to the
excavation. Crack -like openings such as ten-
sion cracks could Indicate fissured material.
If chunks of soil spall off a vertical side, the
soil could be fissured. Small spells are evi-
dence of moving ground and are indications
of potentially hazardous situations.
(iv) Observe the area adjacent to the exca-
vation and the excavation itself for evidence
of existing utility and other underground
structures, and to identify previously dis-
turbed soil.
(v) Observe the opened side of the excava-
tion to identify layered systems. Examine
layered systems to identify if the layers
slope toward the excavation. Estimate the
degree of slope of the layers.
(vi) Observe the area adjacent to the exca-
vation and the sides of the opened excava-
tion for evidence of surface water, water
seeping from the sides of the excavation, or
the location of the level of the water table.
(vii) Observe the area adjacent to the ex-
cavation and the area within the excavation
for sources of vibration that may affect the
stability of the excavation face.
(2) Manual tests. Manual analysis of soil
samples is conducted to determine quantita-
tive as well as qualitative properties of soil
and to provide more information in order to
classify soil properly.
(i) Plasticity. Mold a moist or wet sample
of soil into a ball and attempt to roll it into
threads as thin as K -inch in diameter. Cohe-
sive material can be successfully rolled into
threads without crumbling. For example, if
at least a two inch (50 mm) length of ¼-inch
thread can be held on one end without tear-
ing, the soil is cohesive.
(II) Dry strength. If the soil is dry and
crumbles on its own or with moderate pres-
sure into individual grains or fine powder, it
is granular (any combination of gravel,
sand, or silt). If the soil is dry and falls into
clumps which break up into smaller clumps,
but the smaller clumps can only be broken
upwith difficulty, it may be clay in any
combination with gravel, sand or silt. If the
dry soil breaks into clumps which do not
break up into small clumps and which can
only be broken with difficulty, and there is
no visual indication the soil is fissured, the
soil may be considered unflssured.
(lit) Thumb penetration. The thumb pene-
tration test can be used to estimate the un-
confined compressive strength of cohesive
soils. (This test is based on the thumb pene-
tration test described in American Society
for Testing and Materials (ASTM) Standard
designation D2488 —"Standard Recommend-
ed Practice for Description of Soils (Visual —
I
227
Subpt. P, App. B 0 29 CFR Ch.01I (7-1-92 Edition) I
Manual Procedure).") Type A soils with an
unconfined compressive strength of 1.5 tsf
can be readily indented by the thumb: how-
ever, they can be penetrated by the thumb
only with very great effort. Type C soils
with an unconfined compressive strength of
0.5 tsican be easily penetrated several
inches by the thumb, and can be molded by
light finger pressure. This test should be
conducted on an undisturbed soil sample,
such as a large clump of spoil, as soon as
practicable after excavation to keep to a mi-
minum the effects of exposure to drying in-
fluences. If the excavation is later exposed
to wetting influences (rain, flooding), the
classification of the soil must be changed ac-
cordingly.
(iv) Other strength tests. Estimates of un-
confined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated shear -
vane.
(v) Drying test The basic purpose of the
drying test is to differentiate between cohe-
sive material with fissures, unfissured cohe-
sive material, and granular material. The
procedure for the drying test involves
drying a sample of soil that is approximate-
ly one inch thick (2.54 cm) and six inches
(15.24 cm) in diameter until it is thoroughly
dry:
(A) If the sample develops cracks as it
dries, significant fissures are indicated.
(B) Samples that dry without cracking are
to be broken by hand. If considerable force
is necessary to break a sample, the soil has
significant cohesive material content. The
soil can be classified as a unfissured cohe-
sive material and the unconfined compres-
sive strength should be determined.
(C) If a sample breaks easily by hand, it Is
either a fissured cohesive material or a
granular material. To distinguish between
the two, pulverize the dried clumps of the
sample by hand or by stepping on them. If
the clumps do not pulverize easily, the ma- _
terial L; cohesive with fissures. If they pul-
verize easily into very small fragments, the
material is granular.
APPENDIX B TO SUBPART P -SLOPING
AND BENCHING
(a) Scope and application. This appendix
contains specifications for sloping and
benching when used as methods of protect-
ing employees working In excavations from
cave-ins. The requirements of this appendix
apply when the design of sloping and bench-
ing protective systems is to be performed in
accordance with the requirements set forth
in § 1926.652(b)(2).
(b) Definitions.
Actual slope means the slope to which an
excavation face is excavated.
Distress means that the soil is in a condi-
tion where a cave-in is imminent or is likely
to occur. Distress is evidenced by such phe-
nomena as the development of fissures in
the face of or adjacent to an open excava-
tion; the subsidence of the edge of an exca-
vation; the slumping of material from the
face or the bulging or heaving of material
from the bottom of an excavation; the spall-
ing of material from the face of an excava-
tion; and ravelling, i.e., small amounts of
material such as pebbles or little clumps of
material suddenly separating from the face
of an excavation and trickling or rolling
down into the excavation.
Maximum allowable slope means the
steepest incline of an excavation face that is
acceptable for the most favorable site condi.
tions as protection against cave-ins, and is
expressed as the ratio of horizontal distance
to vertical rise (H:V).
Short term exposure means a period of
time less than or equal to 24 hours that an
excavation is open.
(c) Requirements -(l) Soil classification.
Soil and rock deposits shall be classified in
accordance with appendix A to subpart P of
part 1926.
(2) Maximum allowable slope. The maxi-
mum allowable slope for a soil or rock de-
posit shall be determined from Table B-1 of
this appendix.
(3) Actual slope. (f) The actual slope shall
not be steeper than the maximum allowable
slope.
(ii) The actual slope shall be less steep
than the maximum allowable slope, when
there are signs of distress. If that situation
occurs, the slope shall be cut back to an
actual slope which is at least % horizontal
to one vertical (S4H:1V) less steep than the
maximum allowable slope.
(iii) When surcharge loads from stored
material or equipment, operating equip-
ment, or traffic are present, a competent
person shall determine. the degree to which
the actual slope must be reduced below the
maximum allowable slope, and shall assure
that such reduction is achieved. Surcharge
loads from adjacent structures shall be eval-
uated in accordance with! 1926.651(i).
(4) Configurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure B-1.
I
I
I
I
I
I
I
I
I
I
I
I
Cl
I
228
I
Occupational Safety Health+Admin., Labor Subpt. P, App. B
TABLE B-1
MAXIMUM ALLOWABLE SLOPES
I
I
11
SOIL
OR ROCK TYPE
1 AIMUM
ALLOWABLE SLOPES(H:V)(1]
FOR
EXCAVATIONS LESS THAN 20 FEET
STABLE
ROCK
VERTICAL (90°)
TYPE
A (2)
3/4:1
(531
TYPE
B
1:1
(451
TYPE
C
1+i:1
(340)
NOTES:
1. Numbers shown in parentheses next to -maximum allowable slopes are angles expressed in
degrees from the horizontal. Angles have been rounded off.
2. A short-term maximum allowable slope of 1/2H:IV (63') is allowed in
excavations in Type A soil that are 12 feet (3.67 m) or less in depth.
Short-term maximum allowable slopes for excavations greater than 12
feet (3.67 m) in depth shall be 3/4H:IV (S3').
3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered
professional engineer.
1
Figure B-1
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
' B-1.1 Excavations made in Type A soil
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable
slope of 3'.:1.
I
I
I
L
1
229
Sub,pt. P, App. B
20' Max.
I..
• - 29 CFR XV11 (7-1-92 Edition)
SIMPLE SLOPE -GENERAL
Exception: Simple slope excavations which are open 24 hours or less (short term) and
which are 12 feet or less in depth shall have a maximum allowable slope of 54:1.
12' Max.
SIMPLE SLOPE -SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of V. to 1 and maximum bench dimensions as follows:
230-
I
I
I
I
1
Occupational Safety a�Health Admin., Labor
SInPI.E BENCH
Subpt. P, App: B
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower
portions shall have a maximum verticai "side of 3½ feet.
Al
S' Max. 3/L
(Alax.
UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DEPTH
All excavations more than 8 feet but not more than 12 feet in depth which unsupported
vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum
vertical side of 3% feet.
231
Subpt. P, App. B 29 CFRi. XV11 (7-1-92 Edition)
UNSUPPORTED VERTICALLY SIDED LOWER PORTION-MAXIMD'M 12 FEET IN DEPTH
All excavations 20 feet or less in depth which have. vertically sided lower portions that are
supported or shielded shall have a maximum allowable slope of %:1. The support or shield
system must extend at least 18 inches above the top of the vertical side.
20' Max.
I
3/+
18" Min.
Total height of vertical side
SUPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION
4. All other simple slope, compound slope, and vertically sided lower portion excavations
shall be in accordance with the other options permitted under § 1926.652(b).
B-1.2 Excavations Made in Type B Soil
1.. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 1:1.
SIMPLE SLOPE
2. All benched excavations 20. feet or less in depth shall have a maximum allowable slope
of 1:1 and maximum bench dimensions as follows:
232
Ii
1
Occupational Safety aItHealth Admin., Labor Subpt. P, App. B
This bench allowed in cohesive soil only.
1 I
1 20' Max
I
4' '
Max. %
SINGLE BENCH
This bench allowed in cohesive soil only
/I
20' Max. iI
J
1
Nax_
4' Max.
I �
MULTIPLE BENCH
3. Al! excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1:1.
20' Max.
Support or shield system
8" Min.
Total height of vertical side
233
Subpt. P, App. B 9 29 CFR OXVI1 (7-1-92 Edition)
VERTICALLY SIDED LOWER PORTION
4. All other sloped excavations shallbe in accordance with the other options permitted in
¢ 1926.652(b).
B-1.3 Excavations Made in Type C Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 134:1.
?0' Max.
I
SIMPLE SLOPE
2. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1'h:1.
20' Max.
Support or shield system
I
� � t
18" Kin. l
Total height of vertical side
I
I
I
I
I
1
1
1
234
I
.1
1
I
1
1
I
1
I
I
Occupational Safety arlealth Admin., Labor • Subpt. P, App. S
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be In accordance with the uihei options permitted in
§ 1926.652(b).
8-1.4 Excavations Made in Layered Soils
1. All excavations 20 feet or less in depth made in layered soils shall have a maximum
allowable slope for each layer as set forth below.
d OVER A
C OVER A
C OVER d
235
;iubpt. P, App. C •
29 CFWh. XVII (7-1-92 Edition)
A OVER 8
P
b
A OVER C
B OVER C
A �1
B Z1
'½
c 1
1½
2. All other sloped excavations shall be in accordance with the other options permitted in
§ 1926.652(b).
APPENDIx C TO SUBPART P-TIMBE R
SHORING FOR TRENCHES
(a) Scope. This appendix contains infor-
mation that can be used timber shoring is
provided as a method of protection from
cave-ins in trenches that do not exceed 20
feet (6.1 m:) in depth. This appendix must be
used when design of timber shoring protec-
tive systems is to be performed in accord-
ance with § 1926.652(c)(1). Other timber
shoring configurations; other systems of
support such as hydraulic and pneumatic
systems; and other protective systems such
as sloping, benching, shielding, and freezing
systems must be designed in accordance
with the requirements set forth in
§ 1926.652(b) and § 1926.652(c).
(b) Soil Classification. In order to use the
data presented in this appendix, the soil
type or types in which the excavation is
made must first be determined using the
soil classification method set forth in appen-
dix A of subpart P of this part.
(c) Presentation of Information. Informa-
tion is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables C-1.1, C-1.2, and C-1.3, and
Tables C-2.1, C-2.2 and C-2.3 following
236
I
L
I
I
I
I
I
I
I
U
I
I
I
I
C1
I
I
:Occupational,Safety'$°Health Admin.,
paragraph (g) of the appendix. Each table
presents the minimum sizes of timber mem-
bers to use in a shoring system, and each
table.contalnc data:only for the particular
-soi}..type In which the. excavation_or portion
of the excavation Is made. The data are ar-
ranged to allow the user the flexibility -to
• select from among severalacceptable con-
figt Sttons bf members based on 'varying
the •horizontal spacing of the crossbraces.
Stable rock Is*exempt from shoring require-
ments and therefore, to data arepresented
for this condition.
(2) Information concerning the basis of
the tabular data and the limitations of the
data Is presented in paragraph (d) of this
appendix, and on the tables themselves.
(3),Information explaining the use of the
tabular data Is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations regarding
Tables C-1.1 through C-1.3 and Tables C-
2.1 through C-2.3 ' are presented in para-
graph (g) of this Appendix.
(d) Basis and limitations o/ the data. —(1)
Dimensions of timber members. (1) The sizes
of the timber members listed in Tables C-
1.1 through C-1.3 are taken from the Na-
tional Bureau of Standards (NBS) report,
"Recommended Technical Provisions for
Construction Practice in Shoring and Slop- t
ing of Trenches and Excavations." In addi-
tion, where NBS did not recommend specific
sizes of members, member sizes are based on
an analysis of the sizes required for use by
existing codes and on empirical practice. t
(11) The required dimensions of the mem- s
bers listed in Tables C-1.1 through C-1.3
refer to actual dimensions and not nominal t
dimensions of the timber. Employers want-
ing to use nominal size shoring are directed
to Tables C-2.1 through C-2.3, or have this
choice under 11926.652(c)(3),- and are re- t
ferred to The Corps of Engineers, The
Bureau of Reclamation or data from other t
acceptable sources. t
(2) Limitation of application. (1) It Is not t
Intended that the timber shoring specifica- v
tion apply to every situation that may be
experienced in the field. These data were b
developed to apply to the situations that are
most commonly experienced In current
trenching practice. Shoring systems for use
in situations that are not covered by the
data in this appendix must be designed as
specified in § 1926.652(c).
(U) When any of the following conditions
are present, the members specified in the
tables are not considered adequate. Either
an alternate timber shoring system must be
designed or another type of protective Space 4x4 crossbraces at six feet horizon -
system designed in accordance with tally and four feet vertically.
¢ 1926.652. Wales are not required.
Labor • :Subpt.P, App. C
'A) When loads imposed by' structures or
by stored material adjacent to the : trench
weign In excess of the load imposed by a.
two -foot . soil •surcharge. The term "adja•
cent" as used here means the area within a
horizontal distance from the edge of :tbs
trench equal to the depth of the trench.
(B). When vertical ]Dads imposed_on cross
braces exceed a 240 -pound gravity -load dis-
tributed on a one -foot. section of the center
of the crossbrace.
(C) When surcharge loads are :present
from equipment weighing in excess of 20,000
pounds.
(D) When only the lower portion of a
trench is shored and the remaining portion
of the trench Is sloped or benched unless
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables. The members of the
shoring system that are to be selected using
this information are the cross braces, the
uprights, and the wales, where wales are re-
quired. Minimum sizes of members are spec-
fied for use in different types of soil. There
are six tables of information, two for each
soil type. The soil type must first be deter-
mined in accordance with the soil classifica-
tion system described in appendix A to sub -
art P of part 1926. Using the appropriate
table, the selection of the size and spacing
of the members is then made. The selection
1s based on the depth and width of the
rench where the members are to be in -
tailed and, in most instances, the selection
1s also based on the horizontal spacing of
he crossbraces. Instances where a choice of
horizontal spacing of crossbracing is avail-
able, the horizontal spacing of the cross -
braces must be chosen by the user before
he size of any member can be determined.
When the soil type, the width and depth of
he trench, and the horizontal spacing of
he crossbraces are known, the size and ver-
ical spacing of the crossbraces, the size and
ertical spacing of the wales, and the size
cane
horizontal spacing of the uprights n
e read from the appropriate table.
(f) Examples to Illustrate the Use of Tables
%1.1 through C-1.3.
(1) Example 1.
A trench dug in Type A soil is 13 feet deep
and five feet wide.
From Table C-1.1, for acceptable arrange-
ments of timber can be used.
Arrangement #1
f_1
237
Subpt. P, App. C •
Space 3x8 uprights at six feet horizontal-
ly. This arrangement is commonly called
"skip shoring."
Arrangement #2
Space 4x6 crossbraces at eight feet hori-
zontally and four feet vertically.
Space 8x8 8 wales at four feet vertically.
Space 2x6 uprights at four feet horizon-
tally.
Arrangement #3 :
Space 6 x 6 crossbraces at 10 feet horizon-
tally and four feet vertically.
Space 8 x 10 wales at four feet vertically.
Space 2x 6 uprights at five feet horizontal-
ly..
Arrangement #4
Space 6x6 crossbraces at 12 feet horizon-
tally and four feet vertically.
Space 10 x 10 wales at four feet vertically.
,spaces 3x8 uprights at six feet horizon-
tally. -
(2) Example 2.
A trench dug in Type B soil in 13 feet
deep and five feet wide. From Table C-1.2
three acceptable arrangements of members
are listed.
Arrangement #1
Space 6x6 crossbraces at six feet horizon-
tally and five feet vertically.
Space 8 x 8 wales at five feet vertically.
Space 2x6 uprights at two feet horizontal-
ly.
Arrangement #2
Space 6x8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space lox 10 wales at five feet vertically.
Space 2x6 uprights at two feet horizontal-
ly.
Arrangement #3
Space 8x8 crossbraces at 10 feet horizon-
tally and five feet vertically.
Space lox 12 wales at five feet vertically.
Space 2X6 uprights at two feet vertically.
(3) Example 3.
A trench dug in Type C soil is 13 feet deep
and five feet wide.
From Table C-1.3 two acceptable arrange-
ments of members can be used.
Arrangement #1
Space 8x8 crossbraces at six feet horizon-
tally and five feet vertically.
Space 10 x 12 wales at five feet vertically.
Position 2x6 uprights as closely together
as possible.
If water must be retained use special
tongue and groove uprights to form tight
sheeting.
29 CFfii. XV11 (7-1-92 Edition)
Arrangement #2
Space 8x10 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 12x12 wales at five feet vertically.
Position 2x6 uprights in a close sheeting
configuration unless water pressure must be
resisted. Tight sheeting must be used where
water must be retained.
(4) Example 4.
A trench dug in Type C soil is 20 feet deep
and 11 feet wide. The size and spacing of
members for the section of trench that Is
over 15 feet in depth is determined using
Table C-1.3. Only one arrangement of mem-
bers is provided.
Space 8x 10 -crossbraces at six feet hori-
zontally and five feet vertically.
Space 12x12 wales at five feet vertically.
Use 3x6 tight sheeting.
Use of Tables C-2.1 through C-2.3 would
follow the same procedures.
(g) Notes for all Tables.
1. Member sizes at spacings other than in-
dicated are to be determined as specified in
§ 1926.652(c), "Design of Protective Sys-
tems."
2. When conditions are saturated or sub-
merged use Tight Sheeting. Tight Sheeting
refers to the use of specially -edged timber
planks (e.g., tongue and groove) at least
three inches thick, steel sheet piling, or
similar construction that when driven -or
placed in position provide a tight wall to
resist the lateral pressure of. water and to
prevent the loss of backfill material. Close
Sheeting refers • to the placement of planks
side -by -side allowing as little space as possi-
ble between them.
3. All spacing indicated is measured center
to center.
4. Wales to. be installed with greater di-
mension horizontal.
5. If the vertical distance from the center
of the lowest crossbrace to the bottom of
the trench exceeds two and one-half feet,
uprights shall be firmly embedded or a
mudsill shall be used. Where uprights are
embedded, the vertical distance from the
center of the lowest crossbrace to the
bottom of the trench shall not exceed 36
inches. When inudsills are used, the vertical
distance shall not exceed 42 inches. Mudsills
are wales that are installed at the toe of the
trench side.
6. Trench jacks may be used in lieu of or
in combination with timber crossbraces.
7. Placement cf crossbraces. When the ver-
tical spacing of crossbraces is four feet,
place the top crossbrace no more than two
feet below the top of the trench. When the
vertical spacing of crossbraces is five feet,
place the top crossbrace no more than 2.5
feet below the top of the trench.
Li
I
I
I
J
[1
11
Cl
I
I
I
U
C1
238
L
Occupational Safety �� Health Admin., Labor
Subpt. P, App. C
N
@1
Z
O
L
E
q
W
u
a
0
J
O
U,
W
.J
W
W
N
-
O.
•
1
E
u
-
Z
4
W
r
J
Z
S
m
C
,
N
CJ
N
Z
U
z
o
to
U
Z
C
W
W
H
r
W
m
O
O
^
V
N
6
N
J
C
D
O
-
X
x
0
N
K
0-
.O
S W
X
W
N
W W
J
O
.O
x
J
N
Q
Y
Li
•
•
r
X
LI,
C
b
b
X
X
X
W¢
;
C
1
VC
O
Q
Q
V
Q
O^
O-
NZ
�-
Yv
m
•+-
m
O
C
r-
occo.
'C
x
O
X
X
X
X
X
,
.- d
C
m
Z
C
C
O
.O
C
C
O
"-
C
_________
C
C
-
U —
___
___
Z I-
W
= U
O U W
W Q 11
Q
C
<
C
C
CO
V
Q
O
h
O
.O
W
.O
.O
O
C
O
O
O
C
O
U'
a
X
.o
X
.o
>C
IC
X
.o
x
IC
x
o
x
.c
X
.c
X
.o
X
.c
X
C
x
m
F
H
W
N
.p
b
O
.p
O
W
d
X
X
X
X
X
X
K
X
X
W
J
.O
.O
IC
.p
.O
.O
.O
.O
C
Z
O
'CC)
a
x
X
X
X
X
X
X
X
X
X
0-j
o.
C-
Q
J
C
.O
.0
b
.p
0
O
0
W
O
X
x
x
x
X
X
X
sCC
S
d
Q
C-
Q
Q
.O
.O
.D
.O
O
=
O
C
3
C
X
X
x
X
X
X
X
X
X
X
HO-
4<
O
C
C
C
O
.O
.O
.O
10
C
m
.+
W
N 21-
O
O
O
O
O
O
O
O
O
O
O
-- W
O
O
Z
O
m
N-,
b
m
O
N
b
m
O W
Q.
1
[1
O.
N
W
J
yl
J
0
In
S =-
- I- LI -
.
V7 O O
O O
U' O O
N
,C.
.N
.N..
-
f
O
O C to
'-v
Er
239
Subpf. P, App. C •
: 29 CFR•. XVII (7-1-92 Edition)
00
W
M
S
N
W
a
u
u
M
Y
o
N
W
y
a
w
S
V
-4
r.
F
w
—
x
d
N
�
N
U
= Z
c
'>4
U
Cn
•
-I
N
o
N
i
d
i
W
E
4
a
�
o
.]
-o
F
N
U
t..
W
X
V
v
CO
Oy
O
F
a X
'O
v
v
v
v
C
N
t
O
W
U
W
v
X
W
.4-v
o
0
a
a
v
.o
.o
-
N
X
%
X
x
v
v
v
v
x
1
e
'
n
n
Xi
•
V
n
Zr
4
•0
S
F «.
U
a.�
aU
00
0D•
00
>C<.
yC
ya
v
v
yd
v
v
v
c
v
a
v
W
V
V
9
NZ
U-
0
O
O
N
N
0 0
0 0 0
4)
N
z 1
ya
m
X
yd
X
>4
x
x
_
w
a
.O
0
m
.G
X
m
X
0
m
U
y
FY FJ
U
"3<w
v
.T
.T
.T
v
v
.T
v
v
.:
> 4 4
.:
Cl,
.D
'0
.O
'0
'G
'C
C
.O
0
0
X
X
X
X
X
x
X
x X
X
X
X
X
X
.T
.T
'0
.O
'0
'0
'0
.O
.0
.0
v^
C
�
W
F
O
V:
W
pn
v
b
.O
b
><
>
b
b
X
X
%
X
X
>4
>4
>4
X
N
4
v
v
.o
.o
.%
.%
.O
'0
.X^..
e
�
.^.
�
m
OXO
a
Z
t'
X
v
X
v
X
X
X
X
X
X
X
X
X
Xi
V
.T
v
•Q
sO
V
v0'0
V
C
N
F..
CO
ao
F
v
O
.D
v
.o
.O
.0
.O
.O
V
so
%
x X
X
%
X
X
X
x
>
>
C
F
j
v
v
v
v
v
v
.O
3
O
w
2
p
V
V
%
%
'0
>0
'0
sO
v
X
X_
X
>4
X
X
X
X
X
X
>4
X
A.
v
v
v
v
v
v
.O
.o
.o
.o
.c
.O
-
_
_
_
..
_
___
_
___
__
___
F
F
F
F
H
F
F
F
F
F
C U 4F1
0
O <. W
N
so
N
O
N
so
0
O
N
4 4
C.
A.
C.
.Ni
"
—
W Lam`.
W
N v
0
0
0
4
A.
C.
4
CO
J
>
>
>0.12.
y 1s1
01 O O
O O v]
W O t�
O O
W O
o
H' -
O
242
V
Occupational Safety tHealth Admin., Labor
C
Subpt. P, App. C
i
Z
N
M
�
r
u
x
'
F
X
Q /1
1-01-4
ry
S W
n
rm
CO
X X
X
x
W 4
rn.,
O
O
O
O
J
X
.'1
V
-1
J
.+
N
Sc
O
b
.0
.0
m
•m
S0
X
%
X
X
Sc
Sc
.�
.t
t
•
U
H
'Si
< In
VI
in
in
V1
in
in
in
Jl
> a
W
4.
O
N Y
--4 m
m
O
r
O
N
O
N
yScv
x
Scm
x
m
x
Sc
X
_
Sc
_
Sc
U
aC
aC
0
m
O
Z
r.
,r
r
r
U
0-'
6
F �
N
L' V W U,
w
V\
V\
N
in
Vl
J
N
in
Ca
O
>C.-
Vl
<
A
N sO
b
m
m
m
m
m
Sc
x
0 `D
Sc
•o
X
'0
Sc
Scm
x
Sc
Sc
Sc
Sc
'o
m
m
m
m
W p0
r
W N .0
'0
`0
m
m
J Sc
Sc b
Sc
V
Sc
Sc
Sc
`D
m
m
'x0
m
m
Cr
O
V
P
WO. `0
K JSc
`0
.O
m
m
m
m
F
Sc
Sc
ScSc
Sc
Sc
Sc
Sc
Sc
v
'o
.D
.D
.o
m
'o
m
W O
00I-•
C.
.0 .O
Z C. Sc
`O
D
Sc
so
m
m
m
m
m
Q O v
v
v
Sc
b
Sc
'0
Sc
'
Sc
�O
x
x
V
m
3
�
�
• U O O
F F
O
O
O
O
O
W
.N. u�
F
V
ill
m
O
V
b
m
O
Y
IO
m
O
O< W
W �'
Y
r
Y
Y u
W [
S
(fl'. p O
L
Y O
d
d
6
Y 0
d
y
J
y0
p
VIZ
J
NZ
S
F
Of.
S
Z W
IsJO
hJ N
O
O
O
O
in
i n
O
O
Cue
F
r
F
r
F
N
O
243
Subpt. P, App. C .
29 CF•h. XVII (7-1-92 Edition)
N
a
f-i
cc
Cal
C
£
L
Cl
a
OG
4
H
J
C
Y
41
p
£M
v
W
F
m
rl
7
N
w
I
I
Z
i
4]
m
I
H
U
m
N
L
Z
U
m
ul
F
1
C
F
£
.r
N
O
F
N
U
Z
N
U
N
a
Z
2.—
.
N
FOE.
x
L
m
3
J
a
E
£
Ll
m
'0
.o
'O
'O
'O
o
x
x
x
x
x
x
n
r
n
v
v
v
#
£
V
U
r.
ft
F .Z4 E.
C U 41
4 < 4
in
Vl
N
i t
Y1
in
N
V
O
N
Q
N
N
N
m
r
r
—
r
r
O
O
O
N
O
Z F
CC
F 4
y1
Jl
Vl
in
Jl
UI
> L
N
m
m
m
r
r
x
x
x x
x
j
m
m
m
00
m
l
'O
m
m
m
m
0
r
x
x
x
x
x
x
S
m
m
m
m
m
y
O
O
m
00
m
x
x
x
x
x
x
'0
'0
0
'G
m
m
m
p
N
0'0
J
y
X
x
X
x
x
X
'0
b
•O
b
m
m
O
F
.O
.O
m
m
_x
H
O
O
t0+
r
F
F
r
.-.
{"'i
r
r
r
..I N lu
< W.�
d
m
O
a
C
m
a
s
'O
a
a
O
41
a Y
aJ
aUCPU
GIL)
C v
6
L
L
a O
L
a.
a 0
a 0
L
WO
L O
W O
N
N
>
>
J
N Z
=
J
NZ
N2
0
NZ
N
r
w p w W
O O
O O vl
in O O
I+1 O
CI Y a
F••�
•+ F r
.+ Fr N
.> N
F. v
244
'Occupational.Safet•nd Health Admin., Labor • Subpt.PP,:App:.D
I
I
I
I
I
I
I
.i
J
I
I
I
APPENDIx'D TO SUBPART P-ALuvnrnq
.HYDRAULIC SHORING FOR TRENCHES
.(a) Scoye:'Thls appendix contalns.-infor-
mation'that -can be used when aluminum
-hydraulic shoring is provided as a method
of.•protectlon against cave-ins in :trenches
that,do not exceed 20 feet (6.lm) in depth.•
Thisappendix must be used when design of
the alumhmm hydraulic protective system
cannot be performed In accordance with
4 1926.652(cX2). -
(b) Soil .Classification. In order to use
data presented in this .appendix, the soil
type or types in which the excavation is
made must first be determined using the
soil classification method set forth In appen-
dix A of subpart P of part 1926.
Cc) .Presentation of Information. Informa-
tion is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables D-1.1, D-1.2, D-1.3 and E-
1.4. Each table presents the maximum verti-
cal and horizontal spacings that may be
used with various aluminum member sizes
and various hydraulic cylinder sizes. Each
table contains data only for the particular
soil type In which the excavation or portion
of the excavation is made. Tables D-1.1 and
D-1.2 are for vertical shores in Types A and
B soil. Tables D-1.3 and D1.4 are for hori-
zontal waler systems in Types B and C soil.
(2) Information concerning the basis of
the tabular data and the limitations of the
data is presented in paragraph (d) of this
appendix.
(3) Information explaining the use of the
tabular data Is presented in paragraph (e) of
this appendix. (4) Information illustrating the use of the
tabular data is presented In paragraph (f) of
this appendix.
(5) Miscellaneous notations (footnotes) re-
garding Table D-1.1 through D-1.4 are pre-
sented in paragraph (g) of this appendix.
(6) Figures, illustrating typical" installa-
tions of hydraulic shoring, are included just
prior to the Tables. The illustrations page Is
entitled ••Aluminum Hydraulic Shoring;
Typical Installations."
(d) Basis and limitations of the data.
(1) Vertical shore rails and horizontal
wales are those that meet the Section Mod-
ulus requirements in the D-1 Tables. Alumi-
num material is 6061-T6 or material of
equivalent strength and properties.
(2) Hydraulic cylinders specifications. (i)
2 -inch cylinders shall be a minimum 2 -inch
inside diameter with a minimum safe work-
ing capacity of no less than 18,000 pounds
axial compressive load at maximum exten-
sion. Maximum extension Is to include full
range of cylinder extensions as recommend-
ed by product manufaturer.
(II) 3 -Inch cylinders shall be a minimum 3 -
inch inside diameter with a safe working ca -
parity of not less that 30,000 pounds axial
'onipressive load at —extensions as recom-
mended by product manufacturer.
(3) Limitation of application,
(1) It Is not intended that the aluminum
hydraulic specification apply to every sttua-
tipn that,may be experienced in the field.
These .data were. developed: to 'appiy'.to ;he
situations that are :most: ommonly expert-
:.enced in current tregching practice, Shoring'
systems for use in situations that are not
covered by the .data in this appendix must
be otherwise designed as specified in
41926.652(c).
(11) - When any .of the following conditions
are present, the members specified in the.
Tables are not considered adequate. In this
case, an alternative aluminum hydraulic
shoring system or other type of protective
system must be designed in accordance with
4 1926.652.
(A) When vertical loads imposed on cross
braces exceed a 100 Pound gravity load dis-
tributed on a one foot section of the center
of the hydraulic cylinder.
(B) When surcharge loads are present
from equipment weighing in excess of
20,000 pounds.
(C) When only the lower portion or a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables D-1.1, D-1.2, D-1.3 and
D-1.4. The members of the shoring system
that are to be selected using this informa-
tion are the hydraulic cylinders, and either
the vertical shores or the horizontal wales.
When a waler system is used the vertical
timber sheeting to be used is also selected
from these tables. The Tables D-1.1 and D-
1.2 for vertical shores are used in Type A
and B soils that do not require sheeting.
Type B soils that may require sheeting, and
Type C soils that always require sheeting
are found in the horizontal wale Tables D-
1.3 and D-1.4. The soil type must first be de-
termined in accordance with the soil classifi-
cation system described in appendix A to
subpart P of part 1926. Using the appropri-
ate table, the selection of the size and spac-
ing of the members is made. The selection is
based on the depth and width of the trench
where the members are to be installed. In
these tables the vertical spacing is held con-
stant at four feet on center. The tables
show the maximum horizontal spacing of
cylinders allowed for each size of wale In
the waler system tables, and in the vertical
shore tables, the hydraulic cylinder horizon-
tal spacing is the same as the vertical shore
spacing.
I
245
Subpt. P, App. D � 29 CFSJz. XVII (7-1-92 Edition) ,
(f) Example to Illustrate the Use of the
Tables:
(1) Example 1:
A trench dug in Type A soil is 6 feet deep
and 3 feet wide. From Table D-1.1: Find ver-
tical shores and 2 inch diameter cylinders
spaced 8 feet on center (o.c.) horizontally
and 4 feet on center (o.c.) vertically. (See
Figures 1 & 3 for typical installations.)
(2) Example 2:
A trench is dug in Type B soil that does
not require sheeting, 13 feet deep and 5 feet
wide. From Table D-1.2: Find vertical shores
and 2 inch diameter cylinders spaced 6.5
feet o.c. horizontally and 4 feet o.c. vertical-
ly. (See Figures 1 & 3 for typical installa-
tions.) • .
(3) A trench is dug in Type B soil that
does not require sheeting, but does experi-
ence some minor raveling of the trench face.
The trench is 16 feet deep and 9 feet wide.
From Table D-1.2: Find vertical shores and
2 inch diameter cylinder (with special overs-
leeves as designated by footnote #2) spaced
5.5 feet o.c. horizontally and 4 feet o.c. verti-
cally, plywood (per footnote (g)(7) to the D-
1 Table) should be used behind the shores.
(See Figures 2 & 3 for typical installations.)
(4) Example 4: A trench is dug in previous-
ly disturbed Type B soil, with characteris-
tics of a Type C soil, and will require sheet-
ing. The trench is 18 feet deep and 12 feet
wide. 8 foot horizontal spacing between cyl-
inders is desired for working space. From
Table D-1.3: Find horizontal wale with a
section modulus of 14.0 spaced at 4 feet o.c.
vertically and 3 inch diameter cylinder
spaced at 9 feet maximum o.c. horizontally.
3x 12 timber sheeting is required at close
spacing vertically. (See Figure 4 for typical
installation.)
(5) Example 5: A trench is dug in Type C
soil. 9 feet deep and 4 feet wide. Horizontal
cylinder spacing in excess'of 6 feet is desired
for working space. From Table D-1.4: Find
horizontal wale with a section modulus of
7.0 and 2 inch diameter cylinders spaced at
6.5 feet o.c. horizontally. Or, find horizontal
wale with a 14.0 section. modulus and 3 inch
diameter cylinder spaced at 10 feet o.c. hori-
zontally. Both wales are spaced 4 feet o.c.
vertically. 3x12 timber sheeting is required
at close spacing vertically. (See Figure 4 for
typical installation.)
(g) Footnotes, and general notes, for
Tables D-1.1, D-1.2, D-1.3, and D-1.4.
(1) For applications other than those
listed in the tables, refer to § 1926.652(c)(2)
for use of manufacturer's tabulated data.
For trench depths in excess of 20 feet, refer
to § 1926.652(c)(2) and § 1926.652(c)(3).
(2) 2 inch diameter cylinders, at this
width, shall have structural steel tube
(3.5x3.5x0.1875) oversleeves, or structural
oversleeves of manufacturer's specification,
extending the full, collapsed length.
(3) Hydraulic cylinders capacities. (i) 2
inch cylinders shall be a minimum 2 -inch
inside diameter with a safe working capacity
of not less than 18,000 pounds axial com-
pressive load at marimum extension. Maxi-
mum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(ii) 3 -inch cylinders shall be a minimum 3 -
inch inside diameter with a safe work capac-
ity of not less than 30,000 pounds axial com-
pressive load at maximum extension. Maxi-
mumextension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(4) All spacing indicated is measured
center to center.
(5) Vertical sharing rails shall have a min-
imum section modulus of 0.40 inch.
(6) When vertical shores are used, there
must be a minimum of three shores spaced
equally, horizontally, in a group.
(7) Plywood shall be 1.125 in. thick
softwood or 0.75 inch. thick, 14 ply, arctic
white birch (Finland form). Please note that
plywood is not intended as a structural
member, but only for prevention of local
raveling (sloughing of the trench face) be-
tween shores.
(8) See appendix C for timber specifica-
tions.
(9) Wales are calculated for simple span
conditions.
'(10) See appendix D. item (d), for basis
and limitations of the data.
G
I
I
F
I
P
Li
I
I
[1
I
1.1
I
I
I
I
246 '
Y.- `ff\t :9a♦w4...n
Occupational Safety it Health Admin., Labor • Subpt. P, App. D
ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
FIGURE NO. 1 FIGURE NO. 2
VI$TCAL MSMYMAI
Md1AlAX II PC V(MTC4 M /LW Y
(SPOT OYGCI MTMA{AY /.Q/Ip
(MMN hTw000)
M ORIZOYfAI SPACING / NOR I ZONTAL
S IA(ING
ISO MAX.
VERTICAL RAIL
VERTICAL RAIL "I
HYDRAULIC CYLINDER ISO MU.
VERTICAL + [n p
SPACING G .4
S SPACING t
4• MA X
r
U
G' MAX. •-.)I.
2MAX.
2
2' MAX.
HYDRAULIC
C TL 11011
PLYV000
FIGURE NO. 3 FIGURE NO. 4
VIATC4 YW)M• ALLUCM nvoaAµC LCMMO UPR I GMT
nTOMAtAc TA"903OM..D +4 •. ITv ).)r/v 1 SHEETING
(STACSI01 �\ LIA Iii
M�
S
HORIZONTAL SP/ACING
\~ II
O�
f "- 116
MTO RAULIC
SPACINGL VERTICAL SAIL 2' MAX. R CYLINDER
YI'/ n
HYDRAULIC 1
CYLINDER
VERTICAL
SPACING
4 MAY.
2 MAX.
247
311-112 n-92 -Q
Subpt. P, App. D • . 29 CFfFh. XVII (7-1-92 Edition) '
� w
Wo
o 0
f
a ^.
U
a0 z�F
O O 00
E ,Q
r
o 3 A
z r ,
Zo _
T w :
O C O U W n
W¢ V Z a
•
¢ wawa U C
O 5, U u3
[E¢ap ≤ =¢z
G:l
Z> L >- ( U V Q o
>N w y
¢ z ,
T
t
¢ N
Z Z E- ovp ovo
XOa V m oo n C u u N
O`" v.1
.c c c
u a a '
v Q ¢
o p u u
w Z OF o u o h I� F- o x y
WOW W > 0.> 4>^ 4-N
0 '
O O a O > ga�
O u u
gz°z°
248 1
Occupational Safety aSHealth Admin., Labor Subpt. P, App. D
:, a
O x
N h
W0
> a
o
x a a
z = x W v
N
o�00.
•C C4O z I-
{+. >F Naz
' O O O
O
IC
Z x
9
x� c 0
z
' -� - c
N V ` Z Q C
O Q V1 r U C
.-`Li
., FCC— C z F c
¢wa �.
I
II—
O
z
T
Si
< n V
Ozz F -coca
X O E LU x in y� u u
C) -00 O
K K
C 'O.O
C, CC
n Q Q
x U F w O a O c O c C Vn vO
u. z cu W . F o O Z >'
O n O Z) O a O > > �'^
O o u u
o 0
c zz
1
249
Subpt. PApp. D • ...29 CflSi. XVII (7-1-92 Edition)
CJ ( N
en
CS
va
wu ,
O
x
hh
2
z ° z z z z z z z 1
z Z
F en .n en r.1 en en en en n
0%a U0 '
ni z
O O C O O h O a +�
N .G oc c h =�
> xo
In 0 a
w uJ sz c u
z is
�. N W yl is is is
z z _ iL'7 Z WZL• z Z.c:; z z z(:.) Z z -
a U O ,j<NQN� F ND to n NC r: r.
O U ? Uo z Z Z Z
U U
- J
�z
i W 4 O O c c - n y c
O a O0 -' C a c
min
- c
G W O 3 L r u
< z z L Z Z Z Z Z Z _. Z Z u v; '
L �• C x a CM CM T. N tom. en r!
Z '- U = = L
z ? ri C oe p .r. C T
V
Z — r r, - r. r - " - 0
u m c
c c c o t
z a J < v v = u
>1' v
•
C C C E 1
v iic
y
a F r[ •OC O a O
w _ C "'N c� '
OJ L'1 > ' = > i-•v. >—i^O
Ui
Q L O O O N J N J
l..' O
V N
-000
955O
L z z • '
250
1
' 1
Occupational Safety a,lealth Admin., Labor
Subpt. P, App. D
<-' en
sod I
pppW((( N
—
x v ((J� .-. .-1 .K
M Hl l^.
� OC 0G
off' z z z z z z z z z
in 'n in en en e+, en n en
n Ua
j
N U
WI O O
C LU O< O ad
a _�°
E
CS N N
C Z T zc1i1zIY
" z z z z z z z
> N ONO t•1 N O Hl ene50 en to
O U a u < Z Z z z v c
x C N
ur co IU, - � m O $
u. .L ni Z o V, o o V+ o In C C
O j O < 'a d O_ v vi ad .r vi �c
a P O x o
W Ce CNn Y C _ o
X W v V
a z W H Z
Co J N N F N Hl M N t^. t^. C `p
O 3 0 0 U C c u
z ^
d U — o c
O r. O C �: O v, G C• t
u c
J O< 'a ' C_ Q v, oC F. r. L O O
< 0- - z ` u
• Zj Cl
O_i C VI O C V O C v, C — ^ Q
Go ? r Q Q r Q J v
,, W O — — to at
< J _ CEE`
Li 0
f.< v 'Li
W 1 LL-. ea K K
� c c
N 2i�E
u 6 c
x d O K O C O N ,, u u$
€IL Z W fi! C {iJCF-v, � ii
WWI
>
F- 0
p COQ
LOZZ•
I
251
Subpt. P, App...E • 29. COCK. XVI1 (7-1-92 Edition)
APPENDIX E TO SUBPART P -ALTERNATIVES To TIMBER SHORING
18"
VER1
SPAC
4' MA
RTICAL RAIL
YDRAULIC CYLINDER
Figure 1. Aluminum_ Hydraulic Shoring
Tr
0
O O O O
Figure 2. Pneumatic/hydraulic Shoring
252
Occupational Safety a Health Admin., Labor • Subpt. P, App. E
Figure .3. Trench Jacks (Screw Jacks)
Figure 4. Trench Shields
253
Subpt. P, App. F • 29 CFh. XVII (7-1-92 Edition)
APPENDI% F TO SUBPART P -SELECTION OF PROTECTIVE SYSTEMS
The following figures are a graphic summary of the requirements contained in subpart P
for excavations 20 feet or less in depth. Protective systems for use in excavations more than
20 feet in depth must be designed by a registered professional engineer in accordance with
4 1926.652 (b) and (c).
Is the excavation more
than 5 feet in depth?
Is there potential
for cave-in?
selec
Is the excavation
entirely in stable rock?
Excavation maybe
made with
vertical sides.
Excavation must be
sloped, shored, or
shielded.
Shoring or
selected.
lding
Go to Figure 2 Go to Figure 3
FIGURE 1 - PRELIMINARY DECISIONS
254
Occupational Safety a&ealth Admin., Labor
• 5ubpt. P, App. F
Slepine =elected as the
method of protection
Will soil classification
be made in accordance
with j1926.652 (b)?
Excavation must -comply --with... Excavations must comply
one of the following three withf1926.652 (b)'1) which
options: requires a slope of 1kH:IV
(341).
Option 1:
1926.652 (b)(2) which
requires Appendices A
and 3 to be followed
Option 2:
,1926.652 (b)(3) which
requires other tabulated
data isee definition) to
be followed.
Option 3:
1926.652 (b)(4) which.
requires the excavation
to be designed by a
registered professional
engineer.
FIGURE 2.- SLOPING OPTIONS
255
Subpf. P, App. F •
29 C•Ch. XVI1 (7-1-92 Edition)
Shoring or shielding selected
as the method of protection.
Soil classification is required
when shoring or shielding is
used. The excavation must comply
with one of the, following four
options:
Option 1
51926.652 (c)(1) which requires
Appendices A and C to be followed
(e.g. timber shoring).
Option 2
§1926.652 (c)(2) which requires
manufacturers data to be followed
(e.g. hydraulic'shoring,trench
jacks, air shores, shields).
Option 3
51926.652 (c)(3) which requires
tabulated data (see definition)
to be followed (e.g. any system
as per the tabulated data).
Option 4
31926.652 (c)(4) which requires
the excavation to be designed
by a registered professional
engineer (e.g. any designed
system).
FIGURE 3 - SHORING AND SHIELDING OPTIONS
256
City of Fayetteville, Arkansas
Budget Adjustment Form
111 1 + Y.kr _M 1
Budget Year hepattmwt: Public Works
2002 Division: Engineering
Program: Water & Sewer Capital
Project or Item Requested:
$236,498 in the 1-540 Sewer Main Replacement capital
project.
Justification of this Increase:
The funding is needed to perform some emergency
sanitary sewer maintenance to the lines at Highway 1-540.
Account Name
Water Line Improvements
Approvai signatures
Adjustment U
02/19/2002
Project or Item Deleted:
$236,498 from the Mt. Sequoyah Water/Sewer capital project.
Justification of this Decrease:
Due to the Health and safety problems that the 1-540 project
contains, the Mt. Sequoyah project is a lessor priority.
Increase Expense (Decrease Revenue)
Amount Account Number Project Number
236,498 5400 5700 5817 00 02040 20
Decrease Expense (Increase Revenue)
Amount Account Number Project Number
236,498 5400 5600 5808 00 01023 20
Date
- 13-oy
Date
o3-l�f-flZ
IMayor Date
Budget Office Use Only
Type: A B C (j)
Date of Approval
• \ -\ 1 • \ 1 1 1 \ 1 '1
Entered in Category Log
E
Blue Copy: Budget & Research / Yellow Copy: Requester
•
fl
1•
1•
A RESOL1UTION TC
FAYETIj TREE AN
$205,65 .40 WITH A
AMO OF)30,&
AND T (/ PROVE
AMOUNT1 F $236,4
BE IT RESCLVED BY TIC
FAYEII VILLE, ARKANSAS:
Section 1. at the City C
hereby approves 4 negotiated co
for emergency re airs to replace
under I-540 in thi amount of $20
amount of $30,847.60 and author
Section 2. That the City Co
hereby approves a budget adjustr
amount of $236,4$8.00 to pay for 1
the sewer main.
PASSED and APPROVED
ATTEST:
APPROVE A CO
) TRENCH IN Ti
l5% PROJECT CO
7:60 FOR A TOTA
. BUDGET ADJU
)8.00
CITY COUNCIL
AMOUNT F
TINGENCt
OF $236,494.00
CMENT IN tHE
)F THE CITY OF
:i1 of the City of Fa
ct with Fayette Tre
existing sanitary s(
0.40 with a project
the mayor to exec
_il of the City of Fa
it (attached as Exh
emergency repair
the 19th day of
!ttevilleJArkansas
and Trebch, Inc.
per maim crossing
said
eville,' Arkansas
A) in �he
I revlacement of
; DRAFT
By:
By:
Heather Woodruff, City Clerk
DAN COODY, Mayor
City of Fayetteville, Arkansas
• Budget Adjustment Form
Budget Year Department: Public Works
2002 Division: Engineering
Program: Water & Sewer Capital
Project or Item Requested:
$236,498 in the 1-540 Sewer Main Replacement capital
project.
Justification of this Increase:
The funding is needed to perform some emergency
sanitary sewer maintenance to the lines at Highway 1-540.
Date Requested I Adjustment d
02/19/2002
Project or Item Deleted:
$236,498 from the Mt. Sequoyah Water/Sewer capital project.
Justification of this Decrease:
Due to the Health and safety problems that the 1-540 project
contains, the Mt. Sequoyah project is a lessor priority.
Increase Expense (Decrease Revenue)
Account Name Amount Account Number Project Number
Sewer Improvements 236,498 5400 5700 5817 00 02040 20
Decrease Expense (Increase Revenue)
Account Name Amount _ Account Number
•
Water Line Improvements 236498__-. 5400 5600 5808
ltptit V V at JI5JJatU1 CJ
Requested By Date
AacLLD
B dget Manager Date
Department Director
Admin. Services Director
Date
Date
Project Number
00 01023 20
Budget Office Use Only
Type: A B C v' E
-
Date of Approval
Posted to General Ledger
Posted to Project Accounting — __
Mayor Date I Entered in Category Log
Blue Copy: Budget & Research / Yellow Copy: Requester
FAYETTEV&LE �
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
En2ineerin2 Division
To: Fayetteville City Council
Thru: Dan Coody, Mayor
Greg Boettcher, Public Works Director
Jim Beavers, City Engineer
From: Trevor Bowman, Staff Engineer
Date: March 1, 2002
Re: City Council Meeting March 19, 2002
Sanitary sewer main replacement and repairs, 1-540 crossing:
The existing sanitary sewer crossing located under 1-540 north of Highway 62 (6th Street) and South of Highway 16
West (Wedington Drive) has deteriorated to the extent that a new crossing must be installed. (Please refer to enclose
vicinity map). This crossing carries the waste from the Porter Road pump station and a significant portion of the wes
side of Fayetteville.
The existing sanitary sewer crossing consists of 20 inch ductile iron carrier pipe and 36 inch corrugated metal
encasement pipe. The crossing was originally installed in 1973 and extended east in 1980. The effects of hydrogen
sulfide gas have deteriorated both the carrier pipe (ductile iron) and the encasement (corrugated metal culvert). The
City experienced failures of the pipe on December 28 and January 15. Short-term, temporary repairs have been
installed by the Water/Sewer maintenance Division. At the time of the two failures, it was reported that a section of
carrier pipe no longer existed and that the top of the encasement pipe, west of the pavement, had failed.
The existing carrier pipe and encasement pipe and proposed solutions have been reviewed by the Water/Sewer
Maintenance Division, City Engineering, and the Public Works Director. Alternatives have been reviewed including
In situ repair: An in
situ repair (form
in -place or
slip
line) cannot be performed due to the poor conditions of the
existing carrier pipe.
Replacement
within same encasement:
The existing carrier
pipe cannot be pulled from the existing bore due to poor
conditions of
both the ductile iron and
the corrugated metal
pipes. Additionally, the infill and the use of corrugated
metal instead
of today's standard of smooth
encasement pipe encumber the removal of the carrier pipe.
Bore in place:
The bore cannot economically be placed in the same
location due to problems
of attempting to bore th
the remaining
ductile iron pipe and corrugated metal encasement.
Extending the sewer line south to the existing crossing: The existing crossing located at 6ih Street (Highway 62) is a
inch diameter crossing which carne• City of Farmington. In addition to :_tew pipe required to reach this area
same, or larger, bore and replacement would be required. Please refer to the enclosed map.
Requested contract.
The selected alternative, as designed in-house, provides for:
a. New 30 inch diameter bore, smooth steel encasement, new 18 inch diameter PVC sanitary sewer located
approximately 15 feet north of the existing crossing.
Expose
the
existing
pipe between traffic lanes and pressure grout the existing encasement with flowable fill to
protect
the
highway
from future settlement.
This will require specialized construction which cannot be performed with in-house construction crews.
Budget:
The emergency replacement is unbudgeted. Staff requests a budget adjustment of $236,498.00 to be taken from
project number 01023, Mount Sequoyah Water/Sewer replacements, current budget $2,400,000.00.
The budget adjustment
will cover
the construction costs ($205,738 and a 15% contingency for engineering design,
drafting and inspection
(in-house,
$5000 approximate), permits and any
necessary field changes.
Staff requests that the City Council approve:
Approval a resolution awarding the construction contract to the qualified low bidder based upon the results of
the March 11, 2002 construction contract bid opening, the determination and acceptance of any bid deductive
alternates and further subject to approval of the construction bids/contract by the Arkansas Highway and
Transportation Department.
Approval of a 15% project contingency in the amount of $ 30,848.00 to cover administrative costs including
engineering and inspection, permits and any necessary field changes.
Approval of a budget adjustment in the amount of 5236,498.00.
Enclosures:
I. Budget Adjustment
2. Vicinity Map
.�yy Jx!^J+�•3•JfJi9L�[^ Rcr� "�'f PiV^•l3. •�a•_.�
i�.IT'•4�� vll'+.'.i �Y l�J wzi" YY � 3+V C...
V _
4 C
_ ((tf
r. f1AzjI CCC
a i
6lflJJ�i
� x
< i
a 4
by �le
a- $1t2!
P II
® < � lElgirl
5 <
F n C _ �''
_I �r sr
u�.1I W 197M
I 62 C 1 W 1
tLI
FAYETTEVfLE
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
Engineering Division
To: Fayetteville City Council
Thru: Dan Coody, Mayor
Greg Boettcher, Public Works Director
Jim Beavers, City Engineer
From: Trevor Bowman, Staff Engineer
Date: March 1, 2002
Re: City Council Meeting March 19, 2002
Sanitary sewer main replacement and repairs, 1-540 crossing:
Bids were received on this item
low bidder is 4-D Construction
previously submitted to the Council on March 11,
with a bid of $182,520.00. Please find attached
2002.
a signed
The resulting qualified
copy of the contract
and specification documents for the project.
FAYETTEVtLE 0
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
Engineerine Division
To: Fayetteville City Council
Thru: Dan Coody, Mayor
Greg Boettcher, Public Works Director
Jim Beavers, City Engineer
From: Trevor Bowman, Staff Engineer
Date: March 1, 2002
Re: City Council Meeting March 19, 2002
Sanitary sewer main replacement and repairs, 1-540 crossing:
Bids were received on this item previously submitted to the Council on March 11, 2002. The resulting qualified
low bidder is 4-D Construction with a bid of $182,520.00. Please find attached a signed copy of the contract
and specification documents for the project.
STAFF REVIEW FORM
x AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of March 19, 2002
FROM:
Trevor Bowman Engineering Public Works
Name Division Department
ACTION REQUIRED:
1. Approval of a resolution awarding the construction contract to 4-D Construction in the amount of $182,520, the determination and
acceptance of any bid deductive alternates and further subject to approval of the construction bids/contract by the Arkansas Highway
and Transportation Department.
2. Approval of a project contingency in the amount of. $53, 978.00 cover administrative costs including engineering and
inspection, permits and any necessary field changes, -
3. Approval of a budget adjustment in the amount of 5236,498.00.
COST TO CITY:
5236,498.00 $ 0** Sanitary Sewer Replacement
Cost of this Request Category/Project Budget Category/Project Name
Sc -SI0_StIsi $ 0
ccount um r Funds Used o Date Program Name
O2O4O-OO2O $ IJdin a)4
Project Number DiningBalance Fund
** Budget adjustment to be attached. Source of Funds - Mt. Sequoyah Water/Sewer, Project 01023.
BUDGET REVIEW: _ Budgeted Item x Budget Adjustment Attached
CONTRACT
REVIEW:
Purchasing Officer Date
STAFF RECOMMENDATION:
Budget Manager
Administrative Services Director
03-11f vZ
GRANTING AGENCY:
ADA Coordinator Date
Grant Coordinator Date
Cross Reference
New Item: Yes x No_
Prev Ord/Res N:
Ong Contract Date:_
Orig Contract No: _
CUO DVS111
• STAFF REVIEW FORM •
Description 1-540 Sanitary Sewer Replacement (Crossing) Meeting Date March 19, 2002
Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Grant Coordinator
Reference Comments:
I
STAFF REVIEW FORM
x AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of March 19, 2002
FROM:
Trevor Bowman Engineering Public Works
Name Division Department
ACTION REQUIRED:
I. Approval a resolution awarding the construction contract to the qualified low bidder based upon the results of the March 11, 2002
construction contract bid opening, the determination and acceptance of any bid deductive alternates and further subject to approval of
the construction bids/contract by the Arkansas Highway and Transportation Department.
2. Approval ofa 15% project contingency in the amount of $ 30,848.00 to cover administrative costs including engineering and
inspection, permits and any necessary field changes.
3. Approval of a budget adjustment in the amount of $236,498.00.
COST TO CITY:
$ To be determined "` $ Sanitary Sewer Re lacement
Cost of this Request Category/Project Budget Category/Project Name
5400-5600-5800.00 $ 0
Account Number Funds Used To Date Program Name
02040-0020 $
Project Number Remaining as anc6� Fund
•• Budget adjustment to he attached. Source of Funds - Mt. Sequoyah Water/Sewer, Project 01023.
BUDGET REVIEW: ____ Budgeted Item x Budget Adjustment Attached
Vf61__� ��+���r.�y Budget Manager
'�'T �t_oy you oK ,,yw�ldl,Q A ministratrve Services Director
CONE ACT/GRANT/LEASE REVIEW:
Accounting Manager
ate
City1 Attorney Date
s
Purchasing Officer Date
STAFF RECOMMENDATION: ADDroval
.CIDAY�P�' 1�
GRANTING AGENCY:
I
cUi' -1621 S?=-
Internal Auditor Date
ADA Coordinator Date
Grant Coordinator Date
Cross Reference
New Item: Yes x No_
Prev Ord/Res #:
Ong Contract Date:_
Ong Contract No: _
• STAFF REVIEW FORM •
Description 1-540 Sanitary Sewer Replacement (Crossing) Meeting Date March 19. 2002
Comments: Reference Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Grant Coordinator
C
STAFF REVIEW FORM
x AGENDA REQUEST
x CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of March 19.2002
FROM:
Trevor Bowman Engineering Public Works
Name Division Department
ACTION REQUIRED:
1. Approval of a resolution awarding the construction contract to 4-D Construction in the amount of S 182,520, the determination and
acceptance of any bid deductive alternates and further subject to approval of the construction bids/contract by the Arkansas Highway
and Transportation Department.
2. Approval of a 15% project contingency in the amount of $ 27,278.00 to cover administrative costs including engineering and
inspection, permits and any necessary field changes.
3. Approval of a budget adjustment in the amount of $236,498.00.
COST TO CITY:
$ 182.520
Cost of this Request
5400-5600-5800.00
Account Number
02040-0020
]�rojecc�Number
Category/Project Budget
$ 0
Funds Used To ante —
:1,ykIIiIIiT•7:Y1 knrilq
Sanitary Sewer Replacement
Category/Project Name
.7
Fund
•• Budget adjustment to be attached. Source of Funds - Mt. Sequoyah Water/Sewer, Project 01023.
BUDGET REVIEW: _ Budgeted Item x Budget Adjustment Attached
CONTRACT/GRANT/LEASE REVIEW:
Accounting Manager Date
City Attorney Date
Purch2c1ng Officer Date
STAFF RECOMMENDATION: Approval
Budget Manager
Adnunistrative Services Director
GRANTING AGENCY:
Internal u nor Date
ADA Coordinator Date
rant Coordinator Date
Division Head Date Cross Reference
New Item: Yesx No
Department Director Date
Prev Ord/Res #:
Administrative Services Director Date
Orig Contract Date:_
Orig Contract No:
[1
•
tK'a ter 9:lS
3/is
'lflq Is
OP
77
• STAFF REVIEW FORM •
Description 1-540 Sanitary Sewer Replacement (Crossing) Meeting Date March 19.2002
Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Grant Coordinator
Reference Comments:
FAYETTEVItLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Trevor Bowman, Engineering Division
From: Heather Woodruff, City Clerk
Date: March 21, 2002
Please
find attached a copy
of Resolution No.
44-02 awarding the
construction contract to the
lowest
qualified bidder, 4-D Construction, Inc.
for the sanitary sewer main replacement and
repair
at the 1-540 crossing.
The original will
be microfilmed and
filed with the City Clerk.
cc: Nancy Smith, Internal Audit
Peggy Vice, Purchasing
Jim Beavers, City Engineer
Note: On March 21, 2002 Sid Norbash took the one original contract and will return with five
(5) originals for signatures.
•
/Ifs /y -d&
AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
C
1
IVSA Jar �YaJi.4''.LY
For the Fayetteville City Council meeting of Mayor's signature only
FROM:
Sid Norbash. Engineering Public Works
Name Division Department
ACTION REQUIRED: Approval of:
Change Order #1 to the Construction Contract with 4-D Construction Co. for I-
540 Sanitary Sewer Crossing Replacement Project, a decrease in the amount of
$24,600.00.
COST TO CITY:
-S24.600.00(Reduction) $236..498 I-540 Sewer Crossing Repmt.
Cost of this Request Category/Project Budget Category/Project Name
5400-5700-5815-00
Account Number
02040-0020
Project Number
S182.520 Capital Water Mains
Funds Used To Date Program Name
$53.978 Water and Sewer
Remaining Balance Fund
x Budgeted Item Budget Adjustment Attached
Administrative Services Director
C
O
N
TRA
CT/GRANT/LEASE REVIEW:
A cc ounting Manager J
City At orne
/O/7/02 -
Date ADA Coordinator Date
/dam to -1/DJ—
/Dalte Intern Auditor Date
�fla-
Purchasing Officer Date
STAFF RECOMMENDATION: Approval of the change order.
r' New Item: Yes_ NoS
Depaarr menttDDirector Date
Prev Ord/Res *: 44-02
Admin trative Services Director Date
Orig Contract Date: 3-19-2002
/ Orig Contract #832
Ma or ate
•
Staff Review Form
Description/ Meeting DateMayor's AMroval Only
Project Name: I-540 Sewer Crossing
Comments:
Budget Director
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Reference Comments:
EAYETTEVILtE
THE CITY OF EAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Dan Coody, Mayor
Thru: Greg Boettcher, PWD
Jim Beavers, City EngineerP0
From: Sid Norbash, Staff Engineer
Date: October 4, 2002
Re: I-540 Sanitary Sewer Crossing
Change Order #1 to the construction Contract
Attached please find for your approval, Change Order #1 to the
above referenced contract. This is a reduction to this contract in
the amount of $24,600.00.
For details please refer to the attached Change Order Document.
SN/sn
Attachments: Copy of the Change Order #1
Oct 01 02 04:34p • p.2
10/01/2002 16:18 a79 -575-8W2 ENGINEERING C.O.F. PAGE 02
City of Fayetteville
Change Order al
Project Title 1-544) Sewer Replacement (Hwy Crossing) Project
t r•1 • •
•
• •changes . n . • •pd ,T4,3,i contract• • 'I t
Deduct: $30,000.00 from the original coat of this contract to reimburse the City of
Fayetteville for future maintenance cosh, due to the modifications and variations to the
encasement pipe and the carrier pipes from the original approved plans.
Deduct
2 each Cast -in -place Sanitary Sewer Manholes (4' dia) @ $2,250 ea. for a total of $4,500.00
Add:
2 each Cast -in -Place Sanitary Sewer Manholes (6' dia) @ 54,950 ea. For a total of $9,900.00
Justification:
These manholes are going to be constructed over an existing 21" diameter pipe, which makes the
transition very challenging. The Contractor 4- D Construction has offered to construct 6' diameter
manholes in place of 4' diameter at the extra cost of $2,700 per manhole.
After further review of the contractor's proposal, the Staff agrees that the larger manholes will
allow a better flow of sewage, therefore, less maintenance problems. Especially since the price
given by the contractor is very reasonable for manholes with 6 diameter and extra depth.
CHANGE TO CONTRACT PRICE
Original Contract Price: S_182520.00
Current contract price, as adjusted by previous change orders: $_J 82320.00
The contract price due to this change order will be deceased by $ 24.600.00
The new contract price due to this change order will be $_157.92000
CHANGE TO CONTRACT TIME
The contract time will be 65 calendar days, from the time the City issues the notice to proceed.
The date for completion of all work under the contract will be set by the date to the notice.
Approvals Required:
To be effective, this change order must be approved by the Owner if it changes the scope or
objective of the project, or as may otherwise be required under the terms of the Supplementary
General Conditions of the Contact
Requested by
Contractors Approval by
City of Fayetteville's Approval by
Date D1
Date / —/ --L'
Date n r
FAYETTEVI LIE
THE CITY OF EAYE"EVILEE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Sid Norbash, Engineering
From: Heather Woodruff, City Clerk
Date: October 15, 2002
Attached is a
copy
of the completed staff review form and signed
change order with 4-D
Construction.
The
original will be microfilmed and filed with the
City Clerk.
Cc: Nancy Smith, Internal Auditor