Loading...
HomeMy WebLinkAbout104-03 RESOLUTIONr RESOLUTION NO. 104-03 A RESOLUTION TO APPROVE A CONTRACT WITH TOWNSHIP BUILDERS, INC. IN THE AMOUNT OF $596,446.00 PLUS A PROJECT CONTINGENCY IN THE AMOUNT OF $60,000.00 FOR THE SANG AVENUE AND HOLLYWOOD INTERSECTION WITH 6TH STREET IMPROVEMENTS AND TO APPROVE A BUDGET ADJUSTMENT OF $80,564.00 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 a construction contract pursuant to Project Manual Bid #03-29 (attached as Exhibit A) awarded to low bidder Township Builders, Inc. in the amount of $596,446.00 plus a project contingency of $60,000.00, and a budget adjustment (attached as Exhibit B) in the amount of $80,564.00. ASSED and APPROVED this the 15th day of July, 2003. By: 94c)a Sondra Smith, City Clerk APPROVED: By: AN COODY, Mayo • Section 00500 • TIMIVTi • AUG - 4 2003 AGREEMENT Q BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the 15th day of July in the year 2003 by and between the City of Fayetteville, Arkansas and Township Builders, Inc. (hereinafter called Township). CITY OF FAYETTEVILLE and TOWNSHIP, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. TOWNSHIP shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of realigning the intersection of Sang Ave. with 6t° Street (Hwy. 180) to match the existing intersection of Hollywood Ave. & 6'" Street. The improved intersection will be signalized with video detection. The demolition work will involve the obliteration of portions of Sang Ave., Old Farmington Road and a concrete parking lot. The construction work will involve aggregate base, asphalt binder, and asphalt surfacing with associated earthwork, drainage pipes, inlets, sidewalks, waterline, traffic signalization, and demolition for all items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 who is hereinafter called ENGINEER and who is to act as CITY OF FAYETTEVILLE's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1. The Work shall be substantially completed within 180 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.B & C of the General Conditions within 210 consecutive calendar days after the date when the Contract Time commences to run. 3.2. Liquidated Damages. CITY OF FAYETTEVILLE and TOWNSHIP recognize that time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by CITY OF FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, CITY OF FAYETTEVILLE and TOWNSHIP agree that as liquidated damages for delay (but not as a penalty) TOWNSHIP shall pay CITY OF FAYETTEVILLE Two hundred dollars f 5200.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Sang/Hollywood & 6°1 Street Intersection Improvements City of Fayetteville Engineering Division June 19, 2003 Page 00500-1 • • Completion, if TOWNSHIP shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof grantcd by CITY OF FAYETTEVILLE, TOWNSHIP shall pay CITY OF FAYETTEVILLE Two hundred dollars fS200.001 for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. CITY OF FAYETTEVILLE shall pay TOWNSHIP for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1. for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. Sang/Hollywood & 6th Street Intersection Improvements City of Fayetteville Engineering Division June 19, 2003 Page 00500-2 • • SANG/HOLLYWOOD & 6TH STREET INTERSECTION IMPROVEMENTS PAY ITEMS Item No. Description Unit Estimated Quantity Unit Price Extended Price 1 Mobilization LS 1 539,000.00 539,000.00 2 Construction Staking LS 1 510,000.00 510,000.00 3 Maintenance of Traffic LS 1 535,575.00 535,575.00 4 Tree Protection Fencing LF 100 54.00 5400.00 5 Excavation Safety LS 1 52,000.00 52,000.00 6 Clearing and Grubbing LS 1 56,000.00 56,000.00 7 R & D Curb & Gutter LF 1,542 55.00 57,710.00 8 R & D Drainage Pipes LF 201 59.00 51,809.00 9 R & D Asphalt Pavement & Driveways SY 2,250 55.00 511,250.00 10 R & D Concrete Pavement & Driveways SY 906 58.00 57,248.00 11 R & D Concrete Sidewalk SY 192 55.00 5960.00 12 R & D Asphalt Sidewalk SY 220 54.00 5880.00 13 R & D Drop Inlet EA 3 5500.00 51,500.00 14 R & D Concrete Flume EA I 5300.00 5300.00 15 Unclassified Excavation CY 1,655 511.00 518,205.00 16 Compacted Subgrade-Select Hillside Matenal (Borrow) CY 1,965 516.00 531,440.00 17 Borrow (Unclassified Fill) CY 200 516.00 53,200.00 18 'Undercut and Backfill CY 200 519.00 53,800.00 19 6" Aggregate Base Course (Class 7) TN 1,000 520.00 520,000.00 20 Concrete Curb and Gutter LF 1,400 511.00 515,400.00 21 4" ACIIM Binder Course (Type 2) TN 475 566.00 531,350.00 22 2" ACHM Surface Course (Type 2) TN 250 566.00 516,500.00 23 I8 -inch Reinforced Concrete Pipc (RCP) LF 20 550.00 51,000.00 24 24 -inch Reinforced Concrete Pipe (RCP) LF 119 565.00 57,735.00 25 24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall EA 1 51,300.00 51,300.00 26 Drop Inlet (Type 'C 4'x4' or *MO' 4' Dia.) EA 5 52,200.00 511,000.00 27 Drop Inlet Extension (4') EA 5 5600.00 53,000.00 28 Convert Grate Inlet to Junction Box EA I 51,200.00 51,200.00 29 Adjust Manhole to Finished Grade EA I 5600.00 5600.00 30 Adjust Water Valve to Finished Grade EA 1 5100.00 5100.00 31 Articulated Cellular Concrete Interlocking Blocks SF 180 518.00 53,240.00 32 Concrete Sidewalk (4") w/ Agg. Base (4") SY 600 534.00 520,400.00 33 Concrete Access Ramp (4") w/ Agg. Base (4") SY 70 570.00 54,900.00 34 Detectable Warning Surfaces SF 120 540.00 54,800.00 35 Concrete Driveway (6") w/ Agg. Base (4") SY 300 540.00 312,000.00 36 Seeding and Mulching AC 0.60 53,000.00 51,800.00 37 Solid Sodding SY 450 54.00 51,800.00 38 Imported Top Soil CY 400 515.00 56,000.00- 39 Straw Bales (E -I) EA 100 512.00 51,200.00 40 Silt Fence (E-3) LF 400 53.00 5120000 41 Drop Inlet Silt Fence (E-6) EA 6 5100.00 5600.00 +,r%"t» iVn t-.-rga.,•tt..'3'fitrws* .•,... - I •..:e :;-•,, - SUBTOTAL e;:ere i,,,Y•!:."l ,f:. x 5348;402:00.. SangfIIollywood & 6th Street Intersection Improvements City of Fayetteville Engincering Division June 19,2003 Page 00500-3 42 System Local Controller (16 Phase) (Peek 3000E) EA 1 515,000.00 515,000.00 43 Feeder Wire LF 1,300 52.00 52,600.00 44 Video Detector (Mast Mount) (Philips VPK351 A w/"Loom Lens) EA 4 52,000.00 58,000.00 45 Video Processor Unit - 4 Channel (Peek VideoTrak-905) EA 1 518,000.00 518,000.00 46 Video Cable - LF 900 56.00 55,400.00 47 Traffic Signal Head (3 -Section) (L.E.D.) EA 6 51,200.00 57,200.00 48 Traffic Signal Head (4 -Section) (L.E.D.) -EA 2 51,400.00 52,800.00 49 Traffic Signal Head (5 -Section) (L.E.D.) EA 2 51,500.00 53,000.00 50 Pedestrian Signal Hcad (International Symbols) EA 8 5800.00 56,400.00 51 Traffic Signal Cable (7c/14 AWG) LF 700 52.00 51 400.00 52 Traffic Signal Cable (20c114 AWG) LF 600 53.00 51,800.00 53 Electrical Conductors for Luminaires (2c/12 AWG) LF 400 53.00 51,200.00 54 Electrical Conductors -In -Conduit (246 AWG) LF 30 53.00 590.00 55 PVC Conduit (2") LF 100 58.00 5800.00 56 PVC Conduit (3") LF 200 58.00 51,600.00 57 PVC Conduit (3") by Directional Bonng LF 200 535.00 57,000.00 58 Concrete Pull Box (Type 2) EA 6 5500.00 -53,000.00 59 Traffic Signal Mast Arm and Pole With Foundation (20') EA 1 53,800.00 53,800.00 60 Traffic Signal Mast Arm and Pole With Foundation (36) EA 1 56,300.00 56,300.00 61 Traffic Signal Mast Arm and Pole With Foundation (42') EA 1 57,000.00 57,000.00 62 Traffic Signal Mast Arm and Pole With Foundation (50') EA 1 57,200.00 57,200.00 63 Luminaire Assembly EA 2 51,400.00 52,800.00 64 Traffic Signal Pedestal Pole With Foundation EA 1 52,500.00 52,500.00 65 Service Point Assembly EA 1 53,300.00 53,300.00 66 Thermoplastic Pavement Marking White or Yellow (6") LF 3,070 51.00 53,070.00 67 Thermoplastic Pavement Marking White (18") I1 767 57.00 55,369.00 68 Thermoplastic Pavement Marking White (24") LF 129 510.00 51,290.00 69 Thermoplastic Pavement Marking (Arrows) EA 6 5300.00 51,800.00 70 Standard Signs SF 16.25 520.00 5325.00 111111111 "SUBT,OTALj LF 320 580.00 SSI30;044!00) 525,600.00 71 18" PVC C905 (DR 18) Water Linc 72 8" PVC C900 (DR 14) Water Line LF 360 550.00 518,000.00 73 6" PVC C900 (DR 14) Water Line LF 20 530.00 5600.00 74 24" x 18" JCM 412 Tapping Sleeve EA 1 52,500.00 52 500 00 75 18" Tapping Valve w/ Valve Box EA 1 520,000.00 520,000.00 76 8" Tapping Valve & Sleeve w/ Valve Box EA 2 52,700.00 55,400.00 77 18" Butterfly Valve w/ Valve Box EA 1 55,500.00 55,500.00 78 8" Gate Valve w/ Valve Box EA 5 51,200.00 56,000.00 79 6" Gate Valve w/ Valve Box EA 1 5900.00 5900.00 80 18" Foster Adapter EA 3 5800.00 52,400.00 81 8" Foster Adapter - EA 3 5300.00 5900.00 82 Fire Hydrant Assembly, includes 6" Gate Valve w/ Valve Box EA 2 53,600.00 57,200.00 83 Compact Mechanical Joint Ductile Iron Finings LB 4,200 55.00 521,000.00 84 Water Service EA 2 5400.00 5800.00 85 Water Meter Setting and Meter Box EA 2 5600.00 51,200.00 SUBTOTALSf18 geti0I '..TO241..SONSRUC,;I7O`f GOAT:S . 559, ,446.00 Sangfllollywood & 6t° Street Intersection Improvements City of Fayetteville Engineering Division June 19, 2003 Page 00500-4 • • As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.B of the General Conditions. Article 5. PAYMENT PROCEDURES TOWNSHIP shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. Progress Payments. CITY OF FAYETTEVILLE shall make progress payments on account of the Contract Price on the basis of TOWNSHIP's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the perccntage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs I4.02.B.5 & 14.02.D of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainagc), I( Work has been 50 percent completed as detcrmined by the ENGINEER, and if the character and progress of the Work have bcen satisfactory to CITY OF FAYETTEVILLE and ENGINEER, CITY OF FAYETTEVILLE, on recommendation of ENGINEER, may determine that as long as thc character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanicd by documentation satisfactory to CITY OF FAYETTEVILLE as provided in paragraphs 14.02.B.5 & 14.02.D of the General Conditions. That is, if any such items arc setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to TOWNSHIP to 98 percent of the Contract Price (with thc balance of 2 percent being rctainage), less such amounts as ENGINEER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions. 5.3 Fina! Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.B & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.B & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce CITY OF FAYETTEVILLE to enter into this Agreement, TOWNSHIP makes the following representations: Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 00500-5 • • 6.1. TOWNSHIP has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2. TOWNSHIP has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3. TOWNSHIP is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and fumishing of the Work. 6.4. TOWNSHIP has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. TOWNSHIP accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which TOWNSHIP is entitled to rely as provided in paragraph 4.02 of the General Conditions. TOWNSHIP acknowledges that such rcports and drawings are not Contract Documents and may not be complete for TOWNSHIP'S purposes. TOWNSHIP acknowledges that CITY OF FAYETTEVILLE and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. TOWNSHIP has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary cxaminations, investigations, explorations, tests, studies, and data conceming conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which May affect cost, progress, performance, or fumishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by TOWNSHIP and safety precautions and programs incident thereto. TOWNSHIP docs not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Timcs, and in accordance with the other terms and conditions of the Contract Documents. 6.5. TOWNSHIP is aware of the general nature of work to be performed by CITY OF FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. TOWNSHIP has correlated the information known to TOWNSHIP, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7. TOWNSHIP has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that TOWNSHIP has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to TOWNSHIP and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Sang/Hollywood & 6tb Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 00500-6 • • • Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the cntire agreement betwccn CITY OF FAYETTEVILLE and TOWNSHIP concerning the Work consist of the following: 7.1. This Agreement (pages 1 to 9, inclusive). 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). 7.3. Certificates of Insurance, (Exhibit C). 7.4. Documentation submitted by TOWNSHIP prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages 1 to 42, inclusive). 7.6. Supplementary Conditions (pages 1 to 12 inclusive). 7.9. Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof. 7.10. Addenda numbers _ to _, inclusive. 7.11. Two sets of drawings (not attached hereto) consisting of a cover sheet and additional sheets numbered 1 through 31 with each sheet bearing the following general title: HWY 180 & Sang Ave./Hollywood Ave Intersection Improvement Plans; and a cover sheet and additional sheets numbered 1 through 5 with the following title: HWY 180 & Sang Ave./Holywood Ave Signalization Plans 7.12. The following which may be delivered or issued after the Effective Date of the Agreement and arc not attached hereto: 7.12.1. Notice to Proceed 7.12.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documcnts pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents othcr than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 00500-7 • • • release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. CITY OF FAYETTEVILLE and TOWNSHIP each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 00500-8 • • IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and TOWNSHIP have signed this Agreement in quadruplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE and ENGINEER, and two counterparts have been delivered to TOWNSHIP. All portions of the Contract Documents have been signed, initialed, or identified by CITY OF FAYETTEVILLE and TOWNSHIP or identified by ENGINEER on their behalf. This Agreement will he effective on Agreement). 9m-bric Address for giving noticcs: 113 West Mountain Fayetteville, AR 72701 (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) , 2003 (which is the Effective Date of the CONTRACTOR: Township Builders, Inc. By: /p - Spence Churchill President • Attest Title [CORPORATE SEAL] • If a Corporation test by the Secretary. Address for giving notices: P.O. Box 7252 Little Rock, AR 72217-7252 License No. 0039640603 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign) Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 00500-9 Clarice Pearman - Re: contract Page 1 From: Paul Libertini To: Pearman, Clarice Date: 7/23/03 3:20PM Subject: Re contract I will be putting the contract docs together for the Contractor to sign. I should have them up to your office early next week. Thanks. Pau -Q71 Aft cs,s4,4 M • • I*nson Pipe & Products, IR P.O. Box 2057 - Memphis, TN 38101 Tel 901-346-1400 Fax 901-346-4177 www.hansonpipeandproducts.com PROJECT DAT .. • fl ▪ 'Hanson /ea4&y Ivo° to atfai/vms- /V64e309.00,-44- urx -7ce Mstio SCGA64-7-ate, nery ,e.v 4 -76-- �.r/li/NE.eiC /.r/Ss; l�/�DCFX-S'iv� s Pfiele- G //0E49 -74,i *1/1 Please contact your local Hanson sales office in: ALABAMA ARKANSAS LOUISIANA MISSISSIPPI TENNESSEE 334-281-0820 501-376-3581 504-254-1596 602-982-1100 870-735-5514 800-RS8-4401 800-482-6548 877-754-7379 800-255-7520 800-238-5299 City of Fayetteville, Arkansas • Budget Adjustment Form • Budget Year 2003 Department: CP&E Services Division: Engineering Program: Sales Tax Capital Improvements Date Requested 7/1/2003 Adjustment Number Project or Item Requested: $80,564 in the Sang/Hollywood & 6th Street Intersection improvements capital project. Project or Item Deleted: $80,564 from the Interest -Investments account in the Sales Tax Capital Improvements Fund. Justification of this Increase: The funding is needed for the approval of a contract and project contingency with Township Builders, Inc. In addition $35,000 is needed for the personnel cost of In - House Engineering Services provided and for materials testing. Justification of this Decrease: For 2003, there is additional revenue received over budgeted to comply with this request. Increase Expense (Decrease Revenue) Account Name Account Number Amount Project Number Street improvements 4470 9470 5809 00 80,564 00019 1 Decrease Expense (Increase Revenue) Account Name Account Number Amount Project Number Interest -investments 4470 0947 4708 00 80,564 Approval Signatures Requested y Budget Maner Department Director Fihance Inter 9']D'rector Mayor 6 903 ate 6 ,/',--1003 Date Date -70.03 Budget Office Use Only/� Type: A B C / D J E Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Date Initial Date Initial Date Initial Date Initial NAME OF FILE: Resolution No. 104-03 w/Agreement CROSS REFERENCE: Item # Date Document 1 08/19/03 Staff Review Form w/attachments draft resolution memo to mayor/city council copy of Bid Tabulation copy of Bid Form copy of Bid Bond copy of Certificate of Authority Individual Attomey-in-Fact copy of proposed agreement 2 08/11/03 Project Manual 3 08/11/03 memo to Paul Libertini NOTES: AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW ois 1VIICR4ILMED '/x/09 STAFF REVIEW FORM - FINANCIAL OBLIGA.ION Cal Tr,n 42 4€,I4 /&1/ 4/ey For the Fayetteville City Council Meeting of: Mayor's Approval FROM: Sid Norbash d'h— Name Division Engineering Comm. Planning & Engineering Svcs. Department ACTION REQUIRED: Approval of the Final Reconciliation Change Order to the construction contract with Township Builders, Inc. in the amount of $44,100.28 from project contingency for Sang/Hollywood & 6th Street Intersection Improvements. COST TO CITY: $44,100.28 Cost of this request 4470.9470.5809.00 Account Number 00019.20 Project Number akS,o CS° . 0 0 Gnat sugerecy—S-6L-040. Hollywood St -6th & Sang Ave Int. Category/Project Budget Program Category / Project Name $ -oeinn _SS I.S� Street Improvements Funds Used to Date Program / Project Category Name $ tow ta..kl ree Sales Tax Capital Improvements Remaining Balance Fund Name BUDGET REVIEW: X Budgeted Item • Budget Mana Dateger Budget Adjustment Attached CONTCT/GRANT/ E REVIEW: l 7.1.4. a 2 0-tt —76-1 (o4 Accou ting Manager�Date Interrnal Au for Date l� (.1*7(o' Y _ o l - City Attorne Date Purchasing Manager Date STAFF COMMEND SON Approval of Final Reconciliation Change Order 4/''l —7,2C -D `( Received in Mayor's Office Divisi n Head Date Department Director Date Finance & Int nal Services Dir. Chi -f ..inis ive Officer err Ma or Date 9-u4 Date / tti Date Cross Reference• Previous Ord/Res#: 104-03 lailq Datee . Orig. Contract Date: 15 -Jul -03 Orig. Contract Number: 918 New Item: Yes No X Staff Review Form - Page 2 Description Hollywood St -6th 6 Sang Ave Int. Meeting Date: Mayor's Approval Comments: Reference Comments: Budget Manager + Accounting Manager City Attorney Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator • • • City Of Fayetteville CHANGE ORDER NO. 1 & FINAL RECONCILIATION Project Title: Sang/Hollywood Id Missouri Rd. Improvements Project No. 00050-20 Contract No. 902 Contract Date 5-6-2003 Contractor: Township Builders, Inc. The following changes are hereby made to the contract documents: Additions to the contract: Quantity variations on all bid items as measured for final payment, and attached as final payment documents $44,100.28 Deletion from contract. None per this change order Justifications: These are the differences between the actual quantities installed on the job, and the estimated quantities per bid items. This figure also reflects the addition of two items (1) Utility Vault in the amount of $2,150, and (2) Under Drain in the amount of $1,300. Original Contract Price: As adjusted by previous changes: This C.O. will increase contract by: The new contract price will be: Page 1 $596,446.00 $596,446.00 $ 44,100,28 $640,546.28 • • CHANGE TO CONTRACT TIME The contract time will not be changed. 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 General Conditions of the Contract. Requested by Sdi Staff Engineer (r`9, Recommended by Approved by Contractor Approved by Mayor City Engijieeerr Mayor Dan Coo Page 2 Date : %— 7-o?oa 1 Date : Date: Date: 7P'•v 1 ,A,c( • • Item Requiring Mayor's Approval To: Dan Coody, Mayor Thru: Hugh Earnest, CAO Tim Conklin, Director CP&E Gary Coover, City Engineer From: Sid Norbash, Staff Engineer Date: July 7, 2004 Re: Sang/Hollywood & 6th Street Intersection Improvements Project Change Order #1 & Final Reconciliation to the Construction Contract with Township Builders, Inc. RECOMMENDATIONS: Staff recommends approval of the Change Order #1 & Final Reconciliation to the construction contract with Township Builders, Inc. in the Amount of $44,100.28 for the extra work necessitated during the construction, and required by the City Staff, as well as over -run for certain bid items per contract. BACKGROUND: The above referenced project is a Capital Improvement Project, which was funded for construction for 2003-2004. The purpose of this project was to improve this intersection by providing a better alignment for added safety, as well as traffic lights and improved drainage. In addition to the mentioned items, several attractive landscaped islands have been added as well. STATUS: The construction phase of this project began in October of 2003. This project was substantially completed in May 2004, and some minor items of punch list were completed by early June. The contract with Township Builders will be closed out after approval of the attached Change Order #1 & Final Reconciliation. DISCUSSION: There were some under -runs as well as some over -runs in the final finished quantities, resulting in a net increase of $44,100.28 for the project closing statement. A Utility Vault had to be added because of the grade conflict with the existing water line at a cost of $2, 150. Also because under ground drainage was encountered, 100 feet of 4" Under -rain had to be added, at a cost of $1,300. The significant items of over -run were: Bid Item #10 Remove & Dispose Concrete Driveway by $3,232 (Shakes Bldg.) Bid Item #16 Compacted sub -grade by $15,920 (unsuitable soil was encountered) Bid Item #17 Borrow (Unclassified Fill) by $5,248 (Unsuitable soil was encountered) Bid Item #38 Imported Topsoil by $6,720 (change of design for the planters) Bid Item #77 18" Butterfly Valve by $5,500 (W/L angle varied from plans) Bid Item #83 Ductile Iron Fittings by $10,197 (W/L angle varied from plans) FUNDING: From the contingency funds. The Council has approved a project contingency in the amount of $60,000, per Resolution No. 104-03 (copy attached). Contingency $60,000 Used to date $ -0- Conting. Balance $60,000 SN/sn Attachments: copy of Change Order #1& Final Reconciliation copy of Resolution 104-03 RESOLUTION NO. 104-03 MICROFILMED A RESOLUTION TO APPROVE A CONTRACT WITH TOWNSHIP BUILDERS, INC. IN THE AMOUNT OF $596,446.00 PLUS A PROJECT CONTINGENCY IN THE AMOUNT OF $60,000.00. FOR THE SANG AVENUE AND HOLLYWOOD INTERSECTION WITH 6TH STREET IMPROVEMENTS AND TO APPROVE A BUDGET ADJUSTMENT OF $80,564.00 BE IT. RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section.1. That the CityCouncil of the.City of Fayetteville, Arkansas hereby approves a construction contract pursuant to Project Manual Bid #03-29 (attached as Exhibit A) awarded to low bidder Township Builders, Inc. in the amount of $596,446.00 plus a project contingency of $60,000.00, and a budget adjustment (attachedras Exhibit.B) in the amount of.$80,564.00. ,,_... ASSED and APPROVED this'the 156 day of July, 2003 .QFAYET)f� . APPROVED: ^ i •, By: • ; AN COODY, Mayoy� L 14. By: Sondra Smith; City Clerk: • OWNER Cay S Fty.N.VY 113 Wea Ma s*aM Ftys1..t,. ANleuf 13701 ARCHITECTIENGINCER Cey M FtytfteO. 113 Wt M9vta' Fsy.R.MN. Nana 13701 CONTRACTOR Ta5T11NP &*Mn. Inc. PO RaT252 LAI% Roc*, NYarvta 77217 CONSTRUCTION TRACT PERIODIC PAY MATE MM 3 ': 2004 ESTIMATE NO 68 FINAL PROJECTSa'gn4Nyrwe a Eaf 0& S&«* PROJECT NO 0139 DATE'. 001504 CONTRACT GATE. 07115103 ITEM CONTRACT QUANTITIES THUS ESTIMATE COMPLETED TO DATE NO DESCRIPTION OFWORK OUANTRY UNITS UNIT COST TOTAL QUANTITY EARNEO QUANTITY EARNED I IA..S 100 LS 39.W0 W ]9000_ 103 390) 00 2 COWCIw Saby I00 IS 10.00000 10,00003 IW to 00000 3 Ilia lrela 100 LS 355)500 15.57500 020 7,11503 100 15.575(0 4 Trn FW dn,r.., 10000 Ii 400 b0O) . 5 FrNMan Sty I( LS 230000 3000 W 100 2r 00 A OlanpA CAAa.a t_ LS 600000 6_0_ 100 600000 7 Ra 0G 8,GLn 1'05]00 Lr eW 1.11000 154203 7.71003 a R&O1rthMQo Plp.. 20100 LF 900 100000 20000 100000 9 10 Re DAscn Pawmwa&OrreMn R 4OCvinle Pawmnt6 2200_ 911600 5Y SY SW eW I%.03 72000 10000 ]20000 224976 131000 11.2060 1040000 It RB UCoyaele S9te9Aa 19200 SY 500 90000 10940 91700 1] ITa DNPvl Sd. TNIW 5Y 100 80000 TAW 86000 13 H&ODayi9H 300 F.A 3_D 130000 400 200000 14 15 Na DCPCnle Fkwne Inca.a.pExtnan 100 165500 F.A CY 30000 1100 JD]W 16]050 I00 165500 WDo 18 ]0500 16 I] IA 19 A 21 27 A 21 7J 24 27 M 29 30 31 J2 33 11 b 36 37 b _ C 41 Car9YctN SU09rn]n' Se4v IAe4w Me1MN (brM (llmbftle]ri0 ik ectA ADecW rAp rags INN•Cws(O.,.7) CovatgOee&Ortn CAOIM D.p cane(Typ2) 7AOIII 6U1ab Cane(1y,e 2) 19RCj' 2C RCP 2CaR'F edFalse[an DLO inY RypoVtxea 404001 Dra1YlelEter 1(41 CoP.c1GrwnYAd To.Aaatan Da Agyl Whale To GraN A4WW4eVnM Tofnla: MavM.BCorvele Dak, Cava. 5400.Yµ 1171 AW De1e 111 Can e(. Aatte Rrp(4,S AW I.. (41 0A1WYrAp Sa1se4 Cww4 e r Ck1 Saw98 Yay 9cI4 SaaYn9 in1(n!N 1[.4)01 Srw [illee SAFYa ITT nn SI Jerw 196500 AOW 2_00 100000 110000 17500 23000 2000 11900 100 500 500 11%1 100 1_ 100(X) 60000 1000 toW 30000 0_ 45000 41000 ::1000 0000 600 CY CY CV TN IF IN TN LF Lr CA FA EA CA EA FA S SY SY S' St AC SY CY CA IF CA 1600 1600 19W 20_ 1103 6600 6600 340_ CSCO 130000 220000 a0O_ 1x000 60300 10000 1600 J1_ 7000 10_ 1000 10510_ 400 1500 1200 300 1_00 314C00 320000 3.80000 20.G00 1519000 3135_ 16,50300 100000 7.!3300 t]IpW 1100003 10X00 1}0000 40000 10000 3.740_ 20190_ 490000 4,0_00 12000 W 105000 1!0000 600000 1]_00 1210_ 0 )00 7500 030 10000 9000 2125 92_ 32381 IW 33000 (5200 82500 00000 3.24000 3,13200 ha; 30 3.61000 1295] W 3RODO la_ 00 1128]00 . 2.96000 3]600 6200 107291 13_00 19602 22640 1700 0230 1_ 500 500 030 100 100 180_ 59800 7120 WW 32304 IW 350_ 040_ 6000 24300 47.36000 040000 1.53800 21.45120 10553_ 3279012 14.91210 85000 5.36250 1]_00 1100000 3.00000 00000 600_ 1_00 3,21000 2013200 490700 3.000_ 12963 W 3X000 1.00_ 12,72003 79200 73500 42 43 44 4 46 47 b 49 30 SYRnn CataM Fee0leWn VCv. rwa6tr Vag llvicem Vd€OC.C IMc Syw IYaO 35afan TrYAO Sg's 11y8.4Swm TrttcSyrFbe.55Nm TRY, Jrae 1** 100 1]0000 100 I00 90000 600 200 200 AW 7__ 6a 1_ CA IF CA EA LF EA FA FA CA LF 1500000 200 2.00300 1800000 600 1x100) 'CC CO ISO) W A_ 101 200 303 15.00000 2,60000 6n_W 10 000(0 5,•10000 (.20000 290000 14010_ 8,m00 ICW 1,4.__ IX 175000 AW I00 900_ 600 200 200 e_ 600(0 15,000_ 2.5_00 600000 lA00000 7.2_00 5,0000j2W 291003 2000 W 614000 12000052 100 125000 AW 100 150_00 25_00 800300 1600000 5.10000 720000 200000 3.0WDO 0.10003 51 ire7c 5(X.4)(1)40 R✓1uWCI ¶r [66}00 CRb (20tJ14A n31 sJ 37 56 59 W F.Iectncs Cc ilvc Fa Llrnls•.f CaoanInCWrl Plrc C1nAY O3 PVC CmaA (31NlYMv5y Fyn CvvaeN tla Tnac 5qn Mn Ann AtA4 (701 I'4 uN lama Pd. 40) W JOW 10010 2_10 1110_ 000 I 0 I_ Lr L! tr Ih IF FA CA EA EA CA CA CA FA IF 300 300 aW 6O) ]500 500_ 3.8WW 630000 1700 00 W_ WOOD 1fi0010 7000_ 300000 3,00000 4 O0 AM 00 30_ 100_ 5_ I 0 100 1X19 W 9000 0WW 2.5_00 3.8m _ 63_00 500 100 100 800 11[rlrO 90_55 1680_PVC 100010 693003 2500_ 390000 630000 e1 62 63 81 65 68 TnCc 50rp Ms M,8 (42) 'inc s9m Mn Anna 1704(0) LvmmI.Aaeemlly irpNF ^�41PS. aRt1 SVWe Pura Aneni6N 1Mrnp PwaraMN WMea Yeto. W I 0 200 I00 100 307000 1,000_ 1200_ ta00 W 25_ W 3.]0000 100 )0.4)00 /,30000 2.8a0DO '1.50000 330300 307000 100 I(0 200 I00 I_ /0000 /.100O) 2.8WO) 25(00 330003 1_ tW 200 TW I00 185200 ro__ 7.?W 91 - 290000 2,50003 33010 18.200 • CONSTRUCTION TRACT PERIODIC PAY MATE ITEM NO DESCRIPTION OFWORK CONTRACT QUANTITIES THIIS ESTI ATE COMPLETED TO DATE QJANTITV UNITS UNIT COST TOTAL COST QUANTITY EARNFD QUANTIfl EARNED 61 66 9 7Q 1Mmo Pt rRw Nsls9 W7*. 11x1 71_..y pwrrti V__9Nt*e (!t5 fnLnmlr9.snn Mvwr WNe (Anon) S11r61RU s 76700 13900 6 W 1635 lr LF FA SF 700 1000 30000 2000 5.36900 1p6W 1!00 W 32500 O00 WW 300 W WJW 60000 16600 1600 435600 160QW 9600 W 71 73 73 74 75 1r RV(: wsw I— r PVCwss U+ rP'CW....lrt 3fxIr Ttpsa tiYanw 1rT v..e 32000 36000 3600 100 IW Lr Ir 1r CA EA 6000 WW WW ].SHOW 3000000 25.6C0 W 1600000 60000 3.50000 Xwom 3]000 JWW 100 100 nn dxm0 l6. 00 . 2.50000 WWIDW 76 77 76 79 60 r\s+PV Vwn 66}!re 1r&Espyvsw rfa VW rGsev" 1tFnAdat, 300 I W SW IX 300 CA FA EA EA EA 3,70000 5.50000 12000 900 W 600 W 5AWW 5.50000 6WCw 900 W 3600 W - 300 300 500 300 SIOOW 1100000 6.00000 2.X 61 63 63 M 69 VFoyp Apps FnMfltMs.ntav DmWa 9m FErys sr.,.. WrP 141w SNi aSm 300 200 130000 300 300 CA CA LR CA FA JWW 3.WOW 500 41Mm 60000 90000 1,30000 3100000 6WW 130000 300 1]0000 300 200 6.3]950 200 300 9WW 7.30000 31.19750 6WW 130000 UNmyvss l llovba� IX 10000 EA LE 2.IWW 1300 3,10000 1,30000 100 10000 3.1W00 I. W TOTALS 56955000 161.161.10 SC5L638 •• SCHEDULE OF CONTRACT CHANGE RIDERS rrwTRACTf1R T(]WNSHIP RIIII ❑FRS INC CONTRACT CHANGE ORDER NET CHANGE IN CONTRACT PRICE VALUE OF ITEMS COMPLETE TO DATE NO. DATE DESCRIPTION U,yvam V !A e d 12,150.00 $1,300.00 $2,150.00 $1,300.00 TOTAL FOR CHANGE ORDERS I 13,450.00 $3,450.00 SCHEDULE OF MATERIALS STORED INV A DATE DESCRIPTION VENDOR QUANTITY UNIT UNIT COST AMOUNT TOTAL FOR MATERIAL STORED $000 ORIGINAL CONTRACT AMOUNT TOTAL APPROVED CHANGE ORDERS ADJUSTED CONTRACT AMOUNT TOTAL COMPLETED TO DATE ORIGINAL CONTRACT TOTAL EARNED TO DATE ON CHANGE ORDERS TOTAL FOR MATERIALS STORED TOTAL AMOUNT EARNED TO DATE LESS 10% RETAINAGE ON FIRST 50% OF ADJUSTED CONTRACT TOTAL DUE TO DATE LESS PREVIOUS PAYMENTS APPROVED TOTAL AMOUNT PAYABLE THIS ESTIMATE APPROVED DATE 14 -If z C CTOR $598,446.00 $3450.00 $599,896.00 $637,096.28 $3,450.00 $0.00 $640,548.28 $640,548.28 $449,368.38 APPROVED GClzy/ ) / DATE S -2.T-0 OWNER'S REPRESENTATIVE A//o.✓ed%. Cefr ,•yJar! 4 /Y7 000. 08 / fl//royal O/ C.i. City Of Fayetteville CHANGE ORDER NO. 1 & FINAL RECONCILIATION Project Title: Sang/Hollywood Id Missouri Rd. Improvements Project No. 00050-20 Contract No. 902 Contract Date 5-6-2003 Contractor: Township Builders, Inc. The following changes are hereby made to the contract documents: Additions to the contract: Quantity variations on all bid items as measured for final payment, and attached as final payment documents: $44,100.28 Deletion from contract: None per this change order Justifications: These are the differences between the actual quantities installed on the job, and the estimated quantities per bid items. This figure also reflects the addition of two items (1) Utility Vault in the amount of $2,150, and (2) Under Drain in the amount of $1,300. Original Contract Price: $596,446.00 As adjusted by previous changes: $596,446.00 This C.O. will increase contract by: $_44.100,28 The new contract price will be: $640,546.28 IirdLL'aI JUL-30-2004 FRI 08:50 Af12OWNSHIP BUILDERS INC FAX NO. 1 664 3839 P. 03 V(1z1fLnnq lb:O2 a 1S-8282 ENGIN-RING F. PAGE 03 CHANGE TO CONTRACT TIME The contract time will not be changed 111L• 1 11• •1. II .rn• L1I 1••I.• 1.1:. I• •.' • 1• . 1 . I' 1 1 •Y 1 ll. 1 14 •• .. .. .. 11..1 1 11. . 11 • wl .1 . 1 1 1 1. 1 1 1 1 1 1[: 1 Date: 7— 7-jea 4 . . 1II 1..• 1 I • .. • .. I • • I . I -4 / a' =111 I.. •11 Page 2 Date: Z Date: From: Clarice Pearman To: Norbash, Sid Date: 8/3/04 10:09AM Subject: faxed signatures Sondra and I talked with Kit Williams regarding faxed signatures. We were told that they are okay temporarily but that the originals are still needed. Please let me know when I might expect to receive those original contracts with the original signatures. Thanks. FAYETTEVILLE • THE CITY OF FAYETTEVILLE, ARKANSAS City Clerk Division 113 West Mountain Fayetteville, AR 72701 Telephone: (479) 575-8323 DEPARTMENTAL CORRESPONDENCE To: Sid Norbash Engineering Division From: Clarice Buffalohcad-PearmankNq City Clerk Division Date: August 10, 2004 Re: Change Order No. I Attached are two of three original change order/final reconciliation for Township Builders, Inc., for the Sang/Hollywood/6i° Street Intersection improvements. This change order/reconciliation will be recorded in the city clerk's office and microfilmed. If anything else is needed please let the clerk's office know. /cbp attachments cc: Nancy Smith, Internal Auditor STAF'REVIEW FORM - FINANCIAL OBLICATTN X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW /5 For the Fayetteville City Council Meeting of: July/, 2003 FROM: Paul Libertini l Engineering Comm. Planning & Engineering Svcs. Name Division Department ACTION REQUIRED: Award a construction contract to Township Builders, Inc. in the amount of $596,446.00 and approve $60,000.00 for project contingency for Bid No. 03-29, Sang/Hollywood & 6th Street Intersection Improvements. Also, approve the attached Budget Adjustment in the amount of $80,564.00 which will cover a portion of project contingency, and $35,000 for in-house engineering services and materials testing. COST TO CITY: $656,446.00 Cost of this request $ 942,869.00 Category/Project Budget Hollywood St -6th & Sang Ave Int. Program Category / Project Name 4470.9470.5809.00 $ 331,987.00 Street Improvements Account Number Funds Used to Date 00019.20 $ 610,882.00 Project Number Remaining Balance BUDGET REVIEW: X Budgeted Item � / '/`r 2 3 Bud' age Date CONTRACT/GRANT/LEASE REVIEW: ACco ing Mar3,er Dae wt- t'J I&. City Attorney Date 4�!Ft ApprOV Iofdoit D e -/9-3 Department Director Date � -2a-� Finance & Internal Services Dir. Date Date Program / Project Category Name Sales Tax Capital Improvements Fund Name X Budget Adjustment Attached (" . � 6, o b Internal Audi r Date Purchasing Manager ems listed above. Received in Mayor's Office Cross Reference: Previous Ord/Res#: 176-02 Orig. Contract Date: Orig. Contract Number: Date New Item: Yes k. No • Staff Review Form - Page 2 • Description Hollywood St -6th & Sang Ave Int. Meeting Date: July 1, 2003 Comments: Budget Manager Accounting Manager o /2ai.&c t ,/ o . City Attorney ft Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator Reference Comments: C RESOLUTION NO. A RESOLUTION TO APPROVE A CONTRACT WITH TOWNSHIP BUILDERS, INC. IN THE AMOUNT OF $596,446.00 PLUS A PROJECT CONTINGENCY IN THE AMOUNT OF $60,000.00 FOR THE SANG AVENUE AND HOLLYWOOD INTERSECTION WITH 6TH STREET IMPROVEMENTS AND TO APPROVE A BUDGET ADJUSTMENT OF $80,564.00 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 a construction contract pursuant to Project Manual Bid #03-29 (attached as Exhibit A) awarded to low bidder Township Builders, Inc. in the amount of $596,446.00 plus a project contingency of $60,000.00, and a budget adjustment (attached as Exhibit B) in the amount of $80,564.00. PASSED and APPROVED this the 15th day of July, 2003. ATTEST: By: Sondra Smith, City Clerk APPROVED: Fi By: DAN COODY, Mayor FAYETTEVItLE � THE CITY OF EAYETTEVIUE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Mayor Dan Coody Thru: Tim Conklin, Director, Community Planning & Engineering Services j 1 Gary Coover, City Engineer From: Paul Libertine, Staff Engine Date: June 19, 2003 yy Re: Agenda Request, Council Meeting of July 1, 2003 Sang/Hollywood & 6t' Street Intersection Improvements Background: This construction project is in the approved Capital Improvements Program. This intersection improvement will relocate a portion of Sang Avenue to align with Hollywood Avenue at the intersection of Highway 180 (6's Street) and add signalization to the newly constructed intersection. This project will also install 320 LF of 18" PVC water line and 360 LF of 8" PVC water line (The 18" line is a portion of a larger project which is identified in the Unfunded CIP). This intersection serves Ramay Junior High, Fayetteville High School West Campus, the bus barn for Fayetteville School District #1, and Fire Station #6. A traffic study was performed by AHTD and the results showed that this intersection met the warrants for signalization. Engineering Services utilized in-house design staff to develop construction plans which have been approved and permitted by AHTD. Current Status: A Bid Opening was held on Wednesday, June I8i° at 2:00 pm with the following results: Engineer's Estimate (City) $587,170.50 Township Builders, Inc. $596,466.00 Mobley Contractors, Inc. $603,903.20 APAC-McClinton Anchor $657,905.80 (A full bid tabulation sheet is attached.) Recommendation: Staff recommends that the City Council award the construction contract to Township Builders, Inc. in the amount of $596,466.00, approve $60,000.00 for project contingency, and approve a Budget Adjustment in the amount of $80,564.00 for in-house engineering services and materials testing. w SV V Y V V V V u V u N N N u N N N N N N w J J P M P V N s G e - J a 4 a,. -"-O .0 Y o 4 I y N- G YY 4 4 A A A A n 3 ng 1 _ '� X 5 G 6>> $$�{> g e X P R R R !' F' C e' C g T G a 6 n Q n n c E E? e n G� n n n^ E E.' O O O p O O p 9 E. 0 6 a a a V rr�� R liS. EN • . T V m _ F N N 9 9 C Q p Tv ~ S ' m 6 r! n T a !j D n n i R S s & w w w m6 o a i n 6 fIn1 onnnn p n q Q5 e� G n y 6 6 F p 8 n — q T _ r w p i Y F B _ r F R S CD_ } E w i. f p 11[[G 4 9 X > C• (� C [v 0 n e8a a UL I Y® a 3 y e N _N N C « �Vppn� GQy� N GY�QbJ�. « }LONE GewOl� y�Pn1 ��PnnP OQNOQ N OQOOQ 'OQOQO e' 88 �t H8888888888888888888888888888888888888888 N « N N M M M «« N MM N M N CHpp� �1 M M N N« N T S O y« M ~ V M O u V w« N J T J P N M 00 �+ §""P"H ss a s99 9s as490 ax r8 8 $8$888$88888588888888888$8888888888888888 G1 ---C_ _ j �y1i TM• SV din w♦� .t4u NGp N p'.. J Nq p i O Y g q.o J O J V P .o N V U J O> O J N O u O J N a N 4 J V N g O J J V O M 4 q H V q H 4 N e « N N - N M M N M Y N Y Y N M M 4 � N N M N-4444 N N 4444-544.4. N N Y N N N M M M w— J N « N N G. Y N N J« N N P N N V N V N Y N w a N N N N J N .ppJ OJO P N Sn V OqOq app�pp FF P pppQ iVVJ 1+ O pppp — P CpCp J L J P ' �p d P P N S O N N PP O J Y w s P P J ay a u g O O P O NM P O J NYY O Vpp V V g p V' 4 u H H H H H H H O H O H u V 4 .4 P O O H H H H O O Y S P S O 4 P H u H H N N C'. N M M N« M V 4.44 P q P 7 R u T Y» u Jp O P Y J �e w O H 0 0 0 0 v J O N �e 4 a C U V V _ T Y . Op Y H 8 w 8 8 8 # II� H O O H O H M O O N H H H H H H H H 8 O 8 O O 8 0 0 0 99 O O O O O S 88 O fl_k Y Q^F « N N M N N N M N M N N« r> Y N Y N V V g P Y d N ~ u N M V g N M N M '� N P N N P g P g L p 4 P N L O a a N O at > N 4 m V J L 88 V yPyP P N ��Jnn - J— P— J VLN J VF� Cp LOp S` O OP N •q 4 Y— O g O H O O H O N O u O H H O S O V O O P J J M O Y H O O H O O n 88888888888 H8888888888888oc888m88BS88888S N N N yC « N yq1 N N 8P Pd q q J C4. y 44J J w 4 0 J O M H H O V P J V L T N M T 'a -a a J S J V O J 000" q N�pp yy IIIIII ��� i f 4. CMp6 Y 44444.4. M N« ««- M N M- N- N N N N « 4.44444.4.4. —— N —— q— N w Y Y N V N u 0- P a V .c Y V Y N py J 0.4 P• N a a a N O N O O N O O g w O H O 8 8 8 8 8 8 8 8 8 8 8 Y y 8 Y 8 8 8 8 8 8 8 8 8 Y o 8 8 8 8 S 8 4 0 8 8 8 8 N GGt� 8T YY54 SS�� wwpOpOt� 8M N yyppt� yyPPt� 88 88 88 8O8• H 4 4 N p H 0 0 0 N N O O H O 0 0 0 0 N O 0 0 0 N 8 8 O N O N O 0 0 0 J 0 0 I`' 88888888888888888888888888888888888888888 a 4. « « G� N « « « « N — Pa�n « N N « yt M N S. N Y 44-44b O N N N N N .444 N Y w M Y u y u 0'.C P 'O >_.4.4.4 g J P N V 4 O P O IC s s s sa s os s sYo0 188888s88888 sS88.8a8888sEs8889S988SSHSHSB m M O Y O V m N m m p J 'Q J m J V V a J 4 -. Y J -. �.. J - µ J P P P P P Y P V P N- P ' d O J a N• u N N - Y p b L V M V N 41 I £ E w1 m-- • fi• fi mP. .. : 9 .; n fi fi x n 4 x x B 9 S e^ k" 6 F I fi. fi a^^ n • NR EE°s_ 9 � N N N N ri EeLS. S Q j-. Fn Y ——"i'"'°' N F S pr ' ^ ' R 8_ G .ma!Iy� P> c e•_- Y O C _9 9 S 9 i Y; i; Q V N e S n n x x -_ pn O 6 O n n C iinii I y t F s > La ; fi � 5 o Y g= .. = m B fi fi` L L S L 3 'F 3 0 E 6 S S Y > b S g r L a? o E o N r fi 0 eC� e'� e'� 8 9 0 9 0 9 0 9 0 S _ n Q a 555 f7a G :_ 6- fi- 6 F F n 7f NN -4 B ." F g P E fi E f. E E P > N N o C 0 p y < s G 1 m C N P V a N O N C� 8 r, o s a y H> H lip N N a N V V N N O a p N P �P J 8 S3$5` raj ��wj SV Y `� - u N Pd wpNp 4. 4. nn jjaPa,.� pV p MM pN }N N N8 f-8� O O N O S H E H 8 8 E 8 0 0 0 0 8 0 J J E O S E 0 8 8 N O r u u V N H O S H P O E N S 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 H 8 8 8 8 8 8 8 8 8 8 H H 8 8 8 8 8 8 H 8 H H 8 8 8 8 8 8 �p O, - M N N N y� Q N 4 N M N- °N J m J M O N N N 4 N V N u N N N N N J N J y� P N V N V N- J N N N - y� P N u N Pd N -I N N -" m N m N- N M S 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 V N Mp "" P N P V N N N �" rta'aF m N J T N N~~ N VS P 444* 0-4 .p N P O M M V yy O O 1- M yy O Ni. - T44 �" J - S Pd N Sw O O MM 0 0 4 J N.-• 88 O V P S O S O 88888888o CI O 8 8 H 8 8 8 S 8 O 88 O H H i 8 O M V• C 4-• O V — M O O 4 O O a o8 O N J J - J MM u J u m p M� " N M N J~ �n P V J T N M P v N 44 M V N u N Pd N P g ln� . J s u V- C m C.J m Pd CJ 0 Cll P. P • m L a N P L J J O M p. J p J m L •. O P M u 4 P N s L m0 O O� C V. 4 " L pL Op L- N V♦♦� J M J �I NO N R'♦p4 O0 OQ L Pd N VVO O M . N N H- N m- O O .C 0 �.J N 4 O N N 4 O O O O 8 O 8 N H N H V H P4OOO 8 H 8 O H O H O 8 8 V H OGO 8 S H O a 8 O 8 m V V• 4- m O u o O H S 8 8 O O H H 8 8 H H 8 8 H �( S s Y� V v m u 1 Om N T J N u m N J yy N N ����wwjj J �ww P J D. YY pr �" N O 4.1 N .% ♦ O M J S 0 N 0 'a 0 O .pN O O .•p O O Y- V J }" u- y P O4. S Pd O O O O 0 u a r u T J J 0 0 0 N 8 OI 88p88888888888pu 88po�88888888po'N84888888888 :. T Ml J M Pd 4.4.4.4.4.4* ~NN m T N N T N N M V N N N O N M N YP Lp ?p N 4 MNp a m L N V 4 N J u J V V ��ssnn 8 8 N m O O Cl Cl C) O p p p J N o m �I N OOOO9O9'a- O 0000 O O OI 0 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8" 8 8 8 0 0 8 8 8 8 8 8 8 8 8 8 8 0 8 8 8 8 8 8 8 8 8 8 8 8 ,� 4.4* . N M M~ M N u SN •; N N- N N N J N m N J L N V M V N N N N J N P N L . N O L N N - 4 L J m a V N m P u 8 m 8 p • .p Pd 8 N �p J 8 a �p L V N V N N N m J.t N • L V 0- �w N J0' M O 4 O O 0 N O V N O N O N O• J V O N 4 T— N M N— N— 4 N O N O M N H • N N O N O • 8888888888848J4 O a O O O 0 0 0— V Y_ 99s M m P O 88$$8888pp4'a040 88p88N8 N U Qp J N N N M M N M M N N N M N N - M N N N N N M M M N N M T N M N N N M M M M M N N N M P N p f8� J N 'p O I. �p p S8 a a N SS • a V J §4* N 0' J p. P J - m V V S 'a V -a 4 a 4 m m N Pd V N V N a Pd N - S a m 4 J N J m J V J Pd N S0 'P S 'P m L 8 'a'0 m V a N 3�p N: L m S 0 0 0 H 0 0 0 0 gN 0 0 Y N M N O M N M O O O O O O O• O 4• N O O O O O O 00'9 " u H8888888888u80Hp: 88008888888888880888888888888 • 7 N N N }rr ����wwjj N - N $$J4� N N M f4f�� 88 rr A r• N M N N 8N M J M J1 M . N ,G•, N N 8- N �/ - fJa N V8 - 8- 8 a u E O J O 8 8 8 8 8 88 8 8 8 8 s8 8 H r 8 8 88 88 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 88 88 • N ii--i H 8 8 8 8 8 8 8 IS o 8 8 8 H 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 £££ \M q, t t 1 t CI I I I I Bid of /QCcPn> existing under the business as Contract #03-29 Sang/Hollywood & 6 h Street Intersection Improvements Fayeotevik, Arkansas of the State of To: City ofFayefevile, (hereinafter called the "Owner"): called "Bidder"), a corporation, organized and or a partnership, or an individual doing The Bidder, in compliance with the Owner's Advertisement For Bids on June 2e° & June 9'°, 2003, and having examined the drawings and specifications with related documents and the site of the proposed work, and being familiar ' with all of the conditions surrounding the construction of the proposed project including normal inclement weather conditions and the availability of materials, and labor, hereby proposes to furnish all labor, materials, and equipment to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract ' Documents. The costs of miscellaneous material items not listed below that are required for a complete job shall be included in the prices below and shall not be a cause for an extra. ' Bidder hereby agrees to commence work under this contract on or before a date to be agreed upon by the Contractor and the Owner, and to substantially complete the project within 180 consecutive calendar days thereafter as stipulated in the General Conditions, and to fully complete the project within 210 consecutive calendar days after that agreed date. 1 Bidder acknowledges receipt of the following addendum ' Addendum No. Subject err 4t .'$ 1 I I ' Sang/Hollywood & 66 Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300 1 I Sang/Hollywood & 6r" Street Intersection Improvements Item Estimated No. Quantity Unit Description of Item and Unit Price Bid Total Amount 1 Lump Sum Mobilization 1L4yiu#t f ' �nnt>,e>r � d ` dollars (S 34.000.00 VLS $ 39, 00 0.00 ant unt written in words in figures in figures 2 1 Lump Sum Construction Staking 00 Te-v. t m a dollars (S 1Oro00.0k) ULS $_to.000•00 amount written in words in figures in figures 3 1 Lump Sum Maintenance of Traffic �, rA qt,w urt d dollars ($ iSi1S,00 i/LS $ 3S,S7S.00 amount written in orris in figures in figures 4 100 Lin Ft Tree Protection Fencing 00 dollars ($ '/•00 )/LF $ yoo•OD amount written in words in figures in figures 5 1 ''Lump Sum__ II Excavation Safety I VJ•g j 1,AiiI4 I dollars ($ 2,000.00 1/LS $ 2.040.00 amount written in words in figures in figures 6 1 Lump Sum Clearing and Grubbing ,,,. (i trtl pwd . dollars ($ 6, 000 •oo )/LS $ 6, 000 • oD amount written in words in figures in figures 7 1,542 Lin Ft R & D Curb and Gutter 09 UL Z 4 dollars ($ • 00 1/L F $ 7.714.01) amount written in words in figures in figures Sang/Hollywood & 6th Street Intersection improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-2 ' Item Estimated No. Ouantity Unit Description of Item and Unit Price Bid Total Amount Is 201 Lin Ft R & D Drainage Pipes Nw2 d - dollars (S 9.oy)fLE $___________ amount written in words in figures in figures 9 2,250 Sq Yd R & D Asphalt Pavement & Driveways 4 ov � tA►? dollars (s S.OD VSY $ II , 2S0 •OD ' amount written in words in figures in figures 10 906 Sq Yd R & D Concrete Pavement & Driveways ' / 00 Z� 1 4 dollars (S g•00ysY $ 7.2 y $ • o L) amo t written in words in figures in figures 11 192 Sq Yd R & D Concrete Sidewalk vo �Ir_ 4 dollars (S i•ODySY $ 960.OD amount written in words in figures in figures 12 220 Sq Yd R & D Asphalt Sidewalk ' 00 f -WA a dollars (s y.O ySY $ $80.OD amount written m words in figures in figures 13 3 Each R & D Drop Inlet vJ.I S .Ipp4 4 \. \ dollars (S yDD• Dp vEA $__ SUD•D0 amount written in words in figures in figures 14 1 Each R & D Concrete Flume ' n � ' \ dollars ($ 34D•OD vEA E �0o•oD amount written in words in figures in figures ' 15 1,655 Cu Yd Unclassified Excavation op ZoS •ov ' 4 � dollars ($ I ( •0n VCY $___________ I S . amount written in words in figures in figures 1 ' Sang/Hollywood & 6e Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-3 Item Estimated No. Unit Description of Item and Unit Price Bid Total Amount 16 1,965 Cu Yd Compacted Subgrade - Select Hillside Material (Borrow) M d dollars (S /64D )/CY $ 3I,Yyo•OI� amount written in words in figures in figures 17 200 Cu Yd Borrow (Unclassified Fill) 00 a \ dollars (S 16 d )/CY amount written in words in figures ' 18 ` 1 200 Cu Yd Undercut & Backfill N v,.J nr, 4 o0 � dollars ($ 19.017 VCY amount written in words in figures II $ 3,Zno.0D in figures $ 3,So0.0� in figures 19 1,000 Tons 6" Aggregate Base Course (Class 7) T�1.iKr►xH 4 00 dollars ($ 10.00 yr $ l -D, 00_•02 amount tten in words in figures in figures I. 20 1,400 Lin Ft Concrete Curb and Gutter 00 c%_Li.U.t.. ¢ dollars ($ I 1OD VLF $___________ amount written in words in figures in figures 21 475 Tons 4" ACHM Binder Course crypt 2) o0 / .g, d dollars ($ 6b . 00 vTN amount written in words in figures 22 250 Tons 2" ACHM Surface Course (Type 2) J ' - ¢ dollars ($ •00 VTN aI1IOUM written in words in figures $ 31.3C0.00 in figures $ 16, soo •oo in figures ' 23 20 Lin Ft 18 -inch Reinforced Concrete Pipe (RCP) ' dollars (S o1D.OD )/LF $ (, O0D0U written in words in figures in figures 1 Sang/Hollywood & 6m Street Intersection Improvements • City of Fayetteville May 30, 2003 Engineering Division Page 00300-4 Item Estimated No. Unit Description of Item and Unit Price Bid Total Amount 24 119 Lin Ft 24 -inch Reinforced Concrete Pipe (RCP) F,� � 4' dollars ($ b9.°'1) )/LF $ 7.7 U. ob amount written in words in figures in figures 25 1 Each ,�I� a��nQ 24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall �Q i j (WlQ f+t0 dollars (S /13n.01 ya& $ amount written in words in figures in figures 26 5 Each Drop Inlet (Type'C' 4 Ft. x 4 Ft. or'MO' 4 Ft. Dia.) II �� J� Od ?.A�a Ihw.w.J iota NWiD►ld a� dollar; ($ Z.L4o•D0 1/EA $ 11 .aop •oU amount written in words in figures in figures 27 5 Each Drop Inlet Extension (4 Ft.) fieo uµdl,llll4- dollars (s doD.Dp yEA $ 3,000.00 amount written in words in figures in figures 28 1 Each Convert Grate Inlet to Junction Box i 9 line (4•we�'' V� dollars ($ I.2.00 •op YEA $ I, t • o i) amount written in words in figures in figures 29 1 Each Adjust Manhole to Finished Grade d. dollars ($ YEA $ %too•OD amount written in words in figures in figures 30 1 Each nnAdjust Water Valve to Finished Grade d�t��O�K bt 1 4< S dollars ($ (00.OV YEA $ / 00.0 Q amount written in words in figures in figures 31 180 Sq Ft Articulated Cellular Concrete Interlocking Blocks ^nn oI dollars ($ i&.Ct) 1/SF S 3.2 Yo.OU unt written in words in figures in figures Sang/lioUywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-5 Item Estimated No. quantity Unit Description of Item and Unit Price Bid 32 600 Sq Yd Concrete Sidewalk (4") w/ Agg. Base (4") / 04 y rU� d dollars ($ 3 `i•0D )/SY am t written in words in figures $ ZO, Yon.sO in figures ' 33 70 Sq Yd Concrete Access Ramp (4") w/ Agg. Base (4") 00 4 dollars ($ 7D • OD VSY $ y,7DO.OD ' amount tten in words in figures in figures 34 120 Sq Ft Detectable Warning Surfaces ' 1 4 dollars ($ *VV VSF $ amount written in words in figures in figures II 35 300 Sq Yd Concrete Driveway (6") w/ Agg. Base (4") ' hr,4 dollars ($ `IO. 0 0 )iSY am6unt written in words in figures I. 36 0.60 Acres Seeding and Mulching II I T w O�Y EAU d dollars amount written in words 37 450 Sq Yd Solid Sodding ' 00 dollars amount written n words ' 38 400 Cu Yd Imported Top Soil dollars ' SN am t written in words ' 39 100 Each Straw Bale (E-1) n o/ ' �1 4 ` dollars amount written in words (S y oo u/SY in figures ($ 15.00 VCY in figures ($ (ZAU YEA in figures $ 12,00D. oD in figures $ 1800.0D in figures 6,t7oo0OV in figures $ 1, ZOD.00 in figures Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-6 Item Estimated No. Quantity Unit Description of Item and Unit Price Bid Total Amount 40 400 Lin Ft Silt Fence (E-3) 00 T k n4_, d \ dollars ($ 3.01) ULF $ /. Loo . Dj) amount written in words in figures in figures 41 6 Each Drop Inlet Silt Fence (E-6) A . ,�� ilA! \ dollars ($ /00.01) YEA $_____________ 6 • p� 61/Vamount written in words in figures in figures 42 1 Each System Local Controller (16 Phase) (Peek 3000E) 4 dollars (S_/5'1n0.01) YEA $ /i', zoo.t)t) amount written in words in figures in figures 43 1,300 Lin Ft Feeder Wire 00 .Ttk}0 4 dollars ($ Z •OU VLF Zr 6'DD• hD $____________ \ amount written in words in figures in figures 44 4 Each Video Detector (Mast Mount) (Philips VPK351A w/ Zoom Lens) ,0 4 \ dollars $ 2,000.00 UEA $ p,000,00 amount written in words in figures in figures 45 1 Each Video Processor Unit -4 Channel (Peek VideoTrak-905) T 4 00 4 - dollars ($ I $.00D•oo 1/EA $ )O00 •Do unt written in words in figures in figures 46 900 Lin Ft Video Cable 00 ¢ dollars ($ & 00 VLF $ S 9c0 00 amount written in words in figures m figures 47 6 Each/ Traffic Signal Head (3 -Section) (L.E.D.) 9.t+rTtM(1 l4 dollars ($ L L'GO • DD )/EA $ %, 2 DA.DU amount written in words in figures in figures Sang/Hollywood & 6" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-7 I1 I1 1 [1 7 Li • 51 700 Lin Ft Traffic Signal Cable (7c/14 AWG) ' __ 4 0o dollars ($ -'fl VLF amount written in words in figures item Estimated No. QUantity Unit Description of Item and Unit Price Bid 48 2 Each Traffic Signal Head (4 -Section) (L.E.D.) ____ 4_ dollars ($ OD • L amount written in words in figures 49 2 Each Traffic Signal Head (5 -Section) (L.E.D.) kLQILAM44 1ayig 6J4 d 08 dollars (S_ t SopDa YEA amount written in words in figures 50 8 Each Pedestrian Signal Head (International Symbols) : • • • . • • 52 600 Lin Ft Traffic Signal Cable (20414 AWG) 9 00 dollars (S 3•Do VLF amount written in words in figures 53 400 Lin Ft Electrical Conductors for Luminaires (2c112 AWG) 1 Do / • tl a A dollars ($ 300 VLF amount written m words in figures 54 30 Lin Ft Electrical Conductors -In -Conduit (2c16 AWG) 1 Yom" L dollars (S 3 of) VLF amount written in words in figures 55 100 Lin Ft PVC Conduit (2") 4 dollars ($ g •0D VLF ' . t written in words in figures [] $ 7-,BDo.oa in figures $ 3,flDD.O� in figures $ 6,00•oD in figures $ 1, Y�0 •D1) in figures $ I•Lt7o•OD in figures $ gi).oD in figures $ Soo• 00 in figures I. Sang/Hollywood & 6° Strect Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 00300-8 I • ' Item Estimated No. Ouantity Unit Description of Item and Unit Price Bid Total Amount ' 56 200 Lin Ft PVC Conduit (3") `7 dollars ($ ULF $ /, &W.oD a4unt written in words in figures in figures ' 57 200 Lin Ft PVC Conduit (3") by Directional Boring 'I-. c0 \ dollars ($ 3i'pl� VLF $ l,opo.o0 amo�nt written in words in figures in figures 58 6 Each Concrete Pull Box (Type 2) ' VW? 14) 4 oa dollars ($ y"Uo •oa yap. $ 3.000 .ate amount written in words in figures in figures 59 1 Each Traffic Signal Mast Arm & Pole With Foundation (20') e0 ' iL'. rLI .,.n rtd dollars ($ 3. g00. Ofd YEA $ 3r goy • DD amount writt in words in figures in figures 60 1 Each Traffic Signal Mast Arm & Pole With Foundation (36') J . I C• l' Q4I ! ' dollars (S_( $ 6, amount written in words in figures in figures 61 1 II EachTraffic I l Signal Mast Arm & Pole With Foundation (42') AD /n) N dollars ($ 7, aC0 • p D )/EA $__________ 71 coo , CD amount written in words in figures in figures 62 1 n Each Traffic Signal Mast Arm & Pole With Foundation (50') 4 pi,a. T(4iaw ul /LIA U/.44►) d ? dollars ($ 7, LOD . f 1/EA $_7.l00.00 amount written in words in figures in figures 63 2 �E_.a-ch r... � •n Luminalre Assembly 9kstt*4 1≥sU L4J 4 dollars ($ I'yw.tn ya& $ Z9oo.DD amount written in words in figures in figures ' Sang/Hollywood & 6i' Street Intersection Imyrovements City of Fayetteville May 30, 2003 Engineering Division Page 00300-9 I • item Estimated No. uanti Unit Description of Item and Unit Price Bid Total Amount ' 64 1 Each' A q Traffic Signal Pedestal Pole With Foundation 1etrnu�n u14Q �Lf d d� e dollars (S 2, LOy 00 YEA $ Z•, SLp.Da amount written in words in figures in figures ' 65 1 nnEach Service Point Assembly Y ( ItM024I Ante, Jdee dollars ($ YF,A $ 3 300 , ob amount written in words in figures in figures 66 3,070 Lin Ft Thermoplastic Pavement Marking White or Yellow (6") /j_44 Q 00 dollars ($ /.y1) YLF $ 3, D 70.0 I amount written in words in figures in figures 67 767 Lin Ft Thermoplastic Pavement Marking White (18") 00 ' -1 �e) dollars (S 7.01) YLF $ f 369 p� amount written in words in figures in figures ' 68 129 Lin Ft Thermoplastic Pavement Marking White (24") ' 0� 1 \ dollars ($ iDDf) YLF $ I290.0D amount written in words in figures in figures 69 6 Each Thermoplastic Pavement Marking (Arrows) ' II 'r pO %i1AP& t0 4 \ dollars. ($ Zif7D•0O YEA $ frBfaU•DU amount written in words in figures in figures 70 16.25 Sq Ft Standard Signs _____________________dollars udollars ($ LO.O0 YSF $ 3Ls•0D • amoun written in words in figures in figures ' 71 320 Lin Ft 18" PVC C905 (DR 18) Water Line p. eb dollars ($ gD •0D YLF $ %DO •UO a punt tten in words in figures 8mC5 1 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-10 Item Estimated No. uantiUnit Description of Item and Unit Price Bid Total Amount 72 360 Lin Ft 8" PVC C900 (DR 14) Water Line r dollars ($ Sv•0o )/LF $ ( utk written in words in figures in figures 73 20 Lin Ft 6" PVC C900 (DR 14) Water Line 4 dollars ($ 3V• D i) YLF $ (ADD . D() amount written in words in figures in figures 74 1 Each 24" x 18" JCM 412 Tapping Sleeve Wan�r+6� �U►Q l ea e T dollars (S Z•r s� • O YEA $ Z. S'00.00 amount written in words in figures in figures 75 1 Each 18" Tapping Valve w/ Valve Box �1 n eo d dollars ($ 2t, e00. 0O YEA $ 2-P, 600.00 amotntwiitteninwords in figures in figures 76 ( 2 Each�� 8" Tapping Valve & Sleeve w/ Valve Box u4 T8wM+►U Y Pe`QJ 4 0o dollars ($ l,700.0j) YEA $ s. yoD .(l) amount written in words in figures m figures 77 1 Each 18" Butterfly Valve w/ Valve Box 09 V j t u 4 Vtw dollars ($ S, S00 • DD YEA $ 9 r SDD • 0 Ij amount written in words in figures in figures 78 5 Each 8" Gate Valve w/ Valve Box 9 uF rNiI __ fi 110 d dollars ($ 1 i Z °0 YEA $ & 000.00 amount written in words in figures in figures 79`` 11 1 Each 6" Gate Valve w/ Valve Box N(LLQ1 dollars ($<W.W_ YEA $ 9 OD• Dv amount written in words in figures in figures Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-11 I. ' Item Estimated No, Quantity Unit Description of Item and Unit Price Bid Total Amount 80 3 Each 18" Foster Adapter _Qkt I Zo dollars (S YEA sZ,YDo.9a amount written in words in figures in figures 81 3 Each 8" Foster Adapter ¢ dollars (S.0D YEA $__________ yrvo.o� amount written in words in figures in figures 82 2 Each J , Fire Hydrant Assembly, includes 6" Gate Valve w/ Valve Box I. _________________dollars (S 3��•O�D YEA $ %,Z_o•00 amount written in words in figures in figures 83 41200 Pounds Compact Mechanical Joint Ductile Iron Fittings C 00 dollars (S_________ VI B $ Z 1, oop. oo amount written in words in figures in figures 84 2���E��((ach Water Service 14�� 4M+r0D dN dollars ($ y00 • o) YEA $ gw. 0o amount written in words in figures in figures 85 2 Each Water Meter Setting & Meter Box OQ ' cC7,, S dollars ($ �• DD YEA S L 00.0 amount written in words in figures in figures PROJECTBASE BID.NNWNN...... ...N.M... .N....M.M.....H.NNN...N...W..M...MN.MN..NW....N $ 9.oa 1 rtUQ ilk€ N,►r.r1 S,X eu(L Va &PAP j; RY y r`, x tl) f'll-lt5 cur; • ' Sang/Hollywood & 6° Street intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-12 I I I The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Respectfully submitted, ' �a�XfiI., ouf Ll.� Firm N I By Address ' c4'ffl 4 A2 �z�� City State ' m�✓IG4_Go� • Arkansas State Contractor's License Number ' • A Contractor's License is not required to bid this project, however, the Contractor shall submit evidence of being licensed in the State of Arkansas prior to execution of the agreement with the City of Fayetteville. IEnd of Section 00300 - Bid Form • I..,. • , • • _ a I • ' Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-13 THE ASICAN INSTITUTE OF A•HITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we IPit,. c.i.n full name and add.... ae legal tide of Conlrrnor) Township Builders, Inc. P.O. Box 7252, Little Rock, Arkansas 72217 as Principal hereinafter called the Principal, and Employers Mutual Casualty Company Mere n.en fuel a.m. and .1St... ne legal )ale of Swan) P.O. Box 8550, Kansas City, Missouri 64114 a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, Arkansas Mee, wised fell name and dden. or legal tine of owe.n 113 W Mountain St, Fayetteville, Arkansas 72701 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount Dollars CS% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insect )ail mm.• addicts and daanption of pmlanl Sang/ Hollywood & 6th Street Intersection Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surely for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid. then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 18th day of June, 2003 - ,Township Builders, Inc. 1 (witness) (Principal) (Seal) / .� � d r iva EmployerflVlutuaI Casuals Com an t (S ety ( (Seal) (Witnes ` { o ��714 Traci Hankins (Title) Attorney -In -Fact AIA DOCUM(NT A710 • BID BOND • AIA S • r(SRUARY 1970 1D• THE AMERICAN INSTITUTE Of ARCHIT(CTS. 1735 NY. AVE.. N W. WASHINGTON. 0 C. 70006 MPnnlydnn Rcoc/ed Paper 9123 /ThVIC Insurance Complies P.O. Box 712• Des Moines, IA 50303-0712 '����`����/ CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation., 3.: Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation'_,- 4. Illinois EMCASCO'Insurance Company, an Iowa Corporation hereinafter referred to severally as'Company' and collectively as 'Companies'. each does, by these presents, make, constitute and appoint' TIMOTHY P. FARRELL, CAROLYN HUNTER, MICHAEL D. HALTER, TRACI HANKINS, KEVIN BRUICK, RANDY IRVIN, ALFRED L. WILLIAMS, CARLA SUE HOLLIS, MARION THOMPSON, CHARLES M. ALLEN, G. ROBERT SMITH, DALE E. TEMPLE, INDIVIDUALLY, LITTLE ROCK, ARKANSAS...................................................................................................................................................... its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar natureas follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ...................................................... .:1:. . ($10,000,000.00), and to bud each Company thereby as fully and to the same extent as it such instruments were signed by the duty authorized officers of each such Company, and all of r the ads of sold attorney pursuant to the authorityhereby given are hereby ratified and confirmed. 1 The authority hereby granted shall expire April 1, 2005 _ unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney -is made and executed pursuant to and by the authority,of the following resolution of the Boards of Directors of each of the Companies at a regularry,scheduled rtteeting of each company duly called and held in 1999: _ RESOLVED: The President an6Chief Executive Officer, any Vice.Presldent, the. Treasurer and the Secretary of Employers Mutual Casualty Company shall v.w. authorilyto (1) appoint attorneys -in -fad and authorize them,to execute on -behalf. of each Company and attach the seal of the- Company thereto,Ibonds-andl undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attorneys -in -fad shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects .binding.upon this Company. The. facsimile or mechanically reproduced signature of suci. officer, whether made heretofore or hereafter,wherever,appearing upon.a :` certified copy df any powervfattomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed::' aery ve caused these pets to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed thi IN Wj9IES5 WHEREOF, the Cs. e • -day of -ruar Seals Brice G. Bruce G. Kelley. C airman Jefhe` rdsleey��! Scq.....!!aay` • _ ��Q.";°,• 9 , ;•a"?oa.c*f� of Companies 2, 3, 4, 5 8 6; resident Assistant Secretary -V ,.� ^ •�� +V :o -:S '_T of Company 1; Vice Chairman and • ": SEAL : $ E o - .1863 , � 5 1953°g;! CEO of Company 7 o e �.: •,�: n: • �, "rs,�'+,.. ...:.o r • .. • ,o.. r -rows•„ r'rp„a.,•.` rr.,r, „J,., `Pi �u"f'•. : qS' ,.,um �-e ir. ,,Pnny4J. '3 SEAL SEAL s_ f SEAL • ,O r: b'•, J. �Y H. ROTA KRUMINS Commission Number 176255 My Comm. Exp. Self. 30.2003 CERTIFICATE I, David L. Hixenbaugh. Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, d thi P e of A sued rsuan 1t a eto February 1, 2002 �rmot�hy° Sarre yarolsyn Hunter, 4vlic�haeQ . matter, Bad Ha , Alirea L Williams, on true and Carla Sue Hollis, Marion Thom Charles M. Allen, G. Robert Smith; Dale E. Te le are uiwe and correct and are still in full force and effect �• i � v - In Testimony Whereol 1 have subscribed my name and affixed the facsimile seal of each Company This J18thday of June . - , 20O3. ; i On this _dayol 1st February AD .20021,1 i"ore:me.a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Jeffrey S. Birdsley, who, being by me duty sworn, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations: that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Jeffrey S. Birdsley. as such officers, acknowledge the execution of said instrument to'be'tbe voluntaryact and deed of each of the Companies. My Commission Expires September 30, 2003. • x' Notary Public in and for the State of Iowa Vice -President C Section 00500 AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the day of in the year 2003 by and between the City of Fayetteville, Arkansas and Township Builders, Inc. (hereinafter called Township). CITY OF FAYETTEVILLE and TOWNSHIP, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK TOWNSHIP shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of realigning the intersection of Sang Ave. with 6'" Street (Hwy. 180) to match the existing intersection of Hollywood Ave. & 6t° Street. The improved intersection will be signalized with video detection. The demolition work will involve the obliteration of portions of Sang Ave., Old Farmington Road and a concrete parking lot. The construction work will involve aggregate base, asphalt binder, and asphalt surfacing with associated earthwork, drainage pipes, inlets, sidewalks, waterline, traffic signalization, and demolition for all items indicated in the Drawings and Specifications. Article 2. ENGINEER The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 who is hereinafter called ENGINEER and who is to act as CITY OF FAYETTEVILLE's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1. The Work shall be substantially completed within 180 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.B & C of the General Conditions within 210 consecutive calendar days after the date when the Contract Time commences to run. 3.2. Liquidated Damages. CITY OF FAYETTEVILLE and TOWNSHIP recognize that time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by CITY OF FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, CITY OF FAYETTEVILLE and TOWNSHIP agree that as liquidated damages for delay (but not as a penalty) TOWNSHIP shall pay CITY OF FAYETTEVILLE Two hundred dollars 2($ 00.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville June 19, 2003 Engineering Division Page 00500-1 Completion, if TOWNSHIP shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by CITY OF FAYETTEVILLE, TOWNSHIP shall pay CITY OF FAYETTEVILLE Two hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. CITY OF FAYETTEVILLE shall pay TOWNSHIP for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville June 19, 2003 Engineering Division Page 00500-2 SANG/HOLLYWOOD & 6TH STREET INTERSECTION IMPROVEMENTS PAY ITEMS Item No. Description Unit Unit Price Extended Price I Mobilization IS$39,000.00 $39,000.00 2 Construction Staking IS$10,000.00 ti $10,000.00 3 Maintenance of Traffic LS$35,57500 535,575.00 4 Tree Protection Fencing LF 54.00 $400.00 5 Excavation Safety LS $2,000.00 $2,000.00 6 Clearing and Grubbing LS I $6,000.00 $6,000.00 7 R & D Curb & Gutter LF 1,542 55.00 $7,710.00 8 R & D Drainage Pipes LF 201 59.00 $1,809.00 9 R & D Asphalt Pavement & Driveways SY 2,250 $5.00 $11,250.00 10 R & D Concrete Pavement & Driveways SY 906 $8.00 $7,248.00 II R & D Concrete Sidewalk. SY 192 55.00 $960.00 12 R & D Asphalt Sidewalk SY 220 $4.00 $880.00 13 R & D Drop Inlet EA 3 $500.00 $1,500.00 14 R & D Concrete Flume EA I $300.00 $300.00 15 Unclassified Excavation - CY 1,655 $11.00 $18,205.00 16 Compacted Subgrade-Select Hillside Material (Borrow) CY 1,965 $16.00 $31,440.00 17 Borrow (Unclassified Fill) CY 200 $16.00 $3,200.00 18 Undercut and Backfill CY 200 519.00 $3,800.00 19 6" Aggregate Base Course (Class 7) TN 1,000 520.00 $20,000.00 20 Concrete Curb and Gutter LF 1,400 $1 1.00 $15,400.00 21 4" ACHM Binder Course (Type 2) TN 475 $66.00 $31,350.00 22 2" ACHM Surface Course (Type 2) TN 250 $66.00 516,500.00 23 18 -inch Reinforced Concrete Pipe (RCP) LF 20 $50.00 $1,000.00 24 24 -inch Reinforced Concrete Pipe (RCP) LF 119 565.00 57,735.00 25 24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall EA I $1,300.00 $1,300.00 26 Drop Inlet (Type'C 4'x4' or MO' 4Dia.) EA 5 $2,200.00 $11,000.00 27 Drop Inlet Extension (4) EA 5 $600.00 $3,000.00 28 Convert Grate Inlet to Junction Box EA. I $1,200.00 $1,200.00 29 Adjust Manhole to Finished Grade EA 1 $600.00 $600.00 30 Adjust Water Valve to Finished Grade EA 1 $100.00 $100.00 31 Articulated Cellular Concrete Interlocking Blocks SF 180 $18.00 $3,240.00 32 Concrete Sidewalk (4") w/ Agg. Base (4") SY 600 $34.00 $20,400.00 33 Concrete Access Ramp (4") w/ Agg. Base (4") SY 70 $70.00 $4,900.00 34 Detectable Warning Surfaces SF 120 $40.00 $4,800.00 35 Concrete Driveway (6") w/ Agg. Base (4") SY 300 540.00 $12,000.00 36 Seeding and Mulching AC 0.60 $3,000.00 $1,800.00 37 Solid Sodding SY 450 54.00 $1,800.00 38 Imported Top Soil CY 400 515.00 $6,000.00 39 StrawBales(E-I) EA 100 $12.00 $1,200.00 40 Silt Fence (E-3) LF 400 $3.00 $1,200.00 41 Drop Inlet Silt Fence (E-6) EA 6 $100.00 $600.00 hal SUBTOTAL �5 974 2_O_I Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville June 19, 2003 Engineering Division Page 00500-3 a n F- 42 System Local Controller (16 Phase) (Peek 3000E) EA I $15,000.00 $15,000.00 43 Feeder Wire LF 1,300 52.00 $2,600.00 44 Video Detector (Mast Mount) (Philips VPK351 A w/Zoom Lens) EA 4 $2,000.00 $8,000.00 45 Video Processor Unit -4 Channel (Peek VideoTrak-905) EA I $18,000.00 $18,000.00 46 Video Cable LF 900 $6.00 $5,400.00 47 Traffic Signal Head (3 -Section) (L.E.D.) EA 6 51,200.00 $7,200.00 48 Traffic Signal Head (4 -Section) (L.E.D.) EA 2 $1,400.00 $2,800.00 49 Traffic Signal Head (5 -Section) (L.E.D.) EA 2 $1,500.00 53,000.00 50 Pedestrian Signal Head (International Symbols) EA 8 5800.00 $6,400.00 51 Traffic Signal Cable (7414 A WG) LF 700 52.00 $1,400.00 52 Traffic Signal Cable (20c1 14 AWG) - LF 600 $3.00 $1,800.00 53 Electrical Conductors for Luminaires (2c/12 AWG) LF 400 53.00 51,200.00 54 Electrical Conductors-tn-Conduit (2c/6 AWG) LF 30 $3.00 590.00 55 PVC Conduit (2") LF 100 58.00 $800.00 56 PVC Conduit (3") LF 200 $8.00 $1,600.00 57 PVC Conduit (3") by Directional Boring LF 200 $35.00 $7,000.00 58 Concrete Pull Box (Type 2) EA 6 $500.00 $3,000.00 59 Traffic Signal Mast Arin and Pole With Foundation (20') EA I $3,800.00 $3,800.00 60 Traffic Signal Mast Ann and Pole With Foundation (36') ' EA I $6,300.00 $6,300.00 61 Traffic Signal Mast Arm and Pole With Foundation (42') EA I 57,000.00 $7,000.00 62 Traffic Signal Mast Arm and Pole With Foundation (50') EA I 57,200.00 $7,200.00 63 Luminaire Assembly EA 2 $1,400.00 $2,800.00 64 Traffic Signal Pedestal Pole With Foundation EA 1 $2,500.00 $2,500.00 65 Service Point Assembly EA I $3,300.00 $3,300.00 66 Thermoplastic Pavement Marking White or Yellow (6") LF 3,070 $1.00 53,070.00 67 Thermoplastic Pavement Marking White (IS") LF 767 $7.00 $5,369.00 68 Thermoplastic Pavemrnt Marking White (24") LF 129 $10.00 $1,290.00 69 Thermoplastic Pavement Marking (Arrows) EA 6 $300.00 $1,800.00 70 Standard Signs SF 16.25 $20.00 5325.00 SUBTOTA' _ LF — 320 $80.00 5130r0'4'tl00 525,600.00 71 18" PVC C905 (DR 18) Water Line - 72 8" PVC C900 (DR 14) Water Line LF 360 $50.00 $18,000.00 73 6" PVC C900 (DR 14) Water Line LF 20 $30.00 $600.00 74 24" x 18" JCM 412 Tapping Sleeve EA 1 52,500.00 $2,500.00 75 18" Tapping Valve wl Valve Box EA 1 $20,000.00 $20,000.00 76 8" Tapping Valve & Sleeve w/ Valve Box EA 2 $2,700.00 $5,400.00 77 18" Butterfly Valve w/ Valve Box EA I $5,500.00 $5,500.00 78 8" Gate Valve w/ Valve Box EA 5 $1,200.00 $6,000.00 79 6" Gate Valve wl Valve Box EA 1 $900.00 $900.00 80 18" Foster Adapter EA 3 $800.00 $2,400.00 81 8" Foster Adapter EA 3 $300.00 $900.00 82 Fire Hydrant Assembly, includes 6" Gate Valve w/ Valve Box EA 2 $3,600.00 $7,200.00 83 Compact Mechanical Joint Ductile Iron Fittings LB 4,200 $5.00 $21,000.00 84 Water Service EA 2 $400.00 $800.00 85 Water Meter Setting and Meter Box EA 2 5600.00 51,200.00 SUBTOTAL S118�000T00 O7A ,CO SFRU 10 COSTS $5 Sang/Hollywood & 6Street Intersection Irrtprovernents City of Fayetteville June 19, 2003 Engineering Division Page 00500-4 As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.B of the General Conditions. Article 5. PAYMENT PROCEDURES TOWNSHIP shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. Progress Payments. CITY OF FAYETTEVILLE shall make progress payments on account of the Contract Price on the basis of TOWNSH[P's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.8.5 & 14.02.D of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the ENGINEER, and if the character and progress of the Work have been satisfactory to CITY OF FAYETTEVILLE and ENGINEER, CITY OF FAYETTEVILLE, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to CITY OF FAYETTEVILLE as provided in paragraphs 14.02.8.5 & 14.02.D of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to TOWNSHIP to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as ENGINEER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.8 & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.B & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce CITY OF FAYETTEVILLE to enter into this Agreement, TOWNSHIP makes the following representations: Sang/Hollywood & 6ih Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-5 6.1. TOWNSHIP has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2. TOWNSHIP has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3. TOWNSHIP is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4. TOWNSHIP has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. TOWNSHIP accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which TOWNSHIP is entitled to rely as provided in paragraph 4.02 of the General Conditions. TOWNSHIP acknowledges that such reports and drawings are not Contract Documents and may not be complete for TOWNSHIP's purposes. TOWNSHIP acknowledges that CITY OF FAYETTEVILLE and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. TOWNSHIP has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by TOWNSHIP and safety precautions and programs incident thereto. TOWNSHIP does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 6.5. TOWNSHIP is aware of the general nature of work to be performed by CITY OF FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. TOWNSHIP has correlated the information known to TOWNSHIP, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7. TOWNSHIP has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that TOWNSHIP has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to TOWNSHIP and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-6 C Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between CITY OF FAYETTEVILLE and TOWNSHIP concerning the Work consist of the following: 7.1. This Agreement (pages 1 to 9, inclusive). 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). 7.3. Certificates of insurance, (Exhibit C). 7.4. Documentation submitted by TOWNSHIP prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages l to 42, inclusive). 7.6. Supplementary Conditions (pages 1 to 12 inclusive). 7.9. Specifications consisting of Divisions I through 16 as listed in table of contents thereof. 7.10. Addenda numbers — to _,inclusive. 7.11. Two sets of drawings (not attached hereto) consisting of a cover sheet and additional sheets numbered I through 31 with each sheet bearing the following general title: HWY 180 & Sang Ave✓Hollywood Ave. Intersection Improvement Plans; and a cover sheet and additional sheets numbered I through 5 with the following title: HWY 180 & Sang Ave✓Hoiywood Ave. Signalization Plans 7.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.12.1. Notice to Proceed 7.12.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will Sang/Hollywood & 6ib Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-7 release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. CITY OF FAYETTEVILLE and TOWNSHIP each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-8 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and TOWNSHIP have signed this Agreement in quadruplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE and ENGINEER, and two counterparts have been delivered to TOWNSHIP. All portions of the Contract Documents have been signed, initialed, or identified by CITY OF FAYETTEVILLE and TOWNSHIP or identified by ENGINEER on their behalf. This Agreement will be effective on , 2003 (which is the Effective Date of the Agreement). OWNER: City of Fayetteville CONTRACTOR: Township Builders, Inc. By: By: Mayor Title [CORPORATE SEAL] Attest Address for giving notices (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) [CORPORATE SEAL] Attest * If a Corporation, attest by the Secretary. Address for giving notices License No. 0039640603 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign) Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 00500-9 .1, i 4t.. _ TRYITfM R'Y r nw, ....10+029.1.400 ` w 1 ! yYygY igdA 4Y1� ur Is U UI V Ills\ V -41. V W •FC'MI A— Yi.v.W NP. ul.r rl.• s Itta10 I110 12900 SIN 1 1 Im Ir+ t.r+I.Y —IIIs INm l$•IC lmlu 11010 $Ifl10 111.11071 111.121 41U"it\Iv 4 id ISISISISNY L.I..I.. no Yrglu tl\/Nn $Il N 1 -ha 115.30000 11010000 $I*,000 Iltll RI�r\r+ u•JA $itIIC 1IS10a IIA Iw 1+. I.r PIO Yrplu u1g1Y EtI0010 111100 115.5.00 41114 Y ed In.' IIt00 l400 {5400 tl I M n�RY $310410 $1029 "oil'IAIY {UNm 1.100001 4 11040 $411 Y 41 U VA 11)00 Ilmm $200 4000 4.000 Item StISlIC R1n 14.14700 $I YM 1129 s&..00cl 14#00 4r4 11011 110421 429 VPf 1714 Ililllc 1 Iq1 4 54 001 4 1100 UJm ll00 StOIC tY \II1 11010 n e tY %00 SI00 {I1!34 14.0)000 1290 IC 45414 IIJO SLtY F10 • d I � I*0• 1 • 010 h 10. 1• YDCw r II •Rofw lwl 11 RlD YY1•L OS .1D •YI IS IS St St TV IV F CA IN.p 1)421)42tf AI 2214 d Ill )A 1 I&IC 4JU $1.110 411 $100 1121• 4101 1510 111400 5105 Y 1154 V 0100 iw $1417 4 29 1. 2111 Ipm 11.30010 YNP 15)5110 14.71111 P.01021 $4411 SLIP alpYl UYI 2W\I I200 III $1115 52)510 VSIT 5Yy s,004 ilm 111 {Ian,. $144 4444 tp M$ 53*05 tp 14411 11 11 Y ROC— — tam �• MfdY I ._ ..4 M •KTISILW fdr ) lI R -__JC ) YrN�N•Cw IA C7 (1 I 111 IW W 5)0010 5214 4aA1 n...UY•1 $1. W UIM OIY Om WJY CT "4 M V IV U V 1/ fl . Im !r m 1001 n IN 4R I). 4141 41\ 41 54)1 In IMMO $2114 VI 111.10 RY 111 .13004 i+Y n1r $1500 u 121 110 IIr12 Nt IIPI {5411 V 4M1 111. 1210 U1N Yu 1.41 %$AnN Y• YI f1• 11114 1400 P+ 41 15a01 II11 1100 1110 11&I0010 )54110 wn YN I4$I10C 14 Ulu im UI $1010 1• fY 11400 1414 ufd 111,)4 wn Im t% 129 1 11 104 40 00 fIW 05 P 1• I• m n P !1 tfl.10 100 id 11000 p 1,0 1)I04 14.14110 1,000U•t1 • 4544 YIIIYdCw 4r1`tl D.d•s .. C•W ri Yq CCIvr VIDIg1 Yq h — 0c10 v G G F IA 1 1 f 1 51 )0010 ILOO 1II00 110 1I101Iiti0 11 100 4 1)U 11 1414' Ulgn {IIOM 11!911 41 211 USn 11 1.29 {1 ;n000j 1k4l400 IO00O 130 1000 111.10 UIY V 10)00001 IU2I.'j 140004 11.771111 11 3311 {1 1 IIpOOool 1)3000 11.000104• 1110 ilim 00 4 2,30000 11 a 33 is 11 Jmml II0000 $1511$1511152, 11114511 1100001Y n 11�•IrfYd\D11Y rd VY.IcIW PA 01 10' 400 "not Vn Vn IAm UA 42900 F Im $ 5 1:00 $1 Im $14100 eW_ 1 Y•W\ ICw .YIM A IV I IY d A 121 Ill IA 11,34510 I10 IC 4.100 $3311 $3321 pfl. VIZ' 0]421 i1M0 114 Mn 5Yp 15410 $25410 40u U• 111 )t 129001 33,34 133 ,315 4330 411 In 31.Itl UI 41 n00 1 eY10 O.Y•1R1 r CI ♦ • 1.f1 14M Wm Yp 0000 IAm I400 4 1_0 YLs IS U IY 140004 40 {4133 W1S 14111 4000 V $1100 10 If V ft $ 11300Ill 414 114 4 II IUJfI U111 4 51.110 NJII $5410 1110 If Y 11 4 w V('1 454 S p i.e (V CT p 1 .A 4.000 ,rno04 P100 SILOS fl 1 l400 414 IYU) III" $1411200 1Z1ta 4!00 154111 II .M tIIM 134• 540 ke0 13310 133 10 lIt10 111 I'llIC 1114 1 MNR \I11.10010 4 LLIY h) 11 1100 U0 10 440 N I 5 4144 LI y p 1 •Y •a F to CI 4 p d • 41! U lm 51 4129 110 4 133. 410 4141 11 Y 1—Id1 IrY 211 Wt__._ V3$I A _fl— LI VIIY II_L_ I( _1 V T.ta.CI) Vr CS M1•Rl 133rd )Lr RD F 1 111.000 $Il $1541000 11541\ 110 )2510 $I$.3P00 PI N 1HJY IIiAOStCj VII 00 Y ,tool Utdml 1100 IWm 51 m fp10 V F • 11 __!!as Nd I4 C 41 I10 C n Ym fSSLLRY 2154 111321 $I2 10 54.1 V541 \29000 1*4100 Iii M PY 41 114.1 10 529000 f1Rp 00 Y Y N 4110 IC SLM 10 1lm if IA CA G IA O 1 I I 0 4 fl 11.0004I_1240001 $i,10 $50014 I$. 17.30000 1100 ISau{11100 $221 IW 11,330041M V-'1400 1110 4111 III R $450 11.11000 41•.0 51429 11M Um ___112500 $122000 14290 $55000 tlp 11,32010 51.54.00 1141 11,31001 OA 1133 liJICIC 11129054 11.55010 IoW Y 47 5341010�I*00 110 10 Y 541110 sold •_____(till 11SY I!60 1114131 2110 ly fig lD 11Ir..11W yrryi 11 Y Pllm 11.72010 42900 410 172000 117.100 I410 111210 elm UPS S10 5404 $+m $I515 $ 00 111 1St 111 SilO 4001 $IA 41211 122S00 U11 1100 $5001 ISOOJ 0.100 00 510 10 11,10010 414 11 U tl SIIIh CM 33'/11♦ 0/h CY Il •WG I .._CY01YIA, H1! •rC Ilsd Yy0 .R V V V V M d NO is 1)00 11 1101 1100 It10 $Ifl10 $120000 tq Y 1CC Mc -01 M 1 M1I�1 V lm V p V p Mtl Y 17100 $140000 11 1101 flEX $1000 11.51110 1tIlS 1037$ tll InC 11.11310 4p 1I10 $1515 111 51410 11)7100 440 Y1Y 11010 1290 U 10 ff CA P G • 111000 510 $11410 52,14400 1I4l10 UflIC 11400 1324100 5.0900 Yd Y IY M. I 4 p Jmm 54)2400 40 $4 00 N 7 11IW yr- Pit tI_.pm 111141 YY LrlPS F 1 SP.IP.50j 510 411100 T 1444 IA p P.•11 4)111 $1454 07)3*10 5,32500 11,31St 4/29 1440 Y U A sol 15,1240014.IA $112500 U0IC U0 Y TIY 104 Mr\1•Y 01RI(4fl T•SR —Ma Nd IYY rII•.1dllr IW G i i) 110 00 Fm G 1 P I I0C M)10 $112500 $111100 115)510 V.M Pp 10 A _y.1104. 15 U0 10 G 1 1110 Iifl 54*0. 111010 10.C W Y 11.12110 {1)54 M VJII 1111] IIItl 11,11000 Y 1uN 11,71410 11.111 4160 Y TEA OY1411YA1 — M_ Y0Y1rryr G G V 1 1 IA I2.00 U 400 $00010 vowIl.0C $IflIC _JiAIOOC 52,13010U.7)• L IIpSS $111110 ILlOSIC 1100 52.30010 11100 00 Y Y •1 __ • 10 r._ Ly V V nl 154 it 410 f U 1414 Y slaiN 1!111 541 41 4121 1 $440 U61 441 YY 111 I4lIflIC 11.34100 Is G • IC I fl 00 $11000 tlry 5 tl '74100 Ii 5)010 SSV .510 M !rd 1571 11004 5131 W VII $4400 111110 W Pn tq $44700 Y n n N n Y n Ir.VCC•II lilt —La • rvC(IY 1. Ylrl— PVC C'S OS Ii YW V 34'.11 N.YS Tr.• IOf -2111.1311.14 Yl VN114Yn•e Vtlnr 1•' V 5..V►1RY 1 V V F G G IA W A 1 1 w 1)110 11000 tl• SAO 100 4$00 11,30010 t" m {" $215000 ifd $1))t 1141 {11101 11,12011 11U4 II $54111. CnAn SIR• 12,75020 1142911 1124130 Il.II1l $44211 1121 75 $7100 1140 113300 $1.5fl00 14P7010 wM 021.34010 $45000 Idm 111.10004 11.14010 4121 111.1 129013 {1129111 110,10000 11,75000 1]421 1111" 3310 14.31011 III 4010 1129100 IYR 110 11500 1400 11000 14000 lI10 11120004 14/ 14' IC 40 1110 tf0 11.11000 $11101010,8*000 1)5010 if 00 IA 1 it 11 pml 10,10010 544111 T A fDY vl4 rv11.•V '6331 V.%... VlMsr G G f 14.00010 $10000 11!11111 11,11114 V6111 1 Y $121 $1100 $13050 IMR $121000 $10000 lad I10 SIAM $ 00 400 10 IM YY ll00 P 11,'ltOo $M PM 1 d Sptl $p 110 $ 1.10 SIN ILTY 11 400 5)000. t1 15 00 Y t1 Y ,r 121. • •- gyOYDIv41r1311.14 — on F IA CA IS 1 1 l 14001100 $00000 tp tl 52,40000 $51010 1 St 1 1100)1 I se 54"1 S. 4u U.pU 1IY1• CIAL $1114400 IC it Ill U1 10 I) Y U C Yd FY • Ylr -YIY- G G I I 400 $pq $IM 41 5Mn CA114 112921 - 1(44110 AA 571410 $i,3S00C P $45440 $75410 11 11354 1M 11 UJm 00 410 TOT.LLCl1.15i11CIlOV Cf61S a .4a IM3.ICJ1 14f7 %WSI 713 4U.1 Sang/Hollywood & 610 Street Intersection Impro verrrents BID 03.29, BID TABULATION FORM BID OPENING - JUNE 1(1203©2'OOPM C^: no =s:e'ev Ile 4<a^sax 1 No. Duct^ ni L,': 'dsn-xCl4 P4a...:n 1nwiihi BOddera Inc. MO4kw COMM long Inc. APAC-MCCtinten AEEhW 35MIan Shtue Cl" Of Fa5erte5 ills Lnitpnce Extev4ed !rite Lcit Price Ex=ded Rice Lr.ii ?rice I Lnczrd ?rice Lni: IYse f Etas<cC frig Uri: ?rice I Ed Price Motion I LS I S?9,Q!}:':O 991:000. 55.]53 W.053 ii 51(3%(.)" 316.313.0 1±7155:21 3±7,081±d2 3!C,'1xl xl SICC1OQ !Co -J600 SDidlg IS 51 (..f,OG.Gi S'. O.:+330 S:Pas,?51 118.^ -%)Ts 3,:i'D.'10! 51 :3.)C) 576,'.(8.]101 511,:59.X7 SE.:::9:"JI 381 -•?7.90 Naalm-,:e olTm3De :S 535515.001 535575, 5:8.69:901 111694.00 26.7)x81 56,'0390 $]6.594.x1 118.099.0 530'10:701 2X,000. 4 Trtl:law ocaFinanp _- 540 3-C/1C') RSS 563S.1")99' 5:2)1 52: 4 S4CC: 54x.) SILO 570x' 5 Escal Ssren' :-S S: J -UI 52.0').(,0 370363 57.:3.63 S2,35CW S2313.00 12410:I 32.:'x.0 34+ 34,0{OC 6 .Cl od CA:bbm3 11 :S 36.09 xii 54x).00 16,388].x! 56.383.00 55.I) CC 53.1009) $6x0.) St,C€G.LO 30.00 XI S3..OO R&Dtr,kCurr CF '5:: 5590 297.7:0C 5:.35 56."53.95 544') 56.784.80 54401 36.754.80 5'.90 311410.0 3 I R& DDni'Iy Pipesi LF :u'. 5900 SI,Sp9x 5:'1151 ≤2,';00,5 58.90: 12.19._93 51C25 $2:6905 5301 56."-0.00 9 IR&DAsphi: Pnrnr:S O:Ivcvay] SY ::50 75 C0 5'.1.15")i 5951 54.61230 S4.3) 59.6'5 r., 3430, 39.575)? S2rx' 327.x00 I0 R&DCacae?ever. nsS givtwaye Sl' 9rA $8 C') 57,2430.0 Sail 31_5740 54.60 54.:6,6' 5'.90 $7.15'.40 5_000 518, 1:).x '.I IR &DCavves Sidcual0 Sl' 192 753) 3950.'00 519'? 51.06:.'.6 54:0, STS'.]: 55 9" 59h).1) 5::'570' 12]G:P) 12 'R&DAspSa::S:dc ati;. Sl' :0) $4J 3830ICC 29937 S2.'': 40 53.30 583600 SXi 56500 51000 32_'4.96 LI R&DVrop _Ac; EA SSxx 1653'.00 Selo.- 52.144.6! 1'_5000 S°5030 5510% $1,5090 58x0 52.4x'00 I4 R&JD� (ocos¢ 9 ..Ooc [\ 1300 Xi] 53)''00 52.050.5: $2.';0050 S23'J :n' 523:30 51$30M93R 09 $3C53 5101:' : x S?97 '5 Uaclaw d ecn'amn C'' :.555 Si: ))i 518.:0•.00 54.051 $2_4,295.43 513.70! 32.673 50 x:3.70! 522.673. so 315841 $24.825.00 '6 G. :cl Subynde-Sdt<t liiliwep4zroll{lmowl 1 Cl' i ?" ≤150•:1 531.45000 S:'A:! 534.00 )7 53;-n1 358.?F0 .'0 51'4'! 174,`;0.3$ S:G OC'1 SJ9 'u0.':C 17 CV 1G] 316CC' 53,:(.??'3 SI??3I ≤2,655 CA 5'.a.O S3.?4009 5'.t.'s? S3.:0":'C: S:,.,'/ SsSO:t) i9 IL3d443a'-ud 0ackfi0 Cl' :x 319) 51.60' 5447 $4,53100 5'_5.00 53,940 S'_].J7 14,694 fA S3 -X 56.09.00 19 6' px Bass Co'4rse (Cius:: TN "r'; $2': 1.) S:OI: )?CO S:.141 2214':A 29:9._';! 5:9,::'.).07 29_9 rrl 20.'x.0 'x 50. M7 520.9X0 r9 1) 1Czoa0-r rdGu[m CF 1.41.: 541X) 5:5.4)000 53151 S13,w:x 5:5::! 5:6.::0.23 S'I.r, 515.40:'.'0 SI: 1 i)i 516.8.0.00 0' 4'ACIIp13o6rrC r3c lT. 21 T1 475 361.x' S?105)0 Se4c) 21.04650 S50 rCl 123.?50.00 5501)9'' 123.75000 550.X,1 215x0 :"ACIIMSv6CcCmx(TNc 2) Tx '5r 5G) 58.6.090 5534j513.35253 5555:4.375r 55750 314,37500 5540)'1 5:5,x0 r) 115 RYRc}.f toed Cm �t tPtpe IRCP'f - 55::uI 51. rC40) Si:'I' 52.54=.40 54Irt.:i 550::0 550:0 S1,Gx-e 541'x; 51x8. 24 _4- Rrnn!creed Ccscmte !RCP -'A 56500 57,7?500 550.2455.97S.56 5559CI 5454564 555) 36.54500 5550%' 5595., rA 35 i 4-m(i Fbrr E6d Sr:i;m ai'fS)Ms. wrCWYm081 EA i Slzfi990 51.)'0.0 $66C7.1' 51.6'1(4 5951'."?' 535',0 5100:'0 51.330100 11)9(0') .LOA( 26 i leln CT)7c'C f11'v Ah') a D'm.l 1 EA 5 S2.2x 4 S I1,xQp0 53.341 671 sit,79305 13.48? xt S57,4Atw $3,341 b ! 3)0.71823 5: 20:2 )91 515.0x. 27 bht Ex:ersicrl4^' EA 5 SNXi )' S3.7x $I.C591-I 55.:96.00 3539)9$1.65C'53 55xrx, 33.x00o 55x00'. 25'XOO 15 C.:wae [:stn k.'.cnO 0cr.;M BOx lA 1 11.24' 8.-1 SI._)O.( 5.7 8535223.3 5;1 52.'3.3 33.39'0 $3.05100 52.'°3 53 3:.77853 v.x0 x' 3ICC5 '3 Ad- Mulnle to F®i5_kt4Gra e FA 1 560!9.) Sex 30 5895 95' SS9E 95 5L: a CO SI.I A(") 5393 95 569153 56001'),56% w l0 Ad- Klte Vaktu Foit6MGrade EA 1 '.x' Sixx1 51x13 536-01 336400 3270.)?; 527000 527X) 52700 5490.)1 Sox 31 '_Aricub:cL CeOia• Cocc7emi,,MlcF.n d4oc'+s 1 5F $:9x 53.:4000 S4""' 57.329;3 29'.46"1 12.61) S:E Y' 33,'_4':A 51:011 $2.160)3 32 Cosner Sidraali ;4"I uIA .8au 44 SV 6007 134:09 120,400.0 537:5!$223500') 143051 $2_9,35X.) 53725527.35000 535 coil S:L-fflx 3? 'ICceoem Accts Racgl 4'1w APF.Bne1ra Si70 1700 5.00 SE0.53 ≤5,6)60 557.30 $4.0;:00 577% 34.4)I'A 54;9X1 52,5700 34 Dc*Ct*lc\\mac.;10.1:'6 SF Sal0C 54.1-6x)0 5196,:$42C3 554'9 565C4'O 54;9898. 34".-.'4 550,00915620900 35 Coanetc Jrilo5ar 160:•! Ate. B.RS4.4 1 3V' 3X7 147) 512000 r) 541941 $14,352..60 161151 5:15_..0 547.541 SI4.35:)0 54^.'.)1 SII,L+OA 16 S L..d\1VLha8 AC I S'.Krx 51.`^0.0 $3.6530]' 52.:'.00 36.039.) $364190 53.633.33 3:.:'.00 34.X)0 9.9 32.4)3CC 37 SoISdSadm3 Sx' 4c, 54 519x11 54.0 51.931'')? 5-9( 53.H5"r, 54401 51916,00 Sn 52,7.4: 39 To" Soil t CV 4x 115 X 16.x68.0) 5H7SI 58.7'30 5559')' 5220)X!) 5:'. 161 38.710:0 523 0"? S10.Rf.' Q7 39 SewBales;E-II EA '.): $12X0 51.21,920 SI406I 51.406..00 51'.511' 51.1550.) 5120_' St,:x.00 36x' 315x.0 SCcFecc(E-3 OF ' 53!9 31,:')CC) 55';3152.1360: S4i543'951 :n 14 5430 31": .:y, 5x1 5 32,.001) 41 ! hlc: iillFina(F,e EA I 6 5!0x1 ≤6000] 54132 5`5991 5450;1 5871'7) I 5'.'M) iSrnem Si- TOTAL bcal Ccr:vlly ifaFMu:ir'ock l(KYIE} 1. I Eh s:5.0:'x' P -A.4..' 0 3!3.)09: _---I` $(66:000! 53414573.;! X6.6710 -1 1374,'-5650 _ . 533^.952.23 1.5.3:').0;1 s:s.3±0U) $:5.._8:4 S)5O20t) 11:.::'.:71 s1L:Rd.0 -] EcetWc I LE 3) 5:x1 52.5x09 S7n 5936) 50.65 SS45.Or, 50.7:1 393600 S: xl' 51.3x0 14 1\'idM1)Crsi-f Mae M.unlJt7:�de s,ew35.A wvLwca Lem; E FA ' ° 5`,?V'; :ti' 182010 $3,929-0. 5:2.]:0(0 $1 245.`•)! 1!1.350.0 52.145.x1 $11035.60 33,0..: ':ri S12X"9. 45 '\'de6RocessmUmt-4 Ganttlt?ai I, tdeoTrat?454 I ES t 1 513r?IXJ ;08 5:8.0000 $22.x4.)'1 1'_2.^07.0 52C.3G.x $:0.3.'YJ.rO $2C'.30'. Of 32000.0 $17,0CO'xi 317,'051. 1e PideOCablc LE 910, $5 74 55,4'1C0°0 5:.:9 51.950 CC 52 )9 51.3x.0 52.:0 31.980)9 511.9 52.700% 47 ITrafcSigr4'. P.udC3-Smoe) tL.ED.) EA 0 5:,:09:.' 57.]2).0 5)') C -I 5594.-1M 532: ≤5._5:X00 5961 )1 35)4.0 56840071 S2 30 -3 T:aTre5'.eral H:ad{4Scttus)(i .E.0. EA 2 51.409 ) S1.ti0. 5102'; 0 $2.6470 51.2:93xI 52,4430 SI.329' CC. 3.6403 Ssf; s 365x.00 49 I,rnlBe SiaslHod(5-Sctcx R)(i. E.D.) EA 2 515d1100 51.^00.0 51,7x;) 515290 51.5]0) 37.24018 S1.6]00; 2._10.0 11.x0.01 37.00. 50 IMemian S: -m l Hnd(Ivtan.av S I :;A 5 5&)C"'. 16,40130 S"II'.:'.) 55.':'030 5t6 CC 55.]5X96 5750:! 35.1x;90 S-45-4' 5364% 51 Tnflc51 .-1 C.bic liouANG} IF I 14 52)91 51.4x) 29'..'.0 5779 p, 510)1 S:Ox 51 Ill 577'.01 53 x'. $2.10.') 52 TrafiSinaii CahIr2J4AW CF I 6x' 53.01 51.5x) 5297 51.752) 5275 5I.6_5r'x S-.97 31.782) 5590; 3±.'X10.) 53 ICInel l CordLm6 for l.u�avd 012 AN' GI I LF $3'.) 51.-x', SI.' S44:10 5'..C 54X60: SI.21 5449209 53.01; 51 'J_C C0 51 Elat{nl Cc-.duc:o7s-!a-C60dvli2e6 AWG/ 1 LF 1^ SiCo 590X S4A) 1'.3]1: 54.05 5:)1.51 54,5 510,.5; 341.01 51:90) 55 :PACCocdai:(r;' I LF '.) $1x' 19x) Si3.1_5 $1.81500 5'.5.751 $15750 11515 $15750 51ox 11.1)c.co 56 ?\'CCc,du:13.! L:' 33 o-) 51,60.00.0 S_5 n9 $5.'0.9 5_3 _;1 5468''. 13 52340 54.55:'0 5210"?! 54/0900 51 ?A'C Coriui: 3") b DaRog'.a: BVIIa 1_i: ::0 5351") 57,0(0 0 5): 30 $6.150.0 5:510 $5.65).) 530.3;1 $6.:60 x 530)9' $6.LTl" f0 56 Cnenem Pull &'j 2.'. :'.A 6 S5&9C")' 53,10930 53741.0' 52.24400 5345009, 52.000.0) 974 x81 3214490 $41,900' 52.4)9.00 5. ITraftS:nslVLc'. Ar. r. mJ Pak Wtt Foariads3c (-»JS EA I I 53.W') 53.5'00 $,05 CC 54'5.Cti 5'.,:? 20 340_06.0 $4,320 rr:1 34.2169 34.9)9%' $gr9t0 69 ITr4flcSiraI Nast jr' nd?oic !Lib Poucdammt36) I EA 56.3*? 00 56.'A.0 $1911.{C 57.?.31.0 37.3_0 s' 513:0X) $7.::11 'xa $7.2:0.0 36.0°')• 'K of.G1J. !TnTkSicilAl M -&Amt m4Poic Well l;mmdadMt42) EA 57.00)) 57.'x:9.0 $9.020.x1 59.0:70 18.?:)CC' 510:10 SE3'0.001 380'_0.0 57.0(4)91 $7.000 ITr I S'. Ural MW Am: 46}004 Wtb ivcm:aam t5a) EA I 5.20.,0 57.:'90) SE.sslc',I 58.53010 ST.3:n 0" 575:3. t!0 SSA_O GC' 37.25.O0 3?,51901 37900 C9 6? IL:;arc Ass.5y EA 2 $1.40?: 52,S'1WJxJ 5140)1 553:00 5400) 584.01 54490 533000 55x0O1 $101000 64 Traflie Sirsl Prdcua'. Pale With Fcnbb'n 1 LA I S3_5W X, 51,50.0 $1.650) $1,0570 515051') 565_5.0 11.050x' S1.55.s to S,.XO. e5 lietvim Pocl ASsct !. [.A 521:9.X) 530430 S:1S'." $2,-53.00 5:5.91:1 $2.540U S2."5.:30 $:,"50.0 1.54,X1 $2.50.0 55 T3,Ame.L+si c Pneme.I Ma Whim x5'eiiew f6') I 4.E 4 3.079 $1.0 53,070% S"'5o 51.5:5) 5040 51.4.1 5'14, 31,535.0: S x'' $30Y000' 67 :I ItMV Lss:ic Pa5wc4 Mashm N�milB'} LF I 757 $101 55066.) 5660 55.06:.:9 55 :ol 54.573,70 5660 $5.x'.20 58 .90' 56.:364 53 ITtgtm luck Pncmm't 5lahm Nhts 241 'F 340109' 51.'_970 SS.Sr. 51.135' 541; 5l,14.9"; 595^ 31.'.350 5290 51.5490 69 Tbemp^Issdc Pnn'tIMf 'Anowd) I EA I 5 S3xx1 51.34.0 $31X0 51.38000 5305 '4 51,9]000 53"510 31.33".) 532.0,G] 51.600'0) 70 3 oedrd 5'. s SP :615 12001 53560 5x4.)1 5715. 544 )) 57:5.0 544) 571500. 530.00 Y:RZ53 :'-••.:.- ''; SUBTOTAL Si30Cnlx i= .S235924U I '$I25.':7.'0 6'-512P.m53J I 5217,661.50' 71 IF -WC (1905 (DR lS)WMnllce OF ' ?'0 58X01 1_3.5x0 583.351 $2_6.672) 513970! 344.701400 533351 526.o72 'IC 5006.01 515,')xcc '] 3' PVC CW)0 )R 74C N'elml.ce Ili 3rC. 550,.) 5:81.6:.0 295: 4'1 511503 03 5:0"?! f±5 .50X''9 55'.i 314.513:5 54:; :*� 114,1:2 x 73 5 WC 0900 R 14) Welm%de LF '_0 550 x' $60; A 1'.35::! 1 32,70:20 5240.01 5430 A 9::.'0 S5J0 IC 330x: 56)9 x _4'x Ir CV 4'.:Lrc 5iccm [A 1 52500") 12.5.0.96 53.37'.531 $3.3-3.53 33.989.)91 379830 33070.5?' 33•37•53 S4.rCuxl 75 113-T o=^ \liw Wi Valve $6a EA 5_ ;;w Cu S_O,1"33.W 291 .261 301 516.26!30 1.4100-?! 319.49; t4 319499 ))! 119.45160 35 M9 ^.;1 35.0.01 76 S'T :.r"Vile &$Imewf L'a1te BOa t `4 S3001 55.4x).0 52,659.'.4 55.3826 14.0'70 OCI 58,'.470$22100"? 55.400.0 52.4)Cv:' 5.5.60'3.0 77 IF -B., clOv Vake w; \'4!se BOx CA 555x.0 55,570.0 164325. $&481.51 $55302 1559000 $1591;) 51590 3".'0X'.01 57:)000 TS S'Cae V,': cw'. \'4450 Sox E1 i'. Ci'.'•) 56.00.X7 S1,41).55 57.':.61.78 SL' . 55,40300 31,20)0:1 36Sti0 t'0 $1.:'.1]09 Sf7"00 i9 16' GYe \8440 w/ \'she Sox EA I 5x' 0 90 59).'70 $119S.4 51.229394 5756 CC'. , 3750 5920)9, 1300005000101 SEx.00 19'Fostc rA1 ETA_ S&?'20 51,4'0000 5900:I 52.7463 5T_?xI 31.150.00 sscoccl 521x.00 56)1 ocl SLEx 9'40)0 Au 1cr EAI S3? 99 590093556;1.99 $6`51.91 505"4 "5 50 00 ¶30"9'90''5901:91 531.10' x, 'D 59 32 FveH 3'..v. Afsc.:ft3. ir&Mk9 CG4m Yairt w: ti43 eht 05 1 EA I I 534?X. S7.20,t 5399124 $798'41 $3,550.0.: 2,92900 55.50: '.A9 37.700 3261":X0 SS,:'40570 3] Co 0 600 Eanical:ont lAcnle lr ? LB I 422°? 5-5 01 521.))? 'CC 54 43 518,6.4 '01 S7.3'! $30.6-0X9. 55 x xx I $21.0 55 )1 2x0. 1.) 54 Iu'4bScn::e LA 2 11) SSG? 13 5736'5' 51.43 59 567151.^ 51.:6900 563'! 8 31._1604 5759 )9 $150030 35 Sew tnd VsenEOx NA 560[0. SL2x'30 59::50 $1.31500 S-,,,, 51._56S30 5734) 31._56590 31.56') M $3.C✓q_0 -"._ :r c. t•..-: '-c. -:'� .' SUB'C7:AL i l 5118'x,„(4 !`.. ≤1215919 .1!58.1;:r' I- 31210397 1 ' $'a3 :02 Ji TOTAL CO5S'IRI'(TIOIN COSTS 5596,446.00 $607,90310 36579905.80 S587x91'.83 5587,170.50 FAYETTEVIt.LE � THE CITY OF FAYETTEVIUL AIKANSAS DEPARTMENTAL CORRESPONDENCE To: Paul Libertini Engineering Division From: Clarice Buffalohead-Pearman City Clerk Division Date: August 11, 2003 Attached please find an executed copy of the above referenced resolution passed by City Council, July 15, 2003 awarding Bid No. 03-29 to Township Builders, Inc. for Sang Avenue/Hollywood Intersection Improvements. The original resolution and contract will be recorded in the city clerk's office and microfilmed. Also attached is a copy of the budget adjustment for this project. If anything else is needed please let the city clerk's office know. cc: Nancy Smith, Internal Auditor Barbara Fell, Budget Research II I Project Manual EJ'EC vTeD I i• CITY OF FAYETTEVILLE ' ARKANSAS I Sang/Hollywood & 61 Street • Intersection Improvements ' ,/1 , T E :O I PR®FBSSI�rdAI �ARA NSAS RE6IS'FFRF.o \� ENGINEER No.9804 BID # 03-29 �o June 2003 G��~ 16//3 • -j W( Rcs. l01' -o3 Protect Manual AYS CrS\/1 LLE CITY OF FAYETTEVILLE ARKANSAS Sang/Hollywood & 61' Street Intersection Improvements BID # 03-29 June 2003 I I I Section 00005 TABLE OF CONTENTS Sang/Hollywood & 6h Street Intersection Improvements ' Section No. Title Pages 00005 Table of Contents....................................................................................... 00005-1 to 00005-2 '00020 Advertisement for Bids..................................................................................................00020-1 BIDDING REQUIREMENTS 00100 Instructions to Bidders ................................................................................ 00100-1 to 00100-8 00300 Bid Form.................................................................................................. 00300-1 to 00300-13 00350 Bid Bond.................................................................................................... 00350-1 to 00350-3 iCONTRACT FORMS AND CONDITIONS 00500 Agreement Form Between Owner & Contractor ........................................ 00500-1 to 00500-6 Construction Performance Bond - Exhibit A .................. ................... ............................00500-7 Construction Payment Bond - Exhibit B .................. .....................................................00500-8 Certificates of Insurance - Exhibit C.............................................................................00500-9 Notice to Proceed........................................................................................................00500-10 00700 General Conditions..............................................................................................0........... 1 to 42 00800 Supplementary Conditions........................................................................ 00800-1 to 00800-12 ' SPECIFICATIONS Division I - General Requirements 01010 Summary of Work...................................................................................... 01010-1 to 01010-2 01025 Measurement and Payment.................................................................0..... 01025-1 to 01025-17 01027 Applications for Payment.............................................................0......0...0.. 01027-1 to 01027-2 ' 01035 Modification Procedure.............................................................................. 01035-1 to 01035-3 01040 Coordination and Meetings...............................................0.......4................ 01040-1 to 01040-3 01051 Construction Surveys.................................................................................. 01051-1 to 01051-2 01060 Regulatory Requirements............................................0......0.0..................... 01060-1 to 01060-3 ' 01090 Reference Standards and Abbreviations..................................................... 01090-1 to 01090-3 01300 Submittals................................................................................................... 01300-1 to 01300-3 01310 Progress Schedules..................................................................................... 01310-1 to 01310-2 01410 Testing Laboratory Services....................................................................... 01410-1 to 01410-3 01500 Construction Facilities & Temporary Controls..............................01500-1 to 01500-4 01620 Storage and Protection................................................................................ 01620-1 to 01620-2 01630 Product Options and Substitutions.............................................................01 ............................................................ 01630-1 to 01630-2 01700 Contract Closeout ........................ 01700-1 to 01700-5 I Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00005-1 1 • • Division 2 - Site Work ' 02050 Demolition............................................................. 02050-1 to 02050-2 02100 Site Preparation............................................................................................. 02100-1 to 02100-3 02161 Excavation Safety..........................................................................................02161-1 to 02161-1 ' 02220 Excavation and Embankment........................................................................02220-1 to 02220-9 02230 Road Bed Preparation....................................................................................02230-1 to 02230-5 02261 Site Restoration.........................................................0...................................02261-1 to 02261-5 02270 Slope Protection and Erosion Control........................................................... 02270-1 to 02270-3 02500 Asphaltic Cement Paving..............................................................................02500-1 to 02500-5 02580 Reflectorized Paint Pavement Markings........................................................02580-1 to 02580-4 02581 Thermoplastic Pavement Markings...............................................................02581-1 to 02581-4 02600 Pipelaying......................................................................................................02600-1 to 02600-5 02601 Cast -in -Place Manholes.................................................................................02601-1 to 02601-2 02605 Utility Sleeves................................................................................................ 02605-1 to 02605-2 02615 Iron Pipe and Fittings.................................................................................... 02615-1 to 026154 ' 02616 Polyethylene Encasement.............................................................................. 02616-1 to 02616-2 02622 Plastic Pipe and Fittings................................................................................ 02622-1 to 02622-4 02641 Valves............................................................................................................02641-1 to 02641-6 ' 02644 Fire Hydrants.................................................................................................02644-1 to 02644 4 02666 Potable Water Services .......................... ..................................................02666-1 to 02666-3 02675 Water System Maintenance of Service & Disinfection .................................. 02675-1 to 02675.4 02720 Storm Sewer System......................................................................................02720-1 to 02720-3 02840 Signage..........................................................................................................02840-1 to 02840-3 02842 Service Point Assembly......................................................... ..02842-1 to 02842-2 02843 Luminaire Assembly (Cutoff Type)...............................................................02843-1 to 02843-1 02844 Electrical Conductors -In -Conduit ................................... ........ ... ... ....... ..02844-1 to 02844-1 I. 02845 Electrical Conductors for Luminaires............................................................ 02845-1 to 02845-1 02846 LED Traffic Signal Modules(12")........................................ 02846-1 to 02846-1 02900 Landscaping....................:..............................................................................02900-1 to 02900-9 Division 3 - Concrete ' 03210 Reinforcing Steel ....................................................... ................................... 03210-1 to 03210-3 03316 Miscellaneous Concrete Work.....................................................................03316-1 to 03316-10 I. 1 End of Section 00005 I I I I Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00005-2 I S ' Section 00020 ADVERTISEMENT FOR BIDS BID #03-29 Notice is given hereby that, pursuant to an order of the City Council of the City of Fayetteville, Arkansas, sealed 1 bids will be received at Room 306, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 p.m. (local time) on Wednesday, June 18, 2003, for furnishing all tools, materials and labor and performing the necessary work for the construction ofSang/Holywood & 6" Street Intersection Improvements for Fayetteville, Arkansas. At this time and place all bids received will be publicly opened and read aloud. The work generally consists of realigning the intersection of Sang Ave. with 61° Street (Hwy. 180) to match the existing intersection of Hollywood Ave. & 6t° Street. The improved intersection will be signalized with video ' detection. The demolition work will involve the obliteration of portions of Sang Ave., Old Farmington Road and a concrete parking lot. The construction work will involve aggregate base, asphalt binder, and asphalt surfacing with associated earthwork, drainage pipes, inlets, sidewalks, waterline, traffic signalization, and demolition for all items indicated in the Drawings and Specifications. Drawings and specifications are on file and may be examined at the office of the Engineering Division, City of Fayetteville. Copies of these documents may be obtained from the office of the engineer upon request and upon payment of $50.00. This amount is not refundable. The bidders shall make such inspection and studies of the site of the work as to familiarize themselves with all I. conditions to be encountered. Bid security, as defined in the Instructions To Bidders, in the amount of 5 percent of the Bid must accompany the Bid. A MANDATORY Pre -Bid meeting will be held on -site for all perspective bidders. For further information see ' "Instructions to Bidders" in the Contract documents. Bidding Documents may be reviewed at the: ' City of Fayetteville Engineering Division (Phone: 501-575-8206) 125 W. Mountain 1 Fayetteville, AR 72701 The successful Bidder will be required to furnish a Performance Bond and a Payment Bond as security for the faithful performance and the payment of all bills and obligations arising from the performance of the Work. ' Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of ' Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises. No Bids may be withdrawn within a period of 60 days after the date fixed for opening Bids. I. The City Council reserves the right to reject any or all bids, to waive irregularities in the Bids and bidding deemed to be in the best interests of the City Council, and to reject nonconforming, nonresponsive, or conditional Bids. /s/ Peggy Vice Peggy Vice, Purchasing Officer Sang/Hollywood & 6a Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00020-1 1 0 • ' Section 00100 ' INSTRUCTIONS TO BIDDERS 1 DEFINED TERMS 1 1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to Owner as distinct from a sub= bidder, who submits a bid to a ' Bidder. 1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 2 COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement for Bids may be obtained from the Issuing Office. 2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.. 2.3 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. P3 EXAMINATION OF SITE AND CONTRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Engineering 1 Department, and shall constitute all of the information which the Owner shall furnish. No other information given or sounding made by the Owner or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications and estimates, or be binding on Owner. Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local conditions; inform ' themselves by their independent research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and obtain all information required to make an intelligent bid. 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to 1 be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a ' Sang/Hollywood & 6* Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00100-1 0 0 construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 5 INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA 5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to the true meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from any part of the proposed Contract Documents, he should submit a written request for interpretation thereof to the Engineer not later than seven days before the date set for bid opening. The person submitting the request shall be responsible for its prompt delivery. 5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum to all holders of Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Owner will not be responsible for any other explanations or interpretations of the proposed Contract Documents. 5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 6 APPROXIMATE ESTIMATE OF QUANTITIES ' 6.1 Engineer's estimate of quantities, on file at the City Engineer's office, is approximate only and shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders as actual quantities that may be required for the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required Bonds. 7 UNIT PRICES ' 7.1 Bidders must state a price for each item of work named in the Bid Form Unit and Lump Sum prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of ' every description to construct, erect, and finish completely all of the work as called for in the Specifications or indicated on the Drawings. ' 7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and are deemed not to be in the best interest of Owner may be rejected at the discretion of Owner. 7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work required, and has reviewed the Drawings and Specifications to verify the full scope of the Work ' 8 BID FORM 8.1 Bids are due as indicated in the Advertisement For Bids. 8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. Bid Form shall not be removed from the bound Project Manual, nor shall bids be submitted on a photocopy of the Bid Form ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00100-3 within fifteen days after the Notice of Selection, Owner may annul the Notice of Selection and the Bid security of that Bidder will be forfeited. The Owner reserves the right to retain the security of the three low bidders until the Successful Bidder enters into the Contract or until sixty (60) days after bid opening, whichever is sooner. Cash equivalent security of the second and third low bidder may be exchanged for an equivalent bid bond after bid tabulations arc complete or thirty (30) days after bid opening, whichever is sooner. If any Bidder refuses to enter into an Agreement, Owner may retain Bidder's bid security as liquidated damages but not as a penalty. Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a payment Bond, equal to one hundred percent of the contract price. Contractor shall include provisions in the bonds which will guarantee the faithful performance of the prevailing hourly wage clause as required by the Arkansas Prevailing Wage Law, Arkansas Code Annotated § 22-9-308(d). Contractor shall pay all expenses in connection with the obtaining of said Bonds. The Bonds shall be conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness for labor and materials furnished or performed in the construction of such alterations and idditions as prescribed in this The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countersigning of the Bonds will not be sufficient, The date of the Bonds, and of the Power of Attorney, must not be prior to the date of the contract. At least six originals of the Bonds shall be furnished, each with Power of Attorney attached. Bonds are to be approved by Owner. If any Bonds contracted for become unsatisfactory or unacceptable to Owner after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the discretion of Contractor. The number of days within which, or the dates by which the Work is to be substantially completed and also completed and ready for final payment is outlined in the Bid Form. LIQUIDATED DAMAGES Provisions for liquidated damages, if any, are set forth in the Bid Form. Sang/Hollywood & 616 Street Intersection Iroprovements City of Fayetteville May 30, 2003 Engineering Division Page 00100-5 I • • 18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and Progress 18.6 Uncompleted work which, in the judgment of Owner, might hinder or prevent the prompt completion of additional work if awarded. 18.7 Being in arrears on existing contracts, in litigation with Owner, or having defaulted on a previous contract. 19 OPENING OF BIDS 19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to be designated by Owner the day of the bid opening. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 1 20 CONSIDERATION OF BIDS S20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder. ' 20.2 In evaluating Bids, Owner will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Selection. 20.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, • and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is ' required to be submitted prior to the Notice of Selection. 21 RIGHT TO REJECT BIDS 21.1 Owner reserves the right to reject any and all Bids, to waive technicalities, and to advertise for new bids. • ' All Bids are subject to this reservation. Owner reserves to itself the right to decide which shall be deemed the lowest responsive and responsible Bid. Due consideration will be given to the reputation, financial ability, experience and equipment of the Bidder. 21.2 Owner also reserves the right to waive informalities not involving price, time or changes in the Work and to• negotiate contract terms with the Successful Bidder. 22 AWARDING OF CONTRACT 1 22.1 Owner reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, not to exceed sixty (60) days except with the consent of the Successful Bidder. The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim against Owner upon the Sang/Hollywood & 6m Street Intersection improvements • City of Fayetteville May 30, 2003 Engineering Division Page 00100-7 Section 00300 BID FORM Contract #03-29 ' Sang/Hollywood & 6th Street Intersection Improvements // Fayetteville, Arkansas Bid of eacw >4 - t r (hereinafter called "Bidder"), a corporation, organized and existing under the laws of the State of r or a partnership, or an individual doing ' business as To: City of Fayetteville, (hereinafter called the "Owner"): ' The Bidder, in compliance with the Owner's Advertisement For Bids on June 20d& June 9'°, 2003, and having examined the drawings and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including normal inclement weather conditions and the availability of materials, and labor, hereby proposes to furnish all labor, materials, and equipment to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents. The costs of miscellaneous material items not listed below that are required for a complete job shall be included in the prices below and shall not be a cause for an extra. ' Bidder hereby agrees to commence work under this contract on or before a date to be agreed upon by the Contractor and the Owner, and to substantially complete the project within 180 consecutive calendar days thereafter as stipulated in the General Conditions, and to fully complete the project within 210 consecutive calendar days after that agreed date. 1 Bidder acknowledges receipt of the following addendum ' Addendum No. Subject I I I I • Sang/Hollywood & 6a Street Intersection Improvements • City of Fayetteville May 30, 2003 Engineering Division Page 00300-1 P C I 11 LI Sang/Hollywood & 6`" Street Intersection Improvements Item Estimated No. Quantity Unit Description of Item and Unit Price Bid Total Amount 1 I Lump Sum Mobilization ' r co 1J u t f bka ae�d• 4 dollars ($ j4,o00.00 )/LS $ )9, 000.00 unt written in words in figures in figures ' 2 1 Lump Sum Construction Staking CO ' e, _ dollars ($ ID,cOD•j) V OLS $ /0.000.00 amount written in words in figures in figures ' 3 1 Lump Sum Maintenance of Traffic _ dip dollars 35 3S 575.00 ( $ , i �i, 00 VLS $ amount written in N orris in figures in figures ' 4 100 Lin Ft Tree Protection Fencing 00 ______________________________dollars ($ yo0 )/LF $ y0D•Ob amount written in words in figures in figures Is 1 Lump Sum Excavation Safety 11 � __oe I kk.l-b I u kkA&M)j ✓ . dollars ($ 2, o00 • DO UIS $ Z, 040 • o D amount written in words in figures in figures 6 1 Lump Sum Clearing and Grubbing `7 v/ d _ dollars ($ 6, e00.OD )/LS $ (7, s00 DD amount written in words in figures in figures 7 1,542 Lin Ft R & D Curb and Gutter ' 06 d _dollars ($ c • DD )/LF $ 7171n.Od amount written in words in figures in figures L, I Sang/Hollywood & 61' Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-2 ' Item Estimated No. quantity Unit Description of Item and Unit Price Bid Total Amount ' 8 201 Lin Ft R & D Drainage Pipes 00 �wt a dollars ($ 9.00 )/LF $_I,SO.DD amount written in words in figures in figures ' 9 2,250 Sq Yd R & D Asphalt Pavement & Driveways *t4 4 dollars (S S.oh )/SY $ II, ZSO.0D amount written in words in figures in figures 10 906 Sq Yd R & D Concrete Pavement & Driveways p0 d . dollars ($ g•00 USY $ 7, 2Y J. oi) amp t written in words in figures in figures 11 192 Sq Yd R & D Concrete Sidewalk OD rt 4 dollars ($ c.0o USY $ 960•DD amount written in words in figures in figures I 12 220 Sq Yd R & D Asphalt Sidewalk Fes, 4 00 dollars (S y.DD USY $ �Q0.0D amount written in words in figures in figures 13 3 Each R & D Drop Inlet p0 IAi? 4 \ dollars ($ yLD• oD YEA $ fj SDD•DO amount written in words in figures in figures 14 1 Each R & D Concrete Flume ' 7{ J ^ 00 ttt d \ dollars ($ 31)D•OD YEA $ 7i0D•Do amount written in words in figures in figures ' 15 1,655 Cu Yd Unclassified Excavation 0 "— dollars ($ 11.00 UCY $ ► g , Zoc •OU amount written in words in figures in figures 1 Sang/Hollywood & 6ib Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-3 Item Estimated 14 Quantity Unit Description of Item and Unit Price Bid Total Amount ' 16 1,965 Cu Yd Compacted Subgrade - Select Hillside Material (Borrow) dollars ($ /6.00 )/CY $ 3/, YYfl•0i) amount written in words in figures in figures ' 17 200 Cu Yd Borrow (Unclassified Fill) 06 4 dollars (S )/CY $ 3, 200.0 D amount written in words in figures in figures 18 200 Cu Yd Undercut & BackfW ' (� 00 j�J V, Ji . 4 dollars ($ 19.0D VCY $ 3,gDD•Ot) amount written in words in figures in figures I 19 1,000 Tons 6" Aggregate Base Course (Class 7) ' T 00 U�1�iw.�t 4 dollars ($ �0(i VCN S 2D,oDD•0D amount tten in words in figures in figures 20 1,400 Lin Ft Concrete Curb and Gutter giC21J�k-t dollars ($ I I.DD )/LF $_____________ / Ste, yD0.OD amount written in words in figures in figures 21 475 x Tons 4" ACHM Binder Course (Type 2) ` d \o dollars ($ )/TN $ 3,39o.00 amount written in words in figures in figures 22 250 Tons 2" ACHM Surface Course (Type 2) ' F dollars ($ (04 •0o )/fN $ 16, so0 •Od amp t written in words in figures in figures 23 20 Lin Ft 18 -inch Reinforced Concrete Pipe (RCP) ' _dollars ($ 9D.0D )/LF $ I, o0b•Dy written in words in figures in figures 1 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-4 ' 0 Item Estimated No. Cuantity Unit Description of Item and Unit Price Bid Total Amount ' 24 119 Lin Ft 24 -inch Reinforced Concrete Pipe (RCP) .. amot tt F5M.p 4 • dollars (S 6S.OD ALF $ 7.7;s•oD written in words in figures in figures 25 1 ' Each 24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall a ' i " +� 1Ij.LJQ . dollars ($ I.3 o • D2 YEA $ 10 30b .0 D amount written in words in figures in figures 26 5 Each Drop Inlet (Type 'C' 4 Ft. x 4 Ft. or 'MO' 4 Ft. Lila.) I.•Uo I�ane+J i tUo 11UJt0 4 dollars (s Z, Lo 0.011yEA $____________ / 1. a oo • o f1 amount written in words in figures in figures 27 5 (Each ( Drop Inlet Extension (4 Ft.) ' (d/ t dl.�d1 4 0 dollars ($ OD •0D A $ 3, yoo •op amount written in words in figures in figures 28 1 Each Convert Grate Inlet to Junction Box •/ 00 ' Q I �tl,e I1v4 (j 4 dollars ($ I, 200 4D 1/EA $ (, tOp • o l) amount wntten in words in figures in figures I29 1 Each Adjust Manhole to Finished Grade '%'s. dollars ($ bA9•P11) YEA $ iDO0•pD amount written in words in figures in figures ' 30 1 Each Adjust Water Valve to Finished Grade t" 4� dollars ($ (CO.oJ YEA $ /vp•DO amount written in words in figures in figures ' 31 180 Sq Ft Articulated Cellular Concrete interlocking Blocks fiDno__^�- .4(M^�M dollars (S 19 •0 )/SF $ 3, 2 YD .4tJ mount written in words in figures in figures I ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-5 Item Estimated No. Quantity Unit Description of Item and Unit Price Bid Total Amount ' 32 600 Sq Yd Concrete Sidewalk (4") w/ Agg. Base (4") I- / ht dollars (S 3 y•OD )/SY $ Zo, yot.to amobnt written in words in figures in figures 33 70 Sq Yd Concrete Access Ramp (4") w/ Agg. Base (4") weft, 4 dollars ($ �'0 • t0 USY $ _ amount itten in words in figures in figures 34 120 Sq Ft Detectable Warning Surfaces L 4 t� dollars (S )/SF $______________ DD punt written in words in figures in figures 35 300 Sq Yd Concrete Driveway (6") w/ Agg. Base (4") � {� 00 ' F'a r 4 dollars (S I• o D )/SY $ I Z, 000.0 D am unt written in words in figures in figures I. 36 0.60 IAcres Seeding and Mulching % T ' d dollars (S 3,%O.DD D D )/AC $ 12oy • oi amount written in words in figures in figures 37 450 Sq Yd Solid Sodding ' Od I,SJ.n a dollars ($N oo USY $ �, fSoO.oU amount written m words in figures in figures 38 400 Cu Yd Imported Top Soil - ' dollars (S ( S.00 UCY $ 6,flODOD am t written in words in figures in figures ' 39 100 Each Straw Bale (E-1) ' Tutl6k 4 dollars ($ fL ofl UEA $ I, ZDO•oU amount written in words in figures in figures ' Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-6 1 • • ' Item Estimated No. quantity Unit Description of item and Unit Price Bid Total Amount ' 40 400 Lin Ft Silt Fence (E-3) 00 4 \ dollars (S 3.00 )/LF $ /,Lop . aD amount written in words in figures in figures ' 41 6 Each Drop Inlet Silt Fence (E-6) ( t/J.4. \ dollars (S / 00.00 YEA $ 6 Ot $ O () amount written in words in figures in figures 42 1 Each System Local Controller (16 Phase) (Peek 3000E) C}t..d1.lMssJ 4 \ dollars ($ Is,nD.otb YEA $ /S,foo.at) amount written in words in figures in figures 43 1,300 Lin Ft Feeder Wire T40 d \ dollars ($ Z •D1) )/LF $ Z, bti• tD amount written in words in figures in figures 44 4 Each Video Detector (Mast Mount) (Philips VPK351A w/ Zoom Lens) I' fU tTWu�au ) 4 \ dollars ($ Z,000.00 YEA $ written i_,000,0p amount in words in figures in figures 45 1 Each Video Processor Unit -4 Channel (Peek VideoTrak-905) 1 T�r�• d � donors ($ 18,00.00 )EA $ 18. o00 •op unt written in words in figures in figures 46 900 Lin Ft Video Cable 00 $', dollars ($ t7 00 VLF $ S. 00 • amount written in words in figures in figures ' 47 6 Each f/ t+ Traffic Signal Head (3 -Section) (L.E.D.) •"rW0(l4i ' si dollars (S I, L0D Dp )/EA $ 7, L0O.017 amount written in words in figures in figures I. ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-7 Item Estimated No. Ouantity Unit Description of Item and Unit Price Bid Total Amount ' 48 -1 2 Each Traffic Signal Head (4 -Section) (L.E.D.) ____lt+tl�l0i 1 oe dollars ($ /,'/OD.aD )/EA $ 212t0.oa amount written in words in figures in figures ' 49 2 Each Traffic Signal Head (5 -Section) (LED.)'. Q I1+lu( 44J0'... dollars ($ /, i0U • o )/EA $ 3, floe. O D amount written in words in figures in figures 50 8 ''II EachPedestrian Signal Head (International Symbols) //.r L `�fx iatJ d dollars ($ $O0.0a /EA $ 6, y00.OD amount written in words in figures in figures 51 700 Lin Ft Traffic Signal Cable (7c/14 AWG) X1.110 dr _ dollars ($ VI.F $ 1, `f_0 •DD amount written in words in figures in figures 52 600 Lin Ft Traffic Signal Cable (20c/14 AWG) • 9 00 dollars ($ 3.00 )/LF $ / •DD amount written in words in figures in figures 53 400 Lin Ft Electrical Conductors for Luminaires (2c/12 AWG) ' '/lOO �,�ot� '( dollars ($ )/LF $ I,Zf70 oD amount written in words in figures in figures 54 /�. 30 Lin Ft Electrical Conductors -In -Conduit (2c/6 AWG) ' , YX dollars ($ 3.00 )/LF $ ?0,00 amount written in words in figures i&figures 55 100 Lin Ft PVC Conduit (2") O ' _dollars ($ 8.0'f) )/LF $ 900, 00 am tnt written in words in figures in figures [] ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-8 Item Estimated No. Quantity Unit Description of Item and Unit Price Bid Total Amount ' 56 200 Lin Ft PVC Conduit (3") of dollars ($ •Dl) )/LF $ /, 6td.0i) an4unt written in words in figures in figures 57 200 Lin Ft PVC Conduit (3") by Directional Boring ' h 00 k 1—tu- 4 \ dollars (S 3s'0� )/LF $ 7,000.00 amojnt written in words in figures in figures 58 6 Each Concrete Pull Box (Type 2) __ 4 0U dollars ($ :tW 0(7 /EA $ 3.000.Dl) amount written in words in figures in figures 59 1 Each Traffic Signal Mast Arm & Pole With Foundation (20') I ed 'f ,_f � -.J d dollars ($ 3.9'00. Da YEA $___________ . DD amount writt8n in words in figures in figures 60 1 Each - Traffic Signal Mast Arm & Pole With Foundation (36') c. �W f l'r RNn _ ^O dollars ($ k 300.60 YEA $ br OO.OD amount written in words in figures in figures 61 1 Each Traffic Signal Mast Arm & Pole With Foundation (42') 1 168�/�Y ` N dollars ($ 7. M�0.OU YEA $ %D00.OD amount written in words in figures in figures 62 1 Each Traffic Signal Mast Arm & Pole With Foundation (50') QIiA. T(,,ut�D tUA d dollars ($ 7. ZDO . PD YEA $ 7. Lob 00 amount written in words in figures in figures 63 2 ^Each -n Luminalre Assembly ' Qxg j " 14Q a dollars ($ 1t4WD•Of) YEA $ __ amount written in words in figures in figures It ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-9 9 Item Estimated No. Ouantity Unit Description of Item and Unit Price Bid Total Amount ' 64 1 Each Traffic Signal Pedestal Pole With Foundation `fLW T d dollars ($ 2, SDD•oo YEA $ Z. SPD•Da amount written in words in figures in figures 65 1 Each Service Point Assembly ►1 _________________________dollars ($ 3.30o•oa yak. $ 3, 34o . Da amount written in words in figures in figures 66 3,070 Lin Ft Thermoplastic Pavement Marking White or Yellow (6") Q 00 dollars ($ /.17D )/LF $ 7J.07U•01) amount written in words in figures in figures 67 767 Lin Ft Thermoplastic Pavement Marking White (18") 1 C a Oa \ dollars ($ 7.0� )ILF $ f ;6%•9D amount written in words in figures in figures 68 129 Lin Ft Thermoplastic Pavement Marking White (24") ' Do d 'N dollars ($ /.Oli )ILF $ 1,290.0!) amount written in words in figures in figures 69 6 Each Thermoplastic Pavement Marking (Arrows) /L.1.DARN 4C dollars ($ 00.00 )/EA $ �r 800.0D amount written in words in figures in figures 70 16.25 Sq Ft Standard Signs DD ' ¢ dollars (S L0.0O )ISF $ 515.01) amoun written in words in figures in figures ' 71 320 Lin Ft 18" PVC C905 (DR 18) Water Line LtA1.Y�t dollars ($ $D •OD )/LF $ &DO •u0 ' ount itten in words in figures i gures 1 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-10 ' Item Estimated No. Ouantity Unit Description of Item and Unit Price Bid Total Amount ' 72 360 Lin Ft 8" PVC C900 (DR 14) Water Line r s0 l—� '4 dollars (S SV•oo VLF $ I9.ODD.Dj� ' outh written in words in figures in figures 73 20 Lin Ft 6" PVC C900 (DR 14) Water Line so `) N dollars ($ 3V• Di) VLF $ bDO . 07 amoitnt written in words in figures in figures 74 II.+b 1 Each `�� 24" x 18" JCM 412 Tapping Sleeve %w4 T WtltWPQQ 6 11 4 dollars ($ Z•,fft•o0 YEA $ Z, cUO.o() amount written in words in figures in figures -- 75 1 Each 18" Tapping Valve w/ Valve Box 00 a Qa�.. I I/b�1�Jl d dollars ($ Y,!W-.Ut) YEA $ 2-D. 000 •D1D amount written in words in figures in figures 76 II 2 ^^ //Each�� 8" Tapping Valve & Sleeve w/ Valve Box %1111 _______________________dollars ($ z,70D.oa )/EA $ S,'/00 .01D amount written in words in figures in figures 77 1 Each 18" Butterfly Valve w/ Valve Box VI U� I Ih61Uw_MD �Wl LWVdK9 ' . dollars ($ S,S00 •OD 1/EA $ 11� , 1�v0.0 u amount written in words in figures in figures 78 5 Each 8" Gate Valve w/ Valve Box &kq i{ U&J ( d dollars ($ ( . 2�'0 00 YEA S �o, 000.00 amount written in words in figures in figures 79 1 Each 6" Gate Valve w/ Valve Box ' �IrN Q dollars (S _YEA )/EA $ 900• Do amount written m words in figures in figures I Sang/Hollywood & 6t° Street Intersection Irrrprovements City of Fayetteville May 30, 2003 Engineering Division Page 00300-11 1 I I I Item Estimated No, uanti Unit Description of Item and Unit Price Bid 80 3 Each 18" Foster Adapter I *k'! r.� � dollars ($ tsf%D•op YEA amount written in words in figures Total Amount $ Z,Yao.9D in figures ' 81 3 Each 8" Foster Adapter I �� 'I�,.�.^.Q ¢ 06 IMR�. f�"�ll.., dollars ($ • Utz VEA $ L(� amount written in words in figures in figures 82 2 Each Fire Hydrant Assembly, Includes 6" Gate Valve w/ Valve Box ' s dollars ($ 3,k.0,Q 1/EA $ 7.Z00•oL amount written in words in figures in figures I 83 4200 Pounds Compact Mechanical Joint Ductile Iron Fittings ' q 00 dollars ($ 5.0 VLB $ LI,Ooo.DP amount written in words in figures in figures 84 2 Each Water Service � ' t►r) (I . f ��" ,d dN dollars ($ )/EA $ . DU amount written in words in figures in figures 85 2 / rEach . n ao Water Meter Setting & Meter Box ' %v1C Id�AN lU R�/ 6 dollars ($ �1i• OD YEA $ (,Leo of) amount written in words in figures in figures PROJECTBASE BID................................................................................................. $ ' Ft ve dl0JIA N'O,1 7x I i`s5,u6 'ett Vta4O 1RS1 �,x a! ?Jr►-l2S 4o r5 1 1 ' Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-12 The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any formalities in the bidding. ' Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. ' Respectfully submitted, Firm N / - C tulnl sy F �z • Address ' GrtiI , � fJ� 7W7 City State • Arkansas State Contractor's License Number • A Contractor's License is not required to bid this project, however, the Contractor shall submit evidence of being licensed in the State of Arkansas prior to execution of the agreement with the City of Fayetteville. IEnd of Section 00300 - Bid Form 1 .•• •. .-- . - .1 . , •. i • • • .• --.. -.r I ' Sang/Hollywood & B" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00300-13 C • • I' I Section 00500 AUG -4 2003 AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the 15t° day of July in the year 2003 by and between the City of Fayetteville, Arkansas and Township Builders, Inc. (hereinafter called Township). CITY OF FAYETTEVILLE and TOWNSHIP, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. TOWNSHIP shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of realigning the intersection of Sang Ave. with G'" Street (Hwy. 180) to match the existing intersection of Hollywood Ave. & G'" Street. The improved intersection will be signalized with video detection. The demolition work will involve the obliteration of portions of Sang Ave., Old Farmington Road and a concrete parking lot. The construction work will involve aggregate base, asphalt binder, and asphalt surfacing with associated earthwork, drainage pipes, inlets, sidewalks, waterline, traffic signalization, and demolition for all items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 who is hereinafter called ENGINEER and who is to act as CITY OF FAYETTEVILLE's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1. The Work shall he substantially completed within 180 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.8 & C of the General Conditions within 210 consecutive calendar days after the date when the Contract Time commences to run. 3.2. Liquidated Damages. CITY OF FAYETTEVILLE and TOWNSHIP recognize that time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by CITY OF FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, CITY OF FAYETTEVILLE and TOWNSHIP agree that as liquidated damages for delay (but not as a penalty) TOWNSHIP shall pay CITY OF FAYETTEVILLE Two hundred dollars 2(S 00.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Sang/Hollywood & 6th Street Intersection Improvements City of Fayetteville June 19, 2003 Engineering Division Page 00500-1 F ' Completion, if TOWNSHIP shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by CITY OF FAYETTEVILLE, TOWNSHIP shall pay CITY OF FAYETTEVILLE Two ' hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. I I1 I I 1 I 1 11 11 I H 1 I1 I1 I1 Article 4. CONTRACT PRICE. CITY OF FAYETTEVILLE shall pay TOWNSHIP for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1. for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. Sang/Hollywood & 6thStreet Intersection Improvements ' City of Fayetteville June 19, 2003 Engineering Division Page 00500-2 SANG/HOLLYWOOD & 6TH STREET INTERSECTION IMPROVEMENTS PAY ITEMS Item No, Description Unit Estimated Quantity Unit Price Extended Price I Mobilization IS I $39,000.00 $39,000.00 2 Construction Slaking LS I $10,000.00 $10,000.00 3 Maintenance of'Traf iic LS I $35,575.00 535,575.01) 4 Tree Protection Fencing IS 100 $4.00 $400.00 5 Excavation Safety LS I $2,000.00 $2,000.00 6 Clearing and Grubbing LS I $6,000.00 $6,000.01) 7 R & D Curb & Gutter LF 1,542 $5.00 $7,710.00 8 R & I) Drainage Pipes LP 201 $9.00 $1,809.00 9 R & D Asphalt Pavement & Driveways SY 2,250 $5.00 S 11,250.00 10 R & D Concrete Pavement & Driveways SY 906 $8.00 $7,248.00 II R & U Concrete Sidewalk SY 192 $5.00 $960.00 12 R & D Asphalt Sidewalk SY 220 $4.00 $880.00 13 R & U Drop Inlet EA 3 $500.00 $1,500.00 14 R & D Concrete Flume EA I $300.00 $300.00 I5 Unclassified Excavation CY 1,655 $11.00 $18,205.00 16 Compacted Subgrade-Select Hillside Material (Borrow) CY 1,965 $16.1$) 531,440.00 17 Borrow (Unclassified Fill) CY 200 $16.00 $3,200.00 18 Undercut and Backfill CY 200 $19.00 $3,800.00 19 6" Aggregate Base Course (Class 7) TN 1,000 520.04) $20,000.00 20 Concrete Curb and Gutter LP 1,401) $11.00 $15,400.00 21 4" ACHM Binder Course (Type 2) TN 475 $66.00 $31,350.01) 22 2" ACHM Surface Course (Type 2) TN 250 $66.00 $16,500.00 23 18 -inch Reinforced Concrete Pipe (RCP) LF 20 $50.00 $1,000.01) 24 24 -inch Reinforced Concrete Pipe (RCP) LF 119 $65.00 $7,735.00 25 24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall EA I 51,300.00 $1,300.01) 26 Drop Inlet (Type C' 4'x4or 'MO 4' Dia.) EA 5 $2,200.04) 51 1,000.00 27 Drop Inlet Extension (4') EA 5 $600.04) $3,000.00 28 Convert Grate Inlet to Junction Box EA I 51,200.00 $1,200.00 29 Adjust Manhole to Finished Grade EA I $600.00 $600.04) 30 Adjust Water Valve to Finished Grade EA I $100.00 5100.00 31 Articulated Cellular Concrete Interlocking Blocks SF 180 $18.00 $3,240.00 32 Concrete Sidewalk (4") w/ Agg. Base (4") SY 600 S34.00 $20,400.00 33 Concrete Access Ramp (4") w/ Agg. Base (4") SY 70 $70.00 $4,900.00 34 Detectable Warning Surfaces SF 120 $40.00 54,800.00 35 Concrete Driveway (6") w/ Agg. Base (4") SY 300 $40.00 $12,000.00 36 Seeding and Mulching AC 0.60 53,000.00 $1,800.00 37 Solid Sodding SY 450 54.00 $1,800.($) 38 Imported Top Soil CY 400 515.00 $6,000.00 39 Straw Bales(E-1) EA 100 $12.00 $1,200.00 40 Silt Fence (E-3) LF 400 $3.00 $1,200.00 41 Drop Inlet Silt Fence (E-6) EA 6 $100.00 $600.00 SUBTOTAL 5348,402.00 Sang/Hollywood & 6'h Street Intersection Improvements City of Fayetteville June 19, 2003 Engineering Division Page 00500-3 42 System Local Controller (16 Phase) (Peck 3000E) EA I $15,000.00 515,000.00 43 Feeder Wire LF 1,300 $2.00 $2,600.00 44 Video Detector (Mast Mount) (Philips VPK35 IA w/Zoom Lens) F.A 4 $2,000.00 $8,000.00 45 Video Processor Unit -4 Channel (Peck VideoTrak-905) EA I $18,000.00 $18,000.00 46 Video Cable LF 900 $6.00 $5,400.00 47 Traffic Signal Head (3 -Section) (L.E.D.) EA 6 $1,200.00 $7,200.01) 48 Traffic Signal Head (4 -Section) (L.E.D.) EA 2 51,400.00 $2,800.00 49 Traffic Signal Head (5 -Section) (L.E.D.) EA 2 $1,500.00 53,000.(X) 50 Pedestrian Signal Head (International Symbols) EA 8 $800.00 $6,400.00 51 Traffic Signal Cable (7414 AWG) IS 700 S2.(0l $1,400.00 52 Traffic Signal Cable (20cJ14 AWG) LF 600 53.00 $1,800.00 53 Electrical Conductors for Luminaires (2412 AWG) LF 400 $3.00 $1,200.00 54 Electrical Conductors -In -Conduit (2c/6 AWG) LF 30 $3.00 $90.00 55 PVC Conduit (2") LF 100 58.00 $800.00 56 PVC Conduit (3") LF 200 $8.00 $1,600.00 57 PVC Conduit (3") by Directional Boring LF 200 535.00 $7,000.00 58 Concrete Pull Box (Type 2) EA 6 $500.00 $3,000.00 59 Traffic Signal Mast Arm and Pole With Foundation (20') EA I $3,800.00 $3,800.00 60 Traffic Signal Mast Arm and Pole With Foundation (36') EA I $6,310.00 $6,300.00 61 Traffic Signal Mast Arm and Pole With Foundation (42') EA 1 $7,000.00 $7,000.00 62 Traffic Signal Mast Arm and Pole With Foundation (50') EA I $7,200.00 $7,200.00 63 Luminairc Assembly EA 2 $1,400.00 $2,800.00 64 Traffic Signal Pedestal Pole With Foundation EA I 52,500.00 $2,500.00 65 Service Point Assembly EA I $3,300.00 $3,300.00 66 Thermoplastic Pavement Marking White or Yellow (6') LF 3,070 $1.00 $3,070.00 67 Thermoplastic Pavement Marking White (18") LF 767 $7.00 $5,369.00 68 Thermoplastic Pavement Marking White (24") LF 129 $10.00 $1,290.00 69 Thermoplastic Pavement Marking (Arrows) EA 6 $300.00 $1,800.00 70 Standard Signs SF 16.25 520.00 $325.00 i •Sl_1fB�yTOrst' Nati wr 5130,Udd�007 71 18" PVC C905 (DR 18) Water Line LF 320 $80.00 $25,600.00 72 8" PVC C900 (DR 14) Water Line LF 360 $50.00 518,000.00 73 6iPVC C900 (DR 14) Water Line LP 20 530.00 $600.00 74 24" x 18" JCM 412 Tapping Sleeve EA 1 $2,500.00 52,500.00 75 IS" Tapping Valve w/ Valve Box EA I $20,000.00 $20,000.00 76 8" Tapping Valve & Sleeve w/ Valve Box EA 2 $2,700.00 $5,400.00 77 IS' Butterfly Valve w/ Valve Box EA I $5,500.00 $5,500.00 78 8" Gate Valve w/ Valve Box EA 5 $1,200.00 $6,000.00 79 6" Gate Valve w/ Valve Box EA 1 $900.00 59(X).0() 80 18" Foster Adapter EA 3 5800.00 52,400.00 81 8" Foster Adapter EA 3 5300.00 $900.00 82 Fire Hydrant Assembly, includes 6" Gate Valve w/ Valve Box EA 2 $3,600.00 57,200.00 83 Compact Mechanical Joint Ductile Iron Fittings LB 4,200 $5.00 $21,000.00 84 Water Service . EA 2 5400.00 $800.00 85 Water Meter Setting and Meter Box EA 2 $600.00 $1,200.00 8.00. '.i12,�;.',�_. Y'�� `-- t, ;, •, ..' C. .; r.—_,T7rT Y—: . _s't+�,?9�. ...:00 Sang/Hollywood & 60 Street Intersection Improvements City of Fayetteville June 19, 2003 Engineering Division Page 00500-4 I As provided in paragraph 11.03 of the General Conditions estimated quantities arc not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 1 1.03.8 of the General Conditions. Article 5. PAYMENT PROCEDURES TOWNSHIP shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. Progress Payments, CITY OF FAYETTEVILLE shall make progress payments on account of the Contract Price on the basis of TOWNSHIP's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.8.5 & 14.02.D of the General Conditions. ' 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the ENGINEER, and if the character and progress of the Work have been satisfactory to CITY OF FAYETTEVILLE and ENGINEER, CITY OF FAYETTEVILLE, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case ' the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to CITY OF FAYETTEVILLE as provided in paragraphs 14.02.B.5 & 14.02.D of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to TOWNSHIP to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as ENGINEER shall determine, or CITY OF FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.8.5 & 14.02.1) of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.8 & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.13 & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce CITY OF FAYETTEVILLE to enter into this Agreement, TOWNSHIP makes the following representations: I. Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-5 6.1. TOWNSHIP has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2. TOWNSHIP has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3. TOWNSHIP is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4. TOWNSHIP has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. TOWNSHIP accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which TOWNSHIP is entitled to rely as provided in paragraph 4.02 of the General Conditions. TOWNSHIP acknowledges that such reports and drawings are not Contract Documents and may not be complete for TOWNSHIP's purposes. TOWNSHIP acknowledges that CITY OF FAYE ITEVILLE and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. TOWNSHIP has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by TOWNSHIP and safety precautions and programs incident thereto. TOWNSHIP does not consider that any additional examinations, investigations, explorations, tests, studies, or data arc necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 6.5. TOWNSHIP is aware of the general nature of work to be performed by CITY OF FAYETIEV ILLS and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. TOWNSHIP has correlated the information known to TOWNSHIP, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7. TOWNSI IIP has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that TOWNSHIP has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to TOWNSHIP and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ' Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-6 Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between CITY OF FAYETTEVILLE and TOWNSHIP concerning the Work consist of the following: 7.1. This Agreement (pages I to 9, inclusive). 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). 7.3. Certificates of Insurance, (Exhibit C). 7.4. Documentation submitted by TOWNSHIP prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages Ito 42, inclusive). 7.6. Supplementary Conditions (pages Ito 12 inclusive). 7.9. Specifications consisting of Divisions I through 16 as listed in table of contents thereof. 7.10. Addenda numbers _ to_, inclusive. 7.11. Two sets of drawings (not attached hereto) consisting of a cover sheet and additional sheets numbered I through 31 with each sheet bearing the following general title: HWY 180 & Sang Ave✓Hollywood Ave. Intersection Improvement Plans; and a cover sheet and additional sheets numbered I through 5 with the following title: HWY 180 & Sang Ave✓Hollywood Ave. Signalization Plans 7.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.12.1. Notice to Proceed 7.12.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction maybe limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will ' Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-7 release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. CITY OF FAYETTEVILLE and TOWNSHIP each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-8 I I IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and TOWNSHIP have signed this Agreement in quadruplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE and ENGINEER, and two counterparts have been delivered to TOWNSHIP. All portions of the Contract Documents have been signed, initialed, or identified by CITY OF FAYETTEVILLE and TOWNSHIP or identified by ENGINEER on their behalf. This Agreement will be effective on Q , 2003 (which is the Effective Date of the Agreement). OWNER: By: Dan Coody, TE SEAL] Attest 600m `+_—�' Address for giving notices: 113 West Mountain Fayetteville, AR 72701 ■ (If OWNER is a public body, attach ' evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) CONTRACTOR: Township Builders, Inc. By: Spence Churchill President Title [CORPORATE SEAL) Attest 4 If a Corporation, attest by the Secretary. Address for giving notices: Y.O. Box 7252 Little Rock, AR 72217-7252 License No. 0039640603 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign) Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-9 1 I I lJ I I I I Li I CJ I 1 Li I I I I Exhibit A PERFORMANCE BOND II Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-7 E THE AMERICAN INSTITUTE OF ARCHITECTS o t]� AUG - 4 2003 nr Bond # S299685 AlA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or otner party shall be considered plural where applicable. CONTRACTOR (Name and Address): Township Builders, Inc. P. O. Box 7252 Little Rock, Arkansas 72217 OWNER (Name and Address): City of Fayetteville, Arkansas 113 W Mountain St Fayetteville, Arkansas 72701 CONSTRUCTION CONTRACT Date: 07/15/2003 SURETY (Name and Principal Place of Business): Employers Mutual Casualty Company P.O. Box 8550 Kansas City, Missouri 64114 Amount: FIYt: Bt1NDRED NINI:T'1'-SIX I IIOLISAND FOUR HUNDRED FORTY-SIX AND NOA00'I'IIS Dollars ($596,0.16.00) Description (Name and Location): Sang/ Hollywood. & 6th Street Intersection Improvements BOND Date (Not earlier than Construction Contract Date): 07/30/2003 Amount: FIVE IIIINDRED NINETY-SIX TIIOUSAND FOUR IIIINIRFD FORTY -Stn AND NO/I0071IS Dollars (5596.446.00) Modifications to this Bond: IS None O See Page 3 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Township Builders, I . Signature: =ll. 4$ '4C2t A :-;4 Name and Titl . (Any additional signatures appear on page 3) SURETY Company: (Corporate Seal) Employers Mutual dasuatty Comp y Signature: A Name and Title: Traci Ilankins Attorney -In -Fact (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Ramsey, Krug, Farrell & Lensing other party): P.O. Box 251510 Little Rock, AR 72225 (501)614-1101 AlA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1981 ED. • AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N.W.. WASHINGTON. D.C. 20006 A312-1984 i THIRD PRINTING • MARCH 1987 Contract 372 (12871 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract. the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner :s considering declaring a Contractor Default and has requested and atempted to arrange a conference with the Contractor and the Surety to he held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall he allowed a reason- able time to perform the Construction Contract. but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Delauft and formally terminated the Contractor's right to complete the contract. Sucn Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 the Owner nas agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract: or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to he pre• pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete. arrange fur completion, or obtain a new contractor and with reasonable promptness under the cIrcurnstances: 1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner: or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 II the Surety does not proceed as provided in Paragraph 4with reasonable promptness, the Surety shall he deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond. and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surely proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part. without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act tinder Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not he greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not he greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without dupl cation for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractors Default, and re- sul:ing from the actions or failure to act of the Surety under Paragraph 4; and 6.3 1 iquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con. struction Contract, and the Balance of 'he Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be inslruted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail- AlA DOCUMENT A312 • P(RFORMANCI BOND AND PAYMENT BOND • D(C(SMBER 1984 (D. • AMA A, THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. NW , WASHINGION, U.C. ?b THIRD PRINTING • MARCH 1987 A312-1984 2 I able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall t be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a ' statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- ' forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ' 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- cuced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. I (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) ' CONIRACIOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: I' AIA DOCUMENT A312 - FYRFOR&tANCL BOND AND PAYMENT BOND • DtCEMSER ;984 tU. • AIA F THE AMFRICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVI.. N.W.. WASHINGTON. D.C. 20006 A312 -19B4 3 THIRD PRINTING • MARCH 19a7 I I I I I I I I I I L7 I I I I C1 I Exhibit B PAYMENT BOND II Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00500-8 THE AMERICAN INSTITUTE OF ARCHITECTS Bond # S299685 AIA Document A312 Payment Bond Any singular reference to Contractor. Surety, Owner or other party shall be considered plural were applicable. CONTRACTOR (Name and Address): Township Builders, Inc. P. O. Box 7252 Little Rock, Arkansas 72217 OWNER (Name and Address): City of Fayetteville, Arkansas 113W Mountain St Fayetteville, Arkansas 72701 SURETY (Name and Principal Place of Business): Employers Mutual Casualty Company P.O. Box 8550 Kansas City, Missouri 64114 CONSTRUCTION CONTRACT Date: 07/15/2003 Amount: FIVE HUNDRED NINE:TV-SIX TIIOIISAND FOUR IIUNDRED FORTY-SIX AND NOII00I'HS Dollars (S596.446.00) Description (Name and Location): Sang/ Hollywood & 6th Street Intersection Improvements BOND Date (Not earlier than Construction Contract Date): 07/30/2003 Amount: FIVE HUNDRED NINES'i -SIX I IIOIISANT) FOUR ut:NDRE:D FORTY -SIN ANt/ NO/I00TIIS Dollars ( 5596.446.00 Modifications to this Bond: ® None 3 See Page 6 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Township Builders, Signature: Name and Ti (Any additional signatures appear on page 6) SURETY Company: (Corporate Seal) Employers Mutual CasI,I ty Company //JI Signature: ./ ____{___/1Lfff666(((.!/Il� Name and Title: Traci Hankins Attorney -In -Fact (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Ramsey, Krug, Farrell & Lensing other party): P.O. Box 251510 Little Rock, AR 72225 (501) 614-1101 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. - AIA 3 1HF AMERICAN INSTITUTE OF ARCHITECTS, 1135 NEW YORK AVE., N.W.. WASHINGTON, D.C. 20006 A312-1984 4 THIRD PRINTING • MARCH 1987 Contract 373 (12-87) 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators. successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for Labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands. liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made tinder this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: I .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with ' substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done o' performed; and ' .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- ' tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and 1 11 11 .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. S If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner. Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to. give notices on behalf of, or otherwise have obligations to Gaimants under this Bond. 10 The Surety hereby waives notice of any change. including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this ' AIA DOCUMENT A312 • PERFORMANCE BOND AL) PAYMENT BOND • DECEMBER 1984(O. • ALAS THE AMERICAN INSTI1UTf OF ARCHIIFCTS, 1775 NEW YORK AVI . N W. wASHINCION, oC.:0004 A312-1984 5 THIRD PRIN7INC • MARCH 1987 I Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractors subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: — Name and Title: Address: ' AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA 3 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N W., WASHINGTON, DC 10006 A312.1984 6 THIRD PRIN7INC • MARCH 1987 EMC Insurance Companies No. 544488 P.O. Box 712 • Des Moines, IA 50303-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as 'Companyand collectively as 'Companies', each does, by these presents, make, constitute and appoint TIMOTHY P. FARRELL, CAROLYN HUNTER, MICHAEL D. HALTER, TRACI HANKINS, KEVIN BRUICK, RANDY IRVIN, ALFRED L. WILLIAMS, CARLA SUE HOLLIS, MARION THOMPSON, CHARLES M. ALLEN, G. ROBERT SMITH, DALE E. TEMPLE, INDIVIDUALLY, LITTLE ROCK, ARKANSAS...................................................................................................................................................... its true and lawful attorney -in -fad, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS.............................................................................................. ($10,000,000.00) 5, Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duty authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1, 2005 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999' RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obbgatory in the nature thereof, and any such instrument executed by any such attorney -in -fad shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter. wherever appearing upon a certified copy of any power4attomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN Wj1ESS WHEREOF, the C lhave caused these p mts to be signed for each by their officers as shown, and the corporate seats to be hereto affixed this day of Seals Bruce G. Kelley, ClSairrnan J ey S. Birdsley� ;y>Noo,o°,0,9: ;Qao�,U,.a, of Companies 2, 3,4.5 & 6, resident Assistant Secretary 40_ & :; o` • ±<, of Company 1; Vice Chairman and E SEAL- ; o; 1863 : LL : 1953 CEO of Company 7 �w5URahC �NSUa0, e ;"lrUm uAr • 0 ,0 a04 C SOt aJ094".. IS, Jug, `.r •• _Nth' •w.0•�;� 1k j•JOym— f�•"-:ol"O'J;ZF\ SEAL ?' `�c SEAL E,%. SEAL `'. ., coo '.•• <: • •:• '• r......,. .�` 4„ .. ... • �e ••,'•r, /awl. '•�•••, uorar5 ,,,.i'Q O• U U RUTA KRUMINS Commlaion Number 176255 61y Comm. Exp. Sept, 30, 2003 I. David L. Hixenbaugh, V ce President of the Companies, d Companies, On this .1!! day of February AD 2002 before me a Notary Public in and for the State of Iowa. personally appeared Bruce G. Kelley and Jeffrey S. Birdsley, who, being by me duly sworn, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Jeffrey S. Birdsley. as such officers, acknowledge the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires September 30, 2003. Notary Public in and for the State of Iowa CERTIFICATE o hereby certify that the foregoing resolution of the Boards of Directors by each of the February 1, 2002 ' are true and correct and are still in full force and effect. Carla Sue Hollis, Marion Thompson, Charles M. Allen, G. Robert Smith, Dale E. Temple In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this3Q- h day of July _ . 20Q3 I Vice -President I I [I I HI [1 I I Exhibit C 1 CERTIFICATES OF INSURANCE I I I I I I 1 ' Sang/Hollywood & 6'h Street Intersection Improvements City of FayetteviUe May 30, 2003 Engineering Division Page 00500-9 Irn A RD,. CERTIFICATE OF LIABILITY INSURANCE DATE N IMMD/YYI 7130/03 PRODucER sDp 64705 RAMSEY,KRUG,FARRELL & LEN THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8315 CANTRELL, SUITE 300 HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. BOX 251510 LITTLE ROCK, AR 72225 INSURERS AFFORDING COVERAGE INSURED Township Builders, Inc. INSURER A: Bituminous Insurance Companies P. O. Box 7252 INSURER B: Little Rock AR 72217 NSVRER C: INSURER 0: INSURER E-. I ..COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NS TYPE OF INSURANCE IOUCY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS A OENERAL UABIUTY COMMERCIAL GENERAL LIABILITY CLAIMS MADE X I OCCUR CLP3159849 3/01/03 3/01/04 EACH OCCURRENCE / 1000000 X FIRE DAMAGE (Any on IPa 1 100000 MED EXP (Any oo pawn) / 5000 PERSONAL & ADV INJURY / 1000000 GENERAL AGGREGATE / 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY WO. LOC PRODUCTS COMP/OP AGG 1 2000000 A AUTOMOBILE Luellen ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CAP3159851 3/01103 3/02/04 COMBINED SINGLE LIMIT IEa wc4and / 1000000 X BODILY INJURY IPa pawn) 1 BODILY INJURY (Pt Fcc4.ntl PROPERTY DAMAGE IPa wapwu / GARAGE luSU1'V ANY AUTO AUTO ONLY - EA ACCIDENT 1 OTHER THAN EA ACC AUTO ONLY: AGG / / EXCESS UABIUTY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION / EACH OCCURRENCE AGGREGATE / / / / FA WORKERS COMPENSATION AND EMPLOYERSUABIUTY WC3159852 3/01/03 3/01/04 X RNNI w E.L. EACH ACCIDENT $ 100000 E.L. DISEASE - EA EMPLOYEE I 100000 E.L. DISEASE - POLICY LIMIT $ 500000 OTHER DESCRIPTION OF OPERATIONSAOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPEEU . PROVISIONS RE: SANG/HOLLYWOOD & 6TH STREET INTERSECTION IMPROVEMENTS CERTIFICATE HOLDER IS SHOWN AS ADD'L INSURED FOR GENERAL LIABILITY CERTIFICATE HOLDER I I ADDITIONAL CITY OF FAYETTEVILLE 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAACD TO THE LEFT. NUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR 1-14 0 ACORD CORPORATION 1988 I P I 1 I I [1 I L I I I I I. This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and JIM Issued and Published Jointly By National Society of Professional Engineers AMERICAN CONSULTING PnlarlanatEflohmmInPrMUPndles AMERICAN SOCIETY OF ENGINEERS COUNCIL CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General a Contractors of America Construction Specifications Institute These General Conditions have been prepared for use with the Owner -Contractor Agreements (No. 1910 -S -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) Copyright 01996 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 00700-2 vi Y YTYXYY:Y 1 I I I I I I I I I Li 0 ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ..................................... 00700 -6 1.01 Defined Terms ................................................... 001700.6 1.02 Terminology..................................................... 00700 -8 ARTICLE 2 - PRELIMINARY MATTERS ............................................ 00700 - 9 2.01 Delivery of Bonds ................................................. 00700 -9 2.02 Copies of Documents ............................................... 00700 - 9 2.03 Commencement of Contract Times; Notice to Proceed .......................... 00700 - 9 2.04 Starring the Work ................................................. 0(7100-9 2.05 Before Starting Construction .......................................... 00700 - 9 2.06 Preconstruction Conference .......................................... 00700 - 10 2.07 Initial Acceptance of Schedules ........................................ 00700 - 10 ARTICLE 3 - CONTRACT DOCUMENTS- INTENT, AMENDING, REUSE .................... 00700-10 3.01 Intent .. ........ ..............................................00700-10 3.02 Reference Standards .............................................. 00700 - 10 3.03 Reporting and Resolving Discrepancies ................................... 00700-11 3.04 Amending and Supplementing Contract Documents ........................... 00700- 11 3.05 Reuse of Documents ............................................... 00700 - 11 ARTICLE 4 -AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS .............................................. 00700 - 11 4.01 Availability of Lands .............................................. 00700_ 11 4.02 Subsurface and Physical Conditions ..................................... 00700 - 12 4.03 Differing Subsurface or Physical Conditions................................00700-12 4.04 Underground Facilities ................ 0 ............ 0 ............... 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. fgyjent, and Other Bonds ................................. 00700 - 15 5.02 Licensed Sureties and Insurers .............................. 0 ......... 00700 - 15 5.03 Certificates of Insurance ............................................ 00700 - 15 5.04 CONIRACTOR's Liability Insurance .................................... 00700 - 15 5.05 OWNER 's Liability Insurance ......................................... 00700 - 16 5.06 Property Insurance ............................................... 00700- 16 5.07 Waiver of Rights ................................................. 00700 - 17 5.08 Receipt and Application of Insurance Proceeds .............................. 00700-18 5.09 Acceptance of Bonds and Insurance; Option to Replace ........................ 00700 - 18 5.10 Partial Utilization, Acknowledgmentof PropertyInsurer ........................ 00700-18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ................................... 00700 - 18 6.01 Supervision and Superintendence ....................................... 00700 - 18 6.02 Labor, Working Hours ............................................. 00700 - 19 6.03 Services, Materials. and Equipment ..................................... 00700 - 19 6.04 Progress Schedule ................ . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 19 6.05 Substitutes and Or -Equals" ............................... 0 ...... 0 ... 00700- 19 6................ 6 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 6.11 ........................................................00700-22 Use of Site and Other Areas .......................................... 00700 - 22 6.12 Record Documents ................................................ 00700 -22 6.13 Safety and Protection .............................................. 00700-23 6.14 Safety Representative .............................................. 00700 - 23 6.15 Hazard Communication Programs ...................................... 00700 - 23 I 00700-3 • • 1 6.16 Emergencies ........... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-23 6.17 Shop Drawings and Samples .......................... 4 ............... 00700 - 23 /c:.::.. 6.18 Continuing the Work ............................................... 00700-24 6.19 CONTRACTOR's General Warranty and Guarantee. . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-25 ' 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 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 1 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 9.10 Limitations on ENGINEER's Authorityand Responsibilities ...................... 00700-28 ' ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ... ............................... 00700 - 29 10.01 Authorized Changes in the Work ....................................... 00700 - 29 10.02 Unauthorized Changes in the Work ..................................... 00700 - 29 , 10.03 Execution of Change Orders .......................................... 00700 - 29 10.04 Notification to Surety ......... ........... ......... .......... ....... 00700 - 29 10.05 Claims and Disputes ............................................... 00700 - 30 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK .............. 00700-30 11.01 Cost of the Work ................................................. 00700 -30 11.02 Cash Allowances ................................................. 00700-32 11.03 Unit Price Work ................................................. 00700-32 ' ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES ............. 0070O-33 12.01 Change of Contract Price ........................................... 00700 - 33 12.02 Change of Contract Times ........................................... 00700 - 33 , 12.03 Delays Beyond CONTRACTOR's Control ................................. 00700-33 12.04 Delays Within CONIRACTOR'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 0./i) ejects ................................................ 00700 - 34 ' 13.02 Access to Work .................................................. 00700 - 34 13.03 Tests and Inspections .............................................. 00700 - 34 13.04 Uncovering Work.................................................00700-35 13.05 OWNER May Stop the Work ..................................... ...... 00700 - 35 13.06 Correction or Removal of Defective Work .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700.35 00700-4 , I 0 1._ 1J I I L 1 13.07 Correction Period ................................................ 00700 - 35 13.08 Acccp: scc s1._ ective Work ......................................... 00700 - 36 13.09 OWNER May Correct Defective Work .................................... 00700 - 36 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................ 00700 - 36 14.01 Schedule of Values ................................................ 00700-36 14.0$_ Progress Payments ................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 37 14.03 CONTRACTOR's Warranty of Title ..................................... 00700 - 38 14.04 Substantial Completion ............................................. 00700 - 38 14.05 Partial Utilization ................................................ 00700 - 39 14.06 Final Inspection ................................................. 00700 - 39 14.07 Firuli 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 TermbrateforCause•...................................... 00700 - 40 15.03 OWNER May Terminate For Convenience ................................. 00700 - 41 15.04 CONTRACTOR May Stop Work or Terminate ............................... 00700-41 ARTICLE 16 - DISPUTE RESOLUTION .......... .. 00700 - 41 16.01 Methods and Procedures ............................................ 00700 - 41 ARTICLE 17 - MISCELLANEOUS ................................................ 00700 - 42 17.01 Giving Notice ................................................... 00700-42 17.02 Computation of Times .............................................. 00700 - 42 17.03 Cumulative Remedies .............................................. 00700 - 42 17.04 Survival of Obligations ............................................. 00700 - 42 17.05 Controlling Law ................................................. 00700 - 42 GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda --Written or graphic'instruments is`sited' ' prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement --The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment --The form acceptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid —The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents --The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements —The Advertisement or Invitation to Bid, instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds --Performance and payment bonds and other instruments of security. 9. Change Order --A document recommended by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or. other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract --The. entire.. and integrated written agreemenfbetween 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. HI 1 0 • I I I I I I I I I I I [1 I I 16. Cost of thc._Wardc—See paragraph 11.01.A for definition. 17. Drawings —That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defused. 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. 1 00700-7 38. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings --All drawings, diagrams, illustra- tions, schedules, and other data or information which are specifically prepared or assembled by or for CON- TRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site —Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the. Work is to be performed .including rights-of�way-andL easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41. Specifications --That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor --An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 43. Substantial Completion --The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 45. Supplier --A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 46. Underground Facilities --All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam,liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 47. Unit Price Work —Work to be paid for on the basis of unit prices. 48. Work —The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all: materials. and equipment• into such construction, all as required by the Contract Documents. 49. Work Change Directive —A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment --A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the • Agreementand 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 1 I 1 1 I 00700-8 1 ' 0 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, Install, Perform, Provide I.1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment Ito 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 "perfoim" 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. I. ARTICLE 2- PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. 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 ' 00700-9 0 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, CONTRACTOWs 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), I p r. I: 00700-10 1 ' 0 except as may be otherwise specifically stated in the 3.04 Amending and Supplementing Contract Documents Contract Documents. I I I I I I I 1J [I I 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, ENGINEER, or any of ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to ENGINEER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity, or dis- crepancy unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies I. 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any ' conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, ' manual, code, or instruction (whether or not specifi- cally incorporated by reference in the Contract Documents); or ' b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless ' such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment; (ii) a Change Order; or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) ENGINEER's approval of a Shop Drawing or Sample; or (iii) ENGINEER's written interpretation or clarification. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. This prohibition will survive fetal 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. 1 00700 11 C B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The" Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Contract Docu- ments; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions. A. Notice: If CONTRACTOR believes that any subsur- face or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3'. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.).), 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. 00700-12 0 • • 2. CONTRACTOR shall not be entitled to any b. locating all Underground Facilities shown or adjustment in the Cowaei Price .r. Contract -Tlme-q &.. __ _ indicated in the Contract Documents, ' a. CONTRACTOR knew of the existence of c. coordination of the Work with the owners of such conditions at the time CONTRACTOR made a such Underground Facilities, including OWNER, final commitment to OWNER in respect of Contract during construction, and Price and Contract Times by the submission of a Bid ' or becoming bound under a negotiated contract; or d. the safety and protection of all such Under- ground Facilities and repairing any damage thereto b. the existence of such condition could resulting from the Work. ' 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 I I I I I I I I Li 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. 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 • 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 00700-14 I I [] I I I [1 I I H I I I I I 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 Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.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 duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supple- mentary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain. OWNER shall deliver to CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRACTOR or any other additional insured) which OWNER is required to purchase and maintain. 5.04 CON RACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being•performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 1 00700-15 4. claims for damages insured by reasonably available personal injury liability coverage which are sus- tained: (1) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle...: - B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's Consultants, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under para- graphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13.07; and 7. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supple- mentary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). 5.05 OWNER's Liability Insurance A. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.04, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (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: rue, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; 00700-16 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); I S 1 I I Li C1 I Li [] [I Li I 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 included in an Application for Payment recommended by ENGINEER; 5. allow for partial utilisation 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 primacy. 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: I. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to OWNER's property or the Work caused by, arising out of, or resulting from fire or other peril whether or not insured by OWNER; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by OWNER during partial utilization pursuant to paragraph 14.05, after Substantial Completion I00700-17 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. r. I S 1 1 [1 I I F] I I I I I C 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 Saturday, 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. 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. ' 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.07) 2. Substitute Items proposed adjustments in the progress schedule that will not result in changing the Contract Times (or Milestones). a. If in ENGINEER's sole discretion an item of 1 Such adjustments will conform generally to the progress material or equipment proposed by CONTRACTOR schedule then in effect and additionally will comply with does not qualify as an "or -equal" item under KrINOa . • paragraph 6.05.A. 1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. c. The procedure for review by ENGINEER will be as set forth in paragraph 6.05.A.2.d, as supplemented-.in.the General Requirements and.as::-. ENGINEER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the pro- posed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indi- rectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CON- TRACTOR to furnish additional data about the pro- posed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may I 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 "orequai":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 6.05.8 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.8), 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 I I I 00700-20 • I I I I I I17 I I I I I [J I H I1 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 I 00700-21 S and licenses. CONTRACTOR shall pay all. governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by,. applicable Laws and Regulations, neither • OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRAC- TOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3'. To the - fullest- extent permitted by Laws and Regulations. CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work CONTRACTOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall con- form to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the completion of the Work CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work 00700-22 I I I 1 • • I I I I 1 I J I Li I I rw I I Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to ENGINEER. for OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by CON- TRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Con- sultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required is 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 • • 1 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 r. 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. I I I 11 'I I I 6.18 Continuing the Work I A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except 00700-24 I I i I. 1 ii I I 1 1 0 as permitted by paragraph 15.04 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 1. observations by ENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by ENGINEER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptabil- ity by ENGINEER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligentact 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: 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 1 I I '1 1 I I I I I 00700-26 • 1 I I I I C1 I L I I I I I I Li] 11 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 arc set forth in Article 5. 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- dons, 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 ' 007®I27 0700-27 • S 1 representative or agent to represent OWNER at the Site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supple- mentary Conditions. 9.04 Clarifications and Interpretations A. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the require- ments of the Contract Documents as ENGINEER may deter- mine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR.., If.OWNER -and CON- TRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a written clarification or interpretation, a Claim may be made therefor as provided in paragraph 10.05. 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved promptly. If OWNER and CONTRAC- TOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of a Field Order, a Claim may be made therefor as provided in paragraph 10.05. 9.06 Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.07 Shop Drawings, Change Orders and Payments A. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraph 6.17. B. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. C. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. 9.08 Determinations for Unit Price Work A. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CON- TRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's-written decision thereon will be final and binding (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRACTOR, subject to the provisions of paragraph 10.05. 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05, with a request for a formal decision. B. When functioning as interpreter and judge under this paragraph 9.09, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to this paragraph 9.09 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 9.10 Limitations on ENGINEER's Authority and Respon- sibilities A. Neither ENGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority Li I I 00700-28 1 I • • I. I LS' I I I I. I E I n I I I l 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 Rerform 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, (ii) required because of acceptance of defective Work under para- graph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 10.05; provided that; in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.I8.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 • 9 11 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'.0L.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 10.05.8, 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 ofany Wotk 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 I I I I I I I 00700-30 I I 0 • I: I I A L I I I I r I I I I I 3. Payments made by CONTRACTOR to Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in this paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects; testing laboratories; surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and mainte- nance, of till materials, supplies, equipment, machinery, appliances, office, and temporary facili- ties at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of CONTRACTOR. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, ma- chinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CON- TRACTOR is liable, imposed by Laws and Regu- lations. e. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and :leer.;:.;. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the perfor- mance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnerships and sole proprietorships), general manag- ers, engineers, architects, estimators, attorneys, audi- tors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.0l.A.1 or specifically covered by paragraph I1.0l.A.4, all of which are to be 1 00700-31 considered administrative costs covered by the CONTRACTOR'S fee. 2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of.them,or forwhose,acts anyof them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11.01.B. C. CONTRACTOR's Fee: When all the Work is performed on the basis of cost-plus. CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, CONTRACTOR's fee shall be determined as set forth in paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to paragraphs 11.01.A and 11.01.B, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.02 Cash Allowances A. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 1. the allowances include the cost to CONTRAC- TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allow - ances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract: Price wilt be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agree- ment. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contract Price in accordance with paragraph 10.05 if: 1. the quantity; of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. I I ,1 I t r Ti 1 I I I I I 00700 -32 I I • • I I I I I I. I ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the ENGINEER and the other party to the Contract in accor- dance with the provisions of paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by applica- tion of such unit prices to the quantities of the items involved (subject to the provisions of paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 12.01.C.2); or 3. where the Work involved is not covered by unit ' prices contained in the Contract Documents and agree- ment to a lump sum is not reached under paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (deter- mined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: I1. 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; _ I 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 11.0l.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 l 1.01.A.4, I1.01.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 12.0I.C.2.a through 12.01.C.2.e, inclu- sive. 12.02 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.02.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by 1 00700-33 0 • 1 Article 7, fires, foods, 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 preventedfroarcomplet' 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 bf 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 13.03.0 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 13.04.8; 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. 00700-34 I F I Ti 1 I I I I 1 I 1 0 I I 1 I p 1; I I 1 I CJ [1 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, furcishing 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. lithe 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 sball 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 • S 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 services related thereto,take possession of CONTRACTOR's tools, appliances, con- struction equipment and machinery at the Site, and incorpo- rate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors, and ENGINEER and ENGINEER's Consultants access to the Site to enable OWNER to exercise the rights and remedies under this paragraph_ C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 13.09 will be charged against CON- TRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER'S rights and remedies under this paragraph 13.09. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The schedule of values established as provided in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. • I I I r I L I I I El I I 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once a month). CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application • for Payment shallalso 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 iadfc ^d; 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 (h) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither ENGINEER's review of CONTRACTOR's Work for the purposes of recom- mending payments nor ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CON- TRACTOR's failure to comply with Laws and Regu- lations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representa- tions to OWNER referred to in paragraph 14.02.B.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, I 00700-37 • revise or revoke any such payment recommendation OWNER shall promptly pay CONTRACTOR the I previously made, to such extent as may be necessary in amount so withheld, or any adjustment thereto agreed to ENGINEER's opinion to protect OWNER from loss by OWNER and CONTRACTOR, when CONTRAC- because: TOR corrects to OWNER's satisfaction the reasons for such action. a. the Work is defective, or completed Work has been damaged, requiring correction or replace- ment; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13:09;:or:....... .... . . . . . 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 d. ENGINEER has actual knowledge of the or not, will pass to OWNER no later than the time of occurrence of any of the events enumerated in pars- payment free and clear of all Liens. 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. 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- I 1 I I 00700-38 ' I • • ' ties pending food 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. H I I I I I I I I I I 1. I I 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 part of the Work which has specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions. 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 sball make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. No occupancy or separate operation of part of the Worts may occur prior to compliance with the requirements of paragraph 5.10 regarding property insurance. 14.06 FinalInspection 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.B.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 14.07.A.2 and as approved by OWNER. CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. fl 00700-39 • 0 1 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 1U I L n 1 0 0 I `_i I [1 FI I I I I I I I 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 alt 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. 1 00700-41 • ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. ' 17.05 Controlling Lain A. This Contract is to be governed by the law of the state in which the Project is located. 1 r I I 1 I i I 00700-42 1 I • . Section 00800 SUPPLEMENTARY CONDITIONS ILIST OF SUBJECTS SC -1.01 Defined Terms • SC -2.02 Copies of Documents SC -2.05.B Preliminary Schedules: ' SC -2.05.C Evidence ofInsurance: SC -4.02 Subsurface and Physical Conditions SC -4.04 Underground Facilities SC -5.01 Performance, Payment, and Other Bonds SC -5.02 Licensed Sureties and Insurers SC -5.03 Certificates of Insurance 1 SC -5.04 CONTRACTOR's Liability Insurance SC -5.04.B.1 Identification of Additional Insureds SC -5.04.B.5 Notice of Cancellation of Liability Insurance SC -5.05 OWNER's Liability Insurance SC -5.06 PropertyInsurance SC -5.08 Receipt and Application ofInsurance Proceeds SC -6.04 Progress Schedules SC -6.08 Permits • SC -6.09 Laws and Regulations SC -6.19 CONTRACTOR's General Warranty and Guarantee SC -7.01 Related Work at the Site SC -7.03 Separate Contractor Claim SC -8.06 Insurance SC -9.03 Project Representative SC -10.06 Authority for Changes in the Work SC -1 1.03 Unit Price Work SC -12.03 Delays Beyond CONTRACTOR'S Control SC -14.02 Progress Payments SC -14.02.8 Review ofApplications 1 SC -14.02.C Payment Becomes Due SC -14.04 Substantial Completion SC -14.05 Partial Utilization ' These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (EJCDC No. 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and efi'ect. Paragraph numbers in ' these Supplementary Conditions correspond to the paragraph numbers in the General Conditions, except with the designation "SC". ' SC -1.01 Defined Terms The terms used in the Supplementary Conditions which are defined in the Standard General Conditions of the ' Construction Contract (No. 1910-8, 1996 Edition) have the meanings assigned to them in the General Conditions. In addition to the provisions of paragraph 1.01, the following supplemental definitions apply: ' 1.01.30. "OWNER' shall mean the City Of Fayetteville, Arkansas, acting through its duly authorized Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-1 1 representatives. Address - City of Fayetteville, 113 West Mountain, Fayetteville, AR 72701." Add the following definitions to paragraph 1.01 of the General Conditions: "1.01.51. "Surety" or "sureties" shall mean the bondsmen or party or parties who have made the fulfillment of the contract by Bonds, and whose signatures are attached to such Bonds. 1.01.52. "Advertisement" shall mean the legal publications pertaining to the work of this contract. 1.01.53. "Plans" shall mean, collectively, all of the Drawings pertaining to the contract and made a part thereof, and also such supplementary drawings as Engineer may issue from time to time in order to clarify the Drawings, or for the purpose of showing changes in the work as authorized under the General Requirements, or for the showing of details which are not shown thereon. 1.01.54. "Grade" shall mean and indicate the established elevations of the paving, flow lines of sewers and other appurtenances as shown on the Drawings." SC -2.02 ' Copies ofDocuments Delete paragraph 2.02.A of the General Conditions in its entirety and insert the following in its place: "A. ENGINEER shall furnish to CONTRACTOR six (6) bound copies of the Agreement and other Contract Documents, the Bond or Bonds properly executed. CONTRACTOR shall execute the Agreement and submit all• copies to the OWNER for execution. The date of contract on the Agreement, Bond forms, and power of attorney shall be left blank for filling in by OWNER These documents will be dated the day the OWNER executes the contract. OWNER shall furnish to CONTRACTOR up to four (4) copies of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction." SC -2.05.B. Preliminary Schedules: Add the following to the end of paragraph 2.05.B.3 of the General Conditions: "The unit prices provided by CONTRACTOR in the Bid Form shall serve as the basis of the Schedule of• Values. Additional subdivision of unit price or lump sum items shall be made as reasonably requested by ENGINEER or as required to verify progress payments for Unit Price Work that will take place over several progress periods." SC -2.05.C. Evidence of Insurance: Delete all references to OWNER supplied and OWNER delivered insurance. SC -4.02 Subsurface and Physical Conditions Some subsurface investigation has been conducted within the project site area, and ENGINEER has used some of the technical data related to subsurface and physical conditions in the preparation of Drawings and Specifications. Sang/Hollywood & 616 Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-2 I I I I II I I I 5 I i ',J I I I I SC -4.04 Underground Facilities Add a new paragraph 4.04.B.3 immediately following paragraph 4.04.8.2 of the General Conditions which shall read as follows: "3. Paragraphs 4.04.B. I and 4.04.B.2 do not apply to Underground Facilities that are being relocated by others as part of the Project. OWNER does not control the schedule of the owners of those Underground Facilities, and cannot determine whether those Underground Facilities will be relocated prior to, simultaneous to, or after the Work under these Contract Documents. CONTRACTOR shall advise ENGINEER of Underground ' Facilities have been relocated, but may not make a claim for changes in the Contract Price or Contract Times as a result of any such relocation. lithe relocation of Underground Facilities presents an obstacle to the Work continuing, CONTRACTOR shall inform OWNER and ENGINEER of the obstacle, and ENGINEER will determine if a change in the Work is required. If the change in the Work results in a change in the quantity of Unit Price Work, CONTRACTOR will be paid for the actual Unit Price Work installed." ' SC -5.01 Performance, Payment and Other Bonds Delete paragraph 5.01.C of the General Conditions in its entirety and insert the following new paragraph in its place: "C. If at anytime a surety on any such Bond is declared bankrupt or loses its right to do business in the State of Arkansas or is removed from the above list of surety companies, the CONTRACTOR shall within ten (10) days after notice from the bond company that conditions are as described in this sentence and/or after notice from the OWNER to do so, substitute an acceptable Bond or Bonds in such form and sum and signed by other surety or sureties as may be satisfactory to the OWNER The premiums on such Bonds shall be paid by CONTRACTOR No finther payment shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable Bond to the OWNER" ' Add the following new paragraphs immediately after paragraph 5.01.C of the General Conditions which read as follows: "D. Resident Agent: CONTRACTOR shall furnish performance and payment Bonds as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said Bonds, and filing with such Bonds his ' power -of -attorney. The mere countersigning of the Bonds by a resident agent shall not be sufficient. E. CONTRACTOR shall include provisions in bonds which will guarantee the faithful performance of the prevailing hourly wage clause as required by the Arkansas Prevailing Wage Law, Arkansas Code Annotated § 22-9-308(d). F. Additional Information: CONTRACTOR shall provide the Bonds as described in these sections within ten (10) days after the receipt of a Notice of Selection. For contracts in excess of $100,000 the Bonds shall be issued by a bonding company listed by the A.M. BEST I. Rating Book as follows: (1) contracts in excess of $100,000, but less than $1,000,000 - "B+" rating or higher and contract amount may ' not exceed 2.0 percent of the policyholder's surplus. (2) contracts in excess of $1,000,000 - "A" rating or higher and contracts may not exceed 2.0 percent of the ' policyholder's surplus. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-3 • • I The expense of all Bonds shall be borne by CONTRACTOR" SC -5.02 Licensed Sureties and Insurers Add the following new paragraphs immediately after paragraph 5.02.A of the General Conditions which read as i follows: "B. CONTRACTOR shall furnish performance and payment Bonds as provided for by Article 5 of the General I 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. C. No employers' liability, public liability or workmen's collective insurance policy shall be written in any casualty company not authorized to do business in the State of Arkansas. These policies shall likewise be issued by a resident local agent licensed by the Insurance Commission of the State of Arkansas." SC -5.03 Certificates of Insurance I Delete the second sentence of paragraph 5.03.A ("OWNER shall deliver to Contractor...") in its entirety. SC -5.04 CONTRACTOR's Liability Insurance 1 The limits for liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: Workers Compensation, etc. under paragraphs 5.04.A.1 and 5.04.A.2 of the General Conditions: 1) State: Statutory 2) Applicable Federal: Statutory , 3) Employer's Liability: $100,000.00 each occurrence Comprehensive General Liability Insurance, under paragraphs 5.04.A.3 through 5.04.A.5 of the General Conditions: $1,000,000.00 Combined Single Limit Policies will include premise/operations, products, completed operations, independent contractors, explosions, collapse, underground hazard, Broad Form contractual, personal injury, with employment exclusion deleted and broad form property damage. , Comprehensive Automobile Liability under paragraph 5.04.A.6 of the General Conditions: (1) Bodily Injury: I $1,000,000.00 Each person $2,000,000.00 Each occurrence I Property Damage: $500,000.00 Each occurrence Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 ' Engineering Division Page 00800-4 1 0 C I I or (2) a combined single limit of $2,000,000.00. SC -5.04.B.1. Identification of Additional insureds Additional insureds with respect to insurance required by paragraph 5.04 of the General Conditions shall include: the City of Fayetteville, Arkansas (OWNER and ENGINEER). 1 SC -5.04.B.5. Notice of Cancellation of Liability Insurance Add the following language at the end of paragraph 5.04.B.5 of the General Conditions: "any wording such as "will endeavor" or "but failure to mail such notice shall impose no obligation or liability of any kind upon the [insurance] Company" shall be deleted from the policies and insurance certificates." SC -5.05 OWNER's Liability Insurance Delete paragraph 5.05 of the General Conditions in its entirety and insert the following in its place: "5.05 OWNER and ENGINEER's Contingent Protective Liability Insurance A. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents and ' employees from and against all losses and claims, demands, payments, suits, actions, recoveries, judgments of every nature and description brought or recovered against them by reason of omission or act of CONTRACTOR, his agent(s), employees, Subcontractor, Supplier, anyone directly or indirectly employed by any of them or anyone for whose acts any of them maybe liable, in the execution of the Work or guarding of it. CONTRACTOR shall obtain in the name of OWNER and ENGINEER (either as co-insured or by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less that $2,000,000.00 for property damage and bodily injury limits, and with such provisions as shall protect OWNER and ENGINEER from contingent liability under this contract. I. SC -5.06 Property Insurance Delete paragraph 5.06.A of the General Conditions in its entirety and insert the following in its place: "A. CONTRACTOR shall purchase and maintain, until final payment, property insurance upon the Work at the site to the full insurable value thereof (subject to deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations) but not less than an amount equal to the total bid price. This insurance shall include the interest of OWNER, CONTRACTOR, Subcontractors, ENGINEER and ENGINEER's consultants in the Work (all of whom shall be listed as insured or additional insured parties), shall insure against the perils of fire and extended coverage, shall include "all-risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse, flood, and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property ' (including but not limited to the fees and charges of engineers, architects, attorneys and other professionals). If not covered under the "all-risk" insurance or otherwise provided in these Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and ' off the site or in transit when such portions of the Work are to be included in an application for payment. The polices of insurance required to be purchased and maintained by the CONTRACTOR in accordance with this paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to the OWNER Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-5 I by certified mail and will contain wavier provisions in accordance with General Condition paragraph 5.07.B." Delete paragraph 5.06.E of the General Conditions in its entirety and insert the following in its place: "B. CONTRACTOR shall protect OWNER against all loss during the course of the contract. If, due to the nature of the Project, insurance coverage other than that specified is needed by CONTRACTOR to protect OWNER against all losses, CONTRACTOR. shall be responsible for the determination of and procurement of any additional insurance needed." Delete paragraph 5.06.C of the General Conditions in its entirety and insert the following in its place: "C. Policies shall also specify that insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to OWNER or ENGINEER All polices will provide for 30 days written notice (certified mail shall be required) prior to any cancellation or non -renewal of insurance policies required under the Contract. Any such wording as "will endeavor" or "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company..." shall be deleted from the policies and certificates." Delete paragraph 5.06.E of the General Conditions in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds Delete paragraph 5.08 of the General Conditions in its entirety. SC -6.04 Progress Schedules Add a new paragraph 6.04.A.3 immediately following paragraph 6.04.A.2 of the General Conditions which shall read as follows: "3. An updated schedule, in the format specified in the Specifications, shall be required with each submittal for progress payment by CONTRACTOR. Failure to provide an accurate schedule (and/or updated schedule) shall be reason for OWNER to refuse progress payment to CONTRACTOR" SC -6.08 Permits Add a new paragraph 6.08.E immediately after paragraph 6.08.A of the General Conditions which shall read as follows: 'B. CONTRACTOR shall obtain, and maintain on the job -site, an NPDES Storm Water Discharge Permit, if needed, from the NPDES Branch of the Water Division of the Arkansas Department of Environmental Quality (ADEQ). CONTRACTOR shall request the necessary forms and instructions by writing to the following address: Arkansas Department of Environmental Quality NPDES Branch, Water Division 8001 National Drive P.O. Box 8913 Little Rock, Arkansas 72219-8913 Phone 501-682-0628 Sang/Hollywood & 6's Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-6 [1 E .1 I r U I I I Li I I I [_] 1] I ' SC -6.09 Laws and Regulations Add a new paragraph 6.09.0 immediately after paragraph 6.09.C of the General Conditions which shall read as follows: "D. If applicable, all wages paid shall be in accordance with the Arkansas Prevailing Wage Law, Arkansas '• Code Annotated §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder for the construction of public works projects, where the cost of all labor and material exceeds seventy-five thousand dollars ($75,000). Wages shall not be less than those established by the Arkansas Department of Labor 1 Prevailing Wage Determination." SC -6.19 CONTRACTOR's General Warranty and Guarantee Add a new paragraph 6.19.C immediately after paragraph 6.192 of the General Conditions which shall read as follows: ' "C. For a period of two (2) years, or longer if specified by special guarantees or by law, 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 under this contract, and pay for any damage to other works ' or property resulting from such defects. The CONTRACTOR shall submit a Maintenance Bond in the amount of 100% of the total project construction cost to the ENGINEER to cover the above specified two year warranty period. 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 two (2) year warranty period will be as decided by the ENGINEER and will be either the date of the ENGINEER's recommendation for Final Payment in accordance with paragraph 14.07.B, Review of Application and Acceptance, or the date of Substantial ' Completion as specified in paragraph 14.04. CONTRACTOR shall make all repairs or replacements promptly upon receipt of written order for the repairs or replacements from OWNER. If the CONTRACTOR fails to make the repairs or replacements promptly, OWNER may perform the work and the CONTRACTOR and the CONTRACTOR's Surety shall be liable for all costs thereof." SC -7.01 Related Work at the Site Delete paragraph 7.01.A of the General Conditions in its entirety and insert the following in its place: "A. The Work is part of a Capital Improvements Program. As a result of the City's proposed improvements, ' additional right-of-way and/or easements may or may not be obtained by the City. Some utilities in the area may have to undertake various relocation and demolition in the Project area. Known utilities being required to relocate are water and some sewer. The known scope of each of these is indicated in the Summary of Work. However, OWNER and ENGINEER do not have all information concerning the proposed relocations of other utilities, nor is the proposed schedule for relocating these utilities known. Also, OWNER and ENGINEER cannot be certain that each and every utility requiring relocation has been identified as to type and owner. It is likely that conditions at the site could vary according to work done by other utility owners prior to the start of the Work under these Contract Documents. CONTRACTOR shall have no right to make a claim for changes in the Contract Price or Contract Time as a result of the work of other utility owners being done by those owners as a ' result of this Project, other than the right for additional quantities of Unit Price Work, if applicable." Delete the first sentence of paragraph 7.01.B of the General Conditions and insert the following sentence in its place: "B. CONTRACTOR shall afford each utility owner and proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work ' Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-7 and shall properly connect and coordinate the Work with theirs." Delete the last sentence of paragraph 7.01.B of the General Conditions in its entirety. SC -7.03 Separate Contractor Claim , Add a new paragraph 7.03 immediately after paragraph 7.02 of the General Conditions which shall read as follows: "7.03 Separate Contractor Claim A. Should CONTRACTOR cause damage to the Work or property of any separate contractor (or separate party) at the site, or should any claim arising out of CONTRACTOR'S performance of the Work at the site be made by any separate contractor (or separate party) against CONTRACTOR, OWNER or ENGINEER, or any such person, CONTRACTOR shall promptly attempt to settle with such other separate contractor (or separate party) by agreement or otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indenmify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor (or separate party) against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor (or separate party) cause damage to the Work or property of CONTRACTOR or should the performance of Work by any separate contractor (or separate party) at the site • give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER or ENGINEER or permit any action against them to be maintained and continued in CONTRACTOR'S name for benefit in any court or before any arbitrator which seeks to impose liability on, or recover damages from ' OWNER or ENGINEER on account of such damage or claim If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor (or separate party) and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereof, CONTRACTOR may make a claim for an extension of time in accordance'with Article 12 of the General Conditions. An extension of the Contract Time shall be the CONTRACTOR'S exclusive remedy with respect to OWNER and ENGINEER for any delay, disruption, interference or hindrance caused by any separate contractor (or separate party). This paragraph does not prevent recovery from OWNER or ENGINEER for activities that are their respective contractual responsibilities." SC -8.06 Insurance , Delete paragraph 8.06 of the General Conditions in its entirety. SC -9.03 Project Representative , Paragraph 9.03 of the General Conditions is herein modified to include the furnishing of a Resident Project Representative by ENGINEER. The responsibilities and authority and limitations thereon of the Resident Project Representative are as provided in paragraph 9.10 of the General Conditions. SC -10.06 Authority for Changes in the Work I Add a new paragraph 10.06 immediately following paragraph 10.05 of the General Conditions to read: "10.06 Authorityfor Changes in the Work Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-8 I • • IA. CONTRACTOR shall note and abide by the following limits of authority of OWNER and ENGINEER for changes in the Work which require a change in the Contract Price or Contract time. Except in the case of extreme emergency to protect public safety, public welfare or substantial Work, the following limits of Authority Ito. the OWNER and ENGINEER shall apply: Engineer's Representative - No authority. Engineer - No authority. Mayor - $20,000.00 (Accumulative). IAll accumulative changes which result in Contract Price changes in excess of $20,000.00 shall require the formal approval of the Fayetteville City Council." SC -11.03 Unit Price Work Paragraph 11.03.C of the General Conditions is hereby deleted in its entirety and the following is substituted in ' its place: "C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: ' I. if the total cost of a particular item of Unit Price Work amounts to 25 percent or more of the Contract Price and the variation of the quantity of that particular item of Unit Price Work performed by ' CONTRACTOR differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and ' 2. if there is no corresponding adjustment with respect to any other item of Work; and 3. if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof; t or 4. if OWNER believes that the quantity variation entitles OWNER to an adjustment in the unit price; 1 then 5. either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in ' accordance with Article 11 of the General Conditions if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed." ' SC -12.03 Delays Beyond CONTRACTOR'S Control Delete the words "abnormal weather conditions" from the second sentence of paragraph 12.03.A of the General Conditions, and add the following sentences at the end of paragraph 12.03.A: "Contractor will be allowed delays for weather conditions, based on the concurrence of Contractor and Owner or Engineer, for two circumstances: 1) isolated inclement weather, wherein the project site is determined to be unworkable for days of precipitation and days following for short times between otherwise good weather, and 2) sustained inclement weather, wherein the project site is determined to be unworkable for a sustained period of time, such as the winter months, with only an occasional working day within the sustained unworkable 1 conditions. If Contractor believes either condition applies, a request shall be made to Engineer or Owner for a site meeting and a joint determination of the site conditions and approval of the delay. Engineer will catalog these approved delays, and will incorporate them into a Change Order for signature of Owner and Contractor." Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-9 • 1 SC -14.02 Progress Payments Paragraph 14.02.A of the General Conditions is hereby deleted in its entirety and the following substituted in its place: "A. ApplicationsforPayments 1. Monthly estimates will be prepared to include all work accomplished for the period ending the third , • Friday of each month, or 2. Progress payments will be prepared at regular intervals, as scheduled by joint consent of CONTRACTOR and ENGINEER at the pre -construction conference. 3. ENGINEER, based upon data gathered during the construction process, will make an estimate of the value of the Work done and materials furnished in place during the previous estimate period. CONTRACTOR shall furnish to ENGINEER such detailed information including invoices from material suppliers as ENGINEER may request to aid in the preparation of the progress payment estimate. All payment requests are subject to retainage as indicated in the Agreement. If OWNER or ENGINEER shall at any time fail to make CONTRACTOR a monthly estimate at the time herein specified, such failure shall not be held to violate or void the contract. Note that the failure of CONTRACTOR to provide an accurate and current schedule update shall be reason to reject CONTRACTOR'S request for progress payment. 4. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER 5. The amount of retainage with respect to progress payments will be as stipulated in the Agreement." • , SC -14.02.B. Review ofApplications Insert the following new paragraphs 14.02.B.5.c and 14.02.B.5.d to paragraph 14.02.B.5 of the General Conditions, as additional reasons for ENGINEER to reduce CONTRACTOR's request for progress payment, and renumber paragraphs 14.02.B.5.c and 14.02.B.5.d as 14.02.B.5.e and 14.02.B.5.f: "c. liability for liquidated damages has been incurred by CONTRACTOR; d. CONTRACTOR has failed to maintain record documents as required by paragraph 6.12;" ' SC -14.02.C. Payment Becomes Due - Delete paragraph 14.02.C.I of the General Conditions and replace with the following: 1. After the required internal reviews and processing by OWNER, OWNER will diligently proceed to make I payment to CONTRACTOR, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but OWNER cannot guarantee the 30 days maximum time." Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-10 0 ' SC -14.04 Substantial Completion The following shall be added at the end of paragraph 14.04.A of the General Conditions: ' "The Work will be considered substantially complete when the following work items are complete and ready for continuous use by the OWNER: 1 The proposed water line has been properly installed, inspected, tested, and passed all testing aspects, and is ready to be put into service. All drainage structures have been properly constructed, inspected and approved for use. All pavement work has been completed, along with appurtenant items such as curb & gutter, sidewalks, pavement. markings, and signage. ' The traffic signals, controller, video detectors, street lighting, power supply and all appurtenances have been properly installed, inspected, tested and approved; and the traffic signal has been put in flash mode. Final grading, seed & mulching, and sodding have been completed. CONTRACTOR has essentially completed the record documents required by paragraph 6.12, and, in ENGINEER's judgment, these are accurate and complete and will be ready for delivery to OWNER prior to 'Final Payment being made. The following items need not be completed for the Work to be considered substantially complete: Final cleanup of project area and final dressing of grassy/earthen areas behind curbs. ' Determination of quality of growth resulting from sodding and seeding & mulching. Other minor items identified for correction on the final punchlist." SC -14.05 Partial Utilization 1 Insert the following new paragraphs 14.05.A.2 and 14.05.A.3 in the General Conditions, and renumber existing paragraph 14.05.A.2 as 14.05.A.4: ' "2. Any portions of the pipeline work maybe considered substantially complete, prior to the entire project being substantially complete, if the OWNER may take over continuous operation of that part of the Work. Such part of the Work shall only be considered by ENGINEER for partial utilization if no further connections must be made to it, and no further interruptions in service due to other parts of the Work can i reasonably be anticipated. 3. OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over operation ' of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and within a reasonable time thereafter OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and ENGINEER that such part of the Work is not ready for separate operation by OWNER, ENGINEER will finalize the list of items to be completed or corrected before final payment. ENGINEER will furnish OWNER and CONTRACTOR together with a written recommendation ' Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-11 as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed ENGINEER). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work." End of Section 00800 1 I I u 1 I I 1 1 1 I [1 I 1 Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 00800-12 0 IEJ J Part 1 -GENERAL ' 1.1 SECTION INCLUDES IA. Project Scope B. Work by Others ' C. Work Sequence Section 01010 SUMMARY OF WORK D. Contractor Use of Premises 1.2 CONTRACT SCOPE A. The work generally consists of realigning the intersection of Sang Ave. with 6t° Street (Hwy. 180) to match the existing intersection of Hollywood Ave. & 6t° Street. The improved intersection will be signalized with video detection. The demolition work will involve the obliteration of portions of Sang ' Ave., Old Farmington Road and a concrete parking lot. The construction work will involve aggregate base, asphalt binder, and asphalt surfacing with associated earthwork, drainage pipes, inlets, sidewalks, waterline, traffic signalization, and demolition for all items indicated in the Drawings and ' Specifications. 13 WORK BY OTHERS A. SWEPCO has utilities that have previously been be relocated and/or adjusted. ' B. Southwestern Bell may have utilities that may have to be relocated and/or adjusted. C. Arkansas Western Gas may have utilities that may have to be relocated and/or adjusted. ' D. If necessary, the City of Fayetteville shall re -set existing water meters to appropriate locations that have been relocated by the Contractor. The Contractor shall coordinate with the City Meter Operations ' Division. The contact person is Don Osbum, phone number 575-8384. 1.4 CONTRACTOR'S USE OF PREMISES ' A. Contractor will be limited to the areas obtained as rights -of -way or easements within the project. B. Contractor may obtain additional construction easements from property owners for Contractor's convenience. C. No work shall begin until all agency approvals, easements, and required permits are obtained. Note that 1 work on this project takes place within the City of Fayetteville. The Contractor shall comply with all facets of the city's drainage ordinance. The Contractor shall comply with the requirements of the Federal Clean Water Act and the Arkansas Water and Air Pollution Control Act 472. In case of conflict between these regulations, orders, or decrees and other provisions, the restrictive requirements shall ' Sang/Hollywood & 6m Street Intersection hr provernents City of Fayetteville May 30, 2003 Engineering Division Page 01010-1 • 1 apply. If the project area to be disturbed if 5 acres or greater, the National Pollutant Discharge Elimination System (NPDES) requires a permit to discharge storm water associated with industrial activity of construction sites into the waters of the United States. The Arkansas Department of Environmental Quality (ADEQ) issues the permits. The Contractor shall furnish the Engineer a copy of the Notice of Intent, if a permit is required. 1.5 WORK SEQUENCE A. Identify and locate all underground and above ground utilities in the project area. Determine the ' elevations of these lines at any conflict area. Use the local datum provided by the City to establish elevations. Submit these elevations in order that the Engineer may adjust any elevations and/or grades, as necessary. , B. The Contractor shall provide his sequence of construction for the various items that involve either existing and/or potential relocated utilities to the Engineer for his review. This schedule shall have the least negative impact on the adjacent property owners and provide an orderly sequence that will produce the least disruptive action for utilities and their customers. The Contractor shall coordinate with other utilities and/or their contractors to provide orderly sharing of the site and schedule of activities to best continue the progress of the Work. C. •The Contractor shall submit to the City for approval a Maintenance of Traffic Plan, signed & sealed by a licensed professional engineer outlining how the Contractor shall phase his work and direct traffic: The standard AHTD Maintenance of Traffic drawings are not acceptable. D. The Contractor shall provide all necessary traffic control devices for maintenance of traffic during construction in accordance with the "Manual on Uniform Traffic Control Devices"; latest revision. E. The Contractor shall establish work schedules and work areas for construction of roadway, signal related , work, and pavement markings. Part 2 -PRODUCTS I Not Used Part 3- EXECUTION Not Used End of Section 01010 I i Sang/Hollywood & 6ih Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01010-2 Section 01025 MEASUREMENT AND PAYMENT PART] -GENERAL I1i SECTION INCLUDES: A. Delineation of measurement and payment criteria applicable to Unit Price Work, whether the unit ' price items are part of a unit price contract or are part of a Stipulated Price contract. B. Defect assessment and non-payment for rejected work. 1.2 AUTHORITY A. Measurement methods are delineated for each individual bid item, or for a group of similar items, under this section. B. Engineer will take all measurements and compute quantities accordingly. C. Assist by providing necessary equipment, workers, and survey personnel as required. 13 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. ' Quantities and measurements supplied or placed in the Work and verified by Engineer shall determine payment except those items of work that will be paid based on plan quantities.. B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the ' required quantities at the unit prices contracted. 1.4 MEASUREMENT OF QUANTITIES I. A. Measurement by Weight: Items measured by weight will use specified standard handbook weights unless otherwise specified in this section for an individual item. B. Measurement by Volume: Measured by cubic dimension using mean length, width and height or ' thickness with survey chain or a steel tape. C. Measurement by Area: Measured by square dimension using mean length and width or radius, with survey chain or steel tape. ' D. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord, with survey chain or steel tape. ' E. Individual Item Measurement: Items to be paid for "each" unit furnished and installed shall be counted by Engineer. 1.5 PAYMENT A. Payment Includes: Full compensation for required labor, Products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work, ' overhead and profit. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by Engineer multiplied by the unit price for Work which is incorporated in or imade necessary by the Work. 1.6 DEFECT ASSESSMENT ' A. Replace the Work, or portions of the Work, not conforming to specified requirements. Sang/Hollywood & 61° Street Intersection Irnprovenrents City of Fayetteville May 30, 2003 Engineering Division Page 01025-1 0 9 1 B. If, in the opinion of Engineer, it is not practical to remove and replace the Work, Engineer will direct that the defective Work will be repaired to the satisfaction of Engineer, and the unit price will be adjusted to a new price at the discretion of Engineer. C. The authority of Engineer to assess the defect and identify payment adjustment is fmal. ' 1.7 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the. required Work. .5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 1.8 INCIDENTAL ITEMS ' A. General - Items indicated as incidental to a particular payment item are considered an integral part of that payment item, and will not be measured or considered in determining payments. , B. Safety - Safety is considered as incidental to every payment item, except for excavation safety, which is a separate bid item. C. Testing - Testing of installed work required by the specifications to be completed by Contractor is incidental to any item included in the unit or system being tested. Retesting after corrective action to Work initially found to be defective is incidental to the item D. Excess Excavation - Excess excavation is generally incidental to the payment item, except where Engineer has indicated that an excavation be expanded due to subsurface conditions. Excess excavation undertaken by Contractor to stabilize the trench bottom or walls, where dewatering or shoring would be suitable to correct trench conditions, will not be paid. Excess excavation includes backfilling with approved material as specified or as indicated on the Drawings. E. Miscellaneous - clean-up, project closeout, project record documents, and all costs not directly ' mentioned in this section are considered as incidental to the Work. 1.9 PAYMENT ITEMS A. Mobilization (Pay Item 1) . 1. Description - The preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of the Contractor's offices, buildings, and other facilities necessary to undertake the work on the project. This item shall also include other work and operations that must be performed, or for expensei incurred, before beginning work on the various Contract items on the , project site. In no case shall the amount bid for the item of "Mobilization" exceed 5% of the total contract amount for all other items listed in the proposal. 2. Incidental Items - It shall also include pre -construction costs which are necessary direct costs to the project and are of a general nature rather than directly attributable to other pay items under the Contract. 3. Related Items - None. 4. Units and Measurement - Paid as lump sum. Sang/Hollywood & 6i' Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-2 I • 0 ' 5. Partial Payment Provisions - Allowable partial payments will be based on the percentage of the original Contract earned exclusive of the item of Mobilization according to the following schedule: Percentage of Original Percentage of Bid Price Contract Amount Earned for Mobilization Allowed IFirst Progress Estimate 25 10 50 r 25 100 B. Construction Staking (Pay Item 2) 1. Description - Furnish and maintain all lines, grades, and measurements necessary for the proper execution of the roadway work, all according to the Drawings and Specifications, commonly r called "construction staking". 2. Incidental Items - Furnish all labor, stakes, templates, straightedges, surveying equipment, and other devices and materials necessary for establishing, setting, checking, marking, and maintaining points, lines, grades, and layout of the work called for on the Drawings and in the Specifications. 3. Related items - The Engineer shall set temporary bench marks and centerline roadway staking. Engineer shall set all P.I.'s, P.C.'s, and P.T.'s for construction. 4. Units and Measurement - Paid as lump sum. IS. Partial Payment Provisions - Allowable partial payments will be based on the percentage of the original Contract completed. C. Maintenance of Traffic (Pay Item 3) ' 1. Description - Provide all signs, traffic drums, barricades, and other traffic control devices in accordance with the Manual On Uniform Traffic Control Devices, latest edition. Provide ' continuous access to all residential and commercial properties. The Contractor shall submit to the City for approval a project specific Maintenance of Traffic Plan, signed & sealed by a licensed professional engineer, detailing how the Contractor shall phase his work and direct traffic with traffic control devices in accordance with MUTCD. 2. Incidental Items - Relocating any existing sign within the project limits; providing all components of traffic control and furnishing all equipment, labor, tools, and materials required to ' complete the work. 3. Related Items - None. 4. Units and Measurement - Paid as a lump sum 5. Partial Payment Provisions - To be paid as a percentage of the amount bid, in proportion to the ratio of all other items included in a pay request to the total Contract Price. ' D. Tree Protection Fencing (Pay Item 4) I. Description - Provide tree protection fencing per the detail in the Drawings at all the locations ' indicated on the Drawings and/or as directed by the Engineer. 2. Incidental Items - All items needed to furnish and install this protection fencing as indicated in the Drawings. All material, equipment, labor, and any other item necessary to complete the work. ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-3 • 0 3. Related Items - Site preparation. 4. Units and Measurement - Payment shall be at the unit price per linear foot furnished and placed and accepted by Engineer. 5. Partial Payment Provisions - None. ' E. Excavation Safety (Pay Item 5) 1. Description - Compliance with provisions of the Arkansas Excavation Safety Act, including , management practices, construction techniques, personnel training, supervision, excavation site staffing, and other provisions required by Act 291 of 1993 and 29 CFR 1296 Subpart P. 2. Incidental Items - Any reporting required of the Contractor by Federal or State agencies is , incidental. 3. Related Items - None. 4. Units and Measurement - Paid as a lump sum 5. Partial Payment Provisions - To be paid as a percentage of the amount bid, in proportion to the ratio of all other items included in a pay request to the total Contract Price. F. Clearing and Grubbing (Pay item 6) i. Description - Cutting & removal of trees, brush, and other objectionable growth; removal & , disposal of logs, rubbish piles, and other objectionable matter; grubbing & removal of all stumps, roots, and other objectionable matter, regardless of the proposed fill height. , 2. Incidental Items - Incidental items include furnishing all equipment, materials, and labor required to complete the work, and protection of adjacent trees which are not to be removed. 3. Related Items - Tree Protection Fencing shall be paid for under a separate pay item 4. Units and Measurement - Payment shall be lump sum. 5. Partial Payment Provisions - No partial payment will be made for this item. G. Removal & Disposal (Pay Items 7,8,9,10,11, 12,13, & 14) 1. Description - Removing and disposing of existing pipes, flared end sections, concrete drainage structures, concrete curb & gutter, retaining walls, brick/concrete entrance walls, traffic islands, concrete flumes, asphalt/concrete sidewalks, asphalt/concrete pavement, and asphalt/concrete driveways. 2. Incidental Items - Site restoration of all demolished & all disturbed areas, and furnishing all equipment, materials, and labor necessary to complete the various items of this work. 3. Related Items - None. I 4. Units and Measurement - Payment shall be at the unit price per each, per linear foot, per square yard, and per lump sum of item removed as indicated in the Bid Form. 5. Partial Payment Provisions - No partial payment will be made for this item. H. Unclassified Excavation (Pay Item 15) 1. Description - Removal of existing pavement, base, soil material and etcetera at and possibly from the site as required to construct the subgrade of the proposed road bed, and to obtain the lines, grades, and slopes indicated on the Drawings. This item essentially is material excavated to the elevation required to begin the 24" select "hillside" material installation. At this elevation, if further excavation is required to accommodate the density requirements of the select material, 1 Sang/Hollywood & 6t" Street Intersection Improvements City of Fayetteville May 30, 2003 ' Engineering Division Page 01025-4 ' excavation and backfill of suitable material will be paid for under the pay item of "Undercut & Backfill". I. 2. Incidental Items - All equipment, labor, and materials necessary to complete this work. 3. Related Items - Site preparation, Section 02100. 4. Units and Measurement - Payment shall be at the unit price per cubic yard of common ' excavation completed and accepted by Engineer. Payment will be at the quantity indicated on the Bid Form, unless Contractor has reason to believe those numbers are not representative. If so, the Contractor, at his option and expense, can ground survey the project after clearing and ' grubbing and site preparation and survey after excavation. This information will be processed in an acceptable computer software program that can compute quantities by using either the end area or grid method. Otherwise the plan quantities will be used for payment. ' 5. Partial Payment Provisions - No partial payment will be made for this item. I. Compacted Subgrade - Select Hillside Material (Borrow) (Pay Item 16) 1. Description - Construction of roadway subgrade/embankment as indicated on the Plans and/or Specifications using select "hillside" material (off -site materials) to the lines, grades and compaction requirements as indicated on the Drawings and Specifications. 2. Incidental Items - Hauling of "hillside" material, and all equipment, labor, and materials necessary to complete the work. 3. Related Items a. Site Preparation, Section 02100. ' b. Unclassified Excavation, and Undercut & Backfill are separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each cubic yard of compacted subgrade/embankment completed and accepted by Engineer. If determined by Engineer, I. payment for completed units will be delayed until proof of construction testing has been completed. Payment will be at the quantity indicated on the Bid Form, unless Contractor has reason to believe that those numbers are not representative. If so, the Contractor, at his option ' and expense, can ground survey the project after the subgrade material has been compacted in accordance with the specifications and the subgrade's elevation is ready for Class 7 base. The total quantity paid for will be the in -place and compacted quantity determined by the average -end ' method with cross sections at typically 50 foot intervals with some lesser intervals used when necessary. This information will be processed by an acceptable computer software program. Otherwise, the plan quantities will be used for payment. The Bid Form quantity is a relative amount that allows the Contractor to estimate the amount of imported material that he will need 'for the project. The total quantity paid will be the quantity indicated on the Bid Form. 5. Partial Payment Provisions - No partial payment will be made for this item. J. Borrow (Unclassified Fill) (Pay Item 17) 1. Description - Construction of unforeseen embankments as directed by the Engineer using ' unclassified fill material (borrow) to the lines, grades and compaction requirements as field directed. This contingency pay item is not to be used for any of the proposed site grading shown on the plans and will only be used if directed by the Engineer. I 2. Incidental Items - Hauling of "borrow" material, and all equipment, labor, and materials necessary to complete the work. ' Sang/Hollywood & 6i' Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-5 • • 1 3. Related Items a. Site Preparation, Section 02100. b. Unclassified Excavation, and Undercut & Backfill are separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each cubic yard of compacted embankment completed and accepted by Engineer. Measurement will be by truck. 5. Partial Payment Provisions - No partial payment will be made for this item. , IL Undercut & Backfill (Pay Item 18) 1. Description - Excavating existing materials that are unsuitable below the depth of the anticipated typical section shown on the Plans. This potential subgrade or sub-subgrade material that is to be removed cannot be compacted to proper density for the placement of the specified depth of select hillside material. The material backfilled in the excavated areas shall be field determined and compacted to the required density. Excavation for this item shall be approved by the Engineer. 2. Incidental Items - Equipment, labor, and materials necessary to complete the work. 3. Related Items - Unclassified excavation, and compacted embankment are separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each cubic yard of material excavated as approved by the Engineer. Measurement will be by measuring the volume of the area excavated This measurement will be agreed to by the Engineer and the Contractor. 5. Partial Payment Provisions - No partial payment will be made for this item. L. ' 6"Aggregate Base Course (Class 7) (Pay Item 19) 1. Description - Construct aggregate base. course to the lines and grades under pavement, curb & gutter, and one (1) foot beyond the curb & gutter as indicated on the typical sections and details in the Drawings. Aggregate base course used in storm sewer pipe trenches and other drainage structures under pavement, whether proposed or existing, will also be paid for as part of this item ' 2. Incidental Items a Scalping in areas that are not excavated or which do not have compacted embankment constructed over them b. Blading and shaping subgrade, scarifying and compacting subgrade, maintaining subgrade shape and moisture until base course is placed. ' c. Equipment, labor, and materials necessary to complete the work. 3. Related Items a. Site preparation, Section 02100. b. Unclassified excavation, and compacted subgrade/embankment are separate pay items.. 4. Units and Measurement - Payment shall be at the unit price per each ton of aggregate base course• furnished, installed and accepted by Engineer. If determined by Engineer, payment for completed units will be delayed until proof of construction for installed units is complete. Measurement will be based on truck weight tickets. All quantities shall be documented. However, any quantity exceeding the bid amount shall have full documentation by Contractor and approval by Engineer. 5. Partial Payment Provisions - None. 1 Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-6 M. Concrete Curb and Gutter (Pay Item 20) 1. Description - Construct concrete curb and gutter to the lines and grades and in accordance with ' the details indicated on the Drawings. 2. Incidental Items - Base fine grading and preparation, and equipment, labor, and materials necessary to complete the work. ' 3. Related Items - Aggregate Base Course is a separate pay item 4. Units and Measurement - Payment shall be at the unit price per linear foot of curb and gutter ' installed and accepted by Engineer. 5. Partial Payment Provisions - None. N. 4"ACHM Binder Course (Type 2) (Pay Item 2I) 1. Description - Furnish and install four inches (440 lbs/SY) asphalt binder course at the lines and grades indicated on the typical section and profile in the Drawings. 2. Incidental Items - Equipment, labor, and materials and any other item necessary to complete the work. 3. Related Items - Aggregate base course under the binder course shall be paid under a separate pay item ACHM Surface course shall be paid under a separate pay item 4. Units and Measurement - Payment shall be at the unit price per ton furnished and installed, and accepted by the Engineer. Measurement will be based on truck weight tickets. 5. Partial Payment Provisions - No partial payment will be made for this item 0. 2" ACHM Surface Course (Type 2) (Pay Item 22) 1. Description - Furnish and install the two inch (220 ibs/SY) asphalt surface course at the lines and grades indicated on the typical section and profile in the Drawings. This item also includes ' furnishing and installing the asphalt tonnage required to construct any asphalt driveways. 2. Incidental Items - Prime coat, tack coat, blotter material, equipment, labor, materials, and any other item necessary to complete the work. ' 3. Related Items - ACHM Binder Course under the surface course and shall be paid under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per ton furnished and installed, and accepted by Engineer. Measurement will be based on truck weight tickets. 5. Partial Payment Provisions - No partial payment will be made for this item ' P. Reinforced Concrete Pipe (Pay Items 23 A0 24) 1. Description - Furnish and install reinforced concrete pipe storm sewers as indicated on the Drawings. 2. incidental Items - Trench excavation, bedding material, undcrdrain pipe, backfill, compaction of bedding and backfill, and equipment, labor, and materials necessary to complete the work. '3. Related Items - Aggregate base course installed in trenches under proposed road beds shall be paid for under the Aggregate Base Course pay item. ' 4. Units and Measurement - Payment shall be at the unit price per linear foot furnished and installed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site but not yet Sang/Hollywood & 6t° Street Intersection Improvements ' City of Fayetteville May 30, 2003 Engineering Division Page 01025-7 incorporated into the work, as approved by Engineer. Q. Flared End Sections (Pay Item 25) ' 1. Description - Furnish and install the reinforced concrete flared end sections in the sizes and at the locations indicated on the Drawings. 2. Incidental Items - Excavation, trenching, bedding material, backfill, compaction of bedding and backfill, concrete wall at the end of the flared end section and equipment, labor, and materials necessary to complete the work. 3. Related Items - Concrete Pipe. 4. Units and Measurement - Payment shall be at the unit price per each flared end section furnished and installed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site but not yet ' incorporated into the work, as approved by Engineer. R. Drop Inlets & Junction Boxes (Pay Items 26 & 28) 1. Description - Construct drop inlets and junction boxes, complete with manhole covers and/or grates and frames as indicated on the Drawings. 2. Incidental Items - Incidental items include excavation, backfill, equipment, labor, and materials necessary to complete the work. 3. Related Items - Pipe installation is a separate payment item. Depressed gutter section upstream and downstream of inlet will be paid for as part of the curb and gutter item. 4. Units and Measurement - Payment shall be at the unit price per each structure constructed, tested and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made at percentages of completion, I approved by the Engineer. S. Drop Inlet Extensions 4ft (Pay Items 27) 1. Description - Furnish and install reinforced concrete extensions in the lengths and at the locations indicated on the Drawings. 2. Incidental Items _ Excavation, trenching, backfilling, reinforced concrete, and equipment, labor, , and materials necessary to complete the work. 3.. Related Items - Drop Inlets. 4. Units and Measurement - Payment shall be at the unit price per each length extension furnished and installed and accepted.by Engineer. , 5. Partial Payment Provisions - Partial payment will be made at percentages of completion, as approved by Engineer. T. Adjust Manholes To Finished Grade (Pay Item 29) ' 1. Description - Adjusting manhole ring and cover to the proposed grade and line of the pavement constructed as indicated in the Drawings. 2. Incidental Items - Incidental items include excavation, backfill, concrete, grout, and equipment, labor, and. materials necessary to complete the work This work only includes existing manholes and does not include the newly constructed manhole. The City shall provide any castings that are not structurally sound for this adjustment. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 ' Engineering Division Page 01025-8 ' 0 I I I n I I I 3. Related Items- Concrete manhole is paid under a separate item. 4. Units and Measurement - Payment shall be at the unit price per adjustment of manhole or junction box completed and accepted by Engineer. 5. Partial Payment Provisions - None. U. Adjust Water Valves To Finished Grade (Pay Item 30) 1. Description - Adjusting existing water valve box or furnishing and installing a valve box extension, as necessary, to the proposed grade and line of surrounding items constructed as indicated in the Drawings. 2. Incidental Items - Incidental items include excavation, backfill, concrete or concrete collar and all equipment, materials, and labor necessary to complete the work. 3. Related Items - None. 4. Units and Measurement - Payment shall be at the unit price per each valve box adjustment furnished and installed and accepted by Engineer. 5. Partial Payment Provisions - None. V. Articulated Cellular Concrete Interlocking Blocks (Pay Item 31) Description - Furnish and install articulated cellular concrete interlocking blocks in the locations and to the lines and grades indicated in the details and drawings and as per specifications. This item includes furnishing and installing filter fabric under the cellular concrete blocks in accordance with the manufacturer's recommendations. 2. Incidental Items - Subgrade preparation; filter fabric and anchors; structural grout, if needed; ' topsoil; seeding; all items related to procuring and delivering articulated cellular concrete interlocking blocks and placing as required; and all materials, labor, tools and equipment required to complete the work. ' 3. Related Items - Common excavation for drainage ditch, drainage pipes, and reinforced concrete box culvert are paid under separate pay items. 4. Measurement and Payment - Payment shall be at the unit price per square foot furnished, installed, and accepted by Engineer. Measurement shall be by the square foot of cellular concrete blocks placed. ' 5. Partial Provisions - None. W. Concrete Sidewalks & Driveways (Pay Items 32 & 35) II. Description - Construct concrete sidewalks and driveways including aggregate base to the depth and in the locations indicated on the Drawings and as required by site conditions. 2. Incidental Items - Incidental items include preparation of subgrade, aggregate base, adjusting ' width as required by drainage structures, tool joints, saw joints, and expansion joints with expansion joint material, expansion joint material between sidewalk and drainage structure or driveway, joint sealant, curing compound, broom finish, angle iron, and all equipment, labor, and ' materials necessary to complete the work. 3. Related Items - Concrete Access Ramps shall be paid for under separate pay items. 4. Units and Measurement - Payment shall be at the unit price per square yard of concrete sidewalk, concrete driveway or concrete driveway apron, including base, constructed and accepted by Engineer. 1 ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-9 • • 1 5. Partial Payment Provisions - None. K Concrete Access Ramps (Pay Item 33) 1. Description - Construct concrete access ramps including aggregate base in the locations and per the details as indicated in the Drawings. , 2. Incidental Items - Incidental items include preparation of subgrade, 4" aggregate base, adjusting configuration if needed to accommodate structures, tool joints, and expansion joint material between ramp and curb & gutter, joint sealant, curing compound, concrete finish, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Concrete Sidewalk shall be paid for.under a separate pay item 4. Units and Measurement - Payment shall be at the unit price per square yard of concrete access ramp, including base, constructed and approved by Engineer: 5. Partial Payment Provisions - None. ' Y. Detectable Warning Surfaces (Pay Item 34) 1. Description - Furnish and install a surface of truncated domes on each concrete access ramp in ' compliance with the ADA Accessibility Guidelines. 2. Incidental Items - Incidental items include preparation of concrete surface, adhesives, and all equipment, labor, and materials necessary to complete the work 3. Related Items - Concrete Access Ramps shall be paid for under a separate pay item. 4. ' Units and Measurement - Payment shall be at the unit price per square foot of detectable warning ' surface installed and approved by Engineer. 5. Partial Payment Provisions - None. 1 Seeding and Mulching (Pay Item 36) 1. Description - Provide all seed and mulch to cover the disturbed areas as result of construction. Erosion matting will be required for slopes steeper than 3:1. 2. Incidental Items - Incidental items include erosion matting, all equipment, labor, and materials necessary to complete the work 3. Related Items - Topsoil and Erosion Control Devices are paid for in separate pay items. 4. Units and Measurement - Payment shall be at the unit price per acre of seeding and mulching completed and accepted by Engineer. 5. Partial Payment Provisions - 75 percent of the unit price shall be paid upon completion of initial seeding and mulching, with remainder held until a suitable viable grass stand is established. AA. Solid Sodding (Pay Item 37) 1. Description - Furnish and place approved Bermuda sod, fertilizer, and water according to the specification at locations as field directed by the Engineer. 2. Incidental Items - Incidental items include site preparation, all equipment, labor, and materials necessary to complete the work 3. Related Items - Topsoil and Erosion Control Devices are paid for in separate pay items. 4. Units and Measurement - Payment shall be at the unit price per square yard of solid sodding completed and accepted by Engineer. 5. Partial Payment Provisions - 75 percent of the unit price shall be paid upon completion of initial - t Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-10 I, solid sodding, with remainder held until healthy sod is established. BB. Imported Top SoU (Pay Item 38) '• 1. Description - Provide topsoil at the thickness (4" Min.), location, and to the lines and grades in accordance with Engineer's instructions and as noted and described in the specifications and/or Drawings. ' 2. Incidental Items - Fine grading, raking, removing any non -specified material from the soil and/or any preparation work, and all equipment, labor, and materials, necessary to complete the work. ' 3. Related Items - Seeding & Mulching and Solid Sodding are separate pay items. 4. Measurement and Payment - Payment shall be at the unit price per cubic yard of imported topsoil furnished, placed and accepted by the Engineer. No separate payment shall be made for on -site topsoil that was salvaged and reused. Measurement shall be by verifying the 4 -inch thickness and taking average horizontal measurements and computing the cubic feet thus the cubic yard measurement. 5. Partial Provisions - None. CC. Straw Bak (Type E-1) (Pay Item 39) '• 1. Description - Provide Baled Straw as indicated in the (E-1) detail drawing and per the specifications at the locations indicated on the Drawings or as directed by the Engineer. 2. Incidental Items - Equipment, materials, tools, labor, and any other item required to complete the ' work. 3. Related Items - When straw bales are used in conjunction with silt fence, the silt fence shall be ' paid for as a separate pay item 4. Units and Measurement - Payment shall be at the unit price per each straw bale furnished, installed and accepted by the Engineer. ' 5. Partial Payment Provisions -None. DD. Silt Fence (Type E-3) (Pay Item 40) ' 1. Description - Provide silt fence as indicated on the details in the Drawings and per these specifications at location indicated on the Drawings or as directed by the Engineer. ' 2. Incidental Items - All equipment, labor, materials and any other item necessary to complete the work 3. Related items - Straw Bales may be used in conjunction with silt fence, the straw bales shall be ' paid for as a separate pay item 4. Units and Measurement - Payment shall be at the unit price per linear foot of silt fence furnished, installed and accepted by Engineer. ' 5. Partial Payment Provisions - None. EE. Drop Inlet Silt Fence (Type E-6) (Pay Item 41) 1. Description - Provide drop inlet silt fence as indicated on the details in the Drawings and per these specifications at location indicated on the Drawings or as directed by the Engineer. 2. Incidental Items - All equipment, labor, materials and any other item necessary to complete the work. 3. Related Items - Straw Bales may be used in conjunction with silt fence, the straw bales shall be 1 ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-11 paid for as a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each drop inlet silt fence furnished, installed and accepted by Engineer. 5. Partial Payment Provisions - None. , FF. Traffic Signal Controller & Video Detection (Pay Items 42,44,&45) 1. Description - Furnish and install an actuated controller, video detectors (mast mount), and a video processor unit as indicated in the detail drawings and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - Furnishing the controller cabinet, construction of the mounting pad (concrete I foundation), mounting the controller, wiring and testing the controller; wiring and testing the video detectors, aligning the zones; wiring, configuring, and testing the video processor, furnishing and installing wiring and wiring harness from the video processor unit to the traffic signal controller;• and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Video Cable and Traffic Signal Cables shall be paid for as separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each actuated controller, video detector, and video processor furnished, installed, tested, and accepted by the Engineer. 5. Partial Payment Provisions - None. GG. Traffic Signal Wires, Cables & Conductors (Pay Items 43,46,51,52,53,& 54) 1. Description - Furnish and install feeder wire, video cables, traffic signal cable, electrical conductors for luminaires and electrical conductors for power supply to the controller cabinet as indicated in the detail drawing and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - Pulling wire; making all splices and connections; installing video, power supply and data cables from the Video Processor to the Video Detector; and all equipment, ' materials, tools, labor, and any other item required to complete the work. 3. Related Items - Other Traffic Signal equipment. 4. Units and Measurement - Payment shall be at the unit price per linear foot of wires, cables or conductors furnished, installed and accepted by the Engineer. Multiple conductors shall not be measured singularly and added together. Video cable shall not be measured separately, but as one unit per Detector. 5. Partial Payment Provisions - None. HH. Traffic Signal Heads (Pay Items 47,48,49 & 50)• 1. Description - Furnish and install 12" diameter traffic signal heads of the type indicated in the • detail drawings and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - LED traffic signal modules; all mounting brackets and hardware; and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Traffic Signal Poles and Pedestrian Poles are paid as separate pay items. ' 4. Units and Measurement - Payment shall be at the unit price per each traffic signal head furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. Sang/Hollywood & 61h Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-12 1 I I I I I I I I H. PVC Conduit (Schedule 40) (Pay Items 55, 56 & 57) 1. Description - Furnish and install the PVC conduit at the size and location indicated on the Drawings. Please note that the exact location of the PVC may vary from the Plans, therefore those locations shall be determined and verified by the Engineer. 2. Incidental Items - Trench excavation and/or directional boring under the pavement and/or landscaping areas (if applicable), forming into. concrete (etc.), bedding material, backfill, compaction of bedding and backfill, flowable fill (when applicable), and all equipment, labor, and materials necessary to complete the work as indicated on the Drawings and as per specifications. 3. Related Items - None. 4. Units and Measurement - Payment shall be at the unit price per linear foot furnished and installed and accepted by the Engineer. Measurement will be as defined in paragraph 1.4D. 5. Partial Payment Provisions - None. JJ. Concrete Pull Box (Type 2) (Pay Item 58) 1. Description - Furnish and install concrete pull box as indicated in the detail drawing and per the specifications at the locations indicated on the Drawings or as directed by the Engineer. 2. Incidental Items - Excavation, backfill, compaction, removal of surplus materials, replacement of the existing surface, bedding material, and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Other Traffic Signal equipment. I. 4. Units and Measurement - Payment shall be at the unit price per each concrete pull box furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. ' %% Traffic Pole with Foundation (Pay item 59, 60, 61, 62, & 64) I. Description - Furnish and install steel traffic signal mast arms and poles with foundations and steel traffic signal pedestal poles with foundations as indicated in the detail drawings and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - Excavation, backfill, compaction, removal of surplus material; furnishing and placing reinforcing steel and concrete; and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Other Traffic Signal equipment. 4. Units and Measurement - Payment shall be at the unit price per each Traffic Signal Mast Arm and Pole With Foundation of the arm length specified; and per each Traffic Signal Pedestal Pole • With Foundation furnished, installed and accepted by the Engineer. • 5. Partial Payment Provisions - None. LL. Luminaire Assembly (Cutoff Type) (Pay Item 63) 1. Description - Furnish and install luminaire assembly on traffic signal pole as indicated in the detail drawings and per the specifications at the locations indicated on the Drawings. ' 2. Incidental Items - Ballast, photocell and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Traffic Signal Mast Arm and Pole With Foundation shall be paid for as a ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-13 separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each luminaire assembly furnished, installed, tested and accepted by the Engineer. 5. Partial Payment Provisions - None. ' MM. Service Point Assembly (Pay Item 65) 1. Description - Furnish and install a distribution panel, circuit breakers, lightning arrestor, weatherhead, clamps, conduit, wiring, treated timber pole, ground rod, and miscellaneous fittings as indicated in the detail drawings and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - Treated wood pole, enclosure(s), circuit breaker(s), main breaker, distribution panel, steel conduit, conduit fittings,. wiring and ground rod, testing and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Other Traffic Signal equipment. 4. Units and Measurement - Payment shall be at the unit price per each Service Point Assembly furnished, installed, tested, and accepted by the Engineer. 5. Partial Payment Provisions - None. NM Thermoplastic Pavement Markings (Pay Items 66, 67, & 68) 1. Description- Furnish and install traffic striping, stop bars, diagonals, and etcetera on the pavement at the widths and color as per the details and at the locations indicated on the Drawings and per the Manual on Traffic Control Devices. 2. Incidental Items - Incidental items include surface preparation, and all material, equipment, and labor necessary to complete the work. 3. Related Items — Thermoplastic Pavement Markings (Arrows) shall be paid for under a separate pay item. , 4. Units and Measurement - Payment shall be at the unit price per linear foot of markings furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions- None. 00. Thermoplastic Pavement Markings (Arrows) (Pay Item 69) 1. Description - Furnish and install pavement marking arrows at the locations indicated on the ' Drawings and per the Manual on Traffic Control Devices.. 2. Incidental Items - Incidental items include surface preparation, and all material, equipment, and labor necessary to complete the work. 3. Related Items - Thermoplastic Pavement Markings (Striping) shall be paid for under a separate pay item. I 4. Units and Measurement - Payment shall be at the unit price per each pavement marking arrow furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. I 1 Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-14 I IPP. Standard Signs (Pay Item 70) I. Description - Furnish and install signs at the locations indicated on the Drawings or as directed ' per the "Manual on Traffic Control Devices" and per AHTD Standards. 2. Incidental items - This item shall consist of furnishing and installing Regulatory Signs and Warning Signs with all necessary special framing required to attach to the post assembly in accordance with these specifications and to the dimension and detail at the location on the Drawings or as directed. Incidental items include all equipment, labor, and materials necessary to complete the work. ' 3. ' Related Items - None. 4. Units and Measurement - Payment shall be at the unit price per square foot signs constructed and ' accepted by Engineer. Dimensions used for payment shall be the dimensions of the sign as per the MUTCD. 5. Partial Payment Provisions - None. QQ. PVC Water Line (Pay items 71, 72, & 73) 1. Description - Furnish and install PVC pipe for water service, including trenching, backfill, bedding, dressing, and equipment, labor, and materials necessary to complete the work.. 2. Incidental Items - Excavation, backfill, bedding, trace wire, detectable tape, dressing, and equipment, labor, and materials necessary to complete the work. This item includes the aggregate base material needed in the trench. 3. Related Items - Ductile iron fittings to be used with water pipe will be paid under a separate item. ' 4. Measurement and Payment - Payment shall be at the unit price per linear foot of water pipe furnished, installed, tested, and accepted by Engineer measured from center to center of fittings and valves to the nearest foot. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet incorporated into the work, as approved by Engineer. 'RR. Gate Valve, Butterfly Valve, Tapping Valve, Tapping Sleeve & Tapping Valve with Sleeve (Pay Items 74, 75, 76, 77, 78, & 79) 1. Description - Furnishing and installing water valves and tapping sleeves in accordance with the 'I. specifications and as indicated on the Drawings. 2. Incidental Items - Incidental items include excavation, trenching, bedding, laying, polyethylene encasement, backfill, dressing, testing, and all equipment, tools, labor, and materials necessary to complete the work. 3. Related Items - Water line and fittings are paid for under separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each water valve, tapping sleeve, and tapping valve with tapping sleeve installed, tested, and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet 'incorporated into the work, as approved by Engineer. SS. Foster Adapter (Pay Items 80 & 81) 1. Description - Furnish and install foster adapters in the size and in the location indicated on the Drawings and as specified. 2. Incidental Items - Incidental items include excavation, backfill, bedding, polyethylene Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-15 • • 1 encasement, dressing, and all equipment, tools, labor, and materials necessary to complete the work. 3. Related Items - Water line and fittings are paid for under separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each Foster adapter installed, and ' accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet incorporated into the work, as approved by Engineer. Ti Fire Hydrant Assembly (Pay Item 82) 1. Description - Furnish and install complete fire hydrant assembly including 6" auxiliary gate , valve. 2. Incidental Items - Incidental items include excavation, polyethylene encasement, concrete backing, gravel, 6" gate valve, valve box, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Water main tee and connecting pipe are paid for under separate pay items. 4. Units and Measurements - Payment shall be at the unit price per fire hydrant assembly furnished, installed, and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet incorporated into the work, as approved by Engineer. UU. Compact Mechanical Joint Ductile Iron Fittings (Pay Item 83) ' 1. Description - Furnish and install tees, bends, swivel adapters, megalugs, reducers, wyes, solid sleeves, plugs, caps, and other ductile iron fittings as indicated on the Drawings or needed to accomplish the required construction.. 2.. Incidental Items = Incidental items include excavation, backfill, bedding, polyethylene encasement, concrete blocking, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Water line pipe and appurtenances are paid for under separate pay items. , 4. Units and Measurement - Payment shall be at the unit price per pound of fittings installed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet incorporated into the work, as approved by the Engineer. W. Water Service and Water Meter Setting & Meter Box (Pay Items 84 & 85) ' 1. Description - Furnish and install new water service lines, and new water meter settings with meter boxes according to the construction details and at the locations indicated on the Drawings. 2. Incidental Items - Incidental items include excavation, backfill, water service line, all connection fittings, meter yoke, meter box, and all other materials, equipment, and labor necessary to complete the work 3. Related Items - PVC water line shall be paid for under a separate pay item ' 4. Units and Measurement - Payment shall be at the unit price per each water service, and each water meter setting & meter box furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. i Sang/Hollywood & 61h Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-16 E1 LI PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used End of Section 01025 Sang/Hollywood & 6 ° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01025-17 I Section 01027 ' APPLICATIONS FOR PAYMENT Part I - GENERAL ' 1.1 SUMMARY A. Comply with procedures described in this Section when applying for progress payment and final ' payment. B. Related work: II. Documents affecting work of this Section include, but are not necessarily limited to, the General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. ' 2. The Contract Price and the schedule for payments are described in the General Conditions. ' 3. Payments upon Substantial Completion and Final Completion of the Work are described in the General Conditions and in Section 01700 of these Specifications. 4. Engineer's approval of applications for progress payment and final payment may be contingent upon Engineer's approval of status of Project Record Documents as described in Section 01700 of these Specifications. ' 1.2 QUALITY ASSURANCE A. Prior to start of construction, Contractor shall secure Engineer's approval of the schedule of values ' required to be submitted under Paragraph 2.07 of the General Conditions, and further described in these Specifications. I B. During progress of the Work, Contractor shall modify the schedule of values as approved by Engineer to reflect changes in the Contract Price due to Change Orders or other Modifications. C. Contractor shall base requests for payment on the approved schedule of values. 13 FORMAT A. Contractor shall submit a request for payment by filling in the agreed data, by typewriter or neat lettering in ink, on "Application for Payment" form provided by Engineer, plus continuation sheet or sheets. 1.4 PREPARATION OF APPLICATIONS A. Present required information in typewritten form. B. Contractor shall date and sign the Application for Payment in ink ' C. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item work. Sang/Hollywood & 6i° Street Intersection Irrrprovements City of Fayetteville May 30, 2003 Engineering Division Page 01027-1 I 1.5 SUBMITTAL PROCEDURES ' A. Contractor shall submit the original of the Application for Payment, plus two identical copies including continuation sheet(s) to Engineer. B. Engineer shall review submittal and, either: 1. Return the Application for Payment to Contractor indicating in writing the reasons for refusing , to recommend payment. Contractor shall re -submit revised Application For Payment. 2. Engineer will sign the Application for Payment and present to Owner for payment. , C. Owner shall review Application for Payment and either: 1. Give immediate notice of any portions of the recommended amounts withheld from payment in accordance with the General Conditions paragraphs 14.02.D.1.a through 14.02.D.1.d. 2. Sign Application For Payment and make disbursement to Contractor. D. Engineer will distribute signed copies of Application for Payment to Contractor, Owner and Engineer's file. Additional copies of Application for Payment will be distributed by Engineer to the appropriate funding agency or agencies, if required. 1.6 SUBSTANTIATING DATA A. If payment request is for materials and for equipment, or when Engineer requires substantiating information, Contractor shall also submit copies of invoices or documentation as set forth in paragraph 14.02.A of the General Conditions. B. Provide one copy of data with cover letter for each copy of submittal. Show application number and , date, and line item by number and description. Part 2 - PRODUCTS Not used ' Part 3 - EXECUTION ' Not used. 1 End of Section 01027 I 1 Sang/Hollywood & 6ie Street Intersection Improvements City of Fayetteville May 30, 2003 1 Engineering Division Page 01027-2 1 I Part 1 - GENERAL Section 01035 MODIFICATION PROCEDURE 1.1 SUMMARY A. This section describes steps to make changes in the Work, Contract Price, Contract Times, or any I combination thereof, as are described in written Change Orders signed by Owner, Contractor, and Engineer and issued after execution of the Agreement, and in other instruments of change as described herein in accordance with the provisions of this Section. Section includes: 1. Documentation of change in Contract Price and Contract Time. 2. Change procedures. I. 3. Work Change Directive. 4. Stipulated Price Change Order. 5. Unit price change order. 6. Time and material change order. 7. Execution of Change Orders. 8. Correlation of Contractor submittals. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Changes in the Work are described further in the General Conditions. 3. Section 01027 - Applications for Payment. I4. Section 01700 -Project Record Documents. 1.2 QUALITY ASSURANCE IA. Take such measures needed to assure familiarity of Contractor's staff and employees with the procedures outlined in this section for processing Change Order data. B. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. I13 FORMAT A. Change Order Form: EJCDC 1910-8-B. B. Work Change Directive Form: EJCDC 1910-F. IC. Field Order Form: Engineer's letter. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. I • Sang/Hollywood & 6d Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01035-1 B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from the Work, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional , information: 1. Origin and date of claim ' 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.5 FIELD ORDER A. Engineer will authorize, in writing, minor changes in the Work not involving an adjustment to Contract Price or Contract Time as authorized by Paragraph 9.05 of the General Conditions by issuing a Field ' Order. 1.6 WORK CHANGE DIRECTIVE A. Engineer may issue a Work Change Directive, signed by Owner, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The Work Change Directive will describe changes in the Work, and will designate method of determining any change in Contract Price or Contract Time. C. Promptly execute the change in Work. ' 1.7 STIPULATED PRICE CHANGE ORDER A. Based on notice of change and Contractor's fixed price quotation and subsequent negotiations. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Work Change Directive, or based on negotiation and an executed Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the General Conditions. , Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01035-2 ' B. Engineer will determine the change allowable in Contract Price and Contract Time as provided in the Contract Documents. ' C. Maintain detailed records of work done on time and material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.10 EXECUTION OF CHANGE ORDERS ' A. Engineer will provide Change Order forms for signatures of parties as provided in the General Conditions in the number of copies indicated in the Supplementary Conditions. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS IA. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to ' adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. Part 2- PRODUCTS 1 Not Used. ' Part 3- EXECUTION ' Not Used. End of Section 01035 1 I I I 1 I. Sang/Hollywood & 66 Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01035-3 I Part 1- GENERAL Section 01040 COORDINATION AND MEETINGS 1.1 SUMMARY A. This Section expands upon requirements regarding coordination, conferences and meetings, ' described to permit direct reference from individual product specification Sections. 1. Coordination 1 2. Preconstruction conference • ' 3. Progress meetings 1.2 RELATED SECTIONS A. Documents affecting work of this Section include, but are not necessarily limited to General Conditions, Supplementary Conditions, and Section in Division I of these Specifications. 13 COORDINATION A. Coordinate construction activities with other contractors working in the same vicinity on other ' projects. It is anticipated that other utilities may be relocated during the same time, in the same area as this project. ' B. The Contractor, on the basis of the schedule and progress meetings shall notify the appropriate property owners of trenching, pipe laying, cleanup, or other activities scheduled to occur on, or adjacent to, their property during the coming week. The individual property owner, or tenant thereof, shall be notified at least 48 hours in advance of occupying, storing materials on, or performing work on any right-of-way or easement. It shall be the responsibility of the Contractor to provide a minimum of 72 hours advance notice to the Engineer, Traffic department, Police ' Department, and Fire Department prior to cutting or blocking any public street or roadway. All planned interruptions of water service shall be coordinated with the Engineer and the Fayetteville Water department. A minimum of 48 hours notice shall be required. Service interruptions, when allowed by the Engineer, shall be scheduled between 8:00 a.m. and 5:00 p.m. and shall be limited to a maximum time of 4 hours for each individual meter unless specifically approved otherwise. ' All work that the Contractor will do that is related to traffic control devices or other related items shall be coordinated with the Traffic Department superintendent, Mr. Petty Franklin. That ' telephone number is 575-8228. C. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure ' efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. H ' Sang/Hollywood & 61° Sheet Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01040-1 D. Verify that utility requirement characteristics of operating equipment are compatible with existing utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service such equipment. E. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial I Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and I Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION CONFERENCE I A. Engineer will schedule a conference within 20 days after the Contract Times start to run, but before any Work at the site is started. B. Attendance Required: Authorized representatives of Owner, Engineer, and Contractor. C. Agenda: .. 1. Distribution of executed Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. I 4. Submission of list of Subcontractors, list of products, Schedule of Values, and proposed schedule. 5. Designation of personnel representing the parties in Contract, and the Engineer. 6. Procedures and processing of field decisions, shop drawings, submittals, substitutions, applications for payments, Change Orders and Contract closeout procedures. 7. Construction schedule, including sequence of critical work. 8. Channels and procedures for communication. 9. Rules and regulations governing performance of the Work. 10. Procedures for safety and first aid, security, quality control, and related matters. I 1.5 PROGRESS MEETINGS I A. Schedule and administer meetings throughout progress of the Work beginning at weekly intervals or as determined by Engineer. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two days to Engineer, Owner, participants, and those. affected by decisions made. Sang/Hollywood & 6'". Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01040-2 • C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Engineer, and others as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. ' 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. ' 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. ' 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. ' 13. Other business relating to Work. Part 2- PRODUCTS Not Used ' Part 3- EXECUTION Not Used ' End of Sectidn 01040 Sang/Hollywood & 66 Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01040-3 I Section 01051 CONSTRUCTION SURVEYS Part I - GENERAL 1.1 SUMMARY A. This Section defines staking services that Engineer will furnish, and sets forth responsibilities of IContractor regarding the use and maintenance of same. B. Related Work: Documents affecting work of this Section include, but are not limited to, General Conditions, Supplementary Conditions, and Sections in Division! of these Specifications. C. Definitions 1. "Control Stakes" are the original reference points set by the Engineer for the construction work, i.e. centerline staking at the PI's, PC's, & PT's and IBM's. 2. "Construction Staking" is all other staking necessary, as the job progresses, to construct the project according to the drawings and specifications which is the responsibility of the Contractor. 1.2 REQUIREMENTS A. Engineer shall provide the following staking: 1. Set temporary bench marks. 2. Set baseline staking, i.e. PI's, PC's & PT's. 3. Reset control stakes found to be in error. • B. Contractor shall provide the following staking: 1. All construction staking except as provided by Engineer above. 2. Reset stakes, property comers, marks or pins lost due to Contractor's operations. 13 CONTROL STAKING A. Notification 1. Notify Engineer, in writing, at least five days in advance of the date when control staking services are desired. 2. Engineer shall provide control staking. B. Checking Stakes 1. Examine stakes before commencing operations. t• 2. Notify Engineer, if validity of any control stake is questionable. 3. Engineer will check stake or stakes in question. 4. Any control stakes found to be in error will be reset by the Engineer. 5. If stakes are valid, Contractor shall pay for cost of checking stakes. Sang/Hollywood & 6'b Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01051-1 E C. Preservation of Stakes 1. Contractor shall inform his employees, subcontractors and vendors of importance of control stakes and the necessity of their preservation. 2. Contractor shall pay forresetting any control stakes, property comers, marks, or pins lost due to Contractor's operations. 1.4 CONSTRUCTION STAKING A. Provide all construction staking as needed to complete the Work Part 2- PRODUCTS Not Used Part 3- EXECUTION Not Used End of Section 01051 Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01051-2 1 Section 01060 REGULATORY REQUIREMENTS Part 1 - GENERAL 1.1 SECTION INCLUDES: A. Listing of certain applicable local, state, and federal regularity requirements applicable to the project. B. Discussion of specific implementation of certain regulatory requirements. • 1.2 NOT INCLUDED: A. Comprehensive listing of applicable local, state, and federal regulatory requirements applicable to the project B. Reference to or listing of applicable safety standards. 13 RELATED SECTIONS A. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. B. Section 01090- Reference Standard: applicable consensus standards. C. Specific Sections of this Specification include additional requirements of local, state, and federal regulatory requirements. 1.4 AMERICANS WITH DISABILITIES ACT IA. Comply with portions applicable to construction and construction sites. 1.5 FAYETTEVILLE WATER AND SEWER STANDARDS A. Water standards are available from the City of Fayetteville Engineering Department. Sewer standards in an unapproved draft form should be obtained by Contractor and referred to when applicable. 1.6 ARKANSAS HIGHWAY AND TRANSPORTATION A. Construction standards as listed in individual Specification Sections. 1.7 ARKANSAS DEPARTMENT OF HEALTH A. Project has been submitted to ADOH for approval with applicable design standards. B. Do not deviate from ADOH approved Drawings and Specifications without approval of Engineer. IC. Deviations requested by Contractor which require re -submittal to ADOH - Contractor will reimburse Owner for cost of re -submittal and obtaining approval. I I Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01060-1 1.8 NPDES STORM WATER DISCHARGE PERMIT A. NPDES Permit - Apply to the State of Arkansas for storm water discharges during construction at this site to be covered by General NPDES Permit No. ARR10A000. This application includes filing a ' Notice of Intent (NOI) and preparing a Storm Water Pollution Prevention Plan. B. Permit Activities: Manage the discharge of storm water from the project areas in accordance with the NPDES permit and the following provisions. Minimum requirements for storm water construction permit compliance. Contractor will develop and place in field office file a storm water pollution prevention plan (Plan) for this construction site. The objective of this Plan is to identify all potential pollution sources on -site, and, devise management and physical measures which reduce pollution and prevent such pollution from leaving the permit site. Plan shall include methods and timing for prevention of storm water pollution by the construction process, equipment and materials. This includes a description of both structural and non-structural control measures. Plan shall include flow diversion, erosion control, sediment containment, and re -vegetation �. consistent with the specified work and the storm water permit. Plan shall specify the Contractor's supervisory personnel who shall conduct the required inspections of the site and control facilities and who shall file the written reports for each such inspection. Plan shall require such inspection of the control facilities after each rain of 0.5 inches per day as specified in the permit. Such inspections are of particular importance in evaluating control structures and non-structural methods or procedures. Failure or ineffectiveness of control measures or procedures must be documented with corrective actions specified. 2. Conduct sampling and analysis of storm water run-off in accordance with the NPDES permit and the following provisions. Analysis shall be performed by a laboratory approved by Owner. . 3. Complete compliance reports required by the permit in a timely manner and provide Owner with copies of all data on storm water management activities and monitoring. C. Permit Compliance: Conduct storm water management practices in accordance with the permit. Contractor shall be responsible for any enforcement action taken or imposed by federal or state agencies, including the cost of fines, construction delays, and remedial actions, resulting from Contractor's failure to comply with the permit provisions. Monitor the suitability of the designated management practices to achieve the storm water quality provisions of the permit, and notify Engineer of the any changes made to management practices. If changes are ordered by Engineer, an adjustment in Contract Price shall be considered in accordance with the General Conditions. However, Contractor's failure to monitor or report deficiencies to Owner will result in Contractor being liable for fines and construction delays resulting from any federal or state agency enforcement action. I Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01060-2 Part 2- PRODUCTS Not Used Part 3- EXECUTION Not Used End of Section 01060 Sang/Hollywood & 616 Street intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01060-3 sITh REFERENCE STANDARDS AND ABBREVIATIONS Part 1- GENERAL 1.1 SECTION INCLUDES A. A listing of organizations providing reference standards referenced in the Specifications. B. Information on the use of reference standards. C. A listing of abbreviations used throughout the Contract Documents. 1.2 RELATED SECTIONS A. General Conditions, Supplementary Conditions 13 SCHEDULE OF REFERENCES A. AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, NW Washington, DC 20001 B. ACI American Concrete Institute Box 19150 Redford Stations Detroit, MI 48219 C. AGC Associated General Contractors of America 1957 E Street, NW Washington, DC 20006 D. Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 E. ANSI American National Standards Institute 1430 Broadway New York, NY 10018 F. ASPA American Sod Producers Association 4415 West Harrison Street Hillside, IL 60612 G. ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01090-1 H. AWWA American Water Works Association ' 6666 West Quincy Avenue Denver, CO 80235 I. EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council, 1015 15th Street, NW Washington, DC 20005 J. FS Federal Specifications General Services Administration, Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Building 197 Washington, DC 20407 K. MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 L. PCA Portland Cement Association II 5420 Old Orchard Road Skokie, IL 60077 M. UL Underwriters' Laboratories, Inc. 333 Pfringston Road Northbrook, IL 60062 1.4 ABBREVIATIONS Whenever the following abbreviations and acronyms are used, they shall have the corresponding I. meaning as follows. AGA - American Gas Association AHTD - Arkansas Highway and Transportation Department AHTD - Arkansas Highway and Transportation Department AISC - American Institute of Steel Construction APA - American Plywood Association ASA - American Standards Association AWG - American Wire Gage AWPA - American Wood Products Association AWS - American Welding Society GSA - General Services Administration, U.S. Government NHBA - National Builders Hardware Association NEC - National Electric Code NEMA - National Electric Manufactures Association NFPA - National Fire Protection Association NPT - National Pipe thread SBC - Standard Building Code (also SSBC) SPA - Southern Products Association i Sang/Hollywood & 6'' Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01090 2 I A -Ampere cfm - cubic feet per minute COMP - corrugated galvanized metal pipe DIP - ductile iron pipe • gpm - gallons per minute Hp - horsepower ' 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 PART2-PRODUCTS INot Used PART 3- EXECUTION Not Used 1 End of Section 01090 I I I. rj I Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01090-3 I • • ' Section 01300 SUBMITTALS Part 1- GENERAL ' 1.1 SUMMARY A. This Section expands upon requirements regarding administrative and procedural requirements for I. submittals of progress schedules, shop drawings, product data, samples, manufacturer's instructions, and manufacturer's certificates. B. Related Work: 1. Section 01400 - Quality Control: Manufacturers' field services and reports. ' 2. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates, and closeout submittals. ' 1.2 SUBMITTAL PROCEDURES ' A. Transmit each submittal with form accepted by Engineer. B. Sequentially number the transmittal forms. Re -submittals to have original number with an alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identity all changes made since previous submittal. 1. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 13 CONSTRUCTION PROGRESS SCHEDULES ' A. Submit initial progress schedule in duplicate within 15 days after date of Owner -Contractor Agreement for Engineer review. I ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division page 01300-1 I B. Update in accordance with Section 01310 and resubmit with each pay request. C. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal dates required for shop drawings, product data, and samples. ' 1.4 MAINTENANCE OF TRAFFIC PLAN A. The Contractor shall submit to the City for approval a Maintenance of Traffic Plan signed & sealed by a licensed professional engineer outlining how the Contractor shall phase his work and direct traffic. The standard AHTD Maintenance of Traffic drawings are not acceptable. 1.5 SHOP DRAWINGS A. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. B. Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the ' item and its method of connection to the Work. C. Unless otherwise specified, make submittals in groups containing all associated items to assure that I information is available for checking each item when it is received. 1. Partial submittals may be rejected as not complying with the provisions of the Contract. 2. The Contractor may be held liable for delays so occasioned. D. Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and re -submittals, and for placing orders and securing delivery. E. In scheduling, allow at least ten working days for review by the Engineer following the Engineer's receipt of the submittal. F. Submittal log: 1. Maintain an accurate submittal log for the duration of the Work, showing current status of all submittals at all times. 2. Make the submittal log available to the Engineer for the Engineer's review upon request. G. After review distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700 - Contract Closeout. 1.6 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus two copies which will be retained by the Engineer. I Sang/Hollywood & 6' Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01300-2 U B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.7 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of coatings or finishes for Engineer's selection. C. Include identification on each sample, with full product information. ' D. Submit the number or samples specified in individual specification Sections; one of which will be retained by Engineer. 1 E. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.8 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specifications Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.9 MANUFACTURER'S CERTIFICATES • A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate that material or product conforms to or exceeds specified requirements. Submit supporting reference data affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. ' Part 2 -PRODUCTS Not Used Part 3- EXECUTION INot Used IEnd of Section 01300 Sang/Hollywood & t" Street Intersection lmprovenrnts City of Fayetteville Engineering Division May 30, 2003 Page 01300-3 I • • ' Section 01310 PROGRESS SCHEDULES Part 1 -GENERAL 1.1 SUMMARY A. This Section includes procedural requirements for preparation, submittal, and updating of Contractor's construction progress schedules. ' B. Related Work 1 1. Documents affecting work of this Section include, but are not limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specification. 2. Section 01027 - Applications for Payment. 3. Section 01300- Submittals: Shop drawings, product data, and samples. 1.2 FORMAT A. Prepare Schedules as a horizontal bar chart with separate bar for each major portion of Work or operation, identifying first work day of each week B. Sequence of Listings: The chronological order of the start of each item of Work. I. C. Scale and Spacing: To provide space for notations and revisions. D. Sheet Size: Minimum nmltiples of 8'h x l I inches (216 x 279 mm) 13 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Identify work of separate stages and other logically grouped activities. D. Provide sub -schedules to define critical portions of the entire Schedule. ' E. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month F. Provide separate schedule of submittal dates for shop drawings, product data, and samples, and dates reviewed submittals will be required from Engineer. G. Coordinate content with Schedule of Values specified in Section 01370. 1.4 REVISIONS TO SCHEDULES IA. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01310-1 C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS - • A. Submit initial Schedules within fifteen (15) days. after date of Notice of Award. After review, resubmit required revised data within ten (10) days. B. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.6 DISTRIBUTION i A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned ' parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. Part2-PRODUCTS Not Used • . I Part 3 - EXECUTION I Not Used End of Section 01310 1 11 I I i 1 Sang/Hollywood & 6t° Street Intersection Improvements May 30, 2003 ' City of Fayetteville Engineering Division Page 01310-2 I ' Part 1- GENERAL Section 01410 TESTING LABORATORY SERVICES ' 1.1 SUMMARY A. This Section describes testing and inspecting to be provided by Contractor, plus cooperation required from Contractor with Owner's selected testing agency and others responsible for testing and inspecting the Work. 1 B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, ' General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Requirements for testing maybe described in various Sections of these Specifications. ' 3. Where no testing requirements are described, but Owner decides that testing is required, Owner may require such testing to be performed under current pertinent standards for testing. Payment for such testing will be made as described in this Section. ' C. Work not included: Selection of testing laboratory. Owner and Contractor will each select a pre -qualified independent ' testing laboratory for the testing services required by each. Neither Owner nor Contractor shall utilize a testing laboratory against which the other has a reasonable objection. 1.2 QUALITY ASSURANCE A. The testing laboratory will be qualified to the Owners approval in accordance with ASTM E 329. ' B. Testing, when required, will be in accordance with all pertinent codes and regulations, and with selected standards of the American Society for Testing and Materials and the American Association of State Highway and Transportation Officials. 13 DELIVERY, STORAGE, AND HANDLING iA. Comply with pertinent provisions of Section 01620. B. Promptly process and distribute required copies of test reports and related instructions to assure necessary re -testing and replacement of materials with the least possible delay in progress of the Work. [Ti I I Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01410-1 Part 2 -PRODUCTS 2.1 PROOF OF MATERIALS TESTING A. Materials to be incorporated into the work shall be tested, using suitable laboratory and source ', quality control tests, as indicated in individual specification Sections, to prove their compliance with the Specifications. B. Proof of materials testing shall be paid for by Contractor. 2.2 PROOF OF CONSTRUCTION TESTING 1 A. Completed construction shall be tested, using suitable in -situ and laboratory tests, as indicated in individual specification sections or as recommended by Engineer or required by Owner, to prove compliance of completed work with Specifications. B. Initial proof of construction testing will be paid for by Owner. C. When initial tests indicate non-compliance with the Contract Documents, the costs of all tests associated with that non-compliance will be borne by Contractor. , 23 CODE COMPLIANCE TESTING A: Inspections and tests required by codes or ordinances, or by a plan approval authority, and which 1 are made by a legally constituted authority, shall be the responsibility of and shall be paid for by Contractor, unless otherwise provided in the Contract Documents. 23 CONTRACTOR'S CONVENIENCE TESTING A. Inspecting and testing performed exclusively for Contractor's convenience shall be sole responsibility of Contractor. Part 3 -EXECUTION 3.1 COOPERATION WITH TESTING LABORATORY I A. Representatives of the testing laboratory shall have access to the Work at all times and at all locations where the Work is in progress. Provide facilities for such access to enable the laboratory to perform its functions properly. 3.2 TAKING SPECIMENS A. Specimens and samples for testing, unless otherwise provided in the Contract Documents, shall be taken by testing personnel. Sampling equipment and personnel will be provided by the testing laboratory. Deliveries of specimens and samples to the testing laboratory. 1 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 01410-2 1 33 SCHEDULES FOR TESTING A. Establishing schedule: I. By advance discussion with testing laboratory selected by Owner, determine the time required for laboratory to perform tests and to issue findings. 2. Provide all required time within the construction schedule. B. Revising schedule: When changes of construction schedule are necessary during construction, 1 coordinate all such changes with the testing laboratory as required. C. Adherence to schedule: When the testing laboratory is ready to test according to the established schedule, but is prevented from testing or taking specimens due to incompleteness of the Work, all extra charges for testing attributable to the delay may be back -charged to Contractor and shall not be borne by Owner. I End of Section 01410 I I I I I U I I I. ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01410-3 ' Section 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1 Part I - GENERAL ' 1.1 SUMMARY A. This Section describes construction facilities and temporary controls required for the Work. B. Related work: II. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. ' 2. Except that equipment furnished by subcontractors shall comply with requirements of pertinent safety regulations, such equipment normally furnished by the individual trades in execution of their own portions of the Work are not part of this Section. ' 3. Permanent installation and hookup of the various utility lines are described in other Sections. 1.2 REQUIREMENTS 1 A. Provide construction facilities and temporary controls needed for the Work including, but not necessarily limited to: 1 1. Temporary Utilities: Electricity, heat, ventilation, telephone, water and sanitary facilities. 2. Temporary Controls: Barriers, enclosures, fencing, protection of the Work, and water control. •' 3. Construction Facilities: Access roads and temporary buildings. 4. Project sign, if required. ' 13 DELIVERY, STORAGE, AND HANDLING A. Maintain temporary facilities and controls in proper and safe condition throughout progress of the Work. ' Part2 - PRODUCTS 2.1 MAINTENANCE OF TRAFFIC 1. The Contractor shall submit to the City for approval a Maintenance of Traffic Plan, signed & sealed by a licensed professional engineer outlining how the Contractor shall phase his work and direct traffic. The standard AHTD Maintenance of Traffic drawings are not acceptable. 2. Keep existing roads open to all traffic. Detour routes are not required for this project. Keep the portion of the project being used by public traffic, either through or local traffic, in such condition to permit safe, continuous flow two-way traffic at all times. IWhere the nature of the work restricts or prohibits two-way flow, one-way operation maybe maintained by use of flaggers. Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01500-1 3. Conduct work as to assure the least possible obstruction to traffic. Provide for safety and convenience of the general public, residents affected by construction, and protection of persons and property. 4. Maintain existing roads from the date work is begun until the project has been completed and accepted. , 5. Provide traffic control devices and operations required to delineate temporary hazards which result from construction. Traffic control devices shall comply with applicable portions of the MUTCD and Section 604 of AHTD. Traffic control devices which are ineffective due to size, age, wear and tear, or improper delineation shall be removed from the site and replaced with suitable devices. 2.2 UTILITIES A. Water 1. Provide necessary temporary piping and water supply and, upon completion of the Work, remove such temporary facilities. 2. Provide and pay for water used in construction, including water used to flush and test pipelines and appurtenances. B. Electricity ' 1. Provide necessary temporary wiring and, upon completion of the Work, remove such temporary facility. 2. Provide area distribution boxes so located that the individual trades may furnish and use 100 ft. maximum length extension cords to obtain power and lighting at points where needed for work, inspection, and safety. 3. Provide and pay for electricity used in construction. C. Heating ' 1. Provide and pay for heat devices and heat necessary to maintain specified conditions for construction operations needed in the Work. D. Telephone 1. Make necessary arrangements and pay costs for installation and operation of telephone service to the Contractor's office at the job site. 2. Make the telephone available to the Engineer for use in connection with the Work. E. Temporary Ventilation 1. Ventilate enclosed, areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 2. Provide equipment as required to maintain proper ventilation construction operations. F. Temporary Sanitary Facilities ' 1. Provide temporary sanitary facilities in the quantity required for use by all personnel. 2. Maintain in sanitary condition at all times. 1 Sang/Hollywood & 6th Street Intersection Improvements City of Fayetteville May 30, 2003 . , Engineering Division Page 01500-2 1J I A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owners use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. ' 2.4 WATER CONTROL •1 A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 2.5 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide temporary covering at the ends of installed piping at the end of each work day to prevent entry of dirt, debris and rodents. ' D. Prohibit traffic on dressed and seeded areas. I. 2.6 SECURITY A. Provide security and facilities to protect Work, existing facilities, and Owners operations from unauthorized entry, vandalism, or theft. 2.7 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. 2.8 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly ' condition. B. Remove waste materials, debris, and rubbish from site periodically and dispose off -site. II ' Sang/Hollywood & 6' Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01500-3 • 2.9 FIELD OFFICES AND SHEDS ' A. Contractor's facilities: (applicable when included as a bid item) 1. Provide a temporary field office building and sheds adequate in size and accommodation for 1 Contractor's offices, supply, and storage. 2. Within the Contractor's facilities, provide enclosed space adequate for holding project meetings. Furnish with table, chairs, and utilities. B. Locate offices and sheds a minimum distance of 30 feet from existing and new structures. 2.10 ENCLOSURES A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, 1 steps, platforms bridges, and other temporary constructing necessary for proper completion of the Work in compliance with pertinent safety and other regulations. B. Provide temporary weather -tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of I unauthorized persons. Provide access doors with self -closing hardware and locks. 2.11 TEMPORARY FENCING I A. Provide and maintain for the duration of construction a temporary fence of design and type needed to prevent entry by the public onto the open excavation areas of the Work. B. Fencing shall be international orange in color, 4' high, have maximum 6 inch square opening and be supported by 6 foot posts located 10 feet to 12 feet on center and imbedded 18 inches into the ground. C. Provide and maintain temporary cattle fencing to restrict movement of cattle into work areas both during regular work hours and during nighttime and weekends. Part 3- EXECUTION 3.1 MAINTENANCE AND REMOVAL A. Maintain temporary facilities and controls as long as needed for safe and proper completion of the Work. B. Remove such temporary facilities and controls as rapidly as progress of the Work will permit, or as directed by the Engineer. C. Clean and repair damage caused by installation or use of temporary work. , D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. End of Section 01500 , Sang/Hollywood & 6i' Street Intersection Improvements City of Fayetteville May 3 2003 ' 1 Engineering Division Page 015001 I • S I I I U Li I Section 01620 STORAGE AND PROTECTION Part I - GENERAL 1.1 SUMMARY A. Protect products scheduled for use in the Work by means including, but not necessarily limited to, those described in this Section. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Additional procedures also may be prescribed in other Sections of these Specifications. 1.2 QUALITY ASSURANCE A. Include within the Contractor's quality assurance program such procedures as are required to assure full protection of work and materials. ' 1.3 MANUFACTURERS' RECOMMENDATIONS A. Except as otherwise approved by the Engineer, determine and comply with manufacturers' recommendations of product handling, storage, and protection. 1.4 PACKAGING iA. Deliver products to the job site in their manufacturer's original container, with labels intact and legible. I. Maintain packaged materials with seals unbroken and labels intact until time of use. 2. Promptly remove damaged material and unsuitable items from the job site, and promptly replace with material meeting the specified requirements, at no additional cost to the Owner. ` B. Engineer may reject as non -complying such material and products that do not bear identification satisfactory to Engineer as to manufacturer, grade, quality, and other pertinent information. ' 1.5 STORAGE A. Store materials, supplies and equipment in an orderly fashion at the site of the work as will not unduly ' interfere with the progress of his work or of other contractors. 1.6 PROTECTION ' A. Provide the necessary care in unloading procedures to prevent damage to materials and equipment delivered to the job site. B. Provide necessary security fencing and measures to prevent damage through vandalism or theft. C. At all times safely guard Owner's property from injury or loss in connection with this Contract. At all times safely guard and protect the Work, and that of adjacent property, from damage. Furnish, maintain, Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01620-1 0 • 1 and use such equipment as may be necessary to protect adjacent property from damage caused by construction equipment, dust, mud, dirt, and refuse from operations. Failure to prevent such damage shall be cause for stopping the Work until dust, mud, dirt, and refuse are controlled. Be fully responsible for safety precautions and protection until acceptance of the Work. .1 D. Exercise due care to avoid damage to existing improvements or facilities, fences, building, structures, adjacent properties, and trees and shrubs that are not to be removed. E. In the event of temporary suspension of work, or during inclement weather, or whenever Engineer shall direct, direct Subcontractors to carefully protect the Work and materials against damages or injury from the weather. 1.7 REPAIRS AND REPLACEMENTS A. In event of damage, promptly make replacements and repairs to the approval of Engineer and at no additional cost to Owner. B. Additional time required to secure replacements and to make repairs will not be considered by Engineer to justify an extension in the Contract Times. 1 End of Section 01620 I I 1 n I I I I Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 01620-2 1 I Part 1 - GENERAL Section 01630 PRODUCT OPTIONS AND SUBSTITUTIONS 1.1 SUMMARY A. This Section describes product options available to the Contractor, plus procedures for securing approval of proposed substitutions. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Make submittals in accordance with pertinent provisions of Section 01300. 1.2 PRODUCT OPTIONS ' A. The Contract is based on standards of quality established in the Contract Documents. I1. In agreeing to the terms and conditions of the Contract, Contractor has accepted a responsibility to verify that the specified products will be available and to place orders for all required materials in such a timely manner as is needed to meet agreed upon construction schedule. ' 2. Neither Owner nor Engineer has agreed to the substitution of materials or methods called for in the Contract Documents, except as they may specifically otherwise state in writing. B. Materials and/or methods specified by name: 1. Where materials and/or methods are specified by naming one single manufacturer and/or model ' number, without stating that equal products will be considered, only the material and/or method named is approved for incorporation into the Work. 2. Should Contractor demonstrate to the satisfaction of Engineer that a specified material or method was ordered in a timely manner and will not be available in time for incorporation into this Work, Contractor shall submit to Engineer such data on proposed substitute materials and/or methods as are needed to help Engineer determine suitability of the proposed ' substitution. C. Where materials and/or methods are specified by name and/or model number, followed by the words "or equal": I. The material and/or method specified by name establishes the required standard of quality; 2. Materials and/or methods proposed by Contractor to be used in lieu of materials and/or • methods; 3. Information on proposed substitutions shall be submitted to Engineer in triplicate in accordance with Paragraph 6.05.A of the General Conditions. ID. The following products do not require thither approval except for interface within the Work: 1. Products specified by reference to standard specifications such as ASTM, AWWA, and similar standards; Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01630-1 • • I 2. Products specified by manufacturer's name and catalog model number. E. Where the phrase "or equal," or "or equal as approved by Engineer," occurs in the Specifications, do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically so approved for the Work by Engineer. F. The decision of Owner shall be final. 1.3 REIMBURSEMENT OF ENGINEER'S COSTS A. In the event substitutions are proposed to Engineer after the Contract has been awarded, Engineer will 1 record all time used by Engineer and Engineer's consultants in evaluating each such proposed substitution. B. Whether or not Engineer approves a proposed substitution, Contractor promptly upon receipt from - Owner of Engineer's billing shall reimburse Owner for the charges of Engineer and Engineer's Consultants for evaluating each such proposed substitute item. I 1.4 DELAYS A. Delays in construction arising by virtue of the non -availability of a specified material and/or method will , not be considered by Engineer as justifying an extension of the agreed Contract Time. End of Section 01630 I I I I I I U. r Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01630-2 I I I I U Section 01700 CONTRACT CLOSEOUT 1.1 SECTION INCLUDES A. Description of an orderly and efficient transfer of the completed Work to Owner. B. Expands upon requirements regarding project closeout procedures, final cleaning, adjusting, project record documents, operation and maintenance data, and warranties described to permit direct reference from individual product specification Sections. C. Related work: Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE IA. Prior to requesting inspection by Engineer, use adequate means to assure that the Work is completed in accordance with the specified requirements and is ready for the requested inspection. ' 13 PROCEDURES A. Substantial Completion: 1. Prepare and submit the list required by the first sentence of Paragraph 14.04 of the General Conditions. I2. Within a reasonable time after receipt of the list, Engineer will inspect to determine status of completion. 3. Should Engineer determine that the Work is not substantially complete: ' a. Engineer promptly will so notify Contractor, in writing, giving reasons therefore. b. Remedy the deficiencies and notify Engineer when ready for reinspection. c. Engineer will reinspect the Work. 4. When Engineer concurs that the Work is substantially complete: a. Engineer will prepare a "Certificate of Substantial Completion", accompanied by Contractor's list of items to be completed or corrected, as verified by Engineer. b. Engineer will submit the Certificate to Owner and Contractor for their written ' acceptance of the responsibilities assigned to them in the Certificate. B. Final Completion: 1. Prepare and submit the notice required by the first sentence of Paragraph 14.06 of the General Conditions. ' 2. Verify that the Work is complete including, but not necessarily limited to, the items mentioned in Paragraph 14.07.A of the General Conditions. 3. Certify that: ' a. Contract Documents have been reviewed; b. Work has been inspected for compliance with the Contract Documents; c. Work has been completed in accordance with the Contract Documents; d. Equipment and systems have been tested as required, and are operational; and Sang/Hollywood & 61° Street Intersection Improvements ' City of Fayetteville May 30, 2003 Engineering Division Page 01700-1 1 e. Work is completed and ready for final inspection. 4. Engineer will make an inspection to verify status of completion. 5. Should Engineer determine that the Work is incomplete or defective: a. Engineer promptly will so notify Contractor and Owner, in writing, listing the incomplete or defective work. b. Remedy the deficiencies promptly, and notify Engineer when ready for reinspection. 6. When Engineer determines that the Work is acceptable under the Contract Documents, he will request Contractor to make closeout submittals. C. Closeout submittals include, but are not necessarily limited to: 1. Project Record Documents. 2. Operation and maintenance data for items so listed in pertinent other Sections of these Specifications, and for other items when so directed by Engineer. 3. Warranties and Bonds 4. Specifications with recorded changes made by addenda. 5. Spare parts and materials extra stock 6. Evidence of compliance with requirements of government agencies having jurisdiction including, but not necessarily limited to: a. Certificates of Inspection; b. Certificates of Occupancy; 7. Certificates of Insurance for products and completed operations; 8. Evidence of payment and release of liens; 9. List of subcontractors, service organizations, and principal vendors, including names, addresses, and telephone numbers where they can be reached for emergency service at all times including nights, weekends, and holidays. D. Final adjustment of accounts: Submit a final statement of accounting to Engineer, showing all adjustments to the Contract Price. A final Change Order reconciling quantities installed to contract amounts will be issued. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. , B. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1 C. Restore areas disturbed by the Work, as specified in Section 02261. 1.5 ADJUSTING A. Adjust operating equipment to ensure smooth and unhindered operation. 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; protect from deterioration and from loss and , damage until completion of the Work; record actual revisions to the Work. Do not use the record documents set for any purpose except entry of new data and for review by Engineer. 1. Contract Drawings. 2. Specifications. 1 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01700-2 L� 3. Addenda 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 1 B. Store Record Documents separate from documents used for construction. IC. Record information concurrent with construction progress. Failure to promptly make notations on Record Documents will be considered in evaluating requests for progress payments. 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by • graphic line and note as required. 2. Date all entries. 3. Call attention to the entry by a "cloud" drawn around the area or areas affected. 4. In the event of overlapping changes, use different colors for the overlapping changes. D. Specifications: Legibly mark and record at each product section description of actual products installed, ' including the following. 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: ' I. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and.detail. 3. Details not on original Contract Drawings. F. Submittal, Review, and Approval 1. Submit the completed set of Project Record Documents to Engineer for review. 2. Participate in review meetings as required. 3. Make required changes and promptly deliver the final Project Record Documents to Engineer. ' G. Contractor has no responsibility for recording changes in the Work subsequent to Final Completion, except for changes resulting from work performed under Warranty. 1.7 OPERATION AND MAINTENANCE DATA A. Submit three sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three ring capacity expansion binders with durable plastic covers. B. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. C. Internally subdivide the binder contents with permanent page dividers, logically organized as described ' below, with tab titling clearly printed under reinforced laminated plastic tabs. D. Contents: Prepare a Table of Contents for each volume, with each product or system description ' identified, type on 30 pound white paper. E. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01700-3 • • 1 F. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for cleaning methods, materials, and special precautions identifying detrimental agents. G. Part 3: Project documents and certificates, including the following: 1 1. Shop Drawings and product data. 2. Certificates. - 3. Photocopies of warranties. ' H. Submit one copy of completed volumes in final form fifteen (15) days prior to final inspection. This copy will be returned after final inspection, with Engineer's comments. Revise content of documents as required prior to final submittal. ' 1. Submit final volumes revised, within ten (10) days after final inspection. 1.8 WARRANTIES ' A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, Suppliers, and manufacturers. C. Provide Table of Contents and assemble in three ring binder with durable plastic cover. , D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment. 1.10 A. Instruct Owner's personnel in proper operation and maintenance of systems, equipment, and similar , items which were provided as part of the Work. i 1 Sang/Hollywood & 61h Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01700-4 Ll Part 2- PRODUCTS Not Used Part 3- EXECUTION Not Used End of Section 01700 Sang/Hollywood & 61° Sneer Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 01700-5 ' Section 02050 DEMOLITION Part 1 - GENERAL 1.1 SECTION INCLUDES A. At all locations where existing pavement is to be removed, neatly saw cut existing pavement full depth before removing. Edges are to be left neat, vertical, and in a straight line. B. Remove and dispose existing pavement to provide for select "hillside" material, base material, curb and gutter, select backfill material and/or asphalt pavement, whatever may be applicable as indicated on the Drawings. ' C. Remove and dispose of existing concrete drainage structures, pipes, flumes, inlets, guardrail, chain link fence, retaining walls, sidewalks, driveways, and curb & gutter as shown on the Drawings. Disposal and removal of miscellaneous pipe and other type items in the construction area that are 'not specifically paid for under other bid items shall be considered incidental to Excavation. D. All items that are included in demolition (preparing the site for new construction), which may or ' may not be enumerated in this section, and not paid for under a separate item shall be paid for under Excavation. ' 1.2 SEQUENCING AND SCHEDULING A. Demolition work may be scheduled to be completed prior to other work to be performed in the ' area, but not so far in advance that the general public is inconvenienced any more than is necessary. Demolition of any item on the AHTD right of way shall be coordinated with AHTD and the City of Fayetteville Traffic Department. ' Part 2- PRODUCTS Not Used ' Part 3 -EXECUTION 3.1 EXAMINATION LA. Verify with Engineer the limits of pavement removal. ' B. Examine all demolition material. Remove and dispose of in accordance with all local, state, and federal laws. I 1 1 Sang/Hollywood & 61° Street Intersection Improvements cityof Fayetteville May 30, 2003 Engineering Division Page 02050-1 3.2 DEMOLITION A. Saw cut and remove pavement where indicated on the Drawings. Take care to avoid damage to adjacent pavement. B. Existing base material shall be removed to subgrade and removed from the site. Removed base material shall not be reused as base course at other locations on site. 3.3 CLEANING A. Clean demolished areas. Restore area per Section 02261, unless other construction is scheduled to take place in that area. • End of Section 02050 Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02050-2 Section 02100 SITE PREPARATION Part I - GENERAL 1.1 SECTION INCLUDES A. Clearing B. Grubbing C. Preserved Vegetation D. Scalping E. Isolated Tree Clearing F. Miscellaneous 1.2 RELATED SECTIONS A. Measurement and payment for work under this section is specified in Section 01025. B. Demolition is specified in Section 02050. C. Excavation and embankment are specified in Section 02220. D. Roadbed preparation is specified in Section 02230. 1.3 UNIT PRICES A. Unit prices for work covered under this section are defined in Section 01025, if any, including incidentals, related work, method of measurement, and partial payment provisions. 1.4 QUALITY ASSURANCE A. Work under this section shall be performed by workers trained and experienced in this type of work. B. Vegetation preservation work shall be accomplished by qualified tree surgeons, landscape architects or contractors, or horticulturalists. 1.5 SUBMITTALS A. If requested, submit evidence of permission to dispose of site preparation debris on private property. Part 2- PRODUCTS Not Used. Sang/Hollywood & 6ib Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02100-1 • H • i Part 3 -EXECUTION 3.1 GENERAL A. The limits of construction for the Work shall be prepared for excavation and embankment and road , construction by a combination of clearing & grubbing, vegetation preservation, or any other miscellaneous item of work needed to prepare the site for construction of other pay items. Each item of work is considered a separate type of site preparation defined as follows: 1. Clearing - The cutting and removal of all trees, brush, and other objectionable growth, and the removal and disposal of logs, rubbish piles, refuse dumps, sawdust piles, lumbering slash, and other objectionable matter from the surface of the ground in the areas shown on the plans or designated by the Engineer. 2. Grubbing - The grubbing and removal of all stumps, roots, and other objectionable matter, lying wholly or in part below the surface of the ground. 3. Preserved Vegetation - Areas of the right-of-way containing trees and brush that are not to be disturbed except for trimming above the roadbed or to protect vegetation from nearby construction. 4. Scalping - Removal and disposal of material such as saplings less than 4 inches in diameter measured 12 inches above ground, logs, brush, roots, grass, residue of agricultural crops, refuse dumps, and decayed matter. S. Isolated Tree Clearing - The cutting, grubbing, and removal of individual, isolated trees and stumps greater than 4 inches diameter measured 12 inches above ground, in areas that are otherwise to be scalped; isolated tree clearing does not apply to areas that are cleared and grubbed. 6. Miscellaneous - Demolition, removal, relocation, repair, or any item that is temporarily or permanently in conflict with the proposed items of work. Typically any item that is not specifically noted as a pay item It may or may not be indicated on the Drawings. 3.2 CLEARING & GRUBBING I A. The right-of-way shall be cleared of stumps, brush, logs, rubbish, trees, and shrubs, with the exception of such trees, shrubs, and areas designated on the plans or by the Engineer for preservation. Grubbing of stumps shall be required regardless of the fill height. B. Low -hanging, unsound, or unsightly branches shall be removed from trees or shrubs designated to remain. Branches of trees extending over the roadbed shall be trimmed to give a clear height of 20' above the roadbed surface. Trimming shall be done by skilled worker and according to good tree surgery practices. ' 3.3 PRESERVED VEGETATION A. Carefully protect vegetation to remain from abuse, marring, or damage during construction operations. ' B. In case of injury to bark, limbs, or roots of vegetation designated to remain, repair such damage by corrective pruning or other appropriate methods. C. Remove low -hanging, unsound, or unsightly branches from trees or shrubs designated to remain. Trim ' branches of trees extending over the roadbed to give a clear height of 20 feet above roadbed surface. Accomplish trimming with skilled workers and in accordance with good tree surgery practices. 1 Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02100-2 i ' D. Parking and servicing equipment under branches of trees designated to remain is not allowed. 3.4 SCALPING A. Scalp areas where excavation or embankment is to be made. Store topsoil material. I B. Place suitable topsoil material resulting from scalping operations on finished slopes, adjacent to the area from which it is obtained, after excavation or embankment operations are complete. 3.5 ISOLATED TREE REMOVAL A. Cut and clear and grub isolated trees designated for removal and grub stumps from previously cleared ' trees as required for clearing and grubbing. 3.6 MISCELLANEOUS ' A. Any item not noted under another pay item that may or may not be indicated on the Drawings that needs to be removed or relocated to prepare the site for other items of work that have been noted as a pay item will be included in Site Preparation. Examples include but are not limited to; Removing and disposing ' of existing pipes, removing and disposing of existing pavement(gravel and asphalt), removing and disposing of existing concrete, removing and reconstructing any existing structure that may need to be modified for construction. Relocating mailboxes, fencing, guardrails, signs or any other item that will require relocation or reconstruction. 3.7 DISPOSAL OF EXCESS MATERIALS A. Merchantable timber in the site preparation area that has not been removed from right-of-way prior to the beginning of construction shall become the property of Contractor, unless otherwise provided. ' B. Burning is not permitted. IC. Remove from the site materials and debris, and dispose at locations off -site, in accordance with applicable laws and regulations. If a private disposal site is utilized for disposal, provide evidence when requested by Owner that the selected disposal site meets applicable laws and regulations for such disposal. 11 I I I End of Section 02100 Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02100-3 Section 02161 ' EXCAVATION SAFETY PART 1- GENERAL 1.1 SECTION INCLUDES Excavation safety measures, including materials and methods, required by 29 CFR 1926 Subpart P. 1.2 RELATED SECTIONS ' 01025 Measurement and Payment 01500 Construction Facilities and Temporary Controls 02221 Trenching, Backfilling and Compacting ' 13 REFERENCE STANDARD ' 29 CFR 1926 Subpart P - Occupational Safety and Health Standards - Excavations A copy of the Reference Standard follows this page. This is included as a reference only. The Contractor shall attain his own copy of 29 CFR 1926 Subpart P and be responsible for the interpretation and compliance 'with this standard. PART 2- MATERIALS Not Used PART 3- EXECUTION ' Not Used End of Section 02161 1 I I L 1 Sang/Hollywood & 6" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02161-1 §1926.606 S 29 CFR Ch. •II (7-1-92 Edition) I (6) Obstructions shall not be laid on or across the gangway. .• (7) The means of access shall be ade- quately illuminated for its full length. • (8) Unless the structure makes it im-. possible, the means .of access shall be so located that the load will not pass over employees. (c) Working surfaces of barges. (1) Employees shall not be permitted to walk along the sides of covered light- ers or barges with coamings more than 5 feet high, unless there is a 3 -foot clear walkway, or a grab rail, or a taut handline is provided. (2) Decks and other working sur- faces shall be maintained in a safe condition. (3) Employees shall not be permitted to pass fore and aft, over, or around deckloads, unless there is a safe pas- sage. (4) Employees shall not be permitted to walk over deckloads from rail to coaming unless there is a safe passage. If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, .or other protection exists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equip- ment. (1) Provisions for rendering first aid and medical assistance shall be in accordance with Subpart D of this part. .. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30 -inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) 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, 19771 01926.606 Definitions applicable to this subpart. (a) Apron —The area along the wa- terfront edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (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 Ausnoa ry: 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. SovacE: 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 (wafers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. I I I Li I I I 7 I I I I I I I I I 218 I Occupational Safety anrHealth Admin., Labor • § 1926.650 I I I E1 I I I I I I 11 I n I I J 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 registerqd 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 - 219 § 1926.651 • - 29 CFR Ch. `II (7-1-92 Edition) cavation is secured against caving -in o movement by rock bolts or by another 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 bat 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 - r stallations, such as sewer, telephone, fuel, electric, water lines, or any other underground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to es- tablish the location of the utility un- derground installations prior to the 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. (b) 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. (iii)- 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 1 ii 1 I I I LIB I [1 I I 220 I IOccupational Safetytd Health Admin., Labor • § 1926.651 I I I I I I I I I I I I C1 I I I tached in a manner to prevent trip- ping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Employees exposed to public vehicular traffic shallbe . provided.,with, and. shall wear, warning vests or other suit- able garments marked with or made of reflectorized or high -visibility materi- al. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling materials. Operators may remain in the cabs of vehicles being loaded or unloaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the operator during loading and unloading operations. (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to approach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the ex- cavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres —(1) Testing and controls. In addition to the requirements set forth in subparts D and E of this part (29 CPR 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 C 29 CFR Ch.•il (7-1-92 Edition) i could Include special support or shiel systems to. protect from cave-i water removal to control the level o accumulating. water, or use of a safet harness and lifeline. (2) If water is controlled or prevent ed from accumulating by the use o water removal equipment, the wate removal equipment and operatio shall be monitored. by a competen person to ensure proper operation. (3) If excavation work interrupts the natural ' drainage -of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface. water. from •en- tering the excavation: and to provide adequate drainage of the area adja- cent to the excavation. Excavations subject to runoff from heavy rains will require an inspection by a competent person and compliance with para- graphs (h)(1) and (h)(2), of this sec- tion. (i) 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 underpinning 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 ns; t d- to protect employees from the possible collapse of such structures. f (j) Protection of employees from y loose rock or soiL (1) Adequate protec- tion shall be provided to protect em- ployees from loose rock or soil that f could pose a hazard by falling or roll- ing from an excavation face. Such pro- ntection shall consist of scaling to remove loose. material; installation of protective -barricades at intervals as necessary on the face to stop and con - taro falling material; or -other means that provide equivalent protection. '2): Employees shall be protected from: excavated,or. other materials or equipment that could pose a hazard by falling or rolling into excavations. Pro- tection shall be provided by placing 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. .. . - [I I I Li I Ii Lj I I H L 222 IOccupational Safety a•Health Admin., Labor • § 1926.652 I I I I I 7 I I I nfl Li fl I I b (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)(f) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) —Determination of slopes and configurations using Ap- pendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall, be determined in accordance with the conditions and requirements set forth in appendices A and B to this subpart. (3) Option (3) —Designs using other tabulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tabu- lated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and. configuration of slopes deter- mined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct- selection of a protective system from the data. (iii) At least one copy of the tabulat- ed data which identifies the registered • professional engineer who approved the data, shall be maintained at the jobsite during construction of the pro- tective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a regis- tered professional engineer. (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. (iii) At least one copy of the design shall be maintained at the Jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon request. (c) Design of support systems, shield systems, and other protective systems. I 223 § 7926:652 . : 29 CFR-Ch, *ft47-1-92:Edifion) I Designs'.Of support systems shield sys- tems, • and .other protective systems shall be. selected -and• constructed by the-empigyer:br his designee: and shall be -lit 'accordance with the require- ments .of .paragraph (c)(1); or, in the alteraat4ue,* paragraph (c)(2); or,.in',the alternative, paragraph (c)(3); or, in the alternativeparagraph (e)(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. be 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) Identification of the limits of:use .of:the data; :(C) .Explanatory information as -may ' be•-necessaryto aid.the•iiser yin making "aa :correct selection 'of :a protee'tive, system from the data. . (iii) Ai least orie.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 -of.. 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'equipmentused 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 C1 I I I' I I I I I I LI [1 224 I IOccupational Safetyd Health Admin., Labor • Subpt. P, App. A I I I I I .1 I I I Ii P I I I 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 (1) Members of sup- port systems shall be securely connect- ed together to prevent sliding, falling, kickouts, or other predictable failure. (ii) Support systems shall be In- stalled and removed in a manner that protects employees from cave-ins; structural collapses, or from being struck by members of the support system. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members. were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the sup- port system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slowly so as to note any indication of possible failure of the remaining mem- bers of the structure or possible cave- in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support systems from excavations. (2) Additional requirements for sup- port systems for trench excavations. (i) Excavation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of .a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and there are no indica- tions while the trench is open of a pos- sible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Employees shall not be permitted to work on the faces of sloped or benched excavations at levels above other em- ployees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems (1) General (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 § 1926.652(b)(2) as a method of protection for employees from cave -Ins. This appendix also applies when timber shoring for excavations is designed as a method of protection from cave-ins in ac- cordance with appendix C to subpart P of part 1926, and when aluminum hydraulic shoring is designed in accordance with ap- pendix D. This Appendix also applies if other protective systems are designed and selected for use from data prepared in ac- cordance with the requirements set forth in § 1926.652(c), and the use of the data is I 225 Subpt. P, App. A � - 29 CFR Ch. *11 (7-1-92 Edition) I predicated on the use of the soil classifica-' Lion 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 O2488; The'Unifled 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 exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are. considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohesive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume change. 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. 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: (1) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping: or (iv) Submerged rock that is not stable, or (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical •(4H:1V) or steeper. I I I I rI L I I I I I I 226 I IOccupational Safety dO Health Admin., Labor Subpt. P, App. A I I I I I I I I I I I I Ir Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by laboratory testing, or estimated in the field using a pocket penetrometer, by thumb pen- etration tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive materi- al will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those cohesive properties when wet. (c) Requirements —(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A. Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix... (2) Basis of classification. The classifica- tion of the deposits shall be made based on the results of at least one visual and at least one manual analysis. Such analyses shall be conducted by a competent person using tests described in paragraph (d) below, or in other recognized methods of soil classifica- tion and testing such as those adopted by the America Society for Testing Materials, or the U.S. Department of Agriculture tex- tural classification system - (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being ac^eptable in paragraph (d) of this appendix, shall be designed and con- ducted to provide sufficient quantitative and qualitative information as may be nec- essary to identify properly the properties, factors, and conditions affecting the classifi- cation of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with Its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a deposit, the properties, factors, or condi- tions affecting Its classification -change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests. — (1) Visual tests. Visual analysis is conducted to determine qualitative information regard- ing the excavation site in general, the soil adjacent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated mate- rial. (I) Observe samples 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 spalls 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 Vs -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 Vs -Inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it Is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up. with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (Iii) Thumb penetration. The thumb pene- tration test can be used to estimate the un- confined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488 —"Standard Recommend- ed Practice for Description of Soils (Visual — U 227 Subpt. P, App: B • 29 CFR Ch. (7-1-92 Edition) 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 tsf can 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 ml- minum the effects of exposure to drying in- fluences. If the excavation is later exposed to wetting influences Train, 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 donot pulverize easily, the ma- terial is 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 —fl) 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. (i) 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 ',4 horizontal to one vertical (%H: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. Occupational Safety& Health Admin., Labor • Subpt. P, App. B TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MA*i[MUM ALLOWABLE SLOPES(H:V)LAJ FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (90` TYPE A [2] 3/4:1 (53� TYPE B 1:1 (45°) TYPE C 11:1 (34°) 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 chat"are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:IV (53'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 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 31:l. 1 I I I 229 Subpt. P. App. B • 29 CFR Ch.Sll (7-1-92 Edition) 20' Max. 3/4 . SIMPLE SLOPE -GENERAL xception: 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 5:1. S.c. 12' Max. 1/2 SIMPLE SLOPE -SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of ' to 1 and maximum bench dimensions as follows: 230 I I 1 1 1 Occupational Safety •1 Health Admin., Labor SIMPLE BENCH Subpt. P, App. B r 20' Max. ' 1 S' Max. / 3/4 4' Max. / MULTIPLE BENCH 3. Ali excavations 8 feet or less in depth which have unsupported vertically sided lower portions shall have a maximum verticalside of 355 feet. 3A' Max. UNSUPPORTED VERTICALLY SIDED LOWER PORTION-MAXIMIIM 8 FEET ni 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 355 feet. 231 Subpt. P, App. B 29 CFR Ch. 011(7-1-92 Edition) UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which havevertically 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. 3/4 8... 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: I [I L I I I I I I I I I 232 Occupational Safety 0 Health Admin., Labor • Subpt. P, App. B This bench allowed in cohesive soil only. �— 1 20' Max 4' Max. i SINGLE BENCH This bench allowed in cohesive soil only i i 20' Max. �, 'a, !ax. i 4Max. MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support. or shield system .\. rt R �.l 20' Max. 1 8" Min. Total height of vertical side 233 Subpt. P, App. B • 29 CFR Ch.•'ll (7-142 Edition) VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). B-1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 15:1. 20' Max. � '^ l½ 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 154:1. 20' Max. Support or shield system I E''� 18" Min. Total height of vertical side 234 Occupational Safety A Health Admin., Labor • Subpt. P, App. B VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the othei uptions permitted in 4 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. B OVER A C OVER A i B / i 1 C OVER 3 235 Subpt. P, App. C � 29 CFR ChSII (7-1-92 Edition) A OVER S it A OVER C 1½ C � 1 B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). APPENDIX C TO SUBPART P -TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains infor- mation that can be used timber shoring is provided as a method of protection from cave-ins in trenches that do not exceed 20 feet (6.1 in) 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 7 IOccupctional sa}ety.d°Heaith Admin., Labor • Subpt.t, App, C L I I U I Li [1 [1 [] J H I L paragraph (g) of the appendix. Each table presents the minimum sizes of timber mem- bers to use In a shoring system,and each table -contains .data'only for the particular -solj,.type In which the. excavation Lor -portion of the excavation Is made. The data are ar- ranged to allow the user the flexibility ;3o select from 'among several acceptable con- figlii-aiions -of members based on 'varying the horizontal spacing of the crossbraces. Stable rock Is*exempt from shoring require- ments and therefore, to data`are4}resented 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) Informationillustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Tables C-1.1 through C-1.3 and Tables C- 2.1 through C-2.3 are presented In para- graph (g) of this Appendix. (d) Basis and limitations of the data. —(1) Dimensions of timber members. (i)The sizes of the timber members listed in Tables C- 1.1 through C-1.3 are taken from the Na- tional Bureau of Standards (NBS) report, "Recommended Technical Provisions for Construction Practice in Shoring and Slop- ing of Trenches and Excavations." In addi- tion, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by existing codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal dimensions of the timber. Employers want= Ing to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under § 1926.652(c)(3),- and are re- ferred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (I) It is not Intended that the timber shoring specifica- tion apply to every situation that may be experienced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be designed as specified in § 1926.652(c). (ii) When any of the following conditions are present, the members specified in the tables are not considered adequate. Either an alternate timber shoring system must be designed or another type of protective system designed in accordance with § 1926.652. '(A) When loads imposed by structures or by -stored material adjacent to the trench 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 :.trom'the,edge of :the -trench equal to the depth of the -trench. • (B). When vertical loads imposed_ -on cross braces exceed a 240 -pound gravity Ioad tributed on a one -foot section of the centei of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped.portion.is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shoring system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are spec- ified for use In different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be in- stalled and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal'spacing of crossbracing is avail- able, the horizontal spacing of the cross - braces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and ver- tical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spacing of the uprights can be read from the appropriate table. (f) Examples to Illustrate the Use of Tables C-1.1 through C-1.3. (1) Example 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 Space 4x4 crossbraces at six feet horizon- tally and four feet vertically. Wales are not required. I 237 1 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 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 2x6 uprights at five feet horizontal- ly. Arrangement#4 Space 6x6 crossbraces at 12 feet horizon- tally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 uprights at six feet horizon- tally. - (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. Prom Table C-1.2 three acceptable arrangements of members are listed. Arrangement #1 Space 6 x 6 crossbraces at six feet horizon- tally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet horizontal- ly. Arrangement#2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x 10 wales at five feet vertically. Space 2x6 6 uprights at two feet horizontal- ly. Arrangement #3 Space 8x8 crossbraces at 10 feet horizon- tally and five feet vertically. Space 10x 12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13.feet deep and five feet wide. From Table C-1.3 two acceptable arrange- 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 CFR Ch. 011 (7-1-92 Edition) Arrangement #2 Space 8x 10 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 8x10 crossbracei at six feet hori- zontally and:five feet.vertically.. Space 12 x 12 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 mudsills are used, the vertical distance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the ver- tical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. I I I I r H H uI 1 I ,VI I I I I I 238 Occupational Safety .I Health Admin., Labor • Subpt. P, App. C t N H d Ol W L £ W L U L o J a N W u •- W N m 1- N r 6 r N I £ I - U r W -n J £ x O Q X N N —n O x a a x c'J C. H J Q o \n - x x N N N ==W W W W N O ,n K Q N • ,_cH b Q r O C..-. 'ri- La-LU W V W I W Q W I I V I C CV v dLi Cr ?per I I I Q © v.vO O x0 )c y\ m % Z 1 a U) C O b O O C C ¢ - r •Z)- r W wC IWi v eC C v C. C.v e v C v H O L� H IO \OIn In tO In CC O O O C O N Ji b )C .n X \n X In X In K \C X ,n K ,O K In X fC O _ F W WC-. N In IO In O V• Jt X X K )f JC 'C X 'C In In to In to to to to In to W S O CL) z 1- m IO to C IO In IO IO IO b IO C O x x >Cx x x x )c )C 'C K ? e c .o v to IO to to C H W O 0 C. P IO. C to tO to to C O L� S IO d K X X )C )C % )C X X X = J V < O C.. IC to In Inpp O_ S C < IC IO < b to IO IO x x x x x x x x 'C X Lv C W C7 n NZ,- O O O O O O 0 O C U W to 0 (O O N IO 0 O Q W d_ 0. O_ 1 D O_ C. n. n. n. N. W d v '+ d L In 0 0 = _ N x x-- - W CJ I- O. O Z W IO O O O O U, W O W W W F- .r r 1--• r O O F- 3 N O C W - ... N -0 • ---a I • • 239 Subpf. P, App. C S .29 CFR Ch/ll (7-1-92 Edition) U N U N a z Z • s 0i a x 14r, W w x N .N e N m • a m J < 3 O r. % 0 4 0 Z F % % Z e00 -x. . i W•O Oa a -. '0 'O X • enenO '0 X 0. O S N n w Co C N U Ftz-t F CU W W< W v1 in h r h h h n h N u ++ W w 0. 4 maw N v u u TI L N a C v ' W M d 6 3 Wes. z N+ N v Co N O - m O - a Co O - O - O O - m N ... a N . N W A ..1 O>. N Z • 1 -1ca 00 8 - H U r + W S S t1 < [at J y v N h - h In N Ill W £J00 N G a I X ' f+ Z O 1- t ti 'O X 0 Co X 'O Co X 'O Co X 'O Co X m Co mX O mX O 0 d C Y a y H I G L O F N - t. '0 X '0 X b X '0 >C 'O X m >4 X m k m O X m O O N 0. r :+: [ca • �.a 0 b s M U N L Z W W O Z u C O a G J b >4 b >4 >4 >C '0 X m X m W W V U CC K O '-40 3 W C O W a N O F CO to 5 U m N M p P d d fi 0 a F 'O = '0 O '0 '0 X 'O 'O 'X0 m ''0 m ''0 m c00 O .'. - m a 3 01 'O X v 'O X N '0 x b '0 '0 m '0 m '0 '0 m X m O r X m — O d J N U o u W NZ F CU W O< w Q0.'' N0 O Fe w O F 0. J O F O 0. J 0 01. 0 N O H 'o 0. J O F m 0. J O F 0. J ..+ 0 10i N O N Z O F 'o 0. J O F m 0. O F O w .. 41 a 0 N Z F Z W CO %% b w X C W W n W O 01-. w w 'n O F O ... O — O F to r to - H O W O 0 Occupational Safety c* Health Admin., Labor • Subpt. P, App. C V z . V N O. Y N u a < 2 F Y 2 u N N N a S S W V W .-. W W a a W m 0< s • v Y x W O N m • r Cl, m 0 F M • X, O.) X x_ M 'C. [Z�i u xC N N N N• N n O O M V a J x .. N W F Fr 1. e v O aV C Y N N r1 h N Y W U >a W J a in'- m w N mu W'— z W Y m 2 N ~ x W - m M ^ X r x - X r x -. r J u m F 0. in m O N O x N N O x N V Z u V — F.. F. c c E >O' 4 $ N L U < m k 0 a O O O V O- m --. _ c M z m y. x x >c x -. O 9 m p m O C m Y J O_ —' U u W a c N m MO O O Y O. W N m m cp ,,,, _ W0. x X x x X X x x V N .... 0 m m m m m t 2 V W u .d V< S J F < = OW. W F O O O W m m y x x x x x 'r L W W .D m m m x c o ] N Y ._S .+ °". .+ m O N O F.O O O F V % m ti� % x - x F 0 .O m m C m m O vc .. Y E o o v m m m ate+ y X x X _ x x•'C M 0 ' m m m m Y m u 00 V .-. 'Si FC . FC=), m O Y Yy P L 6 Y O Y x x g yo Z J O CZ O L Y Y O 00 W N z 0 N N Z N Z N • S WN O O a a N NO O a o a W F _. E. .. .. F N W O F v > N O 241 Subpf. P, App. C • 29 CFR Ch.OII (7-1-92 Edition) U 0 X o V a N 0 O [ai .O K b z v v v X v O N M N El 0E. F x s w 'a N X V v a m o a 3 N X V a - N^ w w 6 0 0 . F Q ON 'a- b .o '0 o 3 W � n fl O it "' U rXi en S U w L — O a U = 'Zr'O 9 S C N o X 0 O0' O 0 act, U P 0' w wQ ZY ZW V V ZW v v v - v L V >a a a a U _ N Y a W y a J W w. '0 V H N N 1.1- . O_ O F 0 O 0 OP m c0 O Q N L J N 241 Z X X Z u1 X X X _ _ N_ C F W a a c m m a .c m 0 m X .: m X X m m u ti = 6 U N z co -.c V C U VS Ca E 4-'w 6 W v v V V J' v V Y v v .: y� _ m en'-' h u 1 X N oc 0., U N .: m .o .o 'a .O o ' > G O • Z N N X X X X X X V >4 ti Y d b '0 '0 'a 'a J• '• J O • b '0 'a w a O N ' J N a H F c a N w (O J b 'a 'a 'a '0 '0 ` > U CI Ca. X X X X X X x X X X X � X X h.0_ v v '0 b '0 'O '0 '0 �: '0:.I> .o z v' .c > a Ca hi 3 J a w F U F v v >O •D .T >O >O a X X X X X X X >4 .: .0 .e .O C U .T V .T 'O X X X X X C �t 'U vJ 'O b 'C U'—. w N F - O m ] Co E M > d H F a O F J v '0 'U .1 '.G .O .U' •+ Y y U m X X X X X X X a 4 . t v v .0 X .O b > U' 1 -It E p v -4 Y 3O O F V .t '.O 'O .f 'G '.p 'O '.O 'O 'D 'O d v X X X X X X X X X X X X Y .1 V -T .1 .T '.O '0'.0 'a 'a 'ay Y W J L IOU N Z F F F O O O O O O O O 0 '� Q 4 '' i. N F F HE-. F F F F O W F j C U 0 6 w N (N `U TJ O N '.O W O U 4 xaa a a a — -• N — w W OS N v J > > a. j a a a a CO _ _ # i[ - X,-' F OF. O Li) n o 0 0 0 i 0Lao 14 a s F - - F - .-. F N F v O 242 Occupational Safety 9l Health Admin., Labor . Subpt. P, App. C •Z N V X a. a h ' m z x o N H O F S W n m a0 W X X X W W t1 .1 a ..1 ai a N X O O < n v v v S w 0 W x v 0.0 Cl) Y O .O .O .O .a - �a �O I- °Y° U x x x x x x oo J La m U R (.. II V V �T flu x C t taiU t O u0 r JSd y F Z C V o y W W< In V1 V1 N Vl N y y N L Y > d L u a (/) a u W (U = L u w N W N i r N �.. O H x co o m r r u o N F 6 Z V m a0 (O O O C O N C 41 r r d N i N r r r L O • ^ V U U V r a. F.Z. w W J. II, M y 6' O W in V� V. U, V. N N vl in 6 O >a.— uL < X Z y N u F I < m '^ F U .i %1 .n m .o x x x d. .Z. .f . -. X X X X x X y aJ y 9 :J , n O .o .o C C C C m mx C c u O_ Cli HO V1 a = x 0 W N .O .O U y W d r x X x a) m C y o.) >4 q Z m b b 'O .O C C .O C W w W Z O J W O F V F a' Z O u Y W a. .O .a x .a W C m a F .xi C C d C C W b m —o S r W O > O 0i- F U' Cu .O .O �O C0 a) Cm O 0 F- DC x x x x x v n C 'a a v '0 -.o C DC C 016 41 I Y e F o L J .O b 'O tO C C Y Y W 0 m r Y J V V .a 0 '0 .G .0 m W J u N U NZ �+ O O O F O O r 0 O W ' .: F F F r f., H O r F r �... -�-'F O CO O <fwil C m O .O C O VU b m O N Z J c •x a. 4. o_. a. a_ 4,0 a. a. 01 u w G i a. 410 Cd yv y0 .J 0 yZ 0 J 0 Car Cl) • s t 1 SS—. p 0 W W in O O O F - y F N >r. F r r 1 I I 243 Subpt. P, App. C 29 CFR Ch.fll (7-1-92 Edition) n, ca z U 0 H Ce H HOE. O F C, �W V Cu W I'. L C 6 O a S y b d m 7S( 'nat en 1x # G S U en .T v a .Z F H F a U W It. N in in u1 N >cC w •1"1 C','- 0t O N N r r .,Hjl m O O O N o r .-. r U Z F Cf r H W r U W 4, ✓1 V1 ./1 N Jl y, N X m m r a m X m m x 0^ 'C y m m x x x x x x '0 m m m m m '0 m m m x m x .o .o .xc Co m N O " O a o m x x X X- p0 .D .0 .0 .0 m m C 3 O Es x O m m Ip .x 0 .x0 .x0 .x0 x m r . n Z F H H H r H H, O Cu H O ^ ^ (.y TZOOMOV;2CE a o Cu C y i Z n 01-4 0 - Cs. Z W Cu O O O O Vl V1 a oCij0 Y 1 F .-� ,,,. V N > N . . I. 244 `.Occupational:Saf0and.Health Admin.,Labor • . Subpt.°p,:App:.D pacity of not less than 30,000 pounds skim APpmIB D TO SUBPART P-ALuwxm**�f compressive load at- extensions as recom- .HYDRAULIC SHORr27c FOR TRENCHES mended by product manufacturer. -(a) Scaye:'This appendix contains Infor- (3) Limitation of application. ' oration that can be used when aiuminurn (i) It is not intended that the aluminum -hydraulic shoring is provided as..a method t gn thatlic m;Lyspecexperienced apply to every sield. cf 'protection : against -cave-ins to trenches •Th that a be experienced In the held. -that, do pot exceed 20 feet (6.1m) In depth.- Thjse .data that are t e Cn'apply' CQ ;he ' This appendix must ' be used when design of encediI situations currentare ;most• commonly expert- • the aluminum hydraulic protective system =enced in In s1t ingpractice. Shoring' cannot be performed In accordance with systems for use In situations that are not 1926.652(cH2). covered by the .data in this appendix must I; (b) Soil :Classification. In order .to use be otherwise designed as specified in data presented in this appendix, the soil 4 1926.652(c). type or -types in which the excavation is eii). When any of the following conditions are present, the members specified made must first be determined using the fied In the. 'n soil classification method set forth in appen- Tables are not considered adequate. In this dix A of subpart P of part 1926: case, an alternative aluminum hydraulic Cc) Presentation of Information. Informs- shoring system or other type of protective ' tion is presented in several forms as follows: system must be designed in accordance with (1) Information is presented in tabular 41926.652. form in Tables D-1.1, D-1.2, D-1.3 and E. (A) When vertical loads imposed on cross 1.4. Each table presents the maximum verti.- braces exceed a 100 Pound gravity load dis- ' cal and horizontal spacings that may be tributed on a one foot section of the center used with various aluminum member sizes of the hydraulic cylinder. and various hydraulic cylinder sizes. Each (B) When surcharge loads are present table contains data only for the particular from equipment weighing in excess of 'soil type in which the excavation or portion 20,000 pounds, of the excavation is made. Tables D-1.1 and (C) When only the lower portion or a D-1.2 are for vertical shores In Types A and trench is shored and the remaining portion B soil. Tables D-1.3 and D1.4 are for hori- of the trench is sloped or benched unless: zontal waler systems in Types B and C soil. The sloped portion is sloped at an angle less (2) Information concerning the basis of steep than three horizontal to one vertical: the tabular data and the limitations of the or the members are selected from the tables data is presented In paragraph (d) of this for use at a depth which is determined from appendix, the top of the overall trench, and not from • (3) Information explaining the use of the the toe of the sloped portion, tabular data is presented in paragraph (e) of (e) Use of Tables D-1.1, D-1.2, D-1.3 and ' this appendix. D -1A. The members of the shoring system (4) Information illustrating the use of the that are to be selected using this informa- tabular data is presented In paragraph (f) of tion are the hydraulic cylinders, and either this appendix, the vertical shores or the horizontal wales. (5) Miscellaneous notations (footnotes) re- When a waler system is used the vertical ' garding Table D-1.1 through D-1.4 are pre- timber sheeting to be used Is also selected sented In paragraph (g) of this appendix, from these tables. The Tables D-1.1 and D- (6) Figures, illustrating typical installa- 1.2 for vertical shores are used in Type A ' tions of hydraulic shoring, are included Just and B soils that do not require sheeting. prior to the Tables. The illustrations page is Type B soils that may require sheeting, and entitled "Aluminum Hydraulic Shoring-, Type C soils that always require sheeting Typical Installations." are found in the horizontal wale Tables D. (d) Basis and limitations of the data. 1.3 and D-1.4. The soil type must first be de - (1) Vertical shore rails and horizontal termined in accordance with the soil classift- wales are those that meet the Section Mod- cation system described in appendix A to ulus requirements in the D-1 Tables. Alumi- subpart P of part 1926. Using the 6. appropri- ' nunm material Is 6061-Tor material of ate table, the selection of the size and spac- equivalent strength and properties. ing of the members is made. The selection Is (2) Hydraulic cylinders specifications. (i) based on the depth and width of the trench 2 -inch cylinders shall be a minimum 2 -inch where the members are to be Installed. In ' inside diameter with a minimum safe work- these tables the vertical spacing is held con- Ing capacity of no less than 18,000 pounds stant at four feet on center. The tables axial compressive load at maximum exten- show the maximum horizontal spacing of sion. Maximum extension is to include full cylinders allowed for each size of wale In ' range of cylinder extensions as recommend- the waler system tables, and in the vertical ed by product manufaturer. shore tables, the hydraulic cylinder horizon. (II) 3 -inch cylinders shall be a minimum 3- tal spacing is the same as the vertical shore inch inside diameter with a safe working ca- spacing. ' 245 Subpt. P, App. D • 29 CFR Ch. ' II (7-1-92 Edition) ' Cl) 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 is.Type B soil that does not require sheeting, but does experi- ence some minor raveling of the trench face. The trench is 16'feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special overs- leeves as designated by footnote #2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. verti- cally, plywood (per footnote (g)(7) to the D- 1 Table) should be used behind the shores. (See Figures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in previous- ly disturbed Type B soil, with characteris- tics of a Type C soil, and will require sheet- ing. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cyl- inders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3X12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section. modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typicalinstallation.) (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 structuralsteel 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 maximum extension. Maxi- mum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Maxi- mum' extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured center to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member; but only for prevention of local raveling (sloughing of the trench face) be- tween shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. I I ill I 11 I I I 1 I 246 , Occupational Safety•d Health Admin., Labor S Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. I Vu,� Manna. FIGURE NO. 2 MYdUUi L.OAJAI VERICAL ALLJf4Y IWT RMACIC MiOAALVC R'UN4 M'M PIYwOCO) 110* M ORIZONTAL SPACING SPACINO I /ALL/ VERTICAL RAIL RTDRAULIC C TLIM0E2 1A" MAX VERTICAL SPACING ♦' MAX.I zI MAX. 2' M FIGURE NO. 3 YEATC.LL A&Wa d w YOAAIAL Ii.WJ.O +4 IRGCA101 L\ ,LO VERTICAL SPACING A' MAX. YL 2' MAX. VERTICAL RAIL 1 10• NYORAULIC CTLINOEE # Puvoao U e VERTICAL SPACING V AMAX. ''-.J 2' MAX. FIGURE NO. 4 ALLY*o ATORAIAC JI AFO MALSA JYJTC" ITYruQ / KORIZONTAL SPACING 'ERTICAL RAIL 2' MAX. HYDRAULIC CYLINDER VERTICAL SPACING t � UARIGNT SHEETIMO HYDRAULIC CYLLMOER 311-112 O-92 q 247 Subpt. P, App. D is ca z O �ucc� A Q�nF cn 29 CFR Ch.oll (7-1-92 Edition) a Ewe --- ow ≥o M ¢ O p LU u a a -. w CO v " a a0 z� > O O Q z 0 a I^ U 0 z W N ¢ -a a U N =¢z - o - Q w ° =FZ ;-, W X►¢ OU V m 0o N tv Co Oo N wz w� w O '"OW Ora^ 0 O 248 m E N y '- v 0 W E E L V .Vn N . W 000. a.x x v'v n &) e - vu o u u Y ti ti o v v C U U gz zo Occupational Safety alid Health Admin., Labor • Subpt. P, App. D 0. WO z� > N Q O 0 Ei U n CO zC�UF I-. > F N ? O O O A z o O u z 3 0 1 X (L T p VI x x U U ro w n Wn a z - C- ,,UCd z NQ Q x a a A __ o U q U - I- - F C C C O Q z ^ zr> O U U F c •' v '!3 . F `>I O z T F ^ u r C) F kn c _. W x O U W oo .o vi — E E <;2 Q L u u cn Q Q CC Q C G U U H d d u d p � Q Q U F n O w O w O 0 u u Flt.z W W Fo W oFvi W -,l-•c CK �rov� ......... 0a > ^a-' >>-a- >O^c,N > o O.+ N v O C v C '- too p O o e-zz i • Subpt. P, App. D ...29 CFR Ch. XVII (7-1-92 Edition) {" Z N < en en pppa,, h Cl N �Z I en oo i I N x I" Q up1' z z z z z z z z z OJ L en en en m ewe M M er. en - T Q UO N z 0.0 C O O `. h 0 O > 2a W W K K C u V Z N W N N N N _ Z = z Z zr_ z z.L: z .z zj z 2 i z O J Q N O N Q enCI Q en en N O N: t+`. K o v W ? uS z z z z yy m U Fes„ x V e+f U W < L U C G C C O C v. t a < Q< A ad '6_ >- 0 z r c Z Z Z z z z z _z z X N N t". N tr. c-. N M U — c L ❑ o ^ 1 Z v _ _ Z V L . .0 - Ii In V In o a Vi 0 Q J .. = y j C r U Z P• C _ _ U >yl `..' CG x x I.�_. 1 C C C C r co.E o. c < Q U F nt 0 a' O K O N = u u W a r p W r. E-• p C a h H .. O J L'] > I- — > _ ^ N � p z- O O 0 0 > H C 9 u 0 U U Q 5 5 V L z z w f 250 Occupational Safety and Health Admin., Labor • Subpt. P, App. D U< M r Ri0_ N = O N N N r F n M M � as ^ z z z z z z z z z 'U CI N a Z O 'en C O Vi O h O vt 'p 'a a K 'en GG en N >=ti 3 a� u c z z x O Z Z (tJ Z (tvj Z Z {J.1 z Z Z {:� z z K >" V F- J N QF N M N M M N O M M % m z a US z z z z N u s u v a o v, o vie O G ' O O .o o o r oo Ni v: .c m m 3 o z z z z z z z z z N W J N ry N'. N M M N F N'. p 3 O r_ ao Z H U o c ^ G U " c -- O �'+ C C 'In O Vi C c .G .o C Q �/i oo ri r.G - Q Oa — z V -- z _. ri r — — ri r v o - N.. .. N VO .... _. N r. r. O U v '3v0 C h �` c v v Z C` Ci W d' v C C C C Z E V d r+ r �pp > N U F G' O G' O C 0 N '' u u (o N N C OOO ZZ. 0 I r I :251. Subpt. P; App. E 29 CFR Ch. 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 CL� 0 O O O O Figure 2. Pneumatic/hydraulic Shoring 252 Occupational SafetySd Health Admin., Labor • Subpt. P, App. E 1 Figure 3. Trench.Jacks (Screw Jacks) ___-L Figure 4. Trench Shields U ' 253 Subpt. P, App. F • 29 CFR Ch. 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 1 1926.652 (b) and (c). Is the excavation more than 5 feet in depth? Is there potential for cave-in? Slo ing selecte Is the excavation entirely in stable rock? Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Shoring or shielding selected. Co to Figure 2 . Go to Figure 3 FIGURE 1- PRELIMINARY DECISIONS - 254 Occupational Safety'd Health Admin., Labor • Subpt. P, App. F ' Sicping cciccted as the method of protection 1 I Will soil classification be made in accordance with ,1926.652 (b)? YES I NO Excavation icust comply.-witfi - - Excavations must comply ' one of the following three with51926.652 (b)'1) which options: requires a slope of 1½H:lV (34'). Option 1: ' ,1926.652 (b)(2) which requires Appendices A and 3 to be followed I Option 2: 1926.652 (b)(3) which requires other tabulated ' data (see definition) to be followed. FIGURE 2. - SLOPING OPTIONS •' Option 3: 1926.652 (b)(4) which requires the excavation' to be designed by a registered professional engineer. 1 1 255 Subpt. P, App. F 1 29 CFR Ch. XVII (7-1-92 Edition) Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the, following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §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 I • . Section 02220 EXCAVATION AND EMBANKMENT ' Part 1 - GENERAL 1.1 SECTION INCLUDES A. Excavation, construction of embankments, and disposal or compaction of all material that is encountered within the limits of the Work. B. Earthwork required for construction of pipelines and appurtenances, including excavation, backfilling, ' and compaction of backfill above embedment around pipes and appurtenances. 1.2 RELATED SECTIONS A. Measurement and payment for work under this section is specified in Section 01025. B. Clearing, grubbing, and scalping are covered in Section 02100- Site Preparation. ' C. Excavation Safety is covered in Section 02161 - Excavation Safety. ID. Roadbed preparation and base course placement are covered in Section 02230 - Granular Base Course. E. Erosion control procedures are covered in Section 02270 - Erosion Control. F. Pipelaying is covered in Section 02600 - Pipe Laying. Iii REFERENCES A. AASHTO T 99, "The Moisture -Density Relations of Soils Using a 5.5 -lb Rammer and a 12 -in. Drop". B. AASHTO T 180, "The Moisture -Density Relations of Soils Using a 10 -lb Rammer and an 18 -in. Drop". C. AASHTO T 191, "Density of Soil In -Place by the Sand -Cone Method". D. AASHTO T 224, "Correction for Coarse Particles in the Soil Compaction Test". 1 E. AASHTO T 238, "Density of Soil and Soil -Aggregate In -Place by Nuclear Methods". 1.4 QUALITY ASSURANCE A. All excavation, embankment, and trenching work shall be accomplished by workers skilled and experienced in this kind of work. Equipment used shall be of a size and design suitable to accomplish the construction required. B. Quality control testing shall conform to the requirements of this section and section 01410. I ri Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02220-1 i • 1.5 SEQUENCING AND SCHEDULING ' A. Sequence and schedule work to avoid double handling of materials. Prepare embankment areas to receive fill prior to beginning excavation of materials that will be used in embankments, so that the material can be immediately used to construct embankments. Part 2 -PRODUCTS ' 2.1 CLASSES OF EXCAVATION A. Common Excavation: all excavation not included as rock excavation or excavation not otherwise classified. Removing of existing asphalt pavement necessary for constructing new pavement connections is considered demolition. I B. Rock Excavation: igneous, metamorphic, and sedimentary rock that cannot be excavated without blasting or the use of rippers, and all boulders or other detached stones each having a volume of %z cy or more. C. Unclassified Excavation: the excavation and disposal of all materials of whatever character encountered in the.work. D. Unsuitable Excavation: material excavated from cut areas that cannot be utilized on any part of the project due to the poor qualities of the material and must be hauled off -site, and materials that cannot be stabilized in place through normal drying and compactive efforts when satisfactory weather and ground conditions exist. E. Trench Excavation: is excavation required to construct a trench for utility or storm sewer piping. Trench excavation is incidental to pipelaying. Part 3 -EXECUTION 3.1 PREPARATION I A. Prepare areas to be excavated or where embankment is to be constructed in accordance with Section 02100. 3.2 EXAMINATION DURING CONSTRUCTION 1 A. As excavation, embankment, and trenching work proceeds, examine the work area for evidence of prehistoric people's dwelling sites or artifacts of historical or archeological significance. If any of these are encountered, suspend construction in the affected area until Owner or Engineer contacts archeological authorities to determine the disposition thereof. 3.3 GENERAL CONSTRUCTION REQUIREMENTS 1 A. Excavation and embankments shall be finished to reasonably smooth and uniform surfaces according to the lines, grades, thicknesses and typical cross sections indicated on the Drawings. 1 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 , Engineering Division Page 02220-2 I • • ' B. Do not waste materials unless they are unsuitable for construction of embankments and they exceed the amount that can be spread on cut or embankment slopes. IC. Common excavation materials that are surplus to the needs of the project shall be stockpiled at locations indicated on the Drawings or as directed by Engineer. I. D. Complete site preparation work in accordance with Section 02100 and demolition work in accordance with Section 02050 prior to beginning excavation and embankment work. ' E. Conduct grading operations, as far as practicable, so that the most suitable soil is placed in the top layer of the embankment. Where both suitable and unsuitable materials are encountered in the same general excavation area, control grading to keep materials separated. F. Exercise care and discretion in locating and using haul lanes near trees to be preserved. Haul lanes near trees shall be approved by Engineer. 3.4 ROADWAY EXCAVATION A. Excavate cut areas to approximate subgrade elevations to reasonably smooth and uniform surfaces in accordance with the lines and grades indicated on the Drawings. B. Excavate rock to a minimum depth of 12 inches below subgrade elevation, not to exceed a maximum depth of 18 inches below subgrade elevation within the limits of the roadbed, including sidewalks, and the excavation backfilled with material designated on the Drawings. Take care that un-drained pockets shall not be left in the surface of the rock. C. Remove or stabilize, to the Engineer's satisfaction, rock on the cut face that is loose, hanging, or that creates a potentially dangerous situation during or upon completion of excavation in each lift. Ripping of the next lift will not be allowed until this work has been completed. D. Except in solid rock, trim all slopes to the slopes shown in the cross section drawings, and exercise care so that no material shall be loosened below the required slopes. Remove or cut roots, stumps, and other foreign matter in the sides of ditches or drainage outlets to conform to the slope, grade, and shape of the section shown. ' 3.5 EMBANKMENT CONSTRUCTION A. Embankment construction consists of constructing roadway embankments, including preparation of the ' areas upon which they are to be placed; construction of dikes within or outside the right-of-way placing and compacting approved material within roadway areas where unsuitable material has been removed; and placing and compacting embankment material in holes, pits, and other depressions within the roadway area. Use only approved materials in construction of embankments and backfills. B. Remove sod and vegetable matter from the surface upon which embankment is to be constructed in ' accordance with Section 02100. Completely break up cleared surface by plowing, scarifying, or discing to a minimum depth of 6 inches, and then reconrpact as specified in Paragraph 3.6.C. C. Whenever a compacted road surface containing asphalt or granular material lies within 3 feet of the subgrade, remove the old road surface to a depth of at least that shown on the typical section. Provide select material "hillside" under the proposed road limits and either "hillside" or acceptable common excavation (when available) in the slope areas and the areas behind the curb. ' Sang/Hollywood & 6' Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02220-3 D. Place roadway embankment material in parallel layers not exceeding 8 inches, loose measurement, over the full width of the embankment and compact as specified before the next layer is placed. Use effective spreading equipment on each lift to obtain uniform thickness prior to compacting. As compaction of each layer progresses, continuously level and manipulate material to assure uniform density. Add water or dry, if necessary, in order to obtain the required density. Route compaction equipment uniformly over the entire surface of each layer. E. When embankment is to be placed and compacted on hillsides, continuously bench slopes as the work is brought up in layers. Make benching of sufficient width to permit operations of placing and compacting equipment. Start each horizontal cut at the intersection of the original ground and the vertical sides of the previous cuts. Recompact material thus cut out. No additional payment will be made for this. I. F. When excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the thickness specified, place such material in the embankment in layers not exceeding in thickness the approximate size of larger rocks, up to 12 inches maximum Reduce size of rock or boulders too large to pert placing in 12 inch layers as necessary to permit this placement. The 12 inches of embankment immediately below finished subgrade may be placed in one layer with no rock exceeding 6 inches in its greatest dimension. Construct each layer so that rock.voids are substantially filled with rock fines and earth. Place and manipulate rock in uniform layers with rock fines or earth distributed throughout the layer. Do not end dump rock over the edges of the layer being constructed. Deposit rock on the layer being constructed and move the rock ahead so as to advance the layer with a mixture of rock fines and earth. G. Casting material directly into place with draglines, cableways, or other similar machines will not be I permitted. H. Control embankment construction so that partially constructed embankments remain stable at all times. Replace portions that have become displaced due to carelessness or negligent work, no extra payment will be made for such embankment repair. I. For those portions of embankments immediately adjacent to structures or which are for other reasons inaccessible to compaction equipment in use, construct with only suitable material in successive parallel layers of not more than 6 inches thickness, loose measurement. Uniformly mix each layer and compact to the requirement of the specific item by the use of mechanical equipment. Hand tamping will not be permitted. J. Construct embankments in sections of not less than 200 feet in length, or the full length of the embankment if less than 200 feet. 3.6 COMPACTION REQUIREMENTS A. Accomplish compaction by any satisfactory method or methods that will achieve the specified density. B. Maintain compaction equipment, tools, and machinery in good operating condition. I C. Compact each layer of embankment to 95 percent of maximum density at optimum moisture content per AASHTO T 99, Method A with correction for coarse particles retained on the #4 sieve not to exceed 10 percent by weight as determined by AASHTO T 224. If 11-30 percent is retained on the #4 sieve, compact to 95 percent of maximum density at optimum moisture content per AASHTO T 99, Method C using Note 7. Specified density of 90 percent with the same previous conditions is required immediately next to wingwalls and similar structures. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 , Engineering Division Page 02220-4 D. During compaction, maintain moisture content substantially at optimum throughout each layer. Maintain moisture content by adding and thoroughly mixing water or by aeration or other drying methods, as necessary. E. Maintain specified density of embankment layer prior to placing a subsequent layer. F. Construct embanlanent to grade over the full width in uniform layers parallel to the finished surface. G. Density requirements will not apply to portions of embankment constructed of material so rocky that it ' cannot be satisfactorily tested as specified. In such cases, determine extent of compaction effort by rolling based upon the amount of breakage and consolidation that can be accomplished. This can only be done with the direction of the Engineer. ' H. Roadbed Compaction 1. Excavate or fill to subgrade lines and grades indicated on the Drawings. ' 2. Loosen top 6 inches within full width of roadbed. 3. Adjust moisture content to bring substantially to optimum. 4. Compact as specified for embankment. 5. Reshape section as part of compaction effort to conform to typical section. 3.7 TRENCH EXCAVATION IA. General 1. Notify property residents 48 hours prior to beginning excavation on property. 2. Protect trees unless designated by Owner or Engineer for removal. ' a. Erect protective barricade around trees as approved by Engineer. b. Minimize pedestrian and vehicular traffic over root zone of trees to be saved. c. Use clear distance to tree equal to 1 foot for each 2 inches of tree diameter, measured 4 feet above highest ground surface at base of tree, or 2 feet, whichever is greater. 3. After tree protection barricades are installed, cut and remove unprotected natural growth from planned location of trench. Dispose of cleared material in compliance with applicable laws ' and regulations. 4. Where the existing ground cover contains grasses such as Bermuda, Zoysia, or other grasses not included in the prescribed seed mixture: cut, remove, and stockpile existing sod on the job site. After backfill of trench has settled, the sod shall be replaced to a condition equal to or better than that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, provide and install new ground cover of the existing type. ' 5. Excavate, with caution so that location of underground conduits and structures can be determined and protected 6. Excavate everytype of material encountered to the lines and elevations necessary to complete the project. 7. Relocate surface water before excavating and protect excavated trench from entrance of surface water. 8. Provide and install bracing and shoring necessary for safety of personnel, protection of work, and compliance with government agencies. B. Utilities II. Call "ARKANSAS ONE CALL" at 1-800-482-8998 two working days before starting excavation. 2. The location and/or elevation of existing utilities as shown on the Drawings is based on records of the various utility companies and, where possible, measurements taken in the field. ' Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Fngineering Division Page 02220-5 The information is not to be relied upon as being exact or complete. Call each utility owner at ' least 48 hours before any excavation to request exact field location of utilities. 3. Protect utilities encountered during excavation. 4. Do not interrupt service in utilities encountered during excavation without approval'of utility owner. 5. If utilities are damaged or utility service is interrupted by work under this section, utility owner • has the first right to repair. If public health or safety is at risk, take appropriate prudent action • to repair damage and service interruption. Costs of utility protection and repair shall be at no additional cost to Owner. 6. If existing utilities are found to interfere with the permanent facility being constructed, notify Engineer for resolution. 7. Do not proceed with permanent relocation of encountered utilities without written instructions from Engineer. C. Trench Depth ' 1. Excavate to the elevation necessary to provide the depth of bedding material under the barrel of the pipe, noted on the Drawings or in these specifications, while at the same time providing the minimum pipe cover. 2. Backfill over -excavation up to 2 feet with bedding material in 6 inch layers, and tamp to • achieve a bearing capacity equal to the adjacent undisturbed earth. Over -excavation greater than 2 feet will require excavation operations to stop until an engineered backfill is determined. D. Trench Width 1. Excavate to a width ample to permit pipe jointing, bedding placement, and compaction as specified. Specified width dimensions must be maintained from trench bottom to an elevation 12 inches above barrel of pipe. 2. For Water Line construction, minimum trench width shall be either 18 inches or the outside diameter of the pipe at the bell plus 12 inches. Maximum trench width shall be the outside diameter of the pipe plus 2 feet. E. Trench Length: Excavate to a maximum distance of 75 feet from the pipe jointing operation. Longer distances will be considered by Engineer when requested by the Contractor and conditions warrant. The Contractor is responsible for the proper restoration of open trenches damaged by the weather or by other means. If, because of such trench damage, a different type of pipe bedding system is required to provide proper pipe support, the extra expense of such. revised bedding shall be borne by the Contractor at no cost to the City. F. When rock is encountered, excavate to an elevation 9 inches below the pipe installation depth. G. Excavation In Unstable Soil: Where the planned bottom of trench is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, excavation shall stop until an engineered subgrade stabilization is determined. In general, excavation depth shall increase a minimum of 12 inches. H. Excavation In Wet Conditions I. Where the planned bottom of trench contains water or the trench bottom is soft from excess water, excavation depth shall increase a minimum of 6 inches. 2. 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 1 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02220-6 Li • 0 ' muddy, the Contractor shall remove all such soft material and replace it with bedding materials. Under no conditions shall pipe be laid in a trench that has not been properly dewatered. Remove water to an elevation below bottom edge of pipe joint or structure base. '• 3. Trench dewatering system shall discharge to natural drainage channel or storm sewer. Obtain permit for this discharge, if required. IL Excavation At Unforeseen Structure 1. Preserve unforeseen structures encountered in excavation. 2. Advise Engineer when unforeseen structure interferes with planned work. Engineer will determine if plan will change or if structure will be abandoned and removed. J. Unauthorized Excavation 1. Unauthorized excavation is removal of materials beyond specified elevations or dimensions, undertaken by Contractor without prior authorization by Engineer. 2. Unauthorized excavation and the hauling and placement of any fill material to create proper trench conditions will not result in extra payments to Contractor. K. Unsuitable and Excess Excavated Material: Dispose of excavated material not suitable for backfill and excess excavated material in compliance with applicable laws and regulations. • L Piping in embankment areas shall not be installed on top of the ground and then backfilled around the pipe. Instead, construct embankment to a minimum of 12 inches above the top of the pipe, and then a 'trench excavated in the compacted embankment. 3.8 TRENCH BACKFILLING AND COMPACTION 1 A. Backfilling shall closely follow pipe laying and shall be to within 5 feet of the end of the last pipe at the end of workday. B. Backfill around the pipe (pipe embedment) is specified section 02600. IC. Backfill where ground surface is not graveled or paved for vehicle or pedestrian use. 1. Initial backfill, for a depth of 18 inches above the pipe embedment shall be free of rock, organic material, man-made debris, and frozen lumps with a dimension greater than 6 inches ' measured in any direction. This also applies to excavated areas around valves, fittings, fire hydrants, and other appurtenances. 2. Backfill for the remainder of trench shall be free of rock, organic material, man-made debris ' and frozen lumps with a dimension greater than 8 inches measured in any direction. 3. In no case shall rock material from blasting operations be allowed in the trench. 4. Backfill above pipe embedment shall be mechanically compacted to a density at least equal to adjacent ground. Backfill trench settlement until Engineer determines additional backfill is not required. 5. Heavy compaction equipment shall not be used closer than 2 feet to the top of the pipe. 6. 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. 7. In open fields and other areas where deemed appropriate, the trench may be overfilled and allowed to settle prior to final surface replacement. Trenches may be flooded to promote settlement in areas where it is deemed appropriate. I Sang/Hollywood & 6 ° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02220-7 • • r D. Where ground surface is graveled for vehicle use or paved for pedestrian use only, backfill shall be as I specified in Paragraph 3.6.C except that all backfill above pipe embedment shall be placed in 8 inch layers loose measurement and compacted to 90 percent of standard proctor density. E. Where ground surface is paved for vehicle use, including streets, parking lots, future or planned streets, or driveways, place aggregate base course material (AHTD Class 7) above pipe embedment in 6 to 8 inch layers loose measurement and compact as specified in Paragraph 3.6.C. F. Backfill unstable trench bottom with AHTD Class 7 crushed aggregate, compacted to 95 percent of maximum proctor density, to bottom elevation of pipe embedment. G. Backfill wet condition trench bottom with crushed coarse aggregate that is typically used for concrete rock. It shall be reasonably well graded from coarse to fine and shall conform to the following grading requirements when tested in accordance with AASHTO T 27: Sieve Percent Passing 1-1/4" 100 ' 3/4" 35-75 3/8" 10-30 #4 0-5 3.9 FIELD QUALITY CONTROL A. Take in place density measurements as required to assure that compaction efforts are achieving the specified density. Determine in -place density by AASHTO. T 191 or T 238. B. One density test per crossing shall be required. Where the trench, runs parallel to the driving or paved surface one densitytest shall be required per 100 feet or portion thereof. An additional test will be made for each test failure at approximately 100 feet either side of failing test. ' C. If the result of any test shows that the required minimum density has not been obtained, corrective action shall be taken. Such corrective action may include, but is not limited to, additional compactve effort; scarifying, adjusting moisture content and recompacting; or removal of unsuitable material, and replacement with suitable material. Except for removal and replacement of unsuitable material below finished subgrade elevation in cut sections or below natural ground in fill sections, all corrective actions shall be performed by the Contractor at no cost to the City. 3.10 ADJUSTING , A. Make adjustments to finished grade to leave the right-of-way and grading easements in a neat and presentable condition at the completion of the grading work. I I 1 Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02220-8 1 I I I I 3.11 STRUCTURAL or SUBGRADE FILL (Select Fill Material) A. Native or imported material free from roots, organic matter, trash, debris, with maximum particle size of 4 inches after compaction. No warranty, expressed or implied, is made concerning the availability of sufficient quantities of satisfactory subgrade fill from the excavations made. Therefore, the Contractor shall provide imported material of acceptable quality, if required, to accomplish the construction. Acquiring, transporting, and placement of acceptable imported material shall be the responsible of the Contractor and shall be paid under the appropriate pay item A minimum of twelve • inches of select material (GC) shall be provided under the pavement. This material shall be what is meeting GC classification with a plastic index less than 30. All structure and subgrade fill shall be provided and compacted as required by these specifications. ' B. The pay item for this select material is Compacted Embankment Subgrade Fill (Select Hillside Material). I I ii 1 I L L I I I I Li End of Section 02220 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division •Page 02220-9 1 I I I Part 1- GENERAL 1.1 SECTION INCLUDES Section 02230 IA. Preparing the subgrade of the roadbed and/or sidewalk to receive the Class 7 aggregate base course and/or the concrete pavement. ' B. Furnishing and installing the aggregate base course on top of the prepared subgrade. Furnishing and installing the concrete sidewalk on top of the prepared subgrade. C. Furnishing and installing of granular material to fill over -excavations or to replace removed unsuitable ' material. I 1.2 RELATED SECTIONS A. Site preparation is covered under Section 02100. B., Excavation and embankment are specified in Section 02220. C. Concrete paving is specified in Section 02520. ' D. Miscellaneous Concrete Work is specified in Section 03316. 13 UNIT PRICES Unit prices for work covered under this section are defined in Section 01025, including incidentals, related ' work, method of measurement, if any, and partial payment provisions. 1.4 REFERENCES A. AHTD "Standard Specifications for Highway Construction", 1996 Edition. B. AASHT0 1. T 96, "Resistance to Abrasion of Small Size Coarse Aggregate by Us of the Los Angeles Machine". 2. T 99, "The Moisture -Density Relations of Soils Using a 5.5 -lb Rammer and a 12 -in. Drop". 3. T 180, "The Moisture -Density Relations of Soils Using a 10 -lb Rammer and an 18 -in. Drop". • 4. T 191, "Density of Soil In -Place by the Sand -Cone Method". 5. T 224, "Correction for Coarse Particles in the Soil Compaction Test". 6. T 238, "Density of Soil and Soil -Aggregate In -Place by Nuclear Methods". 1.5 SUBMITTALS A. Submit data concerning source and quality of granular materials being furnished. Indicate frequency of quality control testing by the source supplier. i Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02230-1 1.6 QUALITY ASSURANCE A. Work under this section shall be accomplished by workers skilled and experienced in this kind of work, using equipment designed for this kind of work. Maintain equipment in good operating condition. 1.7 DELIVERY, STORAGE, AND HANDLING A: Granular base material shall be delivered in trucks from the source and directly placed in the location required for construction, with no intermediate storage or stockpiling required, as far as practical. B. Delivery of materials to be paid for by weight or volumes measured in haul trucks shall include a truck ticket delivered to Engineer. Part 2- PRODUCTS 2.1 GRANULAR BASE COURSE MATERIALS A. Aggregate base course shall be crushed stone so proportioned as to meet the requirements for Class 7 material as specified in Table 1. B. Granular material for over -excavation areas shall be either crushed stone and/or gravel so proportioned to meet the requirements for either Class 1, Class 2, or Class 7 material as specified in Table, 1. C. Percent of wear for Class 7 material, measured by AASHTO T 96, shall not be greater than 45. D. When it is necessary to blend two or more materials, each material shall be proportioned separately through mechanical feeders to ensure uniform production. Premixing or blending to avoid separate feeding will not be permitted. Blending materials on the roadway in order to obtain a mixture that will comply with the requirements specified will not be permitted. E. Shale and slate are not considered to be gravel or stone. Material furnished shall be reasonably free from shale, slate, and other objectionable, deleterious, or injurious matter. F. For Class 1 and Class 2 material, the fraction passing the #200 sieve shall not be greater than 3/4 of the fraction passing the #40 sieve. For Class 7 material, the fraction passing the #200 sieve shall have.a liquid limit not greater than25. G. When the material contains aggregate larger than that specified for the class required, it must be removed by screening or by screening and crushing. Removal of large size aggregate by hand methods will not be permitted. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02230-2 1 I I I I I I I I I I I 1] Table 1 Classes of Granular Material Grading and Crushing Requirements SIEVE Class 1 Class 2 Class 7 Percent Passing 3 inch 100 100 2 inch 95-100 95-100 1% inch 100 34 inch 60-100 60-100 50-90 Vs inch 40-80 40-80 #4 30-60 30-60 25-55 #10 20-50 20-50 #40 10-35 10-35 10-30 #200 3-15 3-15 3-10 Max Plasticity Index (minus #40 material 13 10 6 Min percent crusher -run material 90 2.2 SOURCE QUALITY CONTROL A. Granular materials for aggregate base course and filling over -excavation areas shall be obtained from a quarry permanently established to furnish the materials specified, having a standard quality control and testing procedure in place. B. If requested, provide reports of standard quality control tests for the types of materials being furnished, such reports to include gradation of the completed mixture, Los Angeles hardness, plasticity index, and liquid limit. I. C. If requested by Engineer or Owner, provide source quality control testing of the actual material being furnished. Such tests will be requested if material as delivered on site does not appear to match the specifications, or if the compacted material does not seem to compact as specified. Such tests will ' include any which measure the properties specified, and will be required for every 1,000 tons of granular material. 1 ' Sang/Hollywood & 6° Street Intersection Iarprovements City of Fayetteville May 30, 2003 Engineering Division Page 02230-3 Part 3 -EXECUTION 3.1 EXAMINATION A. Examine excavation and embankment work for accuracy and adequacy of construction prior to starting subgrade construction. 3.2 SUBGRADE CONSTRUCTION ' A. Prepare subgrade in such a manner as to. ensure that the base, surface course, sidewalk or pavement will be placed on a firm foundation that is stable and reasonably free from dust pockets, wheel ruts, or other , defects. B. Scarify subgrade area to such depth as is necessary for shaping. Shape and compact to the required grade and section. C. Compact the top 8 inches of subgrade to a density of not less than 95 percent of maximum density at optimum moisture content obtained by AASHTO T 99, Method A with correction for particles retained on the #4 sieve at 10 percent maximum; AASHTO T 99, Method C using Note 7 with 11-30 percent retained on the #4 sieve; or AASHTO T 180, Method D using Note 8 with 31 percent minimum retained on the #4 sieve. Correction for coarse particles shall be detennined according to AASHTO T 224. The moisture content shall be determined by AASHTO T 239 or AHTD Test Method 347 of 348. D. Accomplish compaction by any satisfactory methods that will obtain the required density. ' E. Adjust moisture content by the addition of water or by manipulation and aeration as necessary under , conditions encountered. Compaction operations may be omitted when an old stone or gravel roadbed is used as a foundation or subgrade for a base course or pavement where scarifying for shaping is unnecessary and its stability is approved by Engineer. G. Remove soft and yielding materials and other portions of the subgrade that will not compact readily when rolled or tamped. Fill holes or depressions made by this removal with approved material. Bring the entire subgrade to the lines, grade, and cross sections indicated on the Drawings. Compact to specified density. ' H. If the succeeding course is not placed immediately after subgrade has been prepared and subgrade becomes cut up, rough, or unstable, re -shape and recompact subgrade as previously specified. I. Proof roll subgrade prepared for road, curb and gutter, and sidewalks, prior to placement of base course or concrete. Proof rolling vehicle shall be either a roller or loaded truck or scrapers, of sufficient weight to identify soft and yielding portions of compacted surface. Proof rolling pattern shall be approved by Engineer. 33 AGGREGATE BASE COURSE CONSTRUCTION 1 A. Place base course material on completed and approved subgrade or existing base that has been bladed to ' substantially conform to the grade and cross sections indicated on the Drawings. 1 Sang/Hollywood & 6th Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02230-4 I B. Subgrade shall be free from excess or deficiency of moisture at the time of placing base course material. There shall be no standing water on subgrade. Do not place base course material on frozen subgrade. C. Place aggregate on subgrade or other base course material and spread uniformly to such depth and lines that when compacted it will have the thickness, width, and cross section indicated on the Drawings. If specified compacted depth of base course exceeds 7 inches, construct base in two or more layers of ' approximately equal thickness. D. Thoroughly mix each base course layer for the full depth of the course and compact by any satisfactory method that will produce specified density. Maintain aggregate substantially at optimum moisture content during mixing, spreading, and compacting operations. Add water or aerate to dry as necessary. Maintain specific grade and cross section by blading throughout compaction operation. E. Compact material in each layer to a density of not less than 98 percent of maximum density unless noted otherwise on the Drawings at optimum moisture content in accordance with AASHTO T 180, Method D. Compact aggregate across full width of application. F. Spread base course material the same day that it is hauled. Perform spreading in such a manner that no segregation of coarse and fine particles nor nests or hard areas caused by dumping aggregate on ' subgrade will exist. Take care to prevent mixing of subgrade with base course material in blading and spreading. G. When base course is placed adjacent to an existing or newly constructed asphalt surface course do not dump or mix aggregate on the pavement surface. Use mechanical spreading equipment, if necessary, to place base course on subgrade. ' H. If sufficient working space is not available to allow proper aeration or addition of water to base course material, mix the base course material by any satisfactory method prior to placement. ' I. Maintain base course in a satisfactory condition until accepted. 3.4 FIELD QUALITY CONTROL A. Owner will employ a testing laboratory to test the density of the base course in place and for thickness, at intervals determined by Engineer. Density testing will be by AASHTO T 191 or T 238. Correct any deficiencies by scarifying, placing additional material, mixing, reshaping and recompacting as necessary to obtain the specified density and the required lines, grades, and cross sections. i End of Section 02230 I I I 1 Sang/Hollywood & 66 Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02230-5 I I Part I - GENERAL Section 02261 SITE RESTORATION I1.1 SCOPE A. This section includes restoration of areas disturbed by this project. "Disturbed by this project" is I defined as the excavation area plus any area in project vicinity disturbed by Contractor's operations, including operations of Subcontractors and suppliers, and utility owner operations necessary to complete this project B. Work areas shall be kept clean and neat as practicable. Lawns, gardens, and vehicle and pedestrian crossings shall have excess quantities of supplies, excavated material, man made debris, and organic ' matter removed from the area immediately following construction. C. All property improvements shall be restored in kind or as nearly as practicable as determined by Engineer. 1.2 RELATED WORK ITrenching, Backfilling and Compacting is specified in Section 02220. 13 QUALITY ASSURANCE Adequate equipment and qualified personnel shall be applied to this phase of the work from the very beginning of the project. I Part 2- PRODUCTS I3.1 TOPSOIL A. Topsoil shall be placed on disturbed areas equal to the better material on each side of the disturbed area. 3.2 FERTILIZER A. Fertilizer shall be 10-20-10 (nitrogen -phosphorous -potash) delivered to the site in labeled containers conforming to Arkansas fertilizer laws and bearing the name and warranty of the producer. 33 SEED A. Seed mixture per Class of Restoration 1. Class I Restoration seed mixture shall be 40 percent Lawn Fescue, 30 percent Rye Grass (annual), and 30 percent Blue Grass. I2. Class 2 Restoration seed mixture shall be 40 percent Field Fescue, 40 percent Rye Grass (annual), and 20 percent White Clover (common). Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02261-1 3. Class 3 Restoration seed mixture shall be 40 percent Tall Fescue (Kentucky 31), 40 percent Rye Grass (annual), and 20 percent White Clover (common). B. Seed shall be labeled according to current requirements of the Arkansas State Plant Board. C. Seed shall be 95 percent pure and 85 percent germination by weight. 50 noxious weed seeds shall be the maximum amount allowed per pound. The following types of seed are not allowed in any amount: ' Johnson grass, wild onion, wild garlic, field bindweed, or nut grass. D. Fescue seed shall be certified endophyte free. 3.4 SOD , A. Sod shall consist of a densely rooted growth of Bermuda grass, Zoysia, etc. and shall be substantially free from noxious weeds and undesirable grasses. The sod shall be cut in uniform strips with a - minimum of 2 inches of root depth approximately 12 inches in width and not less than 12 inches in length but not longer than can be conveniently handled and transported. I B. Sod for replacement of disturbed sodded areas shall be approved by Engineer before cutting. 3.5 STRAW MULCH ' A. Straw mulch shall be good grade clean straw, free of weeds or seed, and of a quality approved by Engineer prior to use. 3.6 WATER A.. Water shall be of irrigation quality, free of impurities which are detrimental to plant growth. Part 3- EXECUTION 31 RESTORATION WHERE GROUND SURFACE IS NOT GRAVELED ORPAVED FOR VEHICLE OR PEDESTRIAN USE. A. Class I Restoration - Areas of construction within lawns, gardens, or other well -kept areas, including street rights -of -way that are kept as lawns by adjacent landowners. 1. After trench settlement is complete, replace topsoil to same depth as adjacent undisturbed areas. 2. Trim and remove all damaged limbs on trees, trim limbs of shrubs or, if necessary, cut damaged shrub just below ground surface. 3. Hand rake disturbed area to remove all rocks r/z inch or larger measured in any direction, all man made debris, and all organic material. Debris and excess material shall be disposed of in a ' manner approved by the Engineer and applicable government regulations. 4. After raked area is accepted by Engineer for seeding, a. apply 250 pounds of fertilizer per acre. b. apply 0.50 pounds of seed per 100 square feet. c. apply 4,000 pounds of mulch per acre. 1 Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02261-2 i • • 5. Apply straw mulch using a non -asphalt tackifier. Apply tackifier to straw in sufficient quantity to bind mulch together. Top spraying of straw with asphalt is not acceptable. ' 6. As an alternate method of seeding, seed may be applied by hydro mulching. The seed shall be mixed with water and wood cellulose fiber. The wood cellulose fiber shall be composed of natural wood chips and shall contain no growth or germination inhibiting factors and shall contain a water soluble, nontoxic coloring agent. ' Other alternate methods will be considered by Engineer but shall not be utilized until expressly authorized by Owner and Engineer. ' 7. Where ground cover adjacent to disturbed areas contains grasses such as Bermuda grass, Zoysia, or other grasses not included in the prescribed seed mixture, Contractor shall remove and stockpile the existing sod on the job site. After trench settlement is complete, the sod shall ' be replaced to a condition equal to, or better than, that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible for providing and installing new ground cover of the existing type. B. Class 2 Restoration - Areas of construction within fields, meadows, and street rights -of -way which are mowed or cultivated (gardens excepted). 1. Tree and shrub treatment shall be as specified in Section 3.1.A.2. 2. After trench settlement is complete, machine rake to remove rock, man made debris, and '• organic material to a condition equal to existing surface on the better side of the adjacent property. 3. Remove all excess excavated material from the site, including excess material which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it ' were a part of the actual trench excavation. 4. After raked area is accepted by Engineer for seeding, a. apply 250 pounds of fertilizer per acre. b. apply 0.15 pounds of seed per 100 square feet. c. apply 4,000 pounds of mulch per acre. ' 5. Mulching and seeding methods shall be as specified in Section 3.1.A. 6. Where existing field grass adjacent to disturbed areas contains grasses such as Bermuda, etc. ' grasses not included in the prescribed seed mixture, Contractor shall place such topsoil as required and seed with the existing type grass so that an equivalent ground cover will be provided. C. Class 3 Restoration - Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it is not practical for the area to be cultivated. ' 1. Tree and shrub treatment shall be as specified in Section 3.1.A.2. 2. Site raking shall beas specified in Section 3.1.B.2. Sang/Hollywood & 6m Street Intersection improvements' City of Fayetteville May 30, 2003 Engineering Division Page 02261-3 S. 3. Seeding shall be as specified in Section 3.1.8.3. 4. Mulching and seeding methods shall be as specified in Section 3.1.A. 3.2 RESTORATION WHERE GROUND SURFACE IS GRAVELED FOR VEHICLE USE OR PAVED FOR PEDESTRIAN USE ONLY. A. Restoration shall be per cross sections on the Detail Sheet in the plans. 3.3. RESTORATION OF SLOPES A. Terrace slopes where, in the opinion of Engineer, erosion problems may arise after construction. 3.4 RESTORATION BY SODDING A. Area to be sodded 1. Place 3 inches of topsoil before installing sod. 2. Apply 250 pounds of fertilizer per acre and work into top 1 inch of topsoil. 3. Make surface of top soil moist and firm (not compacted) at the time sod is placed. B. Sod 1. Moisten sod before placing. 2. Lay by hand along contour lines beginning at lowest elevation. 3. Stagger transverse joints. 4. Make tight joints between sod pieces. 5. Cut sod into existing surface and backfill with topsoil to provide a smooth transition from sodded areas to non -sodded areas. 6. Apply thin layer of topsoil over sod and overseed with 45 pounds of annual rye grass per acre. C. Maintenance of Sod 1. Water overseeded areas as directed by Engineer. 2. Apply water to sod for 3 weeks as directed by Engineer. 3.5 RESTORATION WHERE GROUND SURFACE IS. HARD SURFACED FOR VEHICLE OR PEDESTRIAN USE. A. Pavement: Restore damaged pavement sections to existing joints or a sawed joint. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02261-4 IB. Asphalt Surfaces Asphaltic Pavement Repair. After the trench has been backfilled and compacted, as specified elsewhere in these Specifications or backfilled with flowable fill, permanent repair shall be made as follows. The existing pavement shall be saw -cut and removed to a point 18 inches beyond the trench edge, or as directed by the Engineer, and brought to grade a minimum of 11 ' inches below the surface of the existing pavement. This area shall then be resurfaced by applying 9 inches of concrete with 6"x 6"/6-6 W.W.M. and then applying asphaltic tack coat at the rate of 0.03-0.10 gallons/square yard, followed by a minimum of 2 inches of hot -mixed, hot -laid asphaltic concrete laid to an elevation matching the existing finished grade. The hot - mixed, hot -laid asphaltic concrete shall be compacted to 92 percent of theoretical density. . One nuclear density test per asphaltic patch or repair shall be performed. 3. Any unacceptable patch or repair shall be recompacted and retested without additional expense Ito Owner. C. Concrete I. Concrete is specified in Section 03316. 2. Flowable fill is specified in Section 03316. D. Stone Base ' 1. Crushed stone base shall be AHTD Class 7 compacted in 8 inch lifts to 95 percent modified proctor density. E. Traffic Maintenance 1. Carry on the work in a manner which will cause the least interruption to traffic. If allowed by ' Owner, close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, provide suitable bridges at street intersections and driveways. 1 2. When allowed to temporarily close street from Owner, post suitable signs indicating that a street is temporarily closed and necessary detour signs for a proper maintenance of traffic. Receive permission from the proper authority to temporarily close the street and notify all emergency agencies of the temporary closing. 3. Provide adequate personnel to direct traffic when working in the street right-of-way. 4. Traffic control devices and methods shall be in strict accordance with the latest issue of the Manual of Uniform Traffic Control Devices. ' 5. Provide three days written notice to the Mayor's office, the Fire Department, and the Police Department prior to closing or partially closing any street. Closing of State Highway requires approval of the City and the Highway Department. I. End of Section 02261 ' Sang/Hollywood & 61° Street Intersection Irrrprovernents City of Fayetteville Engineering Division May 30, 2003 Page 02261-5 1 I I Section 02270 SLOPE PROTECTION AND EROSION CONTROL Part 1 -GENERAL 1.1 SECTION INCLUDES ' A. Temporary erosion control systems. B. Slope Protection Systems. 1 1.2 RELATED SECTIONS ' A. Section 02100 - Site Preparation B. Section 02220 - Excavation and Compaction ' C. Section 02900- Landscaping 13 ENVIRONMENTAL REQUIREMENTS A. Protect adjacent properties and water resources from erosion and sediment damage throughout from the beginning of the work until final acceptance. i Part 2- PRODUCTS 2.1 MATERIALS IA. Quick germinating and growing grasses such as wheat, rye, oats, barley, brown top millet, or sudan grass, meeting the requirements of the Arkansas State Plant Board. B. Fertilizer is specified in Section 02900. C. Straw bales shall consist of bales of rice, oats, barley, wheat, or rye straw, or of available grasses, free of an excessive amount of noxious weeds. Bales shall each weigh approximately 35 pounds. Straw in an 'advanced state of decomposition will not be acceptable. D. Fencing for siltation control shall be filter fabric supported by posts and woven wire. The Drawings denote two types of silt fence with this type of application. They are Silt Fence (E-3) and Buried Edge Silt Fence (E-4) using Type 4 fabric. Fencing for siltation Silt Fence on R/W Fence (E-5) shall have Type 3 fabric with fasteners similar to the E-3 and E-4 fence. Type 3 Filter fabric shall be a permeable woven fabric that has high strength, high dimensional stability even when wet, good soil filtration characteristics, and high resistance to tearpropagation in all direction •' meeting or exceeding the characteristics of Type 3. This fabric shall be listed on the AHTD qualified products list. ' Type 4 Filter fabric shall be a permeable woven fabric that has high strength, high dimensional stability ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02270-1 I even when wet, good soil filtration characteristics, and high resistance to tear propagation in all ' directions with the following characteristics: Property Test Method Min Ave Roll Values Grab Tensile Strength ASTM D 4632 120 x 100 lbs. Grab Elongation ASTM D 4632 10% Mullen Burst Strength ASTM D 3786 300 psi Puncture Strength ASTM D 4833 60 lbs. Trapezoidal Tear Strength ASTM D 4533 60 lbs. Apparent Opening Size ASTM D 4651 20 Permittivity ASTM D 4491 0.2 sec -1 Flow Rate ASTM D 4491 20.0 gpm/sq ft UV Resistance ASTM D 4355 70% Strength Retained The fabric shall be approved by the Engineer. He or she may allow fabric that has some similar but not the exact same characteristics as the above. Any Type 3 fabric shall be on the AHTD qualified products list. Temporary wire fence shall be commercial' woven wire with sufficient strength to provide the service intended. This wire shall be 32" wide galvanized commercial woven wire having 8 line wires. Top and bottom wires shall be 0.135 in size with an average breaking strength of 75,000 psi and the middle wires shall be 0.099 in size with an average breaking strength of 74,000 psi. The wire shall be accordance ' with ASTM A 116-88 for Commercial Woven Wire. The fence shall be approved by the Engineer. Posts for temporary wire fence shall be steel material of sufficient strength to support the wire fence and , fabric when loaded with silt for the time the barrier is needed for service. They shall be a minimum of 5 feet long with a minimum weight, of 1.33 lb per foot with the steel fence posts produced in accordance with ASTM A 702-89. Posts shall be approved by the Engineer. Type of fastener and manner of attaching wire fencing to posts and fabric to wire fence shall be approved by Engineer. E. Silt fence used for Drop Inlet Silt Fence (E-6) shall be a orange Type 3 meeting the specifications of a Belton Industries Style 810, or approved equal. F. Erosion control matting, if required, shall be Curlex blankets by American Excelsior Company or ' approved equal. Slopes in excess of 3:1 shall have erosion matting.' G. Bale stakes for each bale shall be a minimum of 4 feet in length and shall be either two #4 rebars, two , steel pickets or two 2x2 inch hardwood stakes driven 1'-6" to 2'-0" into ground. H. Temporary mulches such as loose hay, straw, netting, wood cellulose or agricultural silage. J. Fence stakes shall be metal stakes a minimum of 5 feet in length. PART 3 -EXECUTION Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02270-2 El I I 3.1 GENERAL A. Obtain an NPDES permit for the construction site from ADEQ. Prepare a Storm Water Pollution Prevention Plan, complete with a description of best management practices to be followed, and submit to Engineer. B. The Drawings may indicate approximate locations for erosion control devices such as straw bales and erosion control fencing. If so indicated, these should be considered minimum requirements at approximate locations. Provide erosion control measures required to control erosion and siltation based on site conditions encountered and the nature of the construction. The erosion control plan and implementation shall be the responsibility of the Contractor. ' 3.2 PREPARATION A. Review site erosion control plans. ' B. Deficiencies or changes in the erosion control plan as it is applied to current conditions will be brought to the attention Engineer for remedial action. 33 EROSION CONTROL AND SLOPE PROTECTION IMPLEMENTATION A. Place erosion control systems at all locations necessary to control work area from erosion during construction. B. Owner may limit the surface area of erodible earth material exposed by clearing and grubbing, excavation, borrow and embankment operations and direct that permanent or temporary pollution control measures be provided immediately. Incorporate all permanent erosion control features into the project at the earliest practical time to minimize the need for temporary controls. Permanently seed and mulch cut slopes as the excavation proceeds to the extent considered desirable and practical. C. Temporary erosion control systems shall be maintained to control siltation at all times during construction operations. Failure to maintain erosion control systems in satisfactory condition may result in a deduction from pay requests. ID. Respond to any maintenance or additional work ordered by Owner within a 48 hour period. • E. Any additional material and work required and authorized by Owner which is beyond•the extent of the adopted erosion control plan and is not covered by unit prices shall be considered a modification to the ' Contract Documents. F. Slopes that erode easily shall be temporary seeded as the work progresses with a wheat, rye or oats application. G. E-3 and E-4 Silt Fence shall have fence posts placed at six foot centers with a minimum embedment of two feet. The woven wire support shall be attached to the upstream side of the fence posts using manufacturer recommended clips with a minimum of three clips per post, evenly spaced. Attach the synthetic filter fabric to the upstream face of the wire support backing using manufacturer recommended ' pig rings placed on two foot centers in three evenly spaced horizontal rows. The bottom twelve inches of the Synthetic Filter Fabric shall be embedded in a six by six inch trench at the toe of the fence. ' End of Section 02270 Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02270-3 I Part 1- GENERAL 1.1 SECTION INCLUDES Section 02500 ASPHALTIC CEMENT PAVING ' Placement of asphaltic paving (including prime coat & tack coat materials) of asphalt concrete hot mix binder and surface courses. Contractor shall comply with the appropriate Sections of Division 400 - Asphalt Pavements of the AHTD Standard Specifications for Highway Construction, 1996 Edition and appropriate ' Supplemental Specifications. 1.2 RELATED SECTIONS A. General quality control requirements and the division of responsibilities for laboratory and field testing are specified in Section 01410. B. Site preparation is specified in Section 02100. IC. Excavation and embankment are specified in Section 02220. D. Subgrade preparation and base course construction are specified Section 02230. E. Concrete curbs and gutters and sidewalks are specified in Section 03316. 13 UNIT PRICES Unit prices for work covered under this section are defined in Section 01025, including incidentals, related work, method of measurement, if any, and partial payment provisions. ' 1.4 REFERENCES IA. AASHTO 1. M 17, "Mineral Filler for Bituminous Paving Mixtures". 2. M 81, "Cut -Back Asphalt (Rapid -Curing Type)". ' 3. M 140, "Emulsified Asphalt". 4. M 145, "The Classification of Soils and Soil -Aggregate Mixtures for Highway Construction Purposes". 5. M 208, "Cationic Emulsified Asphalt". 6. M 226, "Viscosity Graded Asphalt Cement". • 7. T 30, "Mechanical Analysis of Extracted Mixture". 8. T 44, "Solubility of Bituminous Materials in Organic Solvents". ' 9. T 48, "Flash and Fire Points by Cleveland Open Cup". 10. T 49, "Penetration of Bituminous Materials". 11. T 51, "Ductility of Bituminous Materials". 12. T 78, "Distillation of Cut -Back Asphaltic (Bituminous) Products". 13. T 96, "Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine". 14. T 102, "Spot Test of Asphaltic Materials". Sang/Hollywood & 6i° Street Intersection Improvement City of Fayetteville May 30, 2003 Engineering Division Page 02500-1 S • 15. T 104, "Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate". 16. T 166, "Bulk Specific Gravity of Compacted Bituminous Mixtures". B. AHTD (Arkansas State Highway & Transportation Department) 1. Supplemental Specification (SS -400, Revised 3-30-00) Asphalt Concrete Hot Mix Base, Binder, and Surface Courses. A copy is enclosed immediately following this Section (15 pages) 2. Standard Specifications for Highway Construction, 1996 Edition, referencing the following •specific sections. a. Section 401, Prime and Tack Coats and Emulsified Asphalt in Base Course. b. Section 403, Materials and Equipment for Prime, Tack, and Asphalt Surface , Treatment. c. Section 404, Design and Quality Control of Asphalt Mixtures. d. Section 406, Asphalt Concrete Hot Mix Binder Course. e. Section 407, Asphalt Concrete Hot Mix Surface Course. f. Section. 409, Materials and Equipment for Asphalt Hot Mix Binder and Surface Courses. g. Section 410, Construction Requirements for Asphalt Hot Mix Binder and Surface Courses. 3. AHTD Test Method 449/449A 4. AHTD Test Method 450 5. AHTD Test Method 460 C. ASTM standards may be substituted for the listed AASHTO standard when the standards are essentially the same. 1.5 GOVERNING SPECIFICATIONS A. Gregg Avenue (Hwy 180) is a State Highway and therefore the asphalt pavements shall strictly comply with AHTD Specifications, Division 400, Asphalt Pavements and the enclosed Supplemental , Specification. AHTD specifications shall take precedence over any conflicts between City specifications and State specifications 1.6 SUBMITTALS A. Submit product information on prime coat and tack coat products, asphalt cement, and other materials as requested by the referenced AHTD Specifications. B. Submit mix design information in accordance with Paragraph 2.3. C. Submit source quality control information when requested by Engineer in accordance with Paragraph 2.4. - 1.7 QUALITY ASSURANCE A. Testing for materials and construction performance shall be at the option of Owner, or as specified herein. Owner has the authority to require any test needed, in their opinion, to demonstrate that the quality of the construction materials or workmanship meet the specified requirements. B. Site tests shall be made in the presence of Engineer. Required tests must demonstrate compliance with the specifications before the paving work will be accepted. 1 Sang/Hollywood & 6t° Street Intersection Improvement City of Fayetteville May 30, 2003 Engineering Division Page 02500-2 1.8 DELIVERY, STORAGE, AND HANDLING ' A. HMAC mixtures shall be transported from mixing plant to the Work in vehicles with clean, tight beds. B. When mixtures are hauled more than 15 miles, or when mixtures are being placed between November ' I and April 1, cover beds of vehicles with canvas or other suitable material to retard loss of heat. Cover shall extend over the sides and ends of truck bed and shall be securely fastened. Store cover on truck at all times regardless of haul distance or time of year. ' C. Provide sufficient vehicles to provide a continuous operation on the roadway. D. Use only non -petroleum release agents. ' Part 2 - PRODUCTS 2.1 SOURCES A. Comply with AHTD specifications and Supplemental specifications. B. Obtain aggregate from a permanently established quarry regularly engaged in supplying mineral ' aggregates for asphaltic concrete mixtures. Quarry shall have an established quality control program C. Obtain asphalt cement from sources that have executed a certification agreement with AHTD. ID. Obtain asphaltic concrete mixtures from a permanently established mixing plant regularly engaged in supplying paving materials conforming to AHTD specifications. Applicable provisions of AHTD ' 409.03 shall apply, except that Engineer will not be inspecting or monitoring operations of the plant. 2.2 PRIME AND TACK COATS IA. Comply with AHTD specifications. ' 2.3 MIX DESIGN A. A special mix design prepared specifically for this project will not be required. Submit for review the a ix design in use at the mixing plant for its regular supply of the mixes specified. ' B. Mix designs shall be prepared by laboratory analysis in accordance with the requirements of the specifications. Mix design preparation shall comply with applicable provisions of AHTD 404.01 and the related AHTD Supplemental Specifications. 2.4 SOURCE QUALITY CONTROL A. Contractor is responsible for quality control testing of the HMAC mixtures to be incorporated in the work prior to their placement in the work, in accordance with Section 01410. ' B. Tests shall be conducted by the mixing plant, as part of a regular quality control program. Such tests shall be of the type and at the frequency required to demonstrate that the mixing plant is producing mixtures in conformance with required design mixes. ' Sang/Hollywood & 6 ° Street Intersection Improvement City of Fayetteville May 30, 2003 Engineering Division Page 02500-3 I C. If required by Engineer, submit a copy of standing quality control program in use at the mixing plant. D. If required by Engineer, submit copies of testing records of tests conducted at the mixing plant on the HMAC products delivered for this project. Such tests will be ordered if Engineer has reason to believe the HMAC mixtures supplied are not in compliance with the specifications, or if the mixtures appear to result in overly difficult placement or compaction such that specified results are not obtained. Such testing, if ordered, may include: extraction tests (AHTD 450) and sieve analysis (AASHTO T 30)of the extracted aggregate; nuclear asphalt content gauge (AHTD 449/449A) and sieve analysis (AASHTO T 30) of the aggregate sample obtained by AHTD Test Method 460. Additional tests required for further evaluation of the mixture will be as needed to prove the adequacy of the mixture. Part 3- EXECUTION 3.1 3.2 33 EXAMINATION A. Examine the areas and conditions under which work will be performed. timely and proper execution of this work shall be corrected No unsatisfactory conditions are corrected. I I I I Conditions detrimental to work shall be done until A. Before application of each course or surface coat, prepare the existing course to receive the new course. Such preparation may include filling sags and depressions with asphalt binder or surface course mixtures. Accomplish this work by hand, blade grader, or mechanical spreader methods. Featheredge to a smooth and even surface around the edges of these areas. Prime coat or tack coat as applicable before placing this material. Examine base course to verify that the lines and grades conform to the requirements of the Drawings and Specifications, including those for superelevation. B. Clean loose and foreign materials. C. Paint contact surfaces of curbing, gutters, manholes, and other structures with a thin coating of rapid curing cutback asphalt or emulsified asphalt. INSTALLATION A. Comply with AHTD specifications. B. Prime Coat 1. Clean surface to be treated with prime coat of dust, dirt, and loose or foreign material by sweeping with mechanical brooms immediately preceding application of prime coat. Take care to clean but not loosen or dislodge embedded aggregate in base course. Remove patches of asphalt, dirt, or other material which does not form an integral part of the surface to be treated. 2. Perform cleaning only far enough in advance of the application to ensure the surface being properly prepared at the time of application. 3. Spray prime coat material uniformly over surface by means of mechanical pressure distributor at the rate of 0.25 gallons per square yard, or as recommended by the manufacturer for project conditions. Remove surplus material that collects in surface depressions. Sang/Hollywood & 61° Street Intersection Improvement City of Fayetteville May 30, 2003 Engineering Division Page 02500-4 I I I 1 I I I I [1 4. Allow prime coat to cure per manufacturer's recommendations before application of asphalt material. No material for a succeeding course shall be placed on a primed base course until the prime coat has cured sufficiently to prevent damage by hauling operations. ' 5. Do not apply when air temperature is below 45 degrees F. 6. Observe special precautions to ensure uniform distribution of prime coat material. Adjust and operate distributor so as to evenly distribute material. Remove excess quantities on the road ' surface caused by stopping or starting the distributor, by overflow, leakage, or otherwise. 7. Apply prime coat material only at temperatures within manufacturer's recommendations. 8. Repair prime coat that becomes damaged. ' C. Apply tack coat in a manner similar to that described in paragraph 3.28 for prime coat. Apply at the rate of 0.02 to 010 gallons per square yard. Apply tack coat sufficiently in advance of asphalt course Ito allow proper curing of the tack coat material, but not so far in advance as to lose its adhesiveness as a result of being covered with dust or foreign material. If tack coat becomes damaged or covered with foreign material, clean and re -treat with tack coat as required. 3.4 FIELD QUALITY CONTROL A. Owner will be responsible for quality control testing of the completed pavement, in accordance with Section 01410. Tests to be taken and their frequency will be determined by the Engineer. Tests may include coring for depth and laboratory density, in -place density, and straight edge for smoothness. I. Densityof compacted mixture shall be in accordance with AASHTO T 166. B. If testing shows deficiencies, correct deficiencies by means satisfactory to Engineer prior to beginning additional work. If deficiencies appear to be the result of variation from approved mix design, an t inadequate mix design or materials (as opposed to workmanship), operations will be stopped until corrections can be made at the mixture source. If deficiencies are a result of workmanship, adjust operations and equipment to achieve the specified results. 3.5 CLEANING A. Clean surface of pavement as required of debris and loose material after compaction and before final acceptance. B. Clean ACHM splatter or excess material from curbs, gutters, drainage structures, and other places ' where it has been placed.and exceeds the limits of paving indicated on the Drawings. ' End of Section 02500 I I L] ' Sang/Hollywood & 6m Street Intersection Improvement City of Fayetteville May 30, 2003 Engineering Division Page 02500-5 I • I. Section 02580 REFLECTORIZED PAINT PAVEMENT MARKINGS 1 Part I - GENERAL 1.1 SECTION INCLUDES IA. Furnish and install reflectorized paint pavement markings, including words, arrows, and emblems, of the color and type specified, in accordance with the Specifications and at the locations indicated on the Drawings. 1.2 RELATED SECTIONS A. Asphaltic concrete hot mix pavement is specified in section 02500. ' B. Signage is specified in section 02840. ' 13 REFERENCES A. Arkansas Highway and Transportation Department (AHTD) I1. Test Method 409.2 2. Test Method 701 3. Test Method 702 ' 4. Test Method 718 B. Federal Highway Administration (FHWA) I1. Manual on Uniform Traffic Control Devices (MUTCD). C. American Association of State Highway and Transportation Officials (AASHTO) Ii. M 247, "Glass Beads used in Traffic Paint". D. American Society for Testing and Materials (ASTM) I. D 711, "No -Pick -Up Time of Traffic Paint". ' 1.4 SUBMITTALS A. Submit product information of paint and glass beads to be used. 1.5 QUALITY ASSURANCE ' A. Pavement marking shall be accomplished by workers who are experienced in placing reflectorized paint pavement markings conforming to the MUTCD. 1.6 DELIVERY, STORAGE, AND HANDLING ' A. Paint shall be stored according to manufacturer's recommendation. Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02580-1 • Part 2- PRODUCTS 2.1 MATERIALS A. Paint shall be a ready mixed alkyd resin, chlorinated polyolefin, chlorinated paraffin based white and yellow paint suitable for application on concrete and bituminous pavements. B. Paint shall have the property of angular reflectivity and be suitable as a binding medium for glass beads ' placed on the surface of the wet paint in the amount of not less than 6 pounds per gallon. Paint shall be homogeneous and well ground, shall not settle badly, and shall be readily broken up with a paddle to a smooth, uniform consistency. Paint shall be free from water or foreign matter and shall dry within the specified time to a tough serviceable film. Paint shall be properly strained during the final filling of containers and not more than 1 percent of coarse particles and skins shall be retained on a #325 sieve when tested according to AHTD Method 409.2 or Federal Test Method Standard No. 141 B. C. Materials used in manufacture of paints shall meet the requirements herein specified. Minor ingredients not specifically covered will be left to the discretion of the manufacturer except that the finished product shall not be adversely affected. Suitability of raw materials from different sources for use in paints shall be the responsibility of the manufacturer. D. Reactive or unstable products causing excessive viscosity or container instability will be cause for , rejection of the paint. E. Paint shall conform, on a weight basis, to the composition requirements of the formulation as closely as accepted good paint practice will permit. No intentional variation will be permitted except for replacement of volatiles lost in processing. Recognized test procedures will be used by Owner to determine the composition of the finished paint. F. Paint components shall conform with AHTD Section 718, paragraph 718.02(a). G. Finished Paint Requirements. 1. Chlorinated polyolefin paint shall dry to no -pick-up in not more than 10 minutes without glass beads when tested in accordance with ASTM D 711 except that the film will be applied at a wet film thickness of 15 mils. When applied under field conditions with normal hot spray application with drop -on beads the paint shall dry to a no -tracking condition in not more than 3 minutes. 2. Daylight directional reflectance of the white paint, without glass spheres, shall be not less than 80 percent, and that of the yellow paint without glass spheres shall not be less than 48 percent, when tested in accordance with ASTM E 97. In addition the yellow paint shall visually match Federal Standard 595-A Color Number 33538. Yellow paint shall comply with the following limits. iH- Visual comparison shall be made with standard yellow Federal Color Tolerance chart for ' highway signs and markings obtainable from the Federal Highway Administration. 3. Paint shall have a minimum contrast ratio of 0.97 when applied at a wet film thickness of 15 mils to a color matching panel and tested in accordance with AHTD Test Method 701. 4. Paint shall have a minimum bleeding ratio of,0.94 when tested in accordance with Federal Specification TT -P -85e, except the asphalt saturated felt shall be Standard 15 pound roofing Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30 2003 Engineering Division ngine g Page 02580-2 CJ felt. Paint shall not check or crack on asphalt saturated felt indicating suitability for use on fresh asphalt overlays. Any checking or cracking on the felt or on fresh asphalt cores will be cause for rejection. '• 5. Paint shall adhere firmly and shall not show any evidence of cracking or flaking when a 15 mil wet thickness is tested in accordance with AHTD Test Method 701. 6. Paint shall show no adhesion loss or blistering when a 15 mil wet film thickness is tested in ' accordance with AHTD Test Method 701. 7. No skinning shall be present on the surface when the paint is allowed to stand in a partly filled closed container for 48 hours. After 48 hours, paint shall be free of lumps and skins when '• strained through a #100 sieve. 8. Finished paint shall have a Krebs Stormer viscosity of between 70 and 85 K.U. when measured at 77 degrees F. '• 9. White and yellow paint shall show a Hegeman grind of 4 minimum. 10. White and yellow paint shall have a weight per gallon within t 0.60 pounds of the theoretical weight per. gallon indicated by formulation. 11. When tested in accordance with appropriate methods in Federal Test Method Standard No. 141, the paints shall show a total solids content, pigment content, and vehicle solids content within reasonable proximity of those properties indicated by the formulations. 12. Pigments and vehicles extracted from paints shall be subjected to testing by appropriate methods under AHTD Test Method 701 or other available means as may be deemed necessary by Engineer to assure compliance with these formulations. Pounds per 100 gallons White Yellow Titanium Dioxide, anatase or rutile 105 Medium Chrome yellow — 105 ' Calcium carbonate 250 260 Magnesium silicate 250 270 Zinc oxide, lead free 20 20 Benton 38 or equal 6 6 Alkyd resin, 60 percent solution 145 145 Chlorinated polyolefin, CP 173 90 90 ' Chlorinated paraffin 35 35 Soya lecithin 8 8 DER 331 or equal 3 3 36 % lead naphthenate 2 2 12 % cobalt naphthenate 1 1 Anti -skinning agent 3 3 ' Methyl alcohol 2 2 Methyl ethyl ketone 285 285 TOTAL 1205 1235 ' H. Glass beads for use on traffic line paint shall, except for gradation, meet the requirements of AASHTO M 247. 1. Glass beads shall be moisture resistant, clear, colorless, and clean, and of such character as to ' permit their embedment in a pigmented binder having their upper surface exposed to permit the refracting of light rays. 2. Not more than 30 percent of glass spheres shall be irregular or fused spheroids per screen size, 1 and at least 70 percent of the spheres on each screen shall be true spheres when tested in accordance with AHTD Test Method 702. 3. When tested by liquid immersion method at 25 degrees C, spheres shall show an index of refraction within the range of 1.50 to 1.60. ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02580-3 S 4. Spheres shall conform to the following gradation when tested in accordance with AHTD Test Method 702. Sieve Percent Passing 40 90-100 80 0-10 5. Acid resistance test shall be performed in accordance with AHTD Test Method 702. 6. Sodium sulphide test shall be performed in accordance with AITD Test Method 702. 7. Free flowing and moisture resistant properties test shall be performed in accordance with AHTD Test Method 702. Beads shall not be specially treated to enhance flotation. 2.2 SOURCE QUALITY CONTROL A. Manufacturer shall maintain a regular quality control program that ensures that the specified requirements for paint are met. The written quality control program, as well as documentation concerning its continuing implementation, should be available to the for review by Engineer and Owner. Part 3- EXECUTION 3.1 EXAMINATION I I I I 7 In A. Examine pavement to be marked. Verify that paving work is complete, requiring only cleaning and 1 preparation for painting. 3.2 PREPARATION A. Clean surface before paint application using any appropriate means. 33 APPLICATION ' A. Spot line locations if necessary. B. Apply paint in the locations and of the line types and colors indicated on the Drawings and as per the "Manual on Traffic Control Devices". C. Apply reflectorized paint to clean, dry, dirt -free surfaces. Apply paint at a minimum wet film thickness of 15 mils, at a rate of not less than 16.5 gallons per mile of 4 inch line. D. Place glass beads on the surface of the wet paint in the amount of not less than 6 pounds of beads per gallon of paint. E. Lines shall be even width and thickness. Ends of lines shall be sharp, with no splatter or unevenness. - End of Section 02580 1 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 025804 C Section 02581 THERMOPLASTIC PAVEMENT MARKINGS I. Part 1- GENERAL 1.1 SECTION INCLUDES '• A. Furnishing and placing thermoplastic pavement markings including lines, words, arrows, and emblems, of the color and type specified, in accordance with the Specifications and at the locations indicated on the Drawings. 1.2 RELATED SECTIONS A. Asphaltic concrete hot mix pavement is specified in Section 02500. • B. Signage is specified in Section 02840. ' 13 REFERENCES A. Arkansas Highway and Transportation Department (AHTD) II. Test Method 702 2. Test Method 703 I B. Federal Highway Administration (FHWA) 1. Manual on Uniform Traffic Control Devices (MUTCD). C. American Association of State Highway and Transportation Officials (AASHTO) 1. M 247, Type I Gradation. ' D. American Society for Testing and Materials (ASTM) 1. E 28. 1.4 SUBMITTALS A. Submit product information of thermoplastic materials and glass beads to be used. ' 13 QUALITY ASSURANCE A. Pavement markings shall be accomplished by workers who are experienced in installing thermoplastic pavement markings conforming to the MUTCD. 1.6 DELIVERY, STORAGE, AND HANDLING A. Thermoplastic materials shall be stored according to manufacturer's recommendation. H H Sang/Hollywood & 6m Street Intersection Improvements ' City of Fayetteville May 30, 2003 Engineering Division Page 02581-1 • • 1 Part 2- PRODUCTS 2.1 MATERIALS A. The material used shall be a product especially compounded for traffic markings. Each container shall be clearly and adequately marked to indicate the color, weight, batch or lot number, and type of material. B. White thermoplastic material, after drying, shall be pure white and free from dirt or tint, and shall comply with the Federal Highway Administration's standard white. The white color is to have a , minimum reading of 75% relative to magnesium oxide when tested according to AHTD Test Method 703. When called for on the plans, other colored thermoplastic material shall comply in color with the Federal Highway Administration's standard for that color. The material shall not change appreciably in its color and brightness characteristics after prolonged exposure to sunlight. C. The material, when placed as a stripe, shall not be slippery when wet and it shall not lift from the pavement in freezing weather. D. In the plastic state, the material shall not give off fumes that are toxic or otherwise injurious to persons or property. The material shall not break down or deteriorate if held at the plastic temperature for a • period of 4 hours nor by reason of 4 re-heatings to the plastic temperature. E. The material shall not deteriorate by contact with sodium chloride, calcium chloride, or other chemical formations on the roadway or streets, or because of the oil contact on pavement material, or from oil droppings from traffic. F. The temperature -viscosity characteristics of the thermoplastic material shall remain consistent through 4 re-heatings and shall be the same from batch to batch. There shall be no obvious change in the color of the material as a result of up to 4 re-heatings or from batch to batch. G. The pigmented binder shall be well dispersed and free from all skins, foreign objects, or other ingredients that will cause bleeding, staining, or discoloration. The pigment shall be evenly dispersed throughout the material. After application and proper drying time, material shall show no appreciable deformation nor discoloration under local traffic conditions and in air or road temperatures ranging from -18° C (0 ° F) to 71°C (160° F). The material shall not smear or spread under normal traffic conditions at temperatures below 71°C (160° F). H. The material shall not soften at 82° C (180° F) when tested by ASTM E 28. I. Under this specification, the term "drying time" shall be defined as the minimum elapsed time after , application when the stripe shall have and retain the characteristics required in the preceding paragraphs. In addition, the •drying time shall be established by the minimum elapsed time after application when traffic will leave no impression or imprint on the applied marking. The drying time shall not exceed a characteristic straight-line curve, the limits of which are 2 minutes at 10° C (500 F) and 15 minutes at 32° C (90° F), measured at a maximum relative humidity of 70%. J. The stripe shall maintain its original dimension and placement. The exposed surface shall be free of tack. Cold ductility of the material shall be such as to permit normal movement with the road surface without chipping or cracking. 1 Sang/Hollywood & 61h Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02581-2 I ' K. The marking shall have a uniform cross section. The density and character of the material shall be uniform throughout its thickness and shall be completely reflectorized both internally and externally. IL. During manufacture, reflectorized beads shall be mixed into the material to the extent of not less than 40% nor more than 50% by weight of the material. The glass beads used in the intermix formulation and for the drop -on application shall meet AASHTO M 247 with a Type I gradation. The beads for intermix shall be uncoated. The drop -on beads shall be suitably treated to resist moisture and retain free flow properties. M. Moisture resistance will be tested by All Ii) Test Method 702. Beads shall not be specially treated to enhance flotation. The beads shall be automatically applied at a minimum uniform rate of 39 kg (8 pounds) of glass beads to every 100 sq m (100 square feet) of surface. 2.2 SOURCE QUALITY CONTROL A. Manufacturer shall maintain a regular quality control program that ensures that the specified requirements for the thermoplastic materials are met. The written quality control program, as well as documentation concerning its continuing implementation, should be available to the for review by Engineer and Owner. ' Part 3- EXECUTION 3.1 EXAMINATION IA. Examine pavement to be marked. Verify that the paving work is complete, requiring only cleaning and preparation before application of the thermoplastic compound. 3.2 PREPARATION A. On pavements where no pavement markings exist or where the existing pavement markings are paint or ' thermoplastic and do not conflict with the proposed pavement markings, blasting with water or sand or a combination thereof will be required to remove any curing compound, oxidized paint or thermoplastic, or dirt to ensure a good bond. 1 B. Conflicting pavement markings that exist shall be removed by blasting with water and/or sand or by grinding. 33 APPLICATION A. Apply thermoplastic compound in the locations and of the type (lines, words, arrows, and emblems) and color indicated on the Drawings and as per the Manual On Uniform Traffic Control Devices (MUTCD). B. The thermoplastic compound shall be screed or ribbon extruded to the pavement surface unless a ' specific application method is specified. C. The equipment used to apply the thermoplastic compound onto the pavement shall be suitably equipped ' for heating and controlling the flow of the material. The equipment shall be constructed to provide continuous mixing and agitation of the material. The conveying parts of the equipment, between the main material reservoir and applicator, shall be so constructed as to prevent accumulation and clogging. The equipment shall be constructed so that all mixing and conveying parts, up to and including the ' Smg/Ho11ywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02581-3 applicator, maintain the material at the plastic temperature. The thermoplastic material shall be dispensed at a temperature recommended by the manufacturer. The applicator shall include a cutoff device remotely controlled to provide clean, square stripe ends and to provide a method for applying skip lines. D. The thermoplastic reservoir shall be insulated and equipped with an automatic thermostatic control to maintain the proper temperature of the material. _ E. The thermoplastic machine shall comply with the requirements of the National Board of Fire Underwriters. F. Beads applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are immediately dispensed upon the completed line. The bead dispenser shall be equipped with an automatic cutoff control, synchronized with the cutoff of the pavement marking equipment. . G. Thermoplastic markings shall not be applied to the pavement surface when the pavement surface temperature is less than 10.0 C (50" F) or when the pavement surface shows evidence of moisture. H. The thickness of all thermoplastic markings above the roadway surface shall be 2.3 mm (90 mils) ( a minimum of 446 kg/km [ 1584 pounds per mile] of 100 nun [4"] line). The thickness of the plastic will be measured by a device supplied, by the Contractor during the course of the project capable of measuring the. thickness of the plastic as installed on the pavement. The minimum thickness, as required above, will be measured in the center of the line when gauged by the equipment described above. The minimum thickness 12 nuts (1/2 ") from the edges shall not be less than 75% ofthe thickness required in the center. Maximum thickness of markings is 5 mm (3/16"). I. On concrete pavements, paint pavement markings according to Section 02580 shall be applied as a primer for the thermoplastic markings, except where thermoplastic marking s are to be applied over existing thermoplastic markings. A primer other than paint may be used when recommended by the thermoplastic manufacturer. J. A primer is not required for asphaltpavements, but paint pavement markings complying with Section 02580 maybe used as.a primer at no cost to the City. K. Spotting of the center line and. lane line locations, if required, shall be the responsibility of the Contractor. Edge lines shall not be broken for driveways. The trace of the thermoplastic line shall be. uniform. L. The finished lines shall have well defined edges, shall be uniform in thickness, and shall be straight and true. No stripe shall be less than the specified width. Any corrections of variations in width or alignment of the stripes shall not be made abruptly. M. Line removal as specified on the plans shall be performed in such a manner that no conflicting pavement marking will be left in place. Removal of the pavement marking by a means that will gouge the surface will not bepermitted. End of Section 02581 , 1 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 , Engineering Division Page 02581-4 1 • • I 1 Section 02600 PIPE LAYING Part 1- GENERAL 1.1 SECTION INCLUDES A. Installation of water, wastewater, and storm sewer pipe and appurtenances. 1.2 RELATED WORK • A. Trenching, Backfilling and Compacting is specified in Section 02220. B. Reinforced concrete pipe and fittings are specified in Section 02720. C. Corrugated metal pipe and fittings are specified in Section 02720. D. Perforated plastic tubing is specified in Section 02720. E. Testing of installed pipe is specified in Section 02720. F. Concrete is specified in Section 03316. G. Ductile iron pipe and fittings are specified in Section 02615. ' H. Plastic pipe and fittings are specified in Section 02622. 1.3 REFERENCES A. AASHTO • 1. T 99, "Standard Method of Test for the Moisture -Density Relations of Soils Using a 5.5 -lb. Rammer and a 12 -in. Drop". 2. T 180, "Standard Method of Test for the Moisture -Density Relations of Soils Using a 10 -lb. Rammer and a 18 -in. Drop". B. AHTD Standard Specifications for Highway Construction P1. Section 303, "Aggregate Base Course". C. ASTM 1. D 448, "Standard Classification for Sizes of Aggregate for Road and Bridge Construction". ' 2. D 2774, "Recommended Practice for Underground Installation of Thermoplastic Pressure Piping". 3. D 2922, "Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear I Methods (Shallow Depth). D. AWWA I. C600, "Installation of Ductile -Iron Water Mains and Their Appurtenances" 2. C605, "Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water". Sang/Hollywood & 6 ° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02600-1 • • i 1.4 QUALITY ASSURANCE I A. Provide skilled workers to insure proper handling, jointing, and embedment of pipe. B. Methods of Testing ,, 1. Moisture density relations of material shall be determined in the laboratory in accordance with AASHTO T 99 or T 180, as specified. 2. Field density of backfill shall be determined in accordance with ASTM D 2922. Part 2- MATERIALS I 2.1 BEDDING MATERIALS Bedding materials, used for bedding, haunching, and initial backfill in the locations indicated on the Drawings, shall conform to one of the following materials. A. Grit: a local designation for a crushed stone material, available from quarries in northwest Arkansas, and is specified by City of Fayetteville for use in pipe embedment (bedding, haunching, and initial backfill) where groundwater is not encountered. Approximate gradation of grit is: 100 percent passing a 3/8th sieve, and 0 to 10 percent passing a No. 200 sieve. This material is to be used for water line, sewer line, and any storm sewer installation designated N/P-1 or P-1. B. Class 7 or Class 8 Base material per AHTD, Section 303, Table 303-1 as an alternative for grit, subject I to approval of Engineer. Class 8 only for waterline or sewer line. C. Materials meeting eitherASTMD 448 Size No 67 or ASTMD 2774 as an alternative to grit, subject to I approval of Engineer. D. Concrete rock for storm sewer installation only meeting the gradation requirements of Section 802.02 Materials (c) Coarse Aggregate. This material is to be used when groundwater is encountered. The storm sewer installation will be designated NIP -2 or P-2. Part 3- EXECUTION 3.1 GENERAL A. All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. B. Examine pipe and appurtenances for compliance with specifications C. Reject pipe and appurtenancesnot in compliance with specifications. ' D. A ten (10) foot separation shall be maintained between water lines and sewer lines where those lines run approximately parallel to each other. Water mains which cross sewers shall be laid so that the bottom of the water line will be at least 18 inches above the top of the sewer line. At all crossings, the water line pipe shall be adjusted to provide one full length of water line pipe over the sewer line with both joints located as far as possible from the sewer line. If this distance must unavoidably be reduced, the water line or the sewer line must be encased in a watertight pipe with sealed watertight ends extending at least ten feet either side of the crossing. The encasement may be vented to the surface if carrying water or sewer under pressure. Where a water line must unavoidably pass beneath the sewer line, at least 18 Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02600-2 r S • inches of separation must be maintained between the outside of the two pipes in addition to the preceding encasement requirement. Exceptions to this must be approved in writing by the Arkansas Department of Health. E. Remove foreign matter from pipe and appurtenances before lowering into excavated area. 1 3.2 PIPE HANDLING A. Pipe shall be off loaded at site as close to location of installation as possible, subject to constraints of traffic control and availability of land for construction. Pipe shall not be dropped from carrier deck. Stack pipe according to manufacturer's recommendations. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. B. Lower pipe into trench after placement of bedding using slings and mechanical equipment. Workers shall be present in trench, in accordance with safety practices, to direct pipe into place. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. 33 PIPE BEDDING, HAUNCHING, AND INITIAL BACKFILLING A. Water and sewer line pipe, regardless of type, shall be laid on 6 inches of bedding material and shall be covered to a depth of 6" over the top of the pipe with the same material. The bedding shall be hand 'tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. B. For reinforced concrete pipe designated as storm sewer installation N/P-I or P-1 and appurtenances, place 4 inches of grit between the excavated trench bottom or stabilized trench bottom and bottom of pipe or appurtenance as bedding. Provide depression in grit for joints so that barrel of pipe or appurtenance rests on grit. No haunching is required for reinforced concrete pipe. Initial backfill shall be job excavated select material. C. For reinforced concrete pipe designated as storm sewer installation N/P-2 or P-2 and appurtenances, place a minimum of 4 inches of concrete coarse aggregate between the excavated trench bottom or stabilized trench bottom and bottom of pipe or appurtenance as bedding. Initial backfill shall be this coarse aggregate to a minimum of eighteen inches • above the four inch diameter underdrain pipe. This underdrain pipe shall be laid at the flow line elevation of the concrete pipe and capped at the upstream end. The downstream end shall terminate into the drainage structure. ' 3.4 JOINTING A. Place pipe and appurtenance to planned line and elevation. 1. Place sewer pipe from low end to high end with pipe bells facing upstream. 2. Place potable water pipe with bells facing the direction of laying. 3. Cover open end of laid pipe whenever pipe laying is interrupted to prevent rodents and debris from entering pipe. B. Prepare pipe before jointing operations in accordance with manufacturer's recorruuendations. Place gasket in location marked. C. Shove pipe home into joint using mechanical equipment as recommended by manufacturer. Pipe barrel shall be inserted into joint to appropriate mark, if available on pipe. ' Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02600-3 • . 1 D. Care shall be taken not to exceed the manufacturer's recommendations on the degree of deflection allowed per joint of pipe. A pipe bend shall be installed where necessary to maintain conformance to those recommendations. 3.5 WATER LINES A. The transition from 6 -inch pipe to 2 -inch pipe shall be by means of a tapped 2 -inch plug. B. All valves, bends, hydrant shoes and fittings (including in -line valves) shall have Megalug style retainer glands or approved equal. Valves, bends, reducers and other hardware near bends shall be positively. • bolted, all -threaded, or mechanically joined to each other. Bolted includes single and double flanged adapters (such as Foster Adapters or Swivel Adapters) which provide a solid bolted or mechanical joint type connection. C. For all -thread attachments, eye -bolt style attachments are not acceptable. Romac "Ductile Lug" style • attachments or approved equal shall be used. All -threads shall be made of 316 stainless steel. D. Ninety degree (90) bends shall only be used on a by -exception basis, and must each be specifically approved by the City. Forty-five degree (45) bends shall be used in locations where 90° bends would otherwise be considered. ' E. Where ductile iron pipe is being laid, polyethylene encasement shall be installed in accordance with ANSI/AWWA Cl 05, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. All ductile iron, brass, cast iron or stainless steel pipe, fittings and/or adapters shall have polyethylene encasement. F. A trace wire shall be laid adjacent in all trenches and shall be looped around the pipe at least once per • joint and connected to all valves and fittings. The trace wire shall provide a continuous electrical circuit, and shall have splices that are 3M DBY-6 connectors or approved equal. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details such that the water line can be traced from the meter/valve box. A tracing test shall be required prior to final acceptance. I G. Pipe detection tape shall be provided in all trenches for water line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. 3.6 BACKFILLING ' A. Pipe Covering 1. Place minimum 12 inch of grit over top of PVC pipe and fittings. The bedding shall be hand tamped in. the ditch prior to pipe installation and shall be hand tamped around and over the pipe. 2. Place minimum 6 inch of grit over top of iron pipe and fittings. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. 3. Place job excavated select material from bedding of reinforced concrete pipe and compact to 90 percent of standard proctor density when groundwater is not encountered. 4. When groundwater is. encountered in storm sewer pipe construction, place concrete rock for a , minimum of 18 inches above the underdrain pipe as initial backfill. B. See Section 02220 for remainder of backfill. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02600-4 i • • •' C. For Water Lines: Maximum pipe cover shall be 60 inches under normal conditions. Cover greater than 60 inches shall be allowed for short distances where required by field conditions. No hydrants shall be allowed where lines are greater than 60 inches deep. Minimum pipe cover shall be 36 inches. Cover shall be measured from the top of the pipe barrel and shall be further defined as: 1. Land Level Normal to the Direction of the Piveline: Cover shall be measured from the top of the barrel of the pipe to the top of the existing natural ground surface. 2. Cut Sections: Cover shall be required and shall be measured from the top of the pipe barrel to the planned grade. 3. Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted prior to laying the water line. 4. Along and Under Streets: The Cover along streets shall be measured either from natural ground or I. the curb elevation, whichever results in the lowest absolute elevation of the pipe. Cover under streets shall be measured from the top of the subgrade. D. Existing Utility Crossings: Expose utilities located between two manholes 24 hours minimum before the downstream manhole is constructed. Wherever possible sewer will be adjusted to provide necessary clearance. 3.7 THRUST BLOCKING A. Construct thrust blocking at all pipe fittings, including bends and reducers, as indicated on the Drawings B. Concrete for thrust blocking is specified in section 03316 C. Construct thrust blocking between pipe and undisturbed earth. If trench conditions do not exist, either extend thrust blocking or backfill over excavation and dig new trench to obtain trench conditions. I. D. All fittings shall be wrapped with 8 mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All bends, tees, etc. shall remain open until inspected by the i City. IEnd of Section 02600 I I I Sang/liollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02600-5 I • • ' Section 02601 CAST -IN -PLACE MANHOLES Part I - GENERAL ' 1.1 SCOPE A. This section covers poured -in -place manholes for wastewater lines. 1.2 RELATED WORK 1 A. Concrete for manholes is specified in Section 03316. B. Trenching, backlilling and compacting are specified in Section 02221. C. Pipe laying is specified in Section 02600. D. Cast -in -place manholes are specified in Section 02601. 13 QUALITY ASSURANCE A. Concrete testing is specified in Section 03316. B. Manhole Testing ' 1. Sanitary sewer manholes shall be tested in accordance with these specifications prior to acceptance by Owner. If a manhole fails the test, make appropriate repairs. ' 2. Manhole Exfiltration Testing: Incoming and outgoing sewer lines shall be plugged and the manhole filled with water up to the top of the poured concrete. lithe water loss exceeds the ' maximum allowable as shown below; the manhole shall have failed the test. Depth of Manhole Maximum Allowable Water Loss 0 - 8 feet 1 inch over 5 minutes. Over 8 feet 1/8 gal. per vertical foot over 5 minutes I. 3. Manhole Vacuum Testing: Perform vacuum test. Manhole vacuum test shall be performed with suitable apparatus made for such purpose and shall draw a vacuum of 10 inches of Mercury (Hg). The test shall pass if the vacuum remains at 10 inches of Hg or drops to not less than 9 inches of Hg in one minute. I. I I Sang/Hollywood & 6 s Street Intersection Improvements City of FayettevilleMay 30, 2003 Engineering Division Page 02601-1 • • Part 2- MATERIALS 2.1 MANHOLE, RINGS, AND COVERS A. Concrete is specified in Section 03316. I B. Castings for manhole rings and. covers must be of the best quality gray cast iron free from cracks, holes, scale, shrinkage, distortion, and other defects which might make them unfit for their intended use. They shall be of high workmanlike finish, shall be non -rocking, shall have all bearing surfaces machined smooth, and shall be of such quality that a blow from a hammer will produce an indentation on a rectangular edge of the casting without flaking the metal. I C. Manhole rings and lids shall have a combined weight of not less than 2701bs. and shall have a nominal diameter of 24 inches and a minimum access diameter of 22 inches. The manhole lids shall be of solid construction without any openings of any type except two concealed pick holes which shall be located on direct opposite sides of the manhole lid. The concealed pick holes shall be of such design as not to allow infiltration into the manhole. Manhole lids shall have "SANITARY SEWER" cast on the lids. 2.2 APPURTENANCES A. Pipe connections to manholes shall be Femco Concrete Manhole Adapters, or equal, furnished in the appropriate size for the type and class of pipe used. Part 3 - EXECUTION 3.1 MANHOLE CONSTRUCTION A. Excavate to planned depth in accordance with Section 02221. B. Barricade excavation site in accordance with Section 01500. C. Place Class A concrete in accordance with Section 03316. Coat outside of manhole, walls and cone section with coal tar paint. Inside of manhole will not be lined. D. . Place waterstops between concrete pours. . E. Place manhole ring and cover when concrete. has cured 24 hours. , F. Backfill in accordance with. Section 02221 after concrete has cured 48 hours. G. Manholes shall not have steps. I End of Section 02601 I I Sang/Hollywood & 6ih Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02601-2 • Section 02605 UTILITY SLEEVES '.T, t[IRlt7\g 1.1 SECTION INCLUDES A. Furnish and install sleeves for utility crossings. 1.2 RELATED SECTIONS A. Pipe laying is specified in section 02600. B. Excavation safety is specified in section 02161. C. Pipe trenching and backfill is specified in section 02220. D. Flowable fill is specified in section 03316. 1.3 UNIT PRICES A. See section 01025. 1.4 REFERENCES A. ASTM A 139, "Electric -Fusion (ARC) -Welded Steel Pipe (NPS 4 and Over)". 1.5 SUBMITTALS A. Submit manufacturer's data on sleeves to be furnished. 1.6 QUALITY ASSURANCE A. Utility sleeves shall be installed by workers experienced in installing sleeves for utilities by the open cut method. B. Utility sleeve materials shall be new. Part 2- PRODUCTS 2.1 MATERIALS A. Steel Utility Sleeves 1. Steel utility sleeves shall be steel pipe conforming to ASTM A-139. Pipe sizes and wall thicknesses are indicated on the Drawings. 2. Joints may be welded or bolted and gasketed. Inside of joints shall be smooth, not creating any hindrance to pushing pipes through the sleeve at a future time. 3. Interior and exterior of sleeve material shall be treated with a coal tar epoxy lining. Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02605-1 • • I B. PVC Utility Sleeves 1. PVC utility sleeves shall be schedule 40, rigid, high impact polyvinlychloride, conforming to Federal Specification W -C-1094 and Underwriters' Laboratories Standard UL -651. 2. PVC conduit sizes are indicated on the Drawings. C. Steel Encasement Pipe 1. Encasement pipe for water mains shall be smooth steel and shall be sized as follows:, ' Water Minimum Encasement Minimum Wall ASTM/AWWA Main Size Pipe Size Thickness Specification inches (inches) (inches) 4-6 12 0.250 ASTM A 53 8 16 0.250 AWWA C 200 12-16 24 0.250 18 30 0.312 " 20-24 36 0.312 " 36 48 0.375 48 60 0.375 " " 2. Encasement pipe to be used for water line installations shall not have been used for any conveyance purpose in the past. 3. Neither concrete nor corrugated metal pipe shall be permitted for water line encasements. 4. Encasement spacers shall either be APS (Advanced Products & Systems, Inc.) manufactured casing spacers or an approved equal. Wood shall not be used as encasement spacers. Three spacers shall be installed per joint such that the spacers are equally spaced along the length of the pipe. 5. Encasement end seals are required for all water line encasements and shall either be APS Model AC or J -Four pull -on seals or approved equal. Hi Part 3- EXECUTION 3.1 EXAMINATION 1 A. Examine sleeve materials for damage to pipe, lining, or coating during shipping. 3.2 INSTALLATION A. If not coated at the factory, coat exterior of steel pipe with coal tar epoxy paint prior to installation. I B. Install utility sleeves as specified for piping in sections 02220 and 02600. End of Section 02605 ' 1 Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02605-2 1 • • I IPart 1- GENERAL Section 02615 IRON PIPE AND FITTINGS ' 1.1 SCOPE A. This section covers ductile iron pipe and fittings for potable water and wastewater systems. 1.2 RELATED WORK A. Pipe Laying is specified in Section 02600. B. Potable water systems are specified in Section 02675. IC. Valves are specified in Section 02641. D. Plastic Pipe is specified in Section 02622. 13 REFERENCES A. AWWA 1. C104, "American National Standard for Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water". 2. Cl 10, "American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 In. Through 48 In., for Water and Other Liquids". 3. Clii, 1, "American National Standard for Rubber Gasket Joints for Ductile Iron and Gray -Iron I. Pressure Pipe and Fittings" 4. C 151, "American National Standard for Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids" IS. Cl 53, "American National Standard for Ductile -Iron Compact Fittings, 3 In. Through 24 In., for Water Service". B. ASTM 1. D-1248, "Standard Specification for Polyethylene Plastics Molding and Extrusion Materials" 1.4 QUALITY ASSURANCE A. No field testing of pipe, except pressure testing of completed systems will be required unless evidence ` develops that material is not as specified or as certified by manufacturer. B. Affidavits of Compliance and Independent Laboratory Inspection ' 1. Ductile iron pipe and ductile iron pipe fittings fu nished and installed on this project shall be inspected and tested by the manufacturer. The manufacturer shall furnish to Engineer, prior to delivery, certificates stating that all pipe will be manufactured in compliance with these Specifications. The certificate shall also fully describe the pipes proposed to be furnished. Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02615-1 2. If evidence appears that all provisions of the applicable ASTM/AW WA Standards have not been complied with after the pipe has been delivered, Owner will require such field testing and sampling as necessary for certified statements of compliance to the provisions of said standards to be fitmished by an approved independent laboratory. The cost for the testing and sampling or job delay will be the responsibility of the pipe supplier if the pipe is not in compliance. Owner will pay the cost of the testing and sampling if the pipe is in compliance with the Specifications. However, Owner will not be responsible for delays. The independent laboratory may be chosen by Owner or the manufacturer, as directed by Engineer, and shall be approved by Engineer. C. Joint lubricant containers must be labeled with manufacturer's name and must be labeled as pipe joint lubricant. 1.5 DELIVERY STORAGE AND HANDLING j A. Comply with pertinent provisions of Section 01620. B. Protect polyethylene encasement from prolonged exposure to sunlight. 2.1 PIPE AND FITTINGS I A. Ductile Iron Pipe and Ductile Iron Pipe Fittings With Mechanical Type Joints. Unless otherwise specified or shown on the Drawings or specified, pipe and fittings furnished on this project shall be ductile iron; pipe and fittings shall have mechanical joints. Ductile iron pipe furnished with either push -on or mechanical type joints shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast, for Water," AWWA Standard C 151/A21.51. latest revision, and shall be designed to withstand compacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a soil density of 120 pounds per cubic foot and Type 3 standard laying conditions. Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile Iron Pipe", ANSI/AWWA Cl 50/A2 1.50, latest revision. and shall be Pressure Class 350 unless otherwise indicated on the Drawings. I • 2. Ductile Iron Pipe Fittings: Fittings 4 inches and larger shall be ductile iron fittings and shall conform to the requirements of ANSI/AWWA Cl 53/A2 1.53. Fittings shall have a minimum pressure rating of 350 pounds per square inch and shall be lightweight (compact) fittings, unless otherwise indicated on the Drawings. 3. Ductile Iron Pipe Joints: Ductile iron pipe and ductile iron fittings with mechanical or push- • on type joints shall have rubber gasket joints in conformance with ANSI/AWWA C111/A21.11. 4. Restrained Joints: Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable sections. of ANSI/AWWA C151/A21.51 and AWWA/ANSI Cl 10/A21.10. All restrained joint pipe shall be "FR Flex," as manufactured by U.S. Pipe, "Flex -Ring" joint as manufacturedby American Ductile Iron Pipe, or equal. 1 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02615-2 i • • 5. Ductile Iron Pipe Joint Lubricant Joint lubricant shall be provided by the pipe manufacturer, and applied as per the manufacturer's recommendations. 6. Tapping Sleeves shall be designed for 200 psi and shall be JCM Type 432 for 4 -inch through 12 -inch lines, and JCM Type 412 for 12 -inch lines and larger, or equal. Tapping sleeves shall be vinyl coated. 7. Bolts: All bolts for fittings shall be Class 308 stainless steel. 21 LINING AND COATING A. Water Pipe: All ductile iron pipe and ductile iron fittings used for water systems shall have a standard • thickness cement mortar lining in conformance with ANSI/AWWA C104/A21.4. B. Outside Coating: All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. • 1. Bituminous Coating: Pipe and fittings indicated for buried service shall have a bituminous I coating approximately I mil thick. The coating shall be factory applied to the outside of all pipe and fittings. The finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. 2. Factory Primed Pipe: Unless otherwise shown on the Drawings, all exposed pipe and fittings within the limits of structure walls or all pipe exposed above ground shall be delivered 1 to the job site factory blasted, cleaned, and primed with one coat of Kop-Coat 240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal. ' 23 TRACE WIRE Trace wire shall be 14 gage coated copper for underground burial. Connectors for splices shall be 3M DBY- ' 6 or an approved equal. 2.4 DETECTABLE TAPE ' Detectable Tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is ' impervious to all known alkalis, acids, chemical reagents, and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2%2 pounds/1 inch x 1,000 feet. The tape shall be color coded and imprinted with the message as follows: Type of Color IUtility psi Water Safety Precaution Blue Caution, Buried Water Line Below ' Sewer Safety Precaution Green Caution, Buried Sewer Line Below 1 Sang/Hollywood & 6's Street Intersection improvements City of Fayetteville May 30, 2003 Engineering Division Page 02615-3 I Part 3 -EXECUTION 3.1 GENERAL A. Pipe shall be laid in conformance with Section 02600. 1 3.2 TRACE WIRE A. Trace wire shall be laid adjacent to the pipe in all trenches for water line construction, and shall be looped around the pipe at least once per joint, and connected to all valves and fittings. The trace wire shall provide a continuous electrical circuit, and shall have splices that are 3M DBY-6 connectors or I approved equal. At valves and meter box settings, the trace wire shall be broughtup into the valve or meter box as indicated in the standard details such that the water line can be traced from the meter/valve box. A tracing test shall be required prior to final acceptance. 33 PIPE DETECTION TAPE A. Pipe detection tape shall be provided in all trenches for water and sewer line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. End of Section 02615 ' 1 L r I I U I 71 1 Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02615-4 Section 02616 POLYETHYLENE ENCASEMENT Part 1- GENERAL 1.1 SCOPE A. This Section covers polyethylene encasement of iron pipe and fittings. 1.2 RELATED SECTIONS A. Iron Pipe is specified in Section 02615. B. Pipe Laying is specified in Section 02600. 13 REFERENCES A. AWWA C105, "American National Standard for Polyethylene Encasement of Ductile -Iron Pipe Systems". 1.4 QUALITY ASSURANCE Polyethylene encasement materials shall be products of a manufacturer experienced in producing encasement materials in compliance with the governing standard, and installed by workers experienced in this type of construction. 1.5 SUBMITTALS Submit manufacturer's data for polyethylene materials. Part 2- PRODUCTS 2.1 POLYETHYLENE A. Comply with ANSI/AWWA C105, latest revision. B. Polyethylene film shall have a minimum nominal thickness of 0.008 inches (8 mils), and shall be provided in either flat tube or sheet form. Nominal Pipe Dja. 4 6 8 12 16 24 flat Tube inches 16 20 24 30 37 54 Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02616-1 • 1 Part 3 - EXECUTION i 3.1 POLYETHYLENE TUBE INSTALLATION A. Assemble tube on pipe as specified in ANSI/AWWA C105. ' B. In dry trench conditions, tube may be assembled on pipe in trench. C. In wet trench conditions, tube must be assembled on pipe before lowering into trench. D. Seal any opening in tube with polyethylene compatible adhesive tape. E. Wrap odd -shaped iron appurtenances with a split length of polyethylene tube. 3.2 INSTALL POLYETHYLENE ENCASEMENT - A. Use Method A or B as specified in ANSI/AWWA C105 for slip-on joints. , B. Use Method A as specified in ANSI/AW WA C 105 for bolted joints. 1 End of Section 02616 ' I 1 I I I I I 1 Sang/Hollywood & 6's Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02616-2 Section 02622 I TT PLASTIC PIPE AND FITTINGS Part 1 - GENERAL 1 1.1 SCOPE A. This section covers polyvinyl chloride (PVC) pipe and fittings for potable water and wastewater systems. 1.2 RELATED WORK A. Wastewater systems are specified in Section 02722. Potable water services are specified in Section 02666. Potable water systems are specified in Section 02675. Ductile Iron Pipe and Fittings are specified in Section 02615 Pipelaying is specified in Section 02600. :FERENCES I. A. ASTM I. D-1784, "Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds" ' 2. D-224 1, "Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR- Series)" 3. D-3034, "Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings" • 4. D-3139, "Standard Specification for Plastic Pressure Pipes Using Flexible Elastomeric Seals" 5. D-3212, "Standard Specification for Drain and Sewer Plastic Pipe using Flexible Elastomeric Seals" 6. F-477, "Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe" 1 B. AWWA 1. C900, "Polyvinyl Chloride (PVC) Pressure Pipe, 4 inch through 12 inch, for Water Distribution" ' 2. C905, "Polyvinyl Chloride (PVC) Pressure Pipe, 14 inch through 48 inch, for Water Transmission and Distribution" ' 1.4 SUBMITTALS Submit manufacturer's data for pipe being supplied; include weights, handling procedures, jointing ' procedures, field cutting, manufacturing materials, markings, and other pertinent drawings and data. 1 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02622-1 • • 1 1.5 QUALITY ASSURANCE A. No field testing of pipe, except pressure testing of completed systems will be required unless evidence develops that material is not as specified or as certified by manufacturer. B. Affidavits of Compliance and Independent Laboratory Inspection I. PVC pipe and ductile iron pipe fittings furnished and installed shall be inspected and tested by ' the manufacturer. Manufacturer shall furnish to Engineer, prior to delivery, certificates stating that all pipe will be manufactured in compliance with these Specifications. The certificate shall also fully describe the pipes proposed to be furnished. 2. If evidence appears that all provisions of the applicable ASTM/AWWA standards have not been complied with after the pipe has been delivered, Owner will require such field testing and sampling as necessary for certified statements of compliance to the provisions of said standards to be furnished by an approved independent laboratory. The cost for the testing and sampling or job delay will be the responsibility of the pipe supplier and Contractor if the pipe is not in compliance. Owner will pay the cost of the testing and sampling if pipe is in compliance with the Specifications; however, Owner will not be responsible for job delay. The independent laboratory may be chosen by the Owner or the pipe manufacturer, and shall be approved by the Engineer. C. Joint lubricant containers must be labeled with manufacturer's name and must be labeled as pipe joint lubricant. D. Stamp manufacturer's name or trademark, ASTM standard, SDR, DR, and Cell Class on each pipe. 1.6 DELIVERY STORAGE AND HANDLING A. Comply with pertinent provisions of Section 01620 1 B. Minimize handling of pipe below 25 degrees F. Part 2- PRODUCTS 2.1 MATERIALS A. Potable Water Pipe I 1. PVC pipe less than 4 inches in size shall be manufactured in accordance with ASTM D-2241 and shall have an SDR of 13.5. PVC pipe 4 inches through 12 inches in size shall be manufactured in accordance with AWWA Specification C900 and shall have a DR of 14; PVC pipe 14 inches through 24 inches in diameter shall be manufactured in accordance with AWWAC905andshallhaveaDRof21. 2. The plastic material used in making the pipe shall be clean, virgin, Cell Classification 12454-B PVC compound conforming to ASTM Resin Specification D-1784, latest revision. Clean, reworked material generated from the manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. Nominal laying length shall be 20 feet. Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02622-2 El C1 I B. I I I I 3. Joints for less than 4 -inch plastic pipe shall conform to ASTM D-3139. Joints for plastic pipe 4 inches and larger shall conform to AWWA C900 or C905, as applicable. 4. Fittings for PVC pipe less than 4 -inch diameter shall comply with ASTM D-3139, "Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals". 5. Fittings for PVC pipe 4 inches and larger shall conform to the specifications for ductile iron fittings. Gravity Wastewater Pipe Supply pipe and fittings, 4 inch diameter and greater, in compliance with ASTM D-3034 limited as follows. a. Manufacture pipe and fittings with PVC compound having cell classification 12454-B conforming to ASTM D-1784. b. Manufacture pipe and fittings with wall thickness classification SDR 26. c. Manufacture pipe and fittings to use Elastomeric Gasket Joints that comply with ASTM D-3212. C. Elastomeric Gaskets: Supply gaskets manufactured in compliance with ASTM F-477 and with additional markings as follows. 1. Year of manufacture. 2. Color striped on the side of gasket that faces open bell. I D. Trace wire shall be 14 gage coated copper for underground burial. Connectors for splices shall be 3M DBY-6 or an approved equal. •1 E. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, acids, chemical reagents, and solvents found in the soil. I. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2%: pounds/1 inch x 1,000 feet. Li I L1 11 Li I Tape shall be color coded and imprinted with the message as follows: Type of Color Utility Code Water Safety Precaution Blue Sewer Safety Precaution Green Caution, Buried Water Line Below Caution, Buried Sewer Line Below Sang/Hollywood & 6i° Street Intersection Irnprovensnts City of Fayetteville Engineering Division May 30, 2003 Page 02622-3 Part 3- EXECUTION 3.1 INSTALLATION A. Pipe Installation is covered in Section 02600. 1 B. Pipe Detection tape shall be provided in all trenches for water and sewer line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. C. Trace wire shall be laid adjacent to the pipe in all trenches for water line construction, and shall be looped around the pipe at least once per joint, and connected to all valves and fittings. The trace wire shall provide a continuous electrical circuit, and shall have splices that are 3M DBY-6 connectors or approved equal. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details such that the water line can be traced from the meter/valve box. A tracing test shall be required prior to final acceptance. End of Section 02622 n U I I I I U Ii E G Sang/liollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02622-0 I. 9 P G I n L -J Section 02641 VALVES Part 1- GENERAL 1.1 SCOPE This section covers valves for potable water systems, except for valves for individual service connections. 1.2 RELATED WORK A. Iron pipe and fittings are specified in Section 02615. B. PVC pipe is specified in Section 02622. ' C. Potable water services are specified in Section 02665. ' D. Potable water systems are specified in Section 02713 13 REFERENCES ' A. AWWA Standards: 1. C504, "Rubber Seated Butterfly Valves". 2. C509, "Resilient Seated Gate Valves for Water Supply Service." 3. C550, "Protective Epoxy Coatings for Valves and Hydrants." 4. C600, "Installation of Ductile -Iron Water Mains and Their Appurtenances". I. B. ASTM Standards: 1. A-126, "Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fitting". 2. A-153, "Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware". ' 3. A-436, "Standard Specification for Austenitic Gray Iron Castings". 4. D-429, "Standard Test Methods for Rubber Property -Adhesion to Substrates". I. 1.4 SUBMITTALS A. Submit manufacturer's catalog data, including illustrations and a parts list, that identifies the materials to I. be used for malting various parts, in sufficient detail to serve as a guide in the assembly and disassembly of the valve and for ordering repair parts. B. Submit a statement of the net assembled weight for each size valve exclusive of joint accessories. C. Submit drawings showing principal dimensions, construction details, and materials used for all parts of valve. 1.5 QUALITY ASSURANCE IA. Valves shall be manufactured by a company with at least five years of experience in manufacturing the same type of valve in the required sizes. ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02641-1 L B. No field testing of valves, except pressure test of completed systems, will be required unless evidence develops that material is not as specified or as certified by manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING I A. Comply with pertinent provisions of Section 01620 Part 2- MATERIALS 2.1 GATE VALVES 1 A. Gate valves shall be used for pipe up through 10 -inches in size. Valve sizes are indicated on the Drawings. B. Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the requirements of AWWA C509, latest revision, for "Resilient Seated Gate Valves, 3 Through 12 NPS, for Water and Sewage Systems." All gate valves shall bedesigned for a minimum of 200 psi working pressure. All gate valves shall be epoxy coated, and shall be Mueller A2360-20 for in -line applications, and Mueller A2360-16 for tapping applications, or approved equals. All gate valves shall have class 308 stainless steel bolts. C. Gate valves shall have O-ring stem seals. The O-ring stem seal shall be so designed that the seal above the stem collar can be replaced with the valve under pressure in the full -open position. D. Gate valves shall have standard mechanical joint ends conforming with AWWA C 111, unless otherwise indicated on the Drawings. Tapping valves shall be flanged by mechanical joint. E. Buried gate valves shall be designed for operation with a nominal 2 inch square operating nut. The standard direction of opening shall be open left, counter -clockwise as viewed from the top. Handwheels for gate valves shall be in conformance with AWWA C509. F. The interior and exterior of the valve body, bonnet, and seal plate shall have factory applied fusion , bonded epoxy coating meeting AWWA C550. G. The valve shall be tested in accordance with AWWA C509. , H. Bolting materials shall be Class 368 stainless steel. 2.2 BUTTERFLY VALVES A. Butterfly valves shall be used for all pipe 12 inches and larger, except that 12" tapping valves shall be gate valves. Valve sizes are indicated on the Drawings. - B. All butterfly valves shall be groundhog type, Mueller B5227 or approved equal. All butterfly valves shall have class 308 stainless steel bolts. Butterfly valves shall be Class 250E in conformance with the requirements of AWWA C504, for Rubber Seated Butterfly Valves.", except that valves shall be suitable for 200 psi working pressure and provide drip -tight shut off at 250 psi. Butterfly valves shall be groundhog type, Mueller B5227 or approved equal. All butterfly valves shall have Class 308 stainless steel bolts. Sang/Hollywood.& 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02641-2 ' 0 ' E. All valve boxes shall be installed in a vertical orientation and shall be compatible with the gate or butterfly valves for which they are provided and shall be manufactured for use in roadways. Part 3- EXECUTION ' 3.1 EXAMINATION A. Inspect valves prior to installation for direction of opening, number of turns to open, freedom of operation, tightness of pressure, containing bolting and test plugs, cleanliness of valve port and seating surfaces, handling damage, and cracks or other defects. Remove any foreign material in the valve interior. B. Mark defective valves and remove from job site. IC. Check bolts and nuts for proper tightness, expect seat adjusting bolts or screws in butterfly valves. D. Special attention shall be given when installing butterfly valves on AWWA C900 or C905 PVC pipe. ' Due to the thickness of this pipe, it must be trimmed where it enters the valve so that the valve gate can either fully open (if installed in the closed position) or close (if installed in the open position). 3.2 PREPARATION ' A. Widen trench as necessary to allow for installation of valve and provide working room on all sides of valve, and to allow installation of valve box and supports. B. Shape bedding to allow valve bottom to be fully supported by bedding. Valves at right angle to pipeline shall not cause torque stresses in pipeline. Tapping valves and machines shall be supported by crushed I. stone or concrete pads. Fill over -excavation required for installation and removal of tapping machine with crushed stone before continuing pipe laying. ' 3.3 INSTALLATION A. Gate and butterfly valves shall be installed in accordance with AWWA C605, latest revision, and with ' either AWWA C504 or AWWA C509, as applicable, latest revisions, the manufacturer's recommendations, and these Specifications. B. Tapping Sleeve and Valve 1. Disinfect tapping sleeve, tapping valve, and tapping machine in accordance with AWWA C651 and manufacturer's recommendations. 2. Install tapping sleeve according to manufacturer's recommendations. Verify that sleeve fits pie in a drip -tight manner. 3. Install tapping valve on tapping sleeve. Tapping valve shall be fully supported on crushed stone base or concrete pad so that no stresses are transmitted on the pipe being tapped. ' 4. install tapping machine on tapping valve and proceed with tapping operation per manufacturer's recommendations. 5. Install thrust blocking after tapping operation is complete and before continuing pipe laying. I. I Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 02641-5 S • 1 C. Valve Box 1. Provide a valve box as specified for each valve used in a buried service application. Valve box shall be installed so as not to transmit shock or stress to the valve. Valve box shall be centered and plumb over the operating nut of valve with box cover flush with the finished surface. Valve box shall be backfilled evenly around its perimeter with select material. Backfill material shall be hand tamped so that the ground will not settle after placement of the concrete collar. 2. All valve box lids shall have a concrete collar placed around them. The collar shall be 18 inch square centered on the valve box lid and shall be 6 inches thick cast -in -place, except that on flat surfaces a round precast collar may be used. The top of the pad shall be flush with the top of the box and the surrounding ground or roadway surface. Place concrete to avoid splatter on valve box lid. Valve box collars shall not be constructed until every item of cleanup has been completed. Where valves are in paved areas, the specified street repair may be substituted for the concrete collar. 3. Tracer wire shall be installed along the outside of the valve box to a point near the top of the box, where a hole will be drilled and the tracer wire inserted into the box. D. Blow -Off Constrac Non , 1. The location of the blow -offs shall generally be as detailed. The exact location as well as the orientation and length of the piping shall be determined in the field to ascertain that the vertical riser extends above natural grade. ' End of Section 02641 ' I I F Li I I I I Sang/Hollywood & 6t° Street Intersection, Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02641-6 1 • • Ii I I Section 02644 FIRE HYDRANTS Part I - GENERAL 1.1 SCOPE A. This section covers fire hydrants. 1.2 RELATED WORK A. Installation of the valve isolating the fire hydrant, the valve box, concrete pad surrounding top of valve box, and pipe connecting valve to fire hydrant are included in fire hydrant construction. ' B. Excavation and backfilling for the fire hydrant is specified in Section 02221. C. Iron pipe supplying the fire hydrant is specified in Section 02615. ' D. Valve used to isolate the fire hydrant is specified in Section 02641. ' E. Concrete is specified in Section 03316. F. Testing of fire hydrants as part of the completed water system is specified in Section 02675. ' 13 REFERENCES A. AWWA: C502, "Dry Barrel Fire Hydrants". 1 1.4 SUBMITTALS A. Submit manufacturer's data and drawings. If specifically requested by Owner or Engineer, submit report of factory tests. ' Part 2 - PRODUCTS ' 2.1 FIRE HYDRANTS A. Fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision, for "Dry Barrel Fire Hydrants", and shall be designed for a working pressure of 250 psig. Fire hydrants shall be three-way, painted white above the ground line with reflective paint AXON 1460. Approved fire hydrants are Mueller Centurion, Catalog No. A-423, or Waterous 51/4 inch WB67- 90. Fill dirt around fire hydrants and other surface attachments shall be compacted. ' B. Hydrant shall have a 6 inch mechanical joint inlet in conformance to dimensions shown in ANSI/AWWA C1 I0/A21.10. Three-way hydrants shall have a 5%4 inch valve opening. 1 Sang/Hollywood & 61° Stmt Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 026441 C. Fire hydrants shall be equipped with a two-piece barrel having a breakaway flange at the ground line and shall be designed for a 48 -inch bury. Extensions shall be Mueller A-320 or an approved equal, with no more than one extension allowed per hydrant. Fire hydrants shall be installed with a 24" diameter or 24" x 24" square, 6" thick concrete pad around the base of the hydrant six inches below the bottom of the break -away flange. D. Hydrants shall be equipped with two 2%2 inch hose nozzles and one 4',' pumper nozzle. The operating nut shall be a nominal 1 %2 inch pentagon, National Standard operating nut designed to open left (counterclockwise). E. Fire hydrants shall be equipped with a safety stem coupling and flange which are intended to fail ' upon vehicle impact without damage to the stem or main valve. 2.2 AGGREGATE ' A. Aggregate placed to receive drainage from fire hydrant shall be crushed or washed stone and t graded as follows. 100% of weight passes 1 V2 inch screen 50%-90% of weight passes 'h inch screen 25%-50% of weight passes '/, inch screen 1b%-30% of weight passes No. 4 screen 3%-10% of weight passes No. 200 screen , 2.3 PAINT A. Fire hydrant paint shall be reflectorized paint AXON 1460 or an approved equal. , 2.4 SOURCE QUALITY CONTROL , A. Each assembled fire hydrant shall be tested in accordance with AWWA C502 paragraph 5.1.6. Part 3- EXECUTION 3.1 EXAMINATION , A. Prior to installation, hydrants shall be inspected for direction of opening, cleanliness of inlet elbow, handling damage, and cracks. ' 3.2 INSTALLATION A. Install fire hydrants at locations indicated on the Drawings or as directed by Engineer. B. Fire hydrants shall be 6'-0" bury when hydrant tee is 24 -inch by 6 -inch or greater. Fire hydrants shall be 3'-6" bury when hydrant tee is less than 24 -inch by 6 -inch. C. Hydrants shall stand plumb within a tolerance of'' inch horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper nozzle facing the curb. Hydrants shall be set to established grade with the nozzle centerline at least 18 inches above the ground ' Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02644-2 i • . • D. When hydrants are placed beyond the curb, hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 inches nor more than 18 inches from the gutter face ' of the curb. When set in the lawn space between curb and sidewalk, or between the sidewalk and the property line, no portion of hydrant or nozzle cap shall be within 6 inches of the sidewalk. In the case of relocation of water lines along a future roadway alignment, in a cut or fill area, the hydrant shall be placed as directed by Engineer. E. Each hydrant shall be positively connected to the water main with a 6 inch ductile iron pipe branch and shall have an independent 6 -inch gate valve. The 6 -inch branch of the main line fittings shall be equipped with retaining lip and swivel gland for positive restraint without tie rods. If the hydrant leg is greater than 50 feet, an additional gate valve shall be placed near the hydrant, I. between five and ten feet from the hydrant. Like all valves, this gate valve shall be retained. Any change in grade needed to properly place the hydrant shall be accomplished by the use of an "S" fitting. ' F. Wherever a hydrant is set in soil that is not pervious, drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with sand from the top of the concrete reaction blocking to at least 6 inches above the waste opening in the hydrant, and to a distance of 3 foot around the elbow. No drainage system shall be connected to a sewer. G. Bowl of each hydrant shall be braced against unexcavated earth at the end of the trench with ' concrete reaction blocking as indicated on the Drawings. IN NO CASE SHALL THE CONCRETE BLOCKING BLOCK OR IMPEDE FLOW FROM FIRE HYDRANT DRAIN PORTS. Fire hydrant, fittings, and pipe shall be wrapped with visqueen to prevent bonding to the ' concrete. H. The fire hydrant shall be painted after installation. ' 33 FIELD QUALITY CONTROL • A. Operate hydrant valve and nozzles after installation but before system testing through two complete opening and closing cycles. The fire hydrant valve shall be left in the open position during the test and after the test is completed. B. Each hydrant shall be tested in place as part of the water system test, as specified in Section 02675. Fire hydrants shall be tested in accordance with AWWA C502, latest revision. The fire hydrant 1 test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This shall be done after the pressure test has been completed. C. All fire hydrants shall be tested by the Contractor and/or Engineer in accordance with Chapter 4 of ' AWWA Manual M17, latest revision. The Contractor and/or Engineer shall also perform flow testing of new fire hydrants in accordance with Chapter 6 of AWWA WA Manual M 17, latest revision, and shall paint the hydrant bonnets and nozzle caps according to the following table: Color Flow Under Fire Conditions Light Blue z 1500 gpm ' Light Green 1000 - 1499 gpm Orange 500 - 999 gpm Red < 500 gpm ' City of Fayetteville Sang/Hollywood & 6i° Street Intersection Improvements May 30, 2003 Engineering Division Page 02644-3 S 1 D. Fire hydrant flow testing shall be coordinated with the Water and Sewer Maintenance Division. Upon completion of flow testing, the Engineer shall provide to the City Water and Sewer Maintenance Division a completed "Fire Hydrant Information Sheet." , End of Section 02644 1 1 1 1 •1 i 1 1 1 1 1 1 1 Sang/Hollywood & 6ih Street Intersection Improvements • City of Fayetteville May 30, 2003 Engineering Division Page 02644-4 L • • C. Valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally cast mechanical joint ends unless alternate valve ends are indicated on the Drawings. Body thickness shall be in strict accordance with AWWA C504, Class 250B. D. Butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows: 1. Valves 20 inches (nominal diameter) and smaller shall have bonded seats which are ' simultaneously molded in, vulcanized, and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D-429, Method B. 2. Valves 24 inches and larger shall have seats of synthetic rubber compound. Seats shall be I. retained in the valve body by mechanical means without retaining rings, segments, screws, or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling operator, disc, or shaft and without removing the valve from the line. 3. Valve discs shall be as follows: ' a. Valves 12 inches through 20 inches nominal diameter: Valve discs shall be constructed of alloy cast iron ASTM A-126, Class B. b. Valves 24 inches nominal diameter: Valve discs shall be cast iron with a stainless steel ' seating edge. c. Valves 30 inches through 48 inches nominal diameter: Valve discs shall be ductile iron with a stainless steel seating edge. E. The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant and self-lubricating. Valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. The operator shall be designed for operation with a nominal 2 ' inch square operating nut for use with a T -wrench. Operators shall be designed to open with a counterclockwise rotation of the operator nut. F. Valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550, latest revision. G. Valve shall be hydrostatically tested at 250 psi for leakage in accordance with AWWA C504, latest ' revision. H. Where valves are specifically shown and detailed on the Drawings to be painted, valves shall be I. delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or approved equal. I. Affidavit of Compliance - Manufacturer shall furnish to Engineer prior to delivery, an affidavit stating that valve and materials used in its construction conform to the requirements of AWWA C504 and that tests specified therein have been performed and that test requirements have been met 23 TAPPING VALVES A. Tapping valves shall be gate valves for buried service of modified design to serve as valves to tap a pressurized pipeline. B. Tapping valves shall be manufactured by a company regularly supplying such valves, in the sizes ' required, for at.least five years. C. Valve sizes are indicated on the Drawings. 1 Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02641-3 D. Valve ends shall be flanged end for bolting to the tapping sleeve, and mechanical joint end for joining to the new distribution main. • E. Valves shall be suitable for a working pressure of 200 psi and a drip -tight shut-off pressure of 250 psi. I F. Valve end shall allow direct connection of the tapping machine. G. Valve shall provide the necessary clear opening to allow insertion of the cutting mechanism and removal 1 of the cut piece of pipe. H. Other provisions of Paragraph 2.1, covering gate valves, apply. , 2.4 BLOW -OFFS A. Blow -offs shall be Mainguard #77 hydrants or approved equal. 2.5 AIR/VACUUM RELEASE VALVES ' A. Air release valves shall be ValMatic Model 15A or approved equal. Sizes are indicated on the Drawings. , B. Air and vacuum valves shall conform with the following. 1. Designed to allow large quantities of air to escape out of the orifice when filling the pipeline, to close watertight when liquid enters the valve; and to permit large quantities of air to enter through the orifice when the pipeline is being drained to break the vacuum 2. Discharge orifice area equal to or greater than the inlet of the valve. 3. Body and cover: cast iron, ASTM A 126 grade B. 4. Float: stainless steel, ASTM• A 240. 5. Seat: Buna-N. 6. Exterior paint: phenolic primer red oxide, FDA and/or EPA approved for contact with potable water. 7. Protector hood: steel. 2.6 VALVE BOXES A. Valve boxes that are less than 4 feet to the operating nut at finished grade shall be Tyler 6850 Series or approved equal, and shall be of correct length to match the bury of the main without extensions. B. For valve boxes that are 4 feet and greater to the operating nut at finished grade, the box shall be the American Flow Control trench adapter type, in the correct length to match the bury of the main without extensions, and shall include the American Flow Control Self -Centering Alignment Ring. . C. Valve boxes installed on 2" lines shall be Tyler 6500 Series or approved equal, notched for protection of I the water line, with a concrete pad poured below the valve for added support of the valve and box. D. The valve box and appurtenances shall include a base and a top section with a drop lid. The lid and , valve box top shall be ductile iron, shall be marked with the word "WATER," and shall be factory painted blue. All lids shall have a concrete pad with a minimum of 18 inches square or round dimension as appropriate. This shall be for both paved and unpaved applications. LI Sang/Hollywood & 6t° Street Intersection Improvements 1 City of Fayetteville May 30, 2003 Engineering Division Page 02641-4 Section 02666 I. POTABLE WATER SERVICES Part 1- GENERAL ' 1.1 SCOPE A. This Section covers materials and construction of potable water services. ' 1.2 RELATED WORK A. Trenching, backfill and compacting is specified in Section 02221. B. Site restoration is specified in Section 02261. C. Testing of water system is specified in Section 02675. Iii REFERENCES A. AWWA C800, "Underground Service Line Valves and Fittings." B. ASTM 1. A395, "Standard Specification for Ferritic Ductile Iron Pressure -Retaining Castings for Use at Elevated Temperature". ' 2. B88, "Standard Specification for Seamless Copper Water Tube". Part2 - PRODUCTS 2.1 SERVICE CONNECTION MATERIALS A. Service Lines serving single meter sets shall be at least 34" if copper, and at least I" if polyethylene. Service lines serving double meter sets shall be at least I" (copper or polyethylene). Larger diameters may be required if deemed necessary by the City Engineer. In areas where it is determined by the City Engineer that installation of irrigation systems is likely, service lines that cross roads and serve double meter sets shall be 2" services ending in a 2" x 1 " x 1" x 1" splitter (Ford Y28-347). The middle leg of the splitter shall feed the double meter set, with the other two legs containing a ball valve, and being intended to serve future irrigation meters. The ' meter box shall be no greater than two feet from the splitter. All copper service lines shall have polyethylene encasement. 1 Li I ' Sang/Hollywood & 61h Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02666-1 B. C. D. Materials for Standard Residential Meter Sets: '/4" Poly Wrapped Copper Pipe .......................................................Type K soft copper or 1" SDR9 Polyethylene Pipe 3140 or 1" Corporation Stop .......................................... ........ Mueller B-25008 ............ or I" U Branch, 7.5" width .......................................................Mueller H-15363 x %" x 12" meter yoke.............................................................. Mueller B -2404R %" Tail Piece, 6' long 3/e°f x %" x %" Flared End...........................................a..................,Mueller H-14222 18" diameter x 24" deep SDR51 PVC Meter Box 18" Cast Iron Flat Meter Lid .......................................................... Western Iron C-109 Materials for 1 "Meter Sets: 1" Poly Wrapped Copper Pipe....... . . . . ..................... . . . . . . . . . . . ........... Type K soft copper or 1" SDR9 Polyethylene Pipe Main Diameterx I" Saddle............................................................Romac 101N 1" Corporation Stop.................................:...................................... Mueller B-25008 1" Ball Valve.................................................................................:Mueller B-25146 1"Meter Yoke................................................................................Mueller B -2404R 1" Tail Piece, 6' long. 1" Compression End....................................................................... Mueller H-14227 24" diameter x 24" deep SDR51 PVC Meter Box 24" Cast Iron Flat Meter Lid Materials for 2" Meter Sets: Main Diameter x 2" Saddle ............................ 2" SDR9 Polyethylene Pipe 2" Ball Valve .................................................. 2" x 24" Brass Nipple 2" Meter Set........................................................... 2" Male Iron Pipe x CTS Q nut .............................. 2" Close Brass Nipple 2" Tail Piece, 6' long 36" Diameter x 30" deep SDR9 Drisco Meter Box 36" Square Meter Lid Western Iron 111 Romac 101N James Jones J- 1900 ......Ford VVB77-15HD-11-77 ......Ford C84-77 I I I I I I 1 I F I 1 C. Tapping Saddles shall be Romac 10 iN for C900 PVC and Ductile Iron, and Mueller H 13000 for ASTM D2241 PVC. If polyethylene pipe is chosen for the service line, Ford Model CT553 inserts or approved equal are required. D. Connections on service lines shall be made with brass compression fittings (Mueller H15403 or• approved equal). Sweated or flared attachments are not acceptable. E. Water Meters will be furnished and installed by Owner. 1 I 1 Sang/Hollywood & 6t' Street Intersection Improvements ' City of Fayetteville May 30, 2003 Engineering Division Page 02666-2 I.. ' Part 3 - EXECUTION 3.1 EXAMINATION A. Examine all water service materials for defects and suitability for intended service. 3.2 PREPARATION A. Coordinate water service construction with Engineer and Owner to assure Owner is prepared to provide and install meters. 33 WATER SERVICES A. Approximate locations for new water meters are indicated on the Drawings. Meter box settings shall be located at the street right of way or easement line. Double meter boxes shall be placed on ' the property line between the two lots to be served. Exact locations will be determined at the site, to accommodate property owner's desires, subject to Owner's approval. B. Minimum depth for service lines from the main to the meter box shall be 30 inches below the curb ' line. Copper service lines shall be wrapped with polyethylene. C. Meter boxes shall be placed at that final finished grade. Final grade should take into account ' topsoil and/or sod. Up to the time of final acceptance by the City, it shall be the responsibility of the Contractor to make whatever adjustments to meter boxes that might be necessary. ' No meters shall be set by the City until the meter box is adjusted to the proper grade. I. Any boxes falling in driveways or sidewalks shall be relocated at the expense of the Contractor. D. The sequence for construction and connection of new water services will be as follows. 1. New water main must bein place and approved beforeservice taps canbemade. '• 2. Expose existing service piping for a sufficient area so all connection areas are exposed. 3. Tap water main; install copper water tubing to new meter location; install meter box and pipe and fittings inside meter box; install service tubing between new meter location and ' existing service line, but do not make connection to existing piping. 4. Owner's personnel will install meters. 5. Connect new copper water tubing to existing service piping using appropriate transition ' coupling if required; do not connect dissimilar metals without an isolating coupling. 6. Open corporation stop and curb stop to restore service. E. Water service lines installed under new or existing pavement shall be inserted into a steel casing 'pipe. F. Follow proper disinfection procedures during services installation. ' G. Inspect completed water services for leaks and repair as necessary. fl H End of Section 02666 Sang/Hollywood & 61° Street Intersection Inwrovements City of Fayetteville May 30, 2003 Engineering Division Page 02666-3 ' Section 02675 WATER SYSTEM - MAINTENANCE OF SERVICE AND DISINFECTION I Part 1 -GENERAL 1.1 SCOPE IA. This Section covers the actions necessary to maintain the existing and expanded system Interruption to the existing system's quality and pressure must be kept at a minimum. 1.2 RELATED WORK ' A. Iron pipe and fittings are specified in Section 02615. B. Plastic pipe and fittings are specified in Section 02622. ' C. Valves are specified in Section 02641. D. Fire Hydrants are specified in Section 02644. E. Potable Water Services are specified in Section 02666. ' 13 REFERENCES A. AWWA 1. C600, "Installation of Ductile -Iron Water mains and Their Appurtenances" 2. C651, "Disinfecting Water Mains" Part 2- PRODUCTS 2.1 WATER A. Water for flushing and testing water lines will be furnished by Owner at no cost to Contractor. Part 3 -EXECUTION I. 3.1 GENERAL A. This section outlines the testing of pipe materials, joints, and/or other materials incorporated into the construction of water mains to determine leakage and watertightness. Pressure pipelines shall be tested in accordance with Section 4 of AWWA C600 and as specified herein. ET ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02675-1 3.2 MAINTENANCE OF SERVICE A. Schedule and execute construction to minimize service interruption. Whenever it is necessary for water service to be interrupted for any period of time, provide 5 days notice to affected businesses and 24 hour notice to affected residences before interrupting service. 33 FLUSHING A. The Contractor shall fill and flush the newly constructed lines and visually check all combination air release and vacuum valves, blow -off valve assemblies, line valves, and fire hydrants to assure proper operation. B. Reasonable amounts of water for flushing, testing and disinfecting water lines will be supplied by the City. The work shall be coordinated to ensure that it will not be carried on during periods of high water usage. Water valves or other appurtenances on the existing water system, new tapping valves, or valves or appurtenances that have been accepted by the City, shall only be operated by, or under the direct personal supervision of, the City of Fayetteville Water & Sewer Maintenance Division. Specific permission shall be obtained from the City Water & Sewer Maintenance Superintendent for any other persons to operate City valves or appurtenances. C. The Engineer of Record shall develop a flushing plan to ensure that all lines are properly flushed. The plan should specify the sequence in which valves and hydrants are to be opened and the duration thereof, ensuring complete flushing and protecting the City's water system from construction contaminated water. The volume to be flushed shall be no less than three but no more than five times the volume of the main to be flushed, and shall be metered through a fire hydrant meter. The flow shall be such that a flushing velocity of not less than 2.5 feet per second and preferably 3.5 feet per second or greater is attained. . 3.4 TESTING A. Hydrostatic Testing All pipe shall be tested as set out in AWWA C600, latest revision. Tests will be conducted only after the line is completed (or any valved section), including all taps and meter settings as required and the backfill completed. These tests, shall be performed by the Contractor in the presence of the City Inspectors and the Engineer of Record. The Contractor shall furnish all necessary pressure gauges, meters and pumps, and make all taps and connections. 2. Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a maimer satisfactory to Engineer. Before applying the test pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. 3. Test pressure shall be either 150 percent of the static pressure or 200 psi, whichever is greater. Contractor shall provide all pumps or other equipment necessary to maintain the test pressure within ±5 psi at the test point for a period of two hours. Fire hydrant valves shall be open during the pressure test. I I I I I I I •1 I I I I I 1 I P . J Sang/Hollywood & 6's Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02675-2 I I IB. Leakage 1. The leakage test shall be conducted concurrently with the pressure test. Leakage is defined as the ' quantity of water that must be supplied into the newly laid pipeline, or any valved section thereof, to maintain pressure within ±5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipeline has been filled with water. 2. The leakage for water pipe shall be within the limits set out in AWWA C600, latest revision. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L= SDI ' 133,200 ' L = allowable leakage (gallons per hour) S = length of pipe tested (feet) D = nominal diameter of pipe (inches) ' P = average test pressure (psig) 3. Should any test of pipe laid disclose leakage greater than that specified, the leak(s) shall be located and repaired, and the line shall be re -tested. All visible leaks shall be repaired regardless of the amount of leakage. Contractor shall make all repairs and re -tests without additional cost to the City. 4. A minimum of 10 percent of meter tails shall be tested for leakage as deemed appropriate by the ' City Inspector or Engineer of Record. The test shall be conducted by the Contractor in the presence of the City Inspectors and the Engineer of Record prior to final inspection. The procedure for the test shall be as follows: 1 a. Select the meter tails to be tested b. Install a ball valve at the end of the meter tail IC. Install a jumper in the meter yoke d. Open the meter yoke valve e. Visually inspect for leaks If. Close the meter yoke valve g. Remove the jumper from the meter yoke h. Remove the ball valve from the end of the meter tail ' 5. All leaks shall be located and repaired, and the test repeated. If leaks are found, the City Inspector, City Engineer or Engineer of Record may require the Contractor to test an additional number of U. meter tails without additional cost to the City. 35 DISINFECTION A. After successful pressure testing, the lines shall be flushed with a velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C65 1, latest revision, for "Disinfecting Water Mains," continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. I Sang/Hollywood & 6h Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 02675-3 B. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. Before a line is placed in service, two consecutive sets of samples which are not collected on the same day and are taken no more than 14 days apart must show that the water is bacteriologically safe for drinking purposes. C. The contractor shall take great care when flushing the line to assure proper drainage is available to ' prevent harm at any adjacent downstream location. The disinfecting water shall be diluted or otherwise have the chlorine concentration diluted in a manner approved by Engineer. The cost of the chemicals shall be borne by Contractor. D. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations of chlorine, Such disposal shall be in accordance with all applicable EPA and ADEQ regulations. ' E. After disinfection is complete, the Contractor shall thenflush the disinfecting solution from the lines, and the treated water lines will then be placed into service. , F. Water lines that dead end shall have a blow -off assembly located on the last joint of pipe as shown on the water line detail sheet. The last joint shall be blocked. Valves on dead end lines shall be placed on the next to last joint if possible and shall be restrained 3.5 CONNECTION TO EXISTING. WATER LINES A. Connections to existing water lines to remain in service shall be made as hot taps. B. Make valved connections to existing water lines prior to disinfection and testing. C. Disconnect existing water lines at points indicated on plans when notified by Engineer. Notification will occur after new water lines are approved. End of Section 02675 , LI El I I I Sang/Hollywood & 61b Street Intersection Improvements City of Fayetteville Engineering Division May 30, 2003 Page 02675-4 Section 02720 ' STORM SEWER SYSTEM Part 1- GENERAL ' 1.1 SECTION INCLUDES A. Storm sewer drainage pipjng, fittings, accessories, and bedding. ' B. Storm water drainage structures, including curb inlets and junction boxes. C. Filter fabric. D. Perforated Plastic Drain Pipe. ' 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Storm Sewer Piping. 13 RELATED SECTIONS A. Measurement and payment provisions are specified in Section 01025. B. General quality control provisions and the division of responsibility for laboratory testing services are specified in Section 01410. C. Excavation safety is specified in Section 02161. ' D. Restoration of disturbed areas is specified in Section 02261. E. Pipe installation is specified in Section 02600. 1.4 UNIT PRICES ' A. Unit prices for work covered under this section are defined in Section 01025, including incidentals, related work, method of measurement, and, partial payment provisions, if any. ' 1.5 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) ' 1. M 36, "Metallic (Zinc or Aluminum) Coated Corrugated Steel Culverts and Underdrains". 2. M 198, "Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets". B. American Society for Testing and Materials (ASTM) II. A 48, "Standard Specification for Gray Iron Castings". 2. C 76, "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe". 3. C 443, "Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets". 1 1 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02720-1 • i 1.6 SUBMITTALS , A. Product Data: Provide data on pipe materials, pipe fittings, and accessories. 1.7 QUALITY ASSURANCE ' A. Materials furnished shall be manufactured by a manufacturer regularly engaged in providing storm ' water drainage piping and appurtenances complying with the specified standards. 1.8 DELIVERY, STORAGE, AND HANDLING A. Pipe sections shall be received at site and immediately inspected for damage and defects, and, if grading work is essentially complete, shall be distributed in the approximate locations where they will be , installed. If grading work is not complete, handle and store in such a way to minimize damage. Part 2 - PRODUCTS ' 2.1 STORM SEWER PIPE MATERIALS • A. Reinforced Concrete Pipe: Comply with requirements of ASTM C 76, Class III, unless another class is U indicated on the Drawings. Joints shall be bitumen type, such as "Ram-Nek", or equal. B. Corrugated Steel Pipe: Galvanized with bituminous coating, or aluminized complying with AASHTO ' M 36, Type I, 16 gage unless another gage is indicated on the Drawings. Joints to be any of the types specified in AASHTO M 36. This pipe material is to be used only where indicated on the Drawings. , 2.2 ACCESSORIES A. Flared End Sections: Manufactured of reinforced concrete, to similar strength and dimensions as for pipe supplied in accordance with ASTM C 76, for Class III pipe. Joints to be as required for reinforced concrete pipe. 23 METAL CASTINGS A. Manhole Lids and Frames: Cast iron, conforming to ASTM A 48, Class 30A. Bearing surfaces between rings and covers or frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter of the contact area. Paint with a rust inhibitive paint after installation. 2.4 PERFORATED PLASTIC DRAIN PIPE A. The four inch diameter perforated plastic drain pipe shall be corrugated polyethylene tubing, heavy duty type, conforming to AASHTO M 252. Minimum pipe stiffness shall be 30 psi at 10 percent deflection. Sizes are indicated on the Drawings. Pipe shall be perforated to allow water that would collect in the trench to enter the drain pipe and flow to the nearest drainage structure. Perforation shall be slits, not holes. Locations of these pipes may be determined by Engineer based on field conditions. However, plastic drain pipe shall be provided on all storm sewer installations, unless otherwise noted by the Engineer. The Combination Storm Sewer and Trench Drain Detail, for paved or non -paved areas, and the Underdrain (Trench Drain) detail indicate on the Drawings the pipe and associated construction. '.1 ' I I I I Sang/Hollywood & 60 Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02720-2 2.5 FILTER FABRIC A. The filter fabric shall be a nonwoven geotextile meeting the requirements of AASHTO M 288. This fabric shall comply with the requirements of Type 1 for Subsurface Drainage, Class A. Such fabric shall have a permeability of 0.34 cm/sec or greater. 23 SOURCE QUALITY CONTROL A. Manufacturing plant shall have a standing quality control program in place. B. Factory testing of the specific units to be supplied for this project is not required, except as they may be tested as part of standing quality control policy. Engineer may require testing of specific units to be ' supplied for this project if there evidence that the units supplied do not conform with the specified standards. IPart 3 -EXECUTION ' 3.1 STORM SEWER PIPING A. Install storm sewer piping as described in Section 02600. ' 3.2 FILTER FABRIC A. When required ( for underdrain detail and the retaining wall detail), the filter fabric shall be installed as ' shown on the Drawings. Care shall be taken during the placement of the granular filter material operation, as well as pipe installation, to prevent damage to the fabric. The granular filter material shall be compacted by the use of a vibratory compactor to the satisfaction of the Engineer before making the I. filter fabric closure at the top of the trench. 33 PERFORATED PLASTIC DRAIN PIPE ' A. Provide perforated plastic drain pipe within pipe trench to assure proper drainage of embedment material. The location of plastic drain pipe shall be called out on the Drawings on the Combination '• Storm Sewer and Trench Drain detail or as underdrain installation with filter fabric. The retaining wall detail indicates plastic drain pipe and shall be provided in accordance with these Specifications. B. Upstream end of drain pipe shall be fitted with a cap to prevent embedment material or soil material from entering. The downstream end shall terminate into a drainage structure. The pipe shall be installed in such a manner that continuous outflow is provided during construction. Drain pipe shall be installed according to the details indicated on the Drawings. Only granular material such as concrete ' rock or other similar material approved by the Engineer, having good drainage characteristics, shall be used in trenches where plastic drainage pipe is used. End of Section 02720 Sang/Hollywood & 6 ° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02720-3 I I Part I - GENERAL 1.1 SECTION INCLUDES Section 02840 SIGNAGE A. Furnishing and installing signs of all types required, complete with bases, posts, and fastening hardware. i1.2 RELATED SECTIONS ' A. Provisions for measurement and payment are specified in Section 01025. B. Concrete is specified in Section 03316. 13 UNIT PRICES ' A. Unit prices for work covered under this section are defined in Section 01025, including incidental items, related work, method of measurement, and partial payment provisions, if any. 1.4 REFERENCES A. Manual of Uniform Traffic Control Devices (MUTCD). ' B. American Society for Testing and Materials (ASTM). 1. B 209, "Specification for Aluminum and Aluminum -Alloy Sheet and Plate". 2. B 221, "Specification for Aluminum and Aluminum -Alloy Extruded bars, Rods, Wire, Shapes, ' and Tubes". C. Arkansas Highway and Transportation Department (AHTD) "Standard Specifications for Highway ' Construction", 1993 Edition, referencing the following specific sections. 1. Section 723, "General Requirements for Signs". 2. Section 725, "Guide Sign". ' 3. Section 726, "Standard Sign". 4. Section 729, "Channel Post Sign Support". ' 1.5 SUBMITTALS A. Submit shop drawings showing arrangements and spacing of letters, symbols, and borders for each type of sigh; support to be used with each different type of sign; and proposed method of attaching sings to 'supports. B. Certified test reports covering sign panels, reflective sheeting, and prismatic reflectors will be required only if Engineer believes signs delivered to the site or installed do not conform to the specified requirements. I I. Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02840-1 • S 1 1.6 QUALITY ASSURANCE A. Signage materials shall be manufactured by a manufacturer regularly engaged in producing signage materials complying with the specified standards. B. Installation of signs shall be accomplished with workers experienced in construction of the type of signage specified. Part 2 -PRODUCTS 2.1 MATERIALS ' A. Signs shall meet the requirements of the MUTCD, Standard Highway Signs. B. Colors for signs shall match colors specified in the MUTCD. Color and size of letters, symbols, borders, and background on signs shall be as specified in the MUTCD. C. Signs shall be made of aluminum and shall be reflectorized. D. Standard signs shall be fabricated without stiffeners on the back, of aluminum alloy conforming to ASTM B 209, Alloy 5052 H38, and shall consist of a single sheet of aluminum. Sign blank thickness shall be 0.100 inch for signs 5 square feet or less; and 0.125 inch for a sign size greater than 5 square feet. Sign blanks shall be flat and straight and within commercial tolerances established by the aluminum industry. E. Fabricate signs from either one piece extruded aluminum panels or extruded and welded panels. One ' piece extruded aluminum panels shall be fabricated of aluminum alloy conforming to ASTM B 221, Alloy 6063 T6. Extruded and welded aluminum panels shall be fabricated of sections of extruded aluminum alloy stiffeners conforming to ASTM B 221, Alloy 6063 T6 welded to flat sheet aluminum alloy conforming to ASTM B 209, Alloy 3003 H 18. Welds shall be spot welds approximately 9 inches apart. F. One piece extruded aluminum panels shall be a minimum of 12 inches wide, except one 6 inch panel may be used per sign face when necessary to construct sign as indicated on the Drawings. G. Extruded and welded sign panel sections shall be either 2 feet of 3 feet in width. Exceptions to this are defined in AHTD Section 723.02. H. Panels to which reflective sheeting is to be applied shall be degreased, etched, and alodized. Degreasing shall be done by either vapor method or alkaline method. Vapor degreasing shall be accomplished by total immersion of sign panels in a saturated vapor of trichloroethylene or perchloroethylene. Alkaline degreasing shall be accomplished by immersion of the sign panels in a tank containing alkaline solutions, controlled and titrated to the solution manufacturer's recommendations. Immersion time shall depend upon amount of soil present and the gage of the metal. Trade mark printing shall be removed with lacquer thinner or by a controlled alkaline cleaning system I. Etching. shall be done by the acid method, in accordance with the requirements of AHTD Section 723.02. J. Sign panels shall be treated by alodizing process to uniformly provide a chemically formed light and , tight amorphous coating that becomes an integral part of the aluminum alloy. This process shall be 1 Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02840-2 I Section 02842 SERVICE POINT ASSEMBLY DESCRIPTION: This item consists of furnishing and installing a distribution panel, circuit breakers, lightning arrestor, weatherhead, clamps, conduit, wiring, treated timber pole, ground rod and miscellaneous fittings at locations designated on the plans and in accordance with the latest version of the National Electrical Code. CONTRACTOR shall perform all necessary liaison with local power companies in order to ascertain such specific requirements as the power company may apply to each location. I Ii II I Lj r I I I I I I MATERIALS AND CONSTRUCTION REQUIREMENTS: The pole shall be a Class VI treated timber and shall be treated in accordance to the Standard Specifications for "Timber Bridges", Section 817. The pole shall have a type of preservative ,be of proper size and be installed to the satisfaction of the local power company. Height of the service riser weatherhead shall be 12 feet or greater depending on street crossings or other obstructions. The required weatherhead, steel conduit, conduit nipples, couplings, clamps and other fittings exposed to the weather shall be hot dipped galvanized steel and shall be attached to the pole in such a manner as to facilitate the final steel conduit connecting weatherhead, service disconnect, distribution cabinet, photocell, and tying into underground circuits is considered subsidiary to service point assembly. CONTRACTOR shall furnish and install service feeder wire from the distribution cabinet to the main breaker and from the main breaker past the weatherhead. Tie-in and splicing of the service feeder wire to the secondaries supplied by the local utility will be performed by others and shall not be considered a part of this contract. Grounding shall be as shown on the Detail Sheet. Mounted on the pole shall be NEMA 4X enclosure(s), circuit breaker(s), distribution panel and main breaker of a design and model number suitable to the local power company and as approved by ENGINEER The circuit breaker(s) shall be magnetic trip only and sized in accordance with the plans. If required, a meter base provided by the utility company shall be installed above the distribution panel. All enclosures and circuit breakers shall be rated for 480 V.A.C. or greater, unless otherwise designated on the plans sheets. A Service Point Assembly, with two or more circuits, shall consist of a main breaker in a weatherproof cabinet and separate distribution panel with breaker(s), lightning arrestors, and other auxiliary equipment, in a weatherproof cabinet of the size and type specified in the plans. Where plans specify a circuit as "Photo" (Photo Controlled), a 2 -pole contactor with photocell, wiring and manual switching shall also be provided as outlined on the detailed sheet. Service Point Assembly, with two or more circuits, shall also include a 15 Amp, 120 V.A.C. breaker and duplex receptacle (ground fault interrupter) mounted on a separate line from the lighting branch circuits, but in the same enclosure. Where 120 V.A.C. is not available, receptacle will be of a suitable type acceptable to ENGINEER, to prevent connection of 120 V.A.C. standard plugs, and shall be clearly marked as to rating. An auxiliary breaker and receptacle is not required for single (1) circuit service point assemblies. Sang/Hollywood & C" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02842-1 Plans may require fewer circuits to be utilized than the number specified for a Service Point Assembly. For each unused circuit, vacant space and terminal facilities shall be available for future addition of a 40 amp two pole breaker (or greater). Where designated in the plans as "Vacant" and "Photo", space shall also be available for addition of a photo controlled contactor assembly. Lightning arrestor shall be of a type approved by ENGINEER. A single (1) circuit Service Point Assembly shall not require auxiliary distribution panel or breaker. Only the ' main breaker and surge suppressor is required for single circuit designated units with no separate enclosure fora distribution panel. End Of Section 02842 7 I I U C I I I I I Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 ' Engineering Division Page 02842-2 ISection 02843 LUMINAIRE ASSEMBLY (Cutoff Type) 1. Description. This work shall consist of furnishing and installing luminaire assemblies on traffic signal poles, including the accessories, in accordance with these specifications and at the locations shown on the plans or as directed. 2. Materials and Construction Requirements: A. Luminaire. Each luminaire assembly shall consist of a "Cobra Head", power door style; "Cutoff type flat glass refractor, 250 -watt high-pressure sodium lamp with 27,500 lumens, and optics to produce a Medium Cutoff Typc-III light distribution. As a minimum, 40% of Light Flux values shall be maintained on the Downward Street Side; with greater than 0.002 foot-candles per 1000 lamp lumens at a point of " I x 4" ' mounting heights on the downward street side. The luminaries shall be all aluminum die cast hinged construction with an "Alzak" aluminum reflector, single ' element refractor or sealed optical system design for tilted or level operation. Each luminaire assembly shall have a photocell and receptacle in top of the luminaire housing near the center and shall meet the requirements of the local utility company. All luminaries shall contain built-in ballasts with power door assembly, and be of an approved streamlined design. Ballasts shall be of the auto regulated, 10 KV BIL type, multi -tap wired for line voltage as indicated on the plan sheets (plus or minus 10% line voltage, variation), 60 -cycle, single phase, multiple circuit ' operation, with high power factor (90% or higher). The ballast shall be suitable for the proper operation of one 250 -watt high pressure sodium lamp with a minimum open circuit voltage as specified on the plan sheets, and shall be an easily replaceable part of the luminaire assembly. LI I I] I] I I F I Luminaire assemblies (with accessories) shall be supplied in one style or model number from one manufacturer only. The contractor shall submit manufacturer's brochures with illustration and data to the City of Fayetteville for approval of luminaries, accessories and installation details. B. Photo Cell. Each luminaire assembly shall have a photocell and receptacle in the top of the luminaire housing. Photocell shall be Fisher -Pierce Model #7790-B (105-285 VAC) or as approved. Photocell shall operate at the same voltage rating as the luminaire ballast. End of Section 02843 Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02843-1 1 r • Section 02844 ELECTRICAL CONDUCTORS -IN -CONDUIT 1 1. Description. This item consists of furnishing and installing electrical conductors from point to point as indicated on the plan sheets. 2. Materials. The electrical conductors shall consist of cables of the gauge and number of conductors ' specified on the plan sheets, and shall be USE rated (single conductor) or OF rated, suitable for underground duct installation in wet or dry locations. Electrical conductors shall be solid or stranded copper unless otherwise approved by the Engineer. Where specified "Equipment Ground Conductor" (EGC), conductor shall be a copper safety ground of either bare copper or green insulated of the size and quantity shown. L I Li CI [] Li II [1 I I 3. Construction Requirements. Splices are allowed at pole bases or as approved by the Engineer. Unless waterproof quick disconnects are used, Splicing methods considered acceptable are: Soldered, compression connectors of proper size employing cyclic crimping devices, terminal strips, or other method approved by the Engineer. Splices on terminal strips shall utilize proper spade lugs. All splices shall be waterproof. When taping is required, the wire shall be covered with six (6) layers of plastic electrical tape and sealed with "Scotch -Coat" or other similar electrical sealing material. Where wire nuts are used, soldering, taping and sealing is still required. Electrical insulating putty may be used to round off sharp comers of wire or connectors before applying tape. Slack cable (3 ft. min.) shall remain at each splice location. 1=iTli6Tmf= 1 iyf:a►1 1 ' Sang/Hollywood & 66 Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 028441 accomplished in accordance with the recommendation of the manufacturer of the coating. K. Fabrication, including cutting and punching of holes shall be completed prior to degreasing, etching, alodizing, and the application of reflective sheeting. L. Panels shall be free of buckles, warp, dents, cockles, burrs, and defects resulting from fabrication. Surface of panels shall be flat. M. Reflective sheeting shall conform to AHTD Section 723.02. N. Legend, which includes letters, numerals, symbols, arrows, and border, shall conform to AHTD Section 723.02. 1 O. Post sign supports shall be made of a U -section channel or galvanized steel pipe and support as indicated on the Drawings. 1 Part 3 -EXECUTION ' 3.1 EXAMINATION ' A. Examine sign materials upon receipt at the site. Remove damaged sign materials. 3.2 ERECTION I. A. Erect signs at the locations indicated on the Drawings. B. Erect signs plumb and to the indicated vertical and horizontal dimensions and clearances. • C. Minimum horizontal clearance to any ground mounted sign shall be as specified in the MUTCD. ID. Erect signs so that sign face is vertical and at 93 degrees away from center of the lane which the sign serves and away from the direction of travel. Where lanes divide and on curves, orient sign faces so as to be most effective both day and night, and to avoid possibility of specular reflection. ' E. Field drill holes in sign support structure only when specified in the Drawings or as directed by Engineer. ' 33 ADJUSTING ' A. After signs have been installed, Engineer will inspect signs at night. If specular reflection is apparent on any sign, adjust sign position to eliminate this condition. ' 3.4 CLEANING A. Clean installed signs of any construction dirt or dust. IEnd of Section 02840 Sang/Hollywood & 6m Street Intersection Improvements • City of Fayetteville May 30, 2003 Engineering Division Page 02840-3 Section 02845 ' ELECTRICAL CONDUCTORS FOR LUMINAIRES 1. Description. This item consists of furnishing and installing electrical conductors as noted on the plans. I This shall include conductors from the luminaire service point to the luminaire disconnect point and from the luminaire disconnect point to luminaires mounted on the traffic signal poles. Circuit breakers and weatherproof breaker boxes are considered subsidiary to "Electrical Conductors for Luminaires" and shall be ' provided and installed by the Contractor at the luminaire disconnect point. 2. Materials. The electrical conductors shall consist of two conductor cables (#12 AWG). Electrical conductors shall be stranded or solid copper UF rated 600 volt, suitable for underground duct installation in ' wet or dry locations. Electrical conductors shall comply to ASTM Specification B3. The insulation and sheath shall comply to ASTM Specifications D754 and D752. Circuit breakers shall be rated at 20 amps. ' 3. Construction Requirements. The Contractor shall furnish and install a luminaire disconnect (20 amp circuit breaker assembly and weatherproof box) at the location designated on the plans that meets the requirements of the local utility company. The Contractor shall connect the circuit breaker assembly to the I. line side of the service point supplying the controller. Conductors for luminaires shall run directly from load side of luminaire disconnect to luminaires mounted on signal poles. Disconnect or trip of luminaire disconnect shall not effect power to controller. Luminaire disconnect shall be clearly labeled as "Street Light" H I I I I I I I circuit. Splices are allowed at pole bases or as approved by the Engineer. Splicing methods considered acceptable are: Soldered, compression connectors of proper size employing cyclic crimping devices, terminal strips, or other method approved by the Engineer. Splices on terminal strips shall utilize proper spade lugs. All splices shall be waterproof. When taping is required, the wire shall be covered with six (6) layers of plastic electrical tape and sealed with "Scotch -Coat" or other similar electrical scaling material. Where wire nuts are used, soldering, taping and sealing is still required. Electrical insulating putty may be used to round off sharp comers of wire or connectors before applying tape. Slack cable of 2 ft. (min.) shall remain at each splice location or at end of luminaire arm when luminaire is not to be installed by contractor. Final connection of power from the local utility to the service point will be made by others. End of Section 02845 ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02845-1 I • Section 02846 LED TRAFFIC SIGNAL MODULES (12") 1. Description. This item consists of furnishing and installing 12" LED Vehicle Traffic Signal Modules and 16"x18" LED Pedestrian Signal Modules in the traffic and pedestrian signal heads as noted on the plans. LED traffic signal modules are considered subsidiary to "Traffic Signal Head" and "Pedestrian Signal Head". No separate payment will be made for this item. 2. Materials. The Contractor shall furnish the following LED modules manufactured by GELCORE Corporation: ' 12" Green Ball, Clear Lens............................................................................ DR6-GCFB-20A-40 12" Yellow Ball................................................................................................... DR6-YTFB-23A 12" Red Ball..................................................................................6................ DR6-RTFB-20A-40 12" Green Arrow, Clear Lens..........................................................................DR6-GCAAN-21 12" Yellow Arrow............................................................................................DR6-YTAAN-21A 16"x18" Pedestrian Overlay, Full Hand, Outline Person ...................................... PS7-CFL2-01A 3. Construction Requirements. The Contractor shall install the LED Traffic Signal Modules in compliance with the manufacturer's instructions and recommendations. ' End of Section 02846 Li I Ll It I I ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02846-1 ' Section 02900 LANDSCAPING PART I -GENERAL 1.1 SECTION INCLUDES IA. Furnish and install all materials and perform all landscaping work in accordance with the Specifications, Drawings, and any instructions provided. All work completed and materials fiunished and installed shall be of the best quality and shall be in strict accordance with the intention of the Drawings, Specifications and samples. B. In addition to other standard provisions, also provide the following. 1. Maintenance necessary during Establishment Period. 2. Replacement in kind, or with a substitute acceptable to Engineer, of all plant materials not in a healthy growing condition or that has died back to the crown or beyond normal pruning limits. ' 3. Repair or replace any damage caused by construction; dispose of all rubbish and excess soil. 1.2 RELATED SECTIONS • ' A. Section 02100 -Site Preparation B. Section 02161 - Excavation Safety C. Section 02220 - Excavation and Embankment 13 REFERENCES • A. American Association of Nurserymen, Inc.: American Standard for Nursery Stock 1.4 SUBMITTALS A. If requested, provide samples of landscaping materials to Engineer for approval. B. Submit certification tags from trees, shrubs and seed verifying type and purity. 1.5 QUALITY ASSURANCE ' A. Plants shall be measured when branches are in their normal position. B. Shrubs shall meet the requirements for spread, height or container size indicated in the Plant List on the Drawings. The measurements are to be taken from the ground level to the average height of the shrub and not to the longest branch. Height and spread dimensions specified refer to the main body of the trees (measured from the crown of the roots to the tip of the top branch) shall be not less than 24 inches or as required by city ordinance. C. Caliper measurements shall be taken at a point on the trunk 6 inches above natural ground line for trees up to 4 inches in caliper, and at a point 12 inches above the natural ground line for trees ' exceeding 4 inches in caliper. D. If a range of size is given, no plant shall be less than the minimum size, and not less than 50 percent of the plants shall be as large as the upper half of the range specified. ' E. Measurements specified are the minimum size acceptable and, where pruning is required, are the measurements after priming. Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-1 1.6 DELIVERY, STORAGE, AND HANDLING , A. Notify Engineer at least 48 hours in advance of the anticipated delivery date of any plant materials. Furnish a legible copy of the invoice, showing kinds and sizes of materials included for each shipment, to Engineer. B. Plants transported to the project in open vehicles shall be covered with tarpaulins or other suitable covers securely fastened to the body of the vehicle to prevent injury to the plants. Closed vehicles shall be adequately ventilated to prevent overheating of the plants. 1.7 GUARANTEE A. The condition of all new plant materials is the responsibility of Contractor and shall be approved by Engineer. B. Until final approval, replace plant materials if necessary at no additional expense of Owner. ' 1.8 MAINTENANCE OPERATIONS BEFORE APPROVAL A. Plant care shall begin immediately after each plant is satisfactorily installed and shall continue throughout the life of the contract until final acceptance of the project. B. Care shall include, but not be limited to, replacing mulch that has been displaced by erosion or other means, repairing and reshaping water rings or saucers, maintaining stakes and guys as originally ' installed, watering when needed or directed, and performing any other work required to keep the plants in a healthy condition. C. Remove and replace dead, defective and/or rejected plants as required before final acceptance. 1 D. Restore grassed areas damaged during the process of the work to a condition satisfactory to Engineer. This may include filling to grade, fertilizing, seeding and mulching. , PART 2 - MATERIALS 2.1 PLANTS A. The types and sizes of plants to be furnished are indicated in the Planting List on the Drawings. B. Plant shall conform with requirements of the American Standard for Nursery Stock adopted by the American Association of Nurserymen, Inc., and with the following additional requirements. C. Unless specifically noted otherwise, plants shall be of selected specimen quality, exceptionally heavy, symmetrical, tightly knit, so trained or favored in development and appearance as to be superior in form, number of branches, compactness and symmetry. Plants shall have a normal habit or sound, ' healthy, vigorous plants with well developed root system. D. Plants shall be free of disease, insect pests, eggs or larvae. E. Plants shall not be pruned before delivery. I F. Trees with abrasion of the bark, sun scalds, disfiguring knots or fresh cuts of limbs over 1-1/4 inches which have not completely calloused shall be rejected. G. Plants shall be typical of their species or variety and shall have a normal habit of growth and be .• legibly tagged with the proper name. Plants shall have been grown under climatic conditions similar to those in the locality of the site of the project under construction or have been acclimated to such condition for at least 2 years. 1 Sang/Hollywood & 6th Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-2 H. The root system of each shall be well provided with fibrous roots. All parts shall be sound, healthy, vigorous, well -branched and densely foliated when in leaf. ' I. Plants designated ball and burlap (B&B) must be moved with the root systems as solid units with balls of earth firmly wrapped with burlap. The diameter and depth of the balls of earth must be sufficient to encompass the fibrous root feeding systems necessary for the healthy development of the plant. No plant shall be accepted when the ball of earth surrounding its roots has been badly cracked or broken preparatory to or during the process of planting. The balls shall remain intact during all operations. Plants that cannot be planted at once must be heeled -in by setting in the ground and covering the balls with soil or mulch and then watering. Hemp burlap and twine is preferable to treated. If treated burlap is used, all twine is to be cut from around trunk and all burlap is to be removed. J. The trunk of each tree shall be a single trunk growing from a single unmutilated crown of roots. No part of the trunk shall be conspicuously crooked as compared with normal trees of the same variety. K. Thickness of each shrub shall correspond to the trade classification "No.1". Single stemmed of thin plants will not be accepted. The side branches must be generous, well -twigged, and the plant as a whole well -branched to the ground. The plants must be in moist condition, free from dead wood, ' bruises or other root or branch injuries. 2.2 LOAM OR TOPSOIL A. Place topsoil in areas indicated on the drawings or as specified herein. B. Exterior ground within the limits of construction, except surfaces occupied by buildings and structures, paving, and except areas indicated to be undisturbed, shall be topsoiled. IC. Place no topsoil until subgrade has been approved. Before placing topsoil, rake subsoil surface clear of stones, debris, and roots. Compact topsoil to form a layer with minimum depth of 4 inches in lawn areas and 12 inches in shrub beds. Topsoil shall be placed so that after final settlement there will be • good drainage and conforming to elevations indicated on the Drawings. Maintain surfaces and place any additional topsoil necessary to replace that eroded before acceptance. D. Disk, drag, harrow or hand rake subgrade to a depth of 3 inches to provide bond for topsoil. Topsoil ' which must be transported across finished walks shall be delivered in such a manner that no damage will be done to the walks. Repair of such damage. ' E. Topsoil: natural, friable, fertile, fine loamy soil possessing the characteristics of representative topsoils in the vicinity which produces a heavy growth; free from subsoil, objectionable weeds, litter, sods, stiff clay, stones larger than 1 inch in diameter, stumps, roots, trash, toxic substances, or any other material which may be harmful to plant growth or hinder planting operations. Verify amount stockpiled and supply any additional as needed. 2.3 FERTILIZER IA. Fertilizer shall be delivered to the site, mixed as specified, in the original unopened standard size bags showing weight, analysis and name of manufacturer. Containers shall bear the manufacturer's guaranteed statement of analysis or a manufacturer's certificate of compliance covering analysis shall ' be furnished to Engineer. Store fertilizer in a weatherproof place and in such a manner that it shall be kept dry and its effectiveness shall not be impaired. B. Percentages of nitrogen, phosphorus and potash shall be based on laboratory test recommendations as ' approved by Engineer. For the purpose of bidding, assume 10 percent nitrogen, 6 percent phosphorus and 4 percent potash by weight. At least 50 percent of the total nitrogen shall contain no less than 3 percent water -insoluble nitrogen. At least 60 percent' of the nitrogen content shall be derived from ' super -phosphate containing not less than 18 percent phosphoric acid or bone meal containing 25 to 30 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-3 • 1 • percent phosphoric acid and 2 to 3 percent nitrogen. Potash shall be derived from muriate of potash 1 containing 55 to 60 percent potash. 2.4 SHREDDED HARDWOOD BARK MULCH A. Shredded hardwood bark mulch or approved equal shall be used as a 4 inch top dressing in plant beds • and around trees planted in this project. Single trees or shrubs shall be mulched to the outside edge of the saucer. Mulch shall be of sufficient character as not to be easily displaced by wind or water runoff. 2.5 STAKING MATERIAL A. Stakes shall be 2" x 3" x 8t pressure treated wood. Three stakes per tree. 1 B. Wire tree staking shall be pliable No. 12 galvanized soft steel.wire. C. Hose shall be two-ply fiber -bearing rubber garden hose, not less than 2 inch inside diameter, black or • green, and of suitable length. 2.6 WATER A. Water shall be free of any substances that might be harmful to plants. It is not necessary to use potable water; however, if non -potable water is used, take precautions to avoid human consumption. 2.7 LAWN SEED 1 A. Lawn seed mixture shall be fresh, clean new crop seed. Furnish to Engineer the supplier's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Seed mixture shall be as indicated on the Drawings. 2.8 WEED MAT A.. Weed mat shall be "Dewitt Weed Barrier" or equal. Weed mat shall be placed under all planting ' • areas not to be seeded, or as indicated on the Drawings. The mat shall be covered with mulch and secured in place by soil anchors. 2.9 EROSION CONTROL BLANKET/FABRIC NETTING . A. Furnish and install where indicated on drawings "Curlex" blankets: by American Excelsior Company; "Polyjute" Style 465 OT: by Synthetic Industries or equal. , B. The area to be covered shall be properly prepared, fertilized, and seeded before blanket is applied. When blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. In ditches the blanket shall be applied in the direction of the flow of water, butted snugly at ends and side and stapled. On slopes, the blankets shall be applied either horizontally or vertically to the slope. Ends and sides shall be butted snugly and stapled. Staple to manufacturer's recommendations. 2.10 MISCELLANEOUS LANDSCAPING PRODUCTS A. Provide other landscaping products referred to on the Drawings. Such products shall be new and of good quality for the purpose intended. PART 3- PLANTING PROCEDURES 3.1 WEATHER CONDITIONS A. Work must be carried out only during weather conditions favorable to landscape construction and to the health and welfare of plants. i Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-4 ' 3.2 PROTECTION OF EXISTING PLANTS A. Before commencing work, trees and shrubs which are to be saved must be protected from damage by the placement of fencing flagged for visibility or some other suitable protective procedure approved. by Engineer. No work may begin until this requirement is fulfilled B. In order to avoid damage to roots, bark or lower branches, no truck or other equipment shall be driven or parked within the drip line of any tree, unless the tree overspreads a paved way. C. Use precautionary measures when performing work around trees, walks, pavements, utilities. ID. Adjust depth of earthwork and loaming when working immediately adjacent to any of the aforementioned features in order to prevent disturbing tree roots, undermining walks and pavements, and damage in general to any existing or newly incorporated item. E. Evidence of inadequate protection following digging, carelessness while in transit, or improper handling or storage shall be cause for rejection. All plants shall be kept moist, fresh, and protected. I. Such protection shall encompass the entire period during which the plants are in transit, being handled, or are in temporary storage. F. Where excavating, fill, or grading is required within the branch spread of trees that are to remain, the ' work shall be performed as follows. I. Trenching: When trenching occurs around trees to remain, the tree roots shall not be cut but the trench shall be tunneled under or around the roots by careful hand digging and without injury to the roots. 2. Raising Grades: When the existing grade at tree is below the new finished grade, and fill not exceeding 16 inches is required, clean, washed gravel graded from I to 2 inches in size shall be ' placed directly around the tree trunk. The gravel shall extend out from trunk on all sides a minimum of 18 inches and finish approximately 2 inches above the finished grade at tree. Install gravel before any earth fill is placed. New earth fill shall not be left in contact with the trunks of any trees requiring fill. Where fill exceeding 16 inches is required, a dry laid tree well shall be constructed around the trunk of the tree. The tree well shall extend out from the tank on all sides a minimum of 3 feet and to 3 inches above finish grade. Coarse grade rock shall be placed ' directly around the tree well extending out to the drip line of the tree. Clean, washed gravel graded from 1 to 2 inches in size shall be placed directly over the coarse rock to a depth of 3 inches. Approved backfill material shall be placed directly over the washed gravel to desired ' finished grade. 3. Lowering Grades: Existing trees in areas where the new finished grade is to be lowered shall have regrading work done by hand to elevation as indicated. Roots as required shall be cut ' cleanly 3 inches below finished grade and scars covered with tree paint 4. Trees marked for preservation that are located more than 6 inches above proposed grades shall stand on broad rounded mounds and be graded smoothly into the lower level. Trees located more than 16 inches above proposed grades shall have a dry laid stone wall, or other retaining structure as detailed on the plans, constructed a minimum of 5 feet from the trunk. Exposed or broken roots shall be cut clean and covered with topsoil. ' 33 PLANTING COORDINATION A. Inform Engineer of the date when the planting shall commence and of the anticipated delivery date of ' the material. B. Failure to notify Engineer in advance of order to arrange proper scheduling may result in loss of time or rejection of a plant or plants not installed as specified or directed. ' Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-5 3.4 DIGGING AND HANDLING , A. Bare rooted shrubs shall be dug with adequate fibrous roots. Roots of these plants shall be covered with a uniformly thick coating of mud by being puddled immediately after they are dug, or packed in moist straw, or moss. B. Balled and burlapped plants shall be dug with firm natural balls of earth of sufficient diameter and depth to include most of the fibrous roots. C. Roots.or balls of all plants shall be adequately protected at all times from the sun and from drying winds. , D. All balled and burlapped plants which cannot be planted immediately upon delivery shall be set on the ground and shall be well protected with soil, wet moss or other acceptable material. Bare rooted plants which cannot be planted immediately shall be heeled -in upon delivery. All shall be kept moist. E. Bundles of plants shall be opened and the plants separated before the roots are covered. Care shall be taken to prevent air pockets among the roots. During planting operations, bare roots shall be covered with canvas, hay or other suitable material. No plant shall be bound with wire or rope at any time so as to damage the bark or break the branches. 3.5 FERTILIZING , A. Grass or sodded areas shall have fertilizer in applied two applications with a thorough watering immediately following application. The first application shall be one week before the seeding at the rate of 35 pounds per 1,000 square feet harrowed into the top 2 inches of seed bed. The second application shall be done at the rate of 25 pounds per 1,000 square feet, immediately following the second mowing. 3.6 TREES AND SHRUB PLANTING OPERATIONS A. Planting operations shall be performed at a steady rate of work unless weather conditions make it impossible to work. No plant material shall be planted in frozen ground. B. Provide sufficient tools and equipment required to carry out the planting operation. C. Plants too large for two men to lift in and out of holes shall be placed with a. sling. Do not rock trees in holes to raise. D. Soil mix for plant holes is specified in Paragraph 2.2. E. If rock or other underground obstruction is encountered, Engineer may require plant pits to be relocated, the pits enlarged or the plants deleted from the Work F. Locations containing unsuitable subsoil shall be treated in one of the following manners. 1. Where unsuitability within the construction site is deemed by Engineer to be due to excessive , compaction caused by heavy equipment or by the presence of boards, mortar, concrete or other construction materials in sub -grade, and where the natural subsoil is other than AASHTO classification of A6 or 7, loosen such areas with spikes, dicing, or other means to loosen the soil to a condition suitable for planting. Remove all debris and objectionable material. Soil should be loosened to a minimal depth of 12 inches with additional loosening as required to obtain adequate drainage. Introduce peat moss, sand, or organic matter into the subsoil to obtain adequate drainage if desired. Such remedial measures shall be considered as incidental to the work and no extra payment shall be made for this part of the work 2. Where sub -grade is deemed by Engineer to be unsuitable because the natural subsoil falls into an , AASHTO classification of A6 or 7 and contains moisture in excess of 30 percent, then such a condition shall be rendered suitable by installation of a sub -drainage system or by other means Sang/Hollywood & 6' Street Intersection Improvements May 30, 2003 ' City of Fayetteville Engineering Division Page 02900-6 described elsewhere in these specifications. Where such conditions have not been known or revealed prior to planting time and where they have not been recognized in the preparation of Contract Document, then Engineer shall issue a change order to install the proper remedial 'measures. G. Adjustments in locations and outlines shall be made as directed. In the event that pits or areas for planting are prepared and backfilled with topsoil to grade prior to commencement of lawn operations, they shall be so marked that when the work of planting proceeds, they can be readily located. In case underground obstructions such as ledges or utilities are encountered, location shall be changed under ' the direction of Engineer without charge. H. Holes for trees shall be at least 2 feet greater in diameter than the spread of the root system and as deep as the root ball. Holes for shrubs and vines shall be at least 12 inches greater in diameter than ' the spread of the root system and at least as deep as the root ball. I. To the topsoil in the backfilling of tree holes and shrub beds, there shall be added as the progress of the work permits, manure as herein specified, ground limestone if soil tests indicate it is needed, and commercialfertilizer at the rate of 3 pounds for tree up to 3 inches in caliper, 1 pound per 1 inch in caliper for larger trees, 6 ounces for small shrubs and 8 ounces for each shrub 4 feet or greater. Ground limestone and manure shall be omitted in the case of acid soil plants. The manure, limestone and fertilizer shall be thoroughly mixed with the topsoil in the planting operation, care being taken that the manure does not come in immediate contact with the roots. J. Plants shall be planted in the center of the holes and at the same depth as they previously grew. Loam shall be backfilled in layers of not more than 8 inches and each layer watered sufficiently to settle before the next layer is put in place. Loam shall be tamped under edges of balled plants. Enough topsoil shall be used to bring the surfaces to finish grade when settled. 1. A saucer shall be provided around each plant as shown on the Drawings. 2. Plants shall be soaked with water twice within the first 24 hours of time of planting. Water shall be applied with low pressure so as to soak in thoroughly without dislodging the topsoil. 3. Approved weed mat shall be placed under all areas to be covered with mulch. Secure weed mat in place with a soil anchor, then cover with mulch. ' 4. A 3 inch layer (after settlement) of mulch or approved equal shall be applied directly on top of weed mat to the entire area of each saucer or planting bed. ' 3.7 PLANT BED EXCAVATIONS A. Excavate tree pits and plant beds to the depth indicated on the Drawings. ' 3.8 MAINTENANCE DURING CONSTRUCTION A. Maintenance shall begin immediately after planting. Plants shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated, and otherwise maintained and protected until provisional acceptance. Settled plants'shall be reset to proper grade and position, planting saucer restored and dead material removed Stakes and wires shall be tightened and repaired. Defective work shall be corrected as soon as possible after it becomes apparent and weather and season permit. B. If a substantial number of plants are sickly or dead at the time of inspection, acceptance shall not be granted. Maintenance of plants shall then be extended until replacements are made. C. Replacements shall be plants of the same kind and size indicated on the Plant List on the Drawings. They shall be furnished and planted as specified above at no additional cost to Owner. Replacements resulting from removal, loss, or damage due to occupancy of the project in any part, vandalism, physical damage by animals, vehicles, etc., and losses due to curtailment of water by local authorities ' Sang/Hollywood & 6° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-7 shall be approved and paid for by Owner.. ' D. Plants shall be guaranteed for a period o€ one year after inspection and provisional acceptance. E. At the end of the Establishment Period, inspection shall be made again. Any plant required under this contract that is dead or unsatisfactory to Owner shall be removed from the site. These shall be replaced during the normal planting season. 3.9 SEEDING I A. All exterior ground within the limit of contract, except surfaces occupied by buildings and structures and paving, except areas indicated to be undisturbed, shall be seeded or planted as indicated on the Drawings. I B. Furnish topsoil, finish grading, prepare seed bed, seed and maintain areas as indicated on the Drawings. Special attention must be given to those areas of slope greater than 3:1. Notify Engineer if extreme slopes present difficulty in bed preparation, top soil placement or materials prescribed. C. Seed Bed Preparation Grade areas to finish grades, filling as needed or removing surplus dirt and floating areas to a smooth, uniform grade as indicated on grading plans. All lawn areas shall slope to , • drain. Where no grades are shown, areas shall have a smooth and continual grade between existing or fixed controls (such as walks, curbs, catch basin, elevations] steps or building) and elevations shown on the Drawing. Roll, scarify, rake and level as necessary to obtain true; even lawn surfaces. Finish grades shall meet approval of Engineer before grass seed is sown. Loosen soil to a depth of 6 inches in lawn areas by approved method of scarification and grade to remove ridges and depressions. Remove stones or foreign matter over 2 inches in diameter from the top 2 inches of soil. Float lawn areas to approximately finish grades. D. Seed beds should be permitted to settle or should be firmed by rolling before seedings are made. E. Seeding shall not be performed in windy weather. F. Seeding shall be done in two directions at right angles to each other. G. Lawn areas shall be seeded by sowing evenly with an approved mechanical seeder at the rate of a 1 minimum of 5 pounds per 1,000 square feet. Culti-packer or approved similar equipment may be used to cover the seed and to form the seed bed in one operation. In areas inaccessible to culti-packer, the seeded ground shall be lightly raked with flexible rakes and rolled with a water ballast roller. i After rolling, seeded areas are to be lightly mulched with wheat straw. Wheat straw shall not be secured in place with an asphalt emulsion or other petroleum based product. H. If the project completion date prohibits in -season planting, prepare for out -of -season seeding or ' sodding so that lawns shall be completed and ready for acceptance at time of project completion, without additional cost to Owner. Lawn maintenance shall be the same as for other planting. I. Maintain lawns for at least 30 days after sodding and 60 days after seeding, or as long as is necessary to establish a uniform stand of the specified grasses, or until substantial completion of the project or until acceptance of lawns, whichever is later. J. In the event that lawn operations are completed too late in the Fall for adequate germination and growth, maintenance shall continue into the following growing season or until a uniform stand of the • specified grasses has been established. K. Water seeded areas twice the first week to a minimum depth of 6 inches with a fine spray and once per week thereafter as necessary to supplement natural rain to the equivalent of 1 inch or to a 6 inch depth. L. The surface layer of soil for seeded areas must be kept moist during the germination period. After first cutting, water as specified above, Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-8. I • M. Make weekly inspections to determine the moisture content of the soil and adjust the watering schedule established by the irrigation system installer to fit conditions. IN. After grass growth has started, all areas or parts of areas which fail to show a uniform stand of grass for any reason whatsoever shall be reseeded in accordance with the Drawings and as specified herein. Such areas and parts of areas shall be reseeded repeatedly until all areas are covered with a satisfactory growth of grass at no additional cost to Owner. O. Watering shall be done in such a manner and as frequently as is necessary to assure continued growth of healthy grass. Water in such a way as to prevent erosion due to excessive quantities applied over ' small areas and to avoid damage to the finished surface due to the watering equipment. P. Water for the execution and maintenance of this work shall be provided by the Contractor. ' Q. Mowing of the seeded areas shall be initiated when the grass has attained a height of 12 to 2 inches. Grass height shall be maintained between I and 12 inches at subsequent cuttings depending on the time of year. Not more than 1/3 of the grass leaf shall be removed at any cutting and cutting shall not ' occur closer than 10 days apart. R. When the amount of grass is heavy, it shall be removed to prevent destruction of the underlying turf. If weeds or other undesirable vegetation threaten to smother the planted species, such vegetation shall be mowed or, in the case of rank growths, shall be uprooted, raked and removed from the area. S. Protect seeded area against trespassing while the grass is germinating. Furnish and install fences, signs, barriers or any other necessary temporary protective devices. Damage resulting from trespass, 'erosion, washout, settlement or other causes shall be repaired at no expense to Owner. T. Remove fences, signs, barriers or other temporary protective devices after final acceptance. ' End of Section 02900 I I I J I I 1 ' Sang/Hollywood & 6i° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 02900-9 • Section 03210 ' REINFORCING STEEL PARTI-GENERAL 1.1 SCOPE A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and ' welded wive fabric. 1.2 GENERAL IA. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. ' 13 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS I. DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1. Bending Lists 2. Placing Drawings PART 2 - MATERL4IS ' 2.1 DEFORMED REINFORCING BARS IA. Deformed billet -steel bars conforming to ASTM A615, Grade 60, unless otherwise noted. 2.2 WELDED WIRE FABRIC ' A. See Drawings to determine size used, if applicable. 23 ACCESSORIES A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper type for ' intended use. Bar supports in beams, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same strength concrete being placed around them Use concrete supports for reinforcing in concrete placed on grade. Conform to ' requirements of "Placing Reinforcing Bars" published by CRSI. ' PART 3 - EXECUTION ' 3.1 GENERAL A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient time for this inspection prior to casting concrete. 1 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03210-1 3.2 DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.3 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. 3.4 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. 3.5 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL , A. Conform to the current edition of the ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.6 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing , Steel Institute and to the Details and Notes on the Drawings. 3.7 SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. 3.8 TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.9 REINFORCEMENT. AROUND OPENINGS , A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develop bond in each bar. Where welded wire fabric is used, provide extra reinforcing using fabric or , deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications,. i and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC 1 A. Welded wire fabric shall be placed at mid -depth of slab. Do not leave on ground. 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. Sang/Hollywood & 6th Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03210-2 3.13 PAYMENT A. Payment for the work in this Section will be included as part of the applicable Concrete structure bid item stated in the Contractor's Proposal. No separate payment will be made of reinforcing steel. End of Section 03210 Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03210-3 Section 03316 II Li I Ii MISCELLANEOUS CONCRETE WORK PART! -GENERAL 1.1 SCOPE A. This section covers cast in place concrete and reinforcing steel used in the construction of drop inlets, headwalls, drainage structures, curb and gutter, sidewalks and access ramps, ditch paving, manhole adjustments, water valve adjustments, thrust blocks, pipe bedding, concrete pads around valve and meter boxes, guard rail footings, and concrete encasement. This section also includes flowable fill for pipe trenches. 1.2 RELATED WORK A. Quality control is specified in Section 01400. ' B. Cast -in -place manholes are specified in Section 02601. C. Fire hydrant blocking is specified in Section 02644. ' D. Pipe laying and encasement is specified in Section 02600. E. Storm sewer system is specified in Section 02720. F. Guard rails is specified in Section 02805. G. Utility sleeves is specified in Section 02605. 1.3 REFERENCES ' A. ASTM Standards I. A 185, "Steel Welded Wire Fabric, Plain, for Concrete Reinforcement" ' 2. A 615, "Deformed and Plain Billet Steel for Concrete Reinforcement" 3. C 31, "Standard Method of Making and Curing Concrete Test Specimens in the Field" 4. C 33, "Concrete Aggregates" ' 5. C 39, "Standard Test Method for Compressive Strength of Concrete" 6. C 143, "Standard Test Method for Slump of Portland Cement Concrete" 7. C 150, "Standard Specification for Portland Cement" 8. C 172, "Standard Method of Sampling Fresh Concrete" I 9. C 231, "Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method" 10. C 260, "Air Entraining Admixtures for Concrete" ' 1.4 SUBMITTALS A. Submittals are not required for concrete work unless requested by Engineer. If requested, submit ' drawings and data as follows. It is anticipated that these will only be required to be submitted if field observations indicate to Engineer that the Work is not progressing according to the Contract Documents. 1. Manufacturer's data for reinforcing steel. Sang/Hollywood & 61° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03316-1 • 1 2. Manufacturer's data for admixtures and curing compound. 3. Mix design for concrete and flowable fill. 4. Reinforcing placement drawings. , 1.5 QUALITY ASSURANCE A. Concrete shall be provided by a ready mix plant that has been in operation sufficient time to have a proven record of supplying concrete mixtures that perform satisfactorily. Ready mix plant shall have a current AHTD approval. B. Concrete work, including formwork and reinforcing steel placement, shall be accomplished by workers experience in the type of work being performed. , PART 2 -PRODUCTS , 2.1 CEMENT A. Cement shall be Portland Cement conforming to the requirements of ASTM C 150, Type I or IA. Type ' III or MA Portland Cement, high early strength, may be used if approved by Engineer; any extra cost will be borne by Contractor. 2.2 AGGREGATE A. Coarse aggregates shall consist of crushed stone or gravel and shall comply with the following grading ' requirements when tested according to AASHTO T 27: Class A. B. or Special Concrete: ' Sieve Percent Passing 1W' 100 it, — W 35-75 V2't - %to 10-30 #4 0-5 #8 - B. Fine aggregates shall consist of clean, sound, sand conforming to ASTM C 33, and graded as follows: Sieve Percent Passing 'IC 100 #4 95-100 #8 70-95 #16 45-85 #30 20-60 #50 5-30 #100 0-5 1 Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03316-2 23 WATER A. Water used in mixing concrete and mortar shall be potable water and shall be free from injurious amounts of acids, alkalies, oils, sewage, and organic matter. 2.4 REINFORCING STEEL A. Reinforcing steel shall be either deformed bars or welded wire fabric, as indicated on the Drawings. The steel shall conform to the following. ' Deformed bars ASTM A 615, Grade 60 Welded wire fabric ASTM A 185, Grade 65 ' 2.5 CURING COMPOUND ' A. W.R. Meadows 1600 White, or an approved equal. 2.6 CONCRETE COMPOSITION AND STRENGTH REQUIREMENTS ' A. Concrete shall be either Class A or Class B, and shall be composed of Portland cement, fine and coarse aggregate and water proportioned in keeping with the following: Note: Concrete other than Class A or Class B are not listed below and shall be noted on the drawings and those mixes shall have a mix design submitted that will meet the specified minimum compressive strength and/or other specified requirements. Class "A" Concrete Class "A "Concrete Claw "B" Concrete (Sidewalks) Minimum Sacks of Cement 5.5 5 5 (per Cubic Yard) Max Water (gallons per sack) ' Slump (inches) Air Entrainment (percent) I I 6 2 - 4 (w/ vibration) 1-2 (for construction with extrusion machine) Water -cement ratio shall not exceed 0.49. 5.5 +/- 1.5 Flowable Fill 5 2 - 4 (w/ vibration) I— 2 (for construction with extrusion machine) 6.0 +/- 2.0 E 2 - 4 (w/ vibration) 1-2 (for construction with extrusion machine) Material for one cubic yard, absolute volume, shall be as follows: Minimum Cementious Material Cement (80-100 Ibs) / Fly Ash (220-300 lbs) 5.5 +/- 1.5 ' Sand Variable to equal one cubic yard Water Approximately 65 gallons 1 Sang/Hollywood & 6m Street Intersection In provements City of Fayetteville May 30, 2003 Engineering Division Page 03316-3 B. Air -entraining agents, if used, shall conform to ASTM C 260. The total air content (entrained and entrapped air) shall be 5.5 percent plus or minus 1.5 percent for concrete, 6.0 percent plus or minus 2.0 for sidewalks, and 15 percent plus or minus 1.5 for flowable fill. C. Proportioning of concrete shall be by weight except that water may be measured by volume. A one cubic ' foot sack of Portland Cement will be considered as weighing 94 pounds. D. Class A concrete made with ordinary Portland cement shall have a minimum compressive strength at 28 days of 3500 psi, except for sidewalks which shall have a minimum compressive strength at 28 days of 4000 psi. Class B concrete made with ordinary Portland cement shall have a minimum compressive ' strength at 28 days of 3000 psi. If made with high early strength cement, those strengths shall be attained at the end of 7 days. Other strengths may be specified on Drawings or in these specifications. Plowable fill shall have a minimum compressive strength at 28 days of 200 psi and shall meet the requirements of AHTD Section 206. ' 2.7 JOINT A. Expansion joints: asphalt impregnated fiberboard, meeting requirements of AASHTO M 213. Expansion joints shall be left %3" lower than grade or trimmed %" lower and filled with silicone sealer or other sealer approved by the Engineer to finish grade. B. Contraction (i.e. saw cut) joints: one part silicone formulation that does not require a primer for bond to concrete. Compound shall be compatible with concrete. Acetic acid cure sealants are not acceptable. Provide product of a manufacturer listed on the AHTD approved materials provider list. PART 3 - EXECUTION ' 3.1 REINFORCING STEEL , A. Steel reinforcing shall be free from rust, scale, and from mortar, dirt, or other objectionable coatings. It • shall be placed accurately in accordance with details shown on the Drawings and with rebar detail • drawings, and properly secured in position. , 3.2 READY -MIX CONCRETE A. Ready -mix concrete shall be delivered and placed within one hour after all materials, including mixing , water, shall have been placed in the mixing drum. Each batch shall be accompanied by a load ticket with a copy for Engineer showing the concrete type, mixing proportions, and time mixing began. ' 3.3 VIBRATION • A. Structural concrete shall be compacted by vibration as it is placed. The use of form vibrators is not ' acceptable. Internal vibrators shall be capable of transmitting vibration to the concrete at frequencies not less than 4,500 impulses per minute. Duration of vibration shall be limited to the time necessary to provide satisfactory consolidation without causing segregation. The vibrator shall not be inserted into • lower courses previously vibrated. Vibrators shall be applied in a substantially vertical position and at uniformly spaced points not further apart than the visible effectiveness of the vibrator. Vibration shall be , supplemented by such spading as Engineer may require. Concrete in pipe foundations need not be vibrated if other methods produce satisfactory results. Slump of concrete shall be the minimum practical. When vibration is used to consolidate concrete, slump shall not exceed 4 inches. 1 Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03316.4 3.4 FINISHING A. Surface finishes shall be classified as follows: Class 1. Ordinary Surface finish. Class 2. Rubbed finish. ' Class 3. Sprayed finish. Class 4. Exposed Aggregate finish. Class 5. Tined Concrete Pavement. Class 6. Broomed finish. B. All concrete shall be given a Class 1 finish. Immediately following the removal of forms, fins and irregular projections shall be removed from all surfaces. On all surfaces, the cavities produced by form ties and all other holes, broken comers or edges, and other defects shall be thoroughly cleaned, and patched. In addition, further finishing may be required as specified. C. All exposed surfaces of structures shall be given a Class 2 finish. ' D. Curb and gutter, integral curb, drop inlet tops, sidewalk, access ramps, driveways, medians and ditch paving shall be given a Class 6 finish. E. Concrete pavement shall be given a Class 5 finish. 1 F. Drive and street repairs shall be finished to match existing drives and streets. ' 3.5 CURING A. immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Cure concrete for at least 7 consecutive days. Cure unformed surfaces by one or the following methods. I1. Cover surface with moist fabric so that a film of water remains on the surface throughout the curing period. 2. Cover surface with curing paper and seal with tape. ' 3. Apply a uniform coat of liquid curing and sealing compound in accordance with mariufacturer's instructions. 3.6 CURB AND GUTTERS A. Shape subgrade to required depth below finished surface, and compact to a firm, even surface. Remove soft and yielding areas and replace with suitable material and compact. Proof roll as specified in section 02220. Spread base course material as indicated on the Drawings. B. Construct forms of metal or wood, free from warp, and of sufficient strength to resist springing during concrete pouring. Stake and brace and hold firmly to required lines and grades. Clean and oil forms before concrete is placed. Face forms or templates matching the shape of the planned curb are required when an extrusion machine is not used. ' C. Curb and gutters sball.be poured as a monolithic structure, according to the lines and grades and details indicated on the Drawings. A combination of extrusion machine and hand pouring shall be used as best ' suits the Work. Extrusion machine shall be the type that can be adjusted to provide the types and ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03316-5 dimensions of curbs indicated on the Drawings. , D. Vibrate and spade until mortar entirely covers the surface. Finish smooth and even by means of a wooden float. Round edges as indicated on the Drawings while concrete is still plastic. Remove face forms as soon as practicable. Finish face by rubbing with a wood float until it is smooth, then brush finish with a broom. Plastering will not bepermitted. Fill minor defects with cement mortar applied with a wood float. E. Install expansion joints in curb and gutters at stationary structures and at ends of curb returns. Expansion joints shall be 2 inch thick and shall be filled with joint filler shaped to the cross section of the curb and constructed at right angles with the curb line. Saw cut contraction joints every 15 feet, to be % to ¼ inch by 1 %2 inches. Saw cut at right angles to curb line. Fill with joint seal. F. Cure as described elsewhere in this section. G. Maximum variation from indicated grades shall be % inch in 10 feet. , 3.7 SIDEWALKS AND ACCESS RAMPS A. Excavate and/or fill subgrade to the required elevation; compact to a fimr, even surface; proof roll as specified in Section 02220; remove soft and yielding material; replace with suitable material; and compact entire subgrade. ' B. Construct forms of metal or wood, free from warp, and of sufficient strength to resist springing during concrete pouring; stake, brace and hold firmly to required lines and grades; clean and oil forms before concrete is placed; . face forms or templates matching the shape of the planned curb which are required when an extrusion machine is not used. C. Construct concrete sidewalks and access ramps according to the lines, grades, and details indicated on the ' Drawings. As far as practical, sidewalks shall be continuously poured. Access ramps shall be poured. monolithically. Consolidate concrete material to.prevent honeycombing. Strike off top with a straightedge , and tamp or vibrate sufficiently to bring mortar to surface. D. Sidewalks and access ramps shall have a non -slip broom finish. E. Provide tool joints, saw joints, and expansion joints where indicated on the Drawings. Expansion joints. shall be at least %2 inch wide, spaced as indicated on the Drawings and between sidewalk and all stationary structures. Fill with joint filler. Provide %2 inch expansion joint material (AASHTO M 213) between curb and sidewalk, and between curb and access ramp. 3.8 DRAINAGE STRUCTURES - p A. Reinforced box culverts, retaining walls,.drop inlets, junction boxes, drop inlet extensions, headwalls, and other drainage structures shall be constructed with reinforced concrete, as shown on the Drawings. B. Concrete shall not be placed until the Engineer or Engineer's representative has observed the forms and placement of reinforcement. C. The concrete floors of nonmonolithic structures shall be placed at least 24 hours before beginning construction of the walls. A longer period of time may be required if weather conditions make it Sang/Hollywood & 6t° Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03316-6 l II I I I I I I I I I necessary. D. Curing is described in 3.5. E. Walls shall be constructed to form a tight joint with the floor and around pipes. Pipes shall be cut flush with the inside surfaces of the wall. F. Faces of drop inlets and drop inlet extensions shall match the curb face slope and alignment. Box culverts headwalls shall be parallel with the road centerline. Box culvert wingwall alignment and/or dimensions may vary from the Plans to best fit field conditions. G. The rings or frames shall be set accurately to the finished elevations so that subsequent adjustments will be not necessary. H. Backfill for drop inlets, extensions, and headwalls may be permitted after concrete has cured for 48 hours and concrete has attained 75% of the minimum compressive strength, if the Contractor takes responsibility for the structure maintaining its integrity. Otherwise, backfill may commence when concrete test cylinders attain the minimum compressive strength for that structure. Backfill within the roadway embankment and immediately adjacent to bridge abutments, culverts, retaining walls, or other places inaccessible to rollers, shall be placed in approximately 6" horizontal layers, loose measurement, at near optimum moisture content and compacted with mechanical equipment to 95% of the maximum density as determined by AASHTO T 99. The specified density will not be required immediately adjacent to wingwalls of box culverts. The backfill in front of such units shall be placed first to prevent the possibility of forward movement. Special precautions shall be taken to prevent wedging action against the concrete, and the slope bounding the excavation for abutments and wingwalls shall be stepped or roughened to prevent wedge action. No backfill shall be placed against abutments, retaining walls, or box culverts until the concrete has cured for at least 14 days or until test cylinders show the minimum strength has been obtained. Structures shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind, and shall be reasonably free of such accumulations during construction and at job completion. J. Drop inlets shall steps when height measurement form the footing to the top the structure (top of ring and lid) is four feet or more. These steps shall be ICM S-700 (Polypropylene Plastic), or approved equal. 3.9 DRIVEWAYS & MEDIANS A. Portland cement concrete driveways and medians shall be constructed in one course on the prepared subgrade or on a completed and accepted base course or asphalt course in accordance with these specifications and in conformity with the lines, grades, thickness, and detail/typical cross section shown on the Drawings. B. Expansion material shall be placed between the curb and driveway and any existing portion of driveway. ' The joint filler shall be %3 inch thick and meet the requirements of AASHTO M 213. The top Yz inch of the expansion joint shall be filled with silicone sealer, or other sealer approved by the Engineer flush, with the surface. C. Curing is described in 3.5. 1 ' Sang/Hollywood & 6m Street Intersection Improvements City of Fayetteville May 30, 2003 Engineeting Division Page 03316-7 LI 3.10 D. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them E. The concrete shall be deposited in the forms upon a wetted subgrade to such depth that when it is compacted and finished, the top will be the required elevation. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The top shall be struck off with a straightedge after which it shall be finished with afloat to a smooth and even surface. Edges shall be rounded with a %z inch radius edger. DITCH PAVING A. Concrete ditch paving shall be accordance with these specifications and in conformity with the locations, lines, and grades shown on the Drawings, or as directed. B. The• subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted. C. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them D. The concrete shall be deposited in the forms upon a wetted subgrade to such depth that when it is compacted and finished, the flow line shall be at the required elevation and the sides at required widths, slopes, and thicknesses. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The flow lines and sides shall be struck off with a straightedge and tamped sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. The final surface shall be broomed. Edges shall be rounded with a 2 inch radius edger. E. Transverse joints shall be sawn at ten foot intervals measured longitudinally along the flow line. The depth of the joints shall be %a of the slab thickness. F. Immediately after the forms have been removed, the spaces on each side of the paving shall be backfilled with suitable material and compacted with mechanical equipment. Two feet of solid sodding shall be placed adjacent to the ditch. G. When a section of ditch paving terminates at a structure, a''/z inch thick expansion joint conforming to AASHTO M 213 shall be provided. Expansion material shall be provided at 50 foot intervals. This expansion material shall be constructed a %x inch below surface and this %z inch shall be filled with concrete joint sealant. 3.11 UNDERDRAIN OUTLET PROTECTORS A. The foundation shall be prepared to the required depth, forms set rigidly to the line and grade designated, and the concrete place, spaded, vibrated, and finished with a wood float to a tare and even surface. When completed, the concrete shall be cured as specified. B. The outlet protector shall be placed in such a manner that the underdrain lateral has a uniform slope to ensure proper drainage. Abrupt changes in slope along any portion of the lateral will not be permitted. I I I C I I I I I L I 11 I Sang/Hollywood & 6th Street Intersection Improvements City of Fayetteville May 30, 2003 Engineering Division Page 03316-8 1 • • ' 3.12 FIELD QUALITY CONTROL A. Testing of concrete in the field, either as poured or after setting or curing shall be as required by Engineer. ' The cost of all testing to demonstrate compliance with the specifications shall as indicated in Section 01400. B. Cooperate with testing laboratory personnel to take and properly handle field samples. C. Composite samples shall be obtained in accordance with ASTM C 172 ' D. Mold and laboratory cure three specimens from each test required in accordance with ANSI/ASTM C 31. E. Measure air content in Class A concrete or other specified concrete mix in accordance with ASTM C 231. F. Test the specimens in accordance with ANSI/ASTM C 39. Two specimens shall be tested at 28 days for ' acceptance and one specimen shall be tested at 7 days for information. For concrete compressive strength tests less than the 7 day (such as for backfilling structures, etc.), the Contractor will be responsible for these tests. ' G. The slump of the normal -weight concrete sample for each strength test shall be determined in accordance with ANSI/ASTM C 143. H. Failure of concrete and flowable fill is defined as the average compressive strength of the tested specimens. The strength level of the concrete or flowable fill shall be considered satisfactory if both of the following requirements are met: 1. The average of all sets of three consecutive strength tests equal or exceed the specified compressive strength. ' 2. No individual strength test (average of two cylinders) falls below required compressive strength by more than 500psi. II. Should the test cylinders fail to demonstrate compliance with the specifications, reconstruct the concrete structure at no additional cost to Owner. Contractor shall then be responsible for the expenses involved in re -testing the concrete. J. Testing will be required for every 50 cubic yards of concrete or flowable fill placed or for each day's pour and/or placement whichever is least or as directed by the Engineer or his representative. The cost of all testing made at the request of the Owner will be as indicated in Section 01400. Engineer shall furnish 'Owner with copies of concrete testing required by Engineer during the course of the Work ' 3.13 CLEANING A. Clean work areas and all concrete formwork and waste. Waste concrete shall not be disposed of on site except as approved by Engineer. 3.14 WEATHER AND TEMPERATURE LIMITATIONS A. No concrete shall be placed unless the temperature of the concrete is more than 50 degree F when placed. If heating of the ingredients is necessary to meet this criterion, it shall be accomplished by a method such as dry heat or steam. Water shall not be heated to more than 180 degree F, and shall be combined with the aggregate before the addition of cement. Frozen aggregates may not be used. Sang/Hollywood & 6'" Street Intersection InTrovements City of Fayetteville May 30, 2003 Engineering Division Page 03316-9 3.15 1 B. After concrete is placed, it shall be protected by insulated forms, blankets, enclosing and heating, or any approved method that will maintain 50 degree F temperature for at least 5 days. The Contractor shall have available and ready for immediate use sufficient materials and equipment for maintaining the temperature of the concrete. C. Concrete that has been frozen or damaged due to weather conditions shall be replaced at no additional cost to the Owner SCHEDULE A. Cast -in -place concrete class is generally indicated on the Drawings for each type of usage. The following , schedule will govern where no concrete class is indicated on the Drawings. Class A Class B ' Curb and Gutter x Sidewalks & Access Ramps x• Drainage Structures x Ditch concrete paving x • Driveways x Manholes x Manhole adjustments x Water valve adjustments x Guard rail post holes x Concrete pads x Flared end section wall x Underdrain outlet protector x Thrust blocks x Encasement x , •Pipe bedding x Reinforced Concrete for Box Culverts, Retaining Walls, Sidewalks, and other Special Structures shall be , 4000 psi. End of Section 03316 I n U I Cl I Sang/Hollywood & 6'" Street Intersection Improvements City of Fayetteville . May 30, 2003 Engineering Division Page 03316-10