Loading...
HomeMy WebLinkAbout144-03 RESOLUTION• City or Fayetteville, Arkansas Budget Adjustment Form Budget Year 2003 Department: Division: Program: Community Planning & Engineering Engineering Water & Sewer Fund Projects Date Requested 10/7/2003 Adjustment Number Project or Item Requested: $53,394 is requested in the Gregg Avenue Water Line Relocation capital project. Project or Item Deleted: Funding from the Water & Sewer Cost Sharing capital projects that has remaining funds. Justification of this Increase: The funding is needed to cover the construction . contingency cost of the project. ustification of this Decrease: There is sufficient funds remaining to finish 2003 objectives. Account Name Water line improvements Account Name Water line improvements Increase Budget (Decrease Revenue) Account Number 5400 5600 5808 00 Decrease Budget (Increase Revenue) Account Number 5400 5600 5808 00 Amount Project Number 53,394 02129 1 Amount Project Numbcr 53,394 02067 Approval Signatures R.,».ted Budget Manager Department Director F. enc—Services Director s /O ate Date `7`—/7— o3 Date 9-23-03 Date Mayor Date Budget Office Use Only Type. A B Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log C Initial Initial Initial E Date Date Date Initial Date NAME OF FILE: CROSS REFERENCE: Item # Date Resolution No. 144-03 Document 1 10.7.03 Res. w/agreement & budget adjustment 2 9.23.03 Staff Review w/attachments draft resolution memo to mayor Garver Eng Itr to Libertini copy of bids draft agreement NOTES: ST, REVIEW FORM - FINANCIAL OBLIG•ON X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council Meeting of: October 7, 2003 g6s /6/7/03 ivy -a3 Joss/ad ilkolV Cay/irathrs l FROM: Paul LibertiniF/ Name Engineering Division Comm. Planning & Engineering Svcs. Department ACTION REQUIRED: Award a construction contract to Crossland Heavy Contractors, Inc. in the amount of $693,662.00 and approve $80,000.00 for project contingency for Bid No. 03-31, Gregg Avenue Waterline Improvements - Phase I. Also, approve the attached Budget Adjustment in the amount of $53,394.00. COST TO CITY: $773,662.00 $ Cost of this request 834,113.00 Category/Project Budget 5400.5600.5808.00 $ Account Number 93,845.00 Funds Used to Date 02129.20 $ Project Number 740,268.00 Remaining Balance Gregg Ave. Waterline Relocation Program Category / Project Name Water & Sewer Improvements Program / Project Category Name Water & Sewer Fund Name BUDGET REVIEW: X Budgeted Item udget Manager Date X Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: Ac ounting Manager City Attor 9/17/ Date In ernal y Date 9117103 Date Purchasing Manager Date STAFF RECOMMENDATION: Approval of the action items listed above. 9 en -O-2 Received in Mayor's Office Date Division Head Department Director finance & Internal Services Dir. Date Cross Reference: Previous Ord/Res#: Orig. Contract Date: Orig. Contract Number: New Item: Date Yes X No • Staff Review Form - Page 2 • Description Gregg Ave. Waterline Relocation Comments: Budget Manager Accounting Manager City Attorney Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator Meeting Date: October 7, 2003 Reference Comments: • • RESOLUTION NO. A RESOLUTION AWARDING A CONSTRUCTION CONTRACT IN THE AMOUNT OF SIX HUNDRED NINETY-THREE THOUSAND SIX HUNDRED SIXTY-TWO DOLLARS ($693,662.00) TO CROSSLAND HEAVY CONTRACTORS, INC. FOR GREGG AVENUE WATERLINE IMPROVEMENTS - PHASE 1; APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF EIGHTY THOUSAND DOLLARS ($80,000.00); AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF FIFTY-THREE THOUSAND THREE HUNDRED NINETY-FOUR DOLLARS ($53,394.00) FOR SAME. 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 awards a construction contract in the amount of Six Hundred Ninety - Three Thousand Six Hundred Sixty -Two Dollars ($693,662.00) to Crossland Heavy Contractors, Inc. for Gregg Avenue Waterline Improvements - Phase I. A copy of the contract, marked Exhibit "A" is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a Project Contingency in the amount of Eighty Thousand Dollars ($80,000.00) for same. Section 2. That the City Council of the City of Fayette I Ahereby approves a budget adjustment in the amoun of flirckinsas, Three Hundred Ninety -Four Dollars ($53,394.00) for sa E PASSED and APPROVED this 7th day of r 2003. i 1. ROVED: ATI} By: SOO NDRASMITH, City Clerk By:. _J '`DAN COODY, Mayor FAYETTEV?LLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE Date: September 16, 2003 To: Mayor Dan Coody • Thru: Hugh Earnest, Chief Administrative Officer Tim Conklin, Director, Community Planning & Engineering Services tC. Gary Coover, City Engineer$ From: Paul Libertini, Staff Enginee Re: Gregg Ave. Waterline Improvements, Phase 1 Award of Construction Contract to Crossland Heavy Contractors, Inc. Background: This construction project is in the approved Five Year Capital Improvements Program 2002 - 2006. On September 17, 2002, City Council approved a phased design contract with Garver Engineers to relocate and upgrade existing waterlines along Gregg Avenue. The Phase I design has now been completed and was advertised for bids on Friday, August 8t and Friday, August 15th• This project will install approximately 2,300' of 18", 1,600' of 12" and 1,000' of 8" PVC waterline. This includes boring and installing approximately 400' of 12" PVC waterline under the William Fulbright Expressway in the general area of Target and Olive Garden across to the Millsap Road area which is currently deficient in water main looping. These waterlines are being installed in conjunction with the AHTD Gregg Avenue Widening project which is scheduled to have a bid opening in October. This project supports Guiding Principle #2 - "Well -Maintained City Infrastructure and Facilities". Current Status: On Friday, August 29th at 2:00 pm, official bids were received from 5 contractors. Crossland Heavy Contractors, Inc. was the low bidder. A full bid tabulation sheet is attached which was prepared by Garver Engineers. • • Mayor Coody, September 16, 2003 Page 2 - Gregg Ave. Waterline Improvements Recommendations: Staff recommends that the City Council award the construction contract to the low kidder, Crossland Heavy Contractors, Inc., in the amount of $693,662.00 and approve S80,000.00 for project contingency. Also, approve a Budget Adjustment in the amount of $53,394.00 to cover the above estimated costs and $20,000 for in-house construction management services. Funding: The construction project funding has been previously budgeted from the Water & Sewer Fund. The additional funding of $53,394 required for the budget amendment will come from the Water & Sewer Cost Sharing budget. PDUpd1 Attachments: Construction Contract (Agreement) Bid Tabulations by Garver Engineers • Garver Englneers, LLC 3810 Front Street. Suite 10 Fayetteville. Arkansas 72703 479-527-9100 FAX 479-527-9101 WWW. garverergineers. corn September 2, 2003 Mr. Paul Libertini, P.E. City of Fayetteville Engineering Department 113 W. Mountain Street Fayetteville, AR 72703 Re: Gregg Avenue Water System Improvements — Phase I Evaluation of Bids Garver Project No. 0296-3600 Dear Paul: • GARVERI ENGINEERS o momnIa� SEP - 2 2003 M9 2). 14A - Five bids were received for the City of Fayetteville's Gregg Avenue Water System Improvements — Phase 1 on Friday, August 29, 2003, at 2:00 P.M. The bids have been checked for accuracy. A tabulation of the bids is enclosed with this letter, with the summary amount for each bid shown below. Contractor Crossland Heavy Construction Garrey Companies, Inc. Goodwin & Goodwin Mobley Contractors Seven Valleys Construction Co. Garver Engineers' Estimate Bid S 693,662.00 $ 783,800.00 $ 788,765.00 $ 839,672 38 $ 841,680.00 S 842,342.50 We are currently evaluating the apparent low bid of Crossland Heavy Construction prior to recommending that the City accept this bid. Specifically, we have requested verification that they have the capability to perform this work within the allotted contract time in conjunction with their other construction project with the City of Fayetteville, Work Order No.1 of the Accelerated Waterline Replacement Program, and that they have performed projects of a similar nature in the recent past. We will supply you with this information once we receive it from Crosland Heavy Construction so that the City can evaluate the information and award the construction contract to the most qualified responsive low bidder. If you have any questions, please contact us at your convenience. Respectfully submitted, GARVERn�ENGINEERS{� l P Chris Parton P E Project Engineer Cc: Greg Boettcher — Water & Wastewater Director Dave Jurgcns — Water & Wastewater Maintenance Director Gary Coover — City Engineer Peggy Vice — Purchasing Agent Fayetteville. AR • Huntsville. AL • Jackson. MS • Little Rock. AR • Nashville. TN • Topeka. KS • Tulsa. OK 4 4 i Y t R t 8 p r , • K 44 C r C 4844444 40 8 8 8 a 9 9 a e e 8 r t 1 Y Y Y,; r 3 r KYY] S ?pa -= �, x 5 �a I- h 5 s as 1 ax ; s g A ] 7 Y YY ' p 1 f i t A §t§ a .. F. t -. c E �Y 8 .. 8 Y t , s a z $ g n 5 i Sax 0 s s s s T s r> ¢ 8 8 8 8 g a 8 c x b ? - a f g 6 r 8 8888888 8 b 8 8 8 8 8888888888 8 a _ Y „ .. - 8 8 8 8 8 8 8 4$ 8 c§ 6 gr 8 8 8 8 8 8 8 8 8 8 B 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 88 8 88 8 8 8 8 B 8$ 8 8$ g 8 8 a 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 e e 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 8 8 8 8 8 5 88 888 8 s 8 9 A8 t 8 8 8 8 8 k 8 8 8 8 888888882888 5 s@ 8 8$ 8 G c T t 9$ g g 8 8 8 8& K & 8a s 8 8 8 8 8 8 8 8 8 8 88 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 roi - Y b P. L 3 Y SS T .. 9 .. 8 .. i b 8 3 t .. ! 8 .. Y Y .. S 2324 f t .y f 9 ° s .pp, p Y ,. Y E i C 3 8 L S 6 B d a 8 Y 8 8 Y Y S Y 8 T d 8 8 a .. 8 8 8 8 8 a g 8 g 8 8 $ 8 8 8 8 8$ g 8 8_ 8 33C. 8 8 8 8 8 8 8 8 8 s e s 8 8 8 8 8 8 8 8 8 s a a a 8 k } FM mr .JI b3IAVdSIQI A3•bV9 na ma J\I 1101_1•111 6.0J AT1OK 8 8 8 8 8 8 8 8 8 8 .8 ` 8 g 8 8 8 8 .8 8 8 8 B 8 8 8 8 8 8 B 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 C S 8 8 8 i' 8 8 - d 8 f E 8 8 8 8 8 8 8 8 r 8 8 8 8 6 8 6 8 8 Y 8 8 8 8 8 8 8 8 8 8 8 8 8 8 9 8 x 8 8 8 8 8 8 =_ 8 8 g 8 a 8 8 8 x .g x 88 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 Ta < a YIYM16l \.t IIVO\l •F. 5 8 • - - Et - 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 a 888888888 1 8 8 8 8 8 3 • 8 8 3 8 8 8 8 8 8 . 4 8 8 8 8 8 8 8 8 8 C 8r. * 8 8 8 8 8 8 8 s 3- :) 8 8 8 x 2 t t_ s a a e la a 8a a a 6 a 8 a 8 a8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 0 5 TY 1 L 1'IVA C)AJ5 T - _ y _ i 8 8 8 8 8 8 8 s : a a s a a 8 8 a 8 8 8 8 8 a a a ma e a a s 8 8 8 8 8 8 8 na d a JL V IV ISI 4/113•1111/411 ,mon O S P ;IrvinJ 7 TION FOR BIDS RECEIVED Ov ALGIIST I\ 2003.111P.M. , • Section 00500 AGREEMENT BETWEEN OWNER AND CONTRACTOR c 71 Ste 6 - THIS AGREEMENT is dated as of the 7th day of October in the year 2003 by and between the City of Fayetteville, Arkansas (hereinafter called FAYETTEVILLE) and Crossland Heavy Contractors, Inc. (hereinafter called CROSSLAND). FAYETTEVILLE and CROSSLAND, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CROSSLAND shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Gregg Avenue Waterline Improvements — Phase I Installation of 18", 12", and 8" PVC water mains along Grcgg Avenue from Futrall Drive north to near the Mud Creek Bridge on Gregg Avenue, along with steel encasement pipes, taps of various sizes , ductile iron water fittings, water valves, water service lines, water meters, connections to existing water lines and services, and pavement repairs as necessary. Article 2. ENGINEER The Project has been designed by: Garver Engineers, LLC 3810 Front Street, Suite 10 Fayetteville, AR 72703 who is hereinafter called ENGINEER and who is to act as 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 90 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 120 consecutive calendar days after the date when the Contract Time commences to run. Gregg Avenue Waterline Phase I 00500 (1) Garver No. 0296-3600 • • If delays in utility relocations by others impede Crossland's progress for major Contract items and/or items critical to the prosecution of the work within the Contract Time, the Contract Time will be temporarily suspended or adjusted by the City as appropriate. During such periods, the Contractor will be allowed to work on minor Contract items, as approved by the City, without spending Contract Time. 3.2. Liquidated Damages. FAYETTEVILLE and CROSSLAND recognize that time is of the essence of the Agreement and that FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any 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 FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, FAYETTEVILLE and CROSSLAND agree that as liquidated damages for delay (but not as a penalty) CROSSLAND shall pay FAYETTEVILLE Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for substantial completion if CROSSLAND 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 FAYETTEVILLE, CROSSLAND shall pay FAYETTEVILLE Five Hundred dollars (5500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. FAYETTEVILLE agrees to pay, and CROSSLAND agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United Statcs at the time and in the manner set forth in the Specifications. 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. / Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees Article 5. PAYMENT PROCEDURES 5.1. Progress Payments. FAYETTEVILLE shall make periodic progress payments on the basis of Work completed as provided in paragraph 14.02 of the General Conditions and SC -14.02 of the Supplementary Conditions. Prior to Final Completion, progress payments will be made in an amount equal to the value of completed Work, plus the value of stored materials, less retainage, less the aggregate of payments previously made, and less such amounts as FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.6.5 & 14.02.D of the General Conditions: Retainage: FAYETTEVILLE will retain ten percent of the value of completed Work until such time as 50 percent of the Work has been completed. If 50 percent of the Work has Gregg Avenue Waterline Phase 1 00500 (2) Garver No. 0296-3600 • • been completed, as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to FAYETTEVILLE, retainage will be fixed at five percent of the Contract Price. FAYETTEVILLE reserves the right to reinstate retainage at ten percent if the character and progress of the Work become unsatisfactory to FAYETTEVILLE. Stored Materials: FAYETTEVILLE will pay 100 percent of the value of materials and equipment not incorporated in the Work but delivered, suitably stored, insured, and accompanied by documentation satisfactory to FAYETTEVILLE as provided in paragraphs 14.02.B.5 & 14.02.D of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.06 and 14.07.B & C of the General Conditions, FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraphs I4.07.B & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce FAYETTEVILLE to enter into this Agreement CROSSLAND makes the following representations: 6.1. CROSSLAND 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. CROSSLAND has visited the site and become familiar with and is satisfied as to thc general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3. CROSSLAND 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. CROSSLAND has carefully studied all rcports 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 thc site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. CROSSLAND 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 CROSSLAND is entitled to rely as provided in paragraph 4.02 of the General Conditions. CROSSLAND acknowledges that such reports and drawings are not Contract Documents and may not be complete for CROSSLAND's purposes. CROSSLAND acknowledges that 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. CROSSLAND 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 Gregg Avenue Waterline Phase 1 00500 (3) Garver No. 0296-3600 • • furnishing of the Work or which relate to any aspcct of the means, methods, techniques, sequences, and procedures of construction to the employed by CROSSLAND and safety precautions and programs incident thereto. CROSSLAND 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 Times, and in accordance with the other terms and conditions of the Contract Documents. 6.5. CROSSLAND is aware of the general nature of work to be performed by FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. CROSSLAND has correlated the information known to CROSSLAND, 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. CROSSLAND has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CROSSLAND has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CROSSLAND and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between FAYETTEVILLE and CROSSLAND concerning the Work consist of the following: 7.1. This Agreement (pages 1 to 6, inclusive). 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). 7.3. Certificates of Insurance, (Exhibit C). 7.4. Documentation submitted by CROSSLAND prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages 1 to 42, inclusive). 7.6. Supplementary Conditions (pages 1 to 15, inclusive). 7.7. Specifications consisting of Sections as listed in Table of Contents herein. 7.8. Addendum number 1 . 7.9. Drawings (not attached hereto) consisting of a cover sheet and sheets numbered 1 through 17, inclusive with each sheet bearing the following general title: Gregg Avenue Water System Improvements Phase I Gregg Avenue Waterline Phasc 1 00500 (4) Garver No. 0296-3600 • • • • 7.10. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.10.1. Notice to Proceed 7.10.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly notcd 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 may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. FAYETTEVILLE and CROSSLAND each binds itself, its 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. 8.5. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-10I et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Gregg Avenue Waterline Phase 1 00500 (5) Garver No. 0296-3600 •SEP -16-2003 TUE 09: 56 AM CH Co Iambus 09/15/2003 16:55 479-6202 ENGI FAX NO. 162.92977 P. 07 t antFGa C.O. FADE 07 IN WITNESS WHEREOF, FAYETtEV1LIZ and CROSSLAND have signed this Agrement in four (4) cotmterparts. One comnenpatt each has been delivered to FAYEITEVILLE and BNOINE t, and two counterpart have been delivered to CROSSLAND. All portions of the Contract Documents have been signed, initiated, or identified by FAYEITEVILLE and CROSSLAND or identified by ENGINEER on their behalf This Agreement will be effective on. OWNER: CitY of FayettevEle > 2003 (which is the Effective Date of the Agreement). CONTRACTOR Crossland Heavy Contactors, hie. BY: Dan Goody, Mayor 7aPre((dent [CORPORATE SEAL] Attest Address for giving notices. 113 • West Mountain Favettevi flc.AR_72701 (If OWNER is a public body, attach evidence of authasity to sign and resolution or other documents authorizing execution of Agreement) Gregg Avenue Waterline Phase I [CORPORATE SEAL) Attest tests‘ • Carp �"c- • Address for giving notices: fb Feet 360 53$ SE Ave (alureus KS License No. oOtom3CIIO3 Agent for service of process: (If CONTRACTOR is a corporation, snack evidence of authority to sign) 00500 (6) Oarver No. 0296-3600 Section 00500 AGREEMENT BETWEEN OWNER AND CONTRACTOR eimenwes-Aiee a/ ewe-0"/gas THIS AGREEMENT is dated as of the 7th day of October in the year 2003 by and between the City of Fayetteville, Arkansas (hereinafter called FAYETTEVILLE) and Crossland Heavy Contractors, Inc. (hereinafter called CROSSLAND). FAYETTEVILLE and CROSSLAND, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CROSSLAND shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Gregg Avenue Waterline Improvements — Phase I Installation of 18", 12", and 8" PVC water mains along Gregg Avenue from Futrall Drive north to near the Mud Creek Bridge on Gregg Avenue, along with steel encasement pipes, taps of various sizes , ductile iron water fittings, water valves, water service lines, water meters, connections to existing water lines and services, and pavement repairs as necessary. Article 2. ENGINEER The Project has been designed by: Garver Engineers, LLC 3810 Front Street, Suite 10 Fayetteville, AR 72703 who is hereinafter called ENGINEER and who is to act as 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 90 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 120 consecutive calendar days after the date when the Contract Time commences to run. Gregg Avenue Waterline Phase 1 00500 (I) Garver No. 0296-3600 • • If delays in utility relocations by others impede Crossland's progress for major Contract items and/or items critical to the prosecution of the work within the Contract Time, the Contract Time will be temporarily suspended or adjusted by the City as appropriate. During such periods, the Contractor will be allowed to work on minor Contract items, as approved by the City, without spending Contract Time. 3.2. Liquidated Damages. FAYETTEVILLE and CROSSLAND recognize that time is of the essence of the Agreement and that FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed m accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, FAYETTEVILLE and CROSSLAND agree that as liquidated damages for delay (but not as a penalty) CROSSLAND shall pay FAYETTEVILLE Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for substantial completion if CROSSLAND 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 FAYETTEVILLE, CROSSLAND shall pay FAYETTEVILLE Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. FAYETTEVILLE agrees to pay, and CROSSLAND agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made m lawful money of the United States at the time and in the manner set forth in the Specifications. 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. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. Article 5. PAYMENT PROCEDURES 5.1. Progress Payments. FAYETTEVILLE shall make periodic progress payments on the basis of Work completed as provided in paragraph 14.02 of the General Conditions and SC -14.02 of the Supplementary Conditions. Prior to Final Completion, progress payments will be made in an amount equal to the value of completed Work, plus the value of stored materials, less retainage, less the aggregate of payments previously made, and less such amounts as FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions: Retainage: FAYETTEVILLE will retain ten percent of the value of completed Work until such time as 50 percent of the Work has been completed. If 50 percent of the Work has Gregg Avenue Waterline Phase I 00500 (2) Garver No. 0296-3600 • been completed, as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to FAYETTEVILLE, retainage will be fixed at five percent of the Contract Price. FAYETTEVILLE reserves the right to reinstate retainage at ten percent if the character and progress of the Work become unsatisfactory to FAYETTEVILLE. Stored Materials: FAYETTEVILLE will pay 100 percent of the value of materials and equipment not incorporated in the Work but delivered, suitably stored, insured, and accompanied by documentation satisfactory to FAYETTEVILLE as provided in paragraphs 14.02.13.5 & 14.02.D of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.06 and I4.07.B & C of the General Conditions, 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 FAYETTEVILLE to enter into this Agreement CROSSLAND makes the following representations: 6.1. CROSSLAND 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. CROSSLAND 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. CROSSLAND 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. CROSSLAND 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. CROSSLAND 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 CROSSLAND is entitled to rely as provided in paragraph 4.02 of the General Conditions. CROSSLAND acknowledges that such reports and drawings are not Contract Documents and may not be complete for CROSSLAND's purposes. CROSSLAND acknowledges that 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. CROSSLAND 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 Gregg Avenue Waterline Phase I 00500 (3) Garver No. 0296-3600 • • furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CROSSLAND and safety precautions and programs incident thereto. CROSSLAND 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. CROSSLAND is aware of the general nature of work to be performed by FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. CROSSLAND has correlated the information known to CROSSLAND, 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. CROSSLAND has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CROSSLAND has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CROSSLAND and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between FAYETTEVILLE and CROSSLAND concerning the Work consist of the following: 7.1. This Agreement (pages 1 to 6, inclusive). 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). 7.3. Certificates of Insurance, (Exhibit C). 7.4. Documentation submitted by CROSSLAND prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages 1 to 42, inclusive). 7.6. Supplementary Conditions (pages 1 to 15, inclusive). 7.7. Specifications consisting of Sections as listed in Table of Contents herein. 7.8. Addendum number 1 7.9. Drawings (not attached hereto) consisting of a cover sheet and sheets numbered 1 through 17, inclusive with each sheet bearing the following general title: Gregg Avenue Water System Improvements Phase I Gregg Avenue Waterline Phase I 00500 (4) Garver No. 0296-3600 7.10. The following which maybe delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.10.1. Notice to Proceed 7.10.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 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 arc 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 maybe limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. FAYETTEVILLE and CROSSLAND each binds itself, its 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. 8.5. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Gregg Avenue Waterline Phase 1 00500 (5) Garver No. 0296-3600 SEP-16-2003 TUE 09:56 AM CHC CaJumbus FAX N01 16204977 P. 07 09/15/2083 16:55 479-575. 2 ENGINEERING C.O.F. PAGE 87 :I : I : 1 1 N• 1 I r• • •: y ..m nl 1 r u • I r1.aY • I wI • r.• • '/ Jt ••1.•I. I •II '• uaL 1 • -II 1 •1 w • r. 1 4• -. 11 • I . I - I w . 1 • 1 J i.: • w : • • r • 1 . �1I • r: • r• M [CORPORATE SEAL] . il• . 1 I I.1 :.I 1 .II I I II II :11 1 1 • I • 1 • I 1 w • .12h,. iI • . All :I • • • I 1 1 [CORPORATE SEAL]. : -♦ rn r r Attest:. . II •1 :flII 1 1 635 SE Ave- Col►,,WS Vs bbrla5 Licoaeallo. ODIo-13OIIO3 (If CONTRACTOR is a corporation, attach evidence of authority to sign) Gregg Avenue Waterline flee I 00500 (6) • . C'94'aesA% 0, Section 00500 AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the 7's day of October in the year 2003 by and between the City of Fayetteville, Arkansas (hereinafter called FAYETTEVILLE) and Crossland Heavy Contractors, Inc. (hereinafter called CROSSLAND). FAYETTEVILLE and CROSSLAND, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CROSSLAND shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Gregg Avenue Waterline Improvements — Phase I Installation of 18", 12", and 8" PVC water mains along Gregg Avenue from Futrall Drive north to near the Mud Creek Bridge on Gregg Avenue, along with steel encasement pipes, taps of various sizes , ductile iron water fittings, water valves, water service lines, water meters, connections to existing water lines and services, and pavement repairs as necessary. Article 2. ENGINEER The Project has been designed by: Garver Engineers, LLC 3810 Front Street, Suite 10 Fayetteville, AR 72703 who is hereinafter called ENGINEER and who is to act as 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 90 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 120 consecutive calendar days after the date when the Contract Time commences to run. Gregg Avenue Waterline Phase 1 00500 (1) Garver No. 0296-3600 . • H If delays in utility relocations by others impede Crossland's progress for major Contract items and/or items critical to the prosecution of the work within the Contract Time, the Contract Time will be temporarily suspended or adjusted by the City as appropriate. During such periods, the Contractor will be allowed to work on minor Contract items, as approved by the City, without spending Contract Time. 3.2. Liquidated Damages. FAYETTEVILLE and CROSSLAND recognize that time is of the essence of the Agreement and that FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any 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 FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, FAYETTEVILLE and CROSSLAND agree that as liquidated damages for delay (but not as a penalty) CROSSLAND shall pay FAYETTEVILLE Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for substantial completion, if CROSSLAND 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 FAYETTEVILLE, CROSSLAND shall pay FAYETTEVILLE Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. FAYETTEVILLE agrees to pay, and CROSSLAND agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 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. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. Article 5. PAYMENT PROCEDURES 5.1. Progress Payments. FAYETTEVILLE shall make periodic progress payments on the basis of Work completed as provided in paragraph 14.02 of the General Conditions and SC -14.02 of the Supplementary Conditions. Prior to Final Completion, progress payments will be made in an amount equal to the value of completed Work, plus the value of stored materials, less retainage, less the aggregate of payments previously made, and less such amounts as FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions: Retainage: FAYETTEVILLE will retain ten percent of the value of completed Work until such time as 50 percent of the Work has been completed. If 50 percent of the Work has Gregg Avenue Waterline Phase 1 00500 (2) Garver No. 0296-3600 been completed, as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to FAYETTEVILLE, retainage will be fixed at five percent of the Contract Price. FAYETTEVILLE reserves the right to reinstate retainage at ten percent if the character and progress of the Work become unsatisfactory to FAYETTEVILLE. Stored Materials: FAYETTEVILLE will pay 100 percent of the value of materials and equipment not incorporated in the Work but delivered, suitably stored, insured, and accompanied by documentation satisfactory to FAYETTEVILLE as provided in paragraphs 14.02.B.5 & 14.02.D of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.06 and 14.07.B & C of the General Conditions, 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 FAYETTEVILLE to enter into this Agreement CROSSLAND makes the following representations: 6.1. CROSSLAND 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. CROSSLAND 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. CROSSLAND 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. CROSSLAND 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. CROSSLAND 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 CROSSLAND is entitled to rely as provided in paragraph 4.02 of the General Conditions. CROSSLAND acknowledges that such reports and drawings are not Contract Documents and may not be complete for CROSSLAND's purposes. CROSSLAND acknowledges that 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. CROSSLAND 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 Gregg Avenue Waterline Phase I 00500 (3) Garver No. 0296-3600 furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CROSSLAND and safety precautions and programs incident thereto. CROSSLAND 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. CROSSLAND is aware of the general nature of work to be performed by FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. CROSSLAND has correlated the information known to CROSSLAND, 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. CROSSLAND has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CROSSLAND has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CROSSLAND and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between FAYETTEVILLE and CROSSLAND concerning the Work consist of the following: 7.1. This Agreement (pages 1 to 6, inclusive). 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). 7.3. Certificates of Insurance, (Exhibit C). 7.4. Documentation submitted by CROSSLAND prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages 1 to 42, inclusive). 7.6. Supplementary Conditions (pages 1 to 15, inclusive). 7.7. Specifications consisting of Sections as listed in Table of Contents herein. 7.8. Addendum number 1 . 7.9. Drawings (not attached hereto) consisting of a cover sheet and sheets numbered 1 through 17, inclusive with each sheet bearing the following general title: Gregg Avenue Water System Improvements Phase I Gregg Avenue Waterline Phase I 00500 (4) Garver No. 0296-3600 7.10. The following which maybe delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.10.1. Notice to Proceed 7.10.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 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 release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. FAYETTEVILLE and CROSSLAND each binds itself, its 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. 8.5. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Gregg Avenue Waterline Phase 1 00500 (5) Garver No. 0296-3600 SEP-16-2003 TUE 09:56 AM CHC Calumbus FAX NO. 16204292077 09/15/2003 16:55 479-575 2 ENGINEERING C.O.F. P. 87 7•'c�==11 • 11 • •: , 1 • III N 1 - •. 1--1 1 - o l 1 I .I 1 W I ..l' 1 • 1.1 •al -1 11 •i .l • 1 .n •.1. 1 •11 1• llwl0.l. • •.I .1 n • r. 1 •I .. 1. ... • •i . 11 l l I �ji1 -�-• .:J:�1•.I [CORPORATE SEAL] tKp:Lt3 L.Jhu1 ' :t• . 1 I . 1.1 :., III tl [CORPORATE SEAL] ..' 3. • Attest: ilsst9%• CorP B35 SE A.re- CeLthis KS lob -lay ucenseNa Cote -Boll (If CONTRACTOR is a corporation, attach evidence of authority to sign) Gregg Avenue Wsurline Phase 1 00500 (6) Garver No. 0296-3600 A C 5 v Z NN LL r $ A 0 O m m m CG O N O J p > W W W Q xy> N M N O 0 2 ry o Auu 0 W 0 W N o O O E x o CI) 2 m o� o m 0 5 m m. ii. - o V T m a o u in ci ac.. W.N a Z • v 0 N Q Q C11 . .� • O O O O O O O O O O o G O W pC O O O O O O O O O = 9 N N N N N N N N pN N C O q C is w E C c ) o . U U' m a, LL a o o O" m $ m i • ii o o 9 N c - m b N Y E + O O1, m - c ': N m c c t o L C m c m 0 o c c C -a a w N c°�39 A 9 N G N O > LL r� pc u E m C '= 2 s L c o • m m O. Co .s Co u Vi a y E fi U COE t07 _ .Q o m E N J a > 3 - o n m o o A c • ii O FAYETTEV?LLE IHI CITY OF FAYITTIVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash Engineering Division From: Clarice Buffalohead-Pearman City Clerk Division Date: October 30, 2003 Re: Res. No. 144-03 Attached is an executed copy of the above resolution, approved by the City Council on October 7, 2003, authorizing an agreements with Crossland Heavy Contractors, Inc. for the Gregg Avenue waterline improvements. I have attached five original contracts signed by the mayor and city clerk. Also attached is your original purchase requisition. This resolution and attachments 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 Barbara Fell, Budget & Research 0 SPECIFICATION*IICR0FILMED 0 AND CONTRACT DOCUMENTS EPARED FOR ROJECT C C I [1 I I I I PREPARED BY: GARVER ENGINEERS Garver Engineers, L.L.C. 3810 Front Street Suite 10 Fayetteville. Arkansas 72703-5217 479-527-9100 FAX 479-527-9101 I SPECIFICATIONS MICROFILMED AND CONTRACT DOCUMENTS CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS GREGG AVENUE WATERLINE IMPROVEMENTS - PHASE I JUNE, 2003 PREPARED BY: GARVER : ENGINEERS 3810 Front Street Suite 10 Fayetteville, Arkansas 72703 Phone: (479) 527-9100 Fax: (479) 527-9101 vtiw. can crinccom [1 II ITo: All Bidders I 1 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS GREGG AVENUE WATER SYSTEM IMPROVEMENTS ADDENDUM NO.1 August 26, 2003 This addendum becomes a part of the "Specifications and Contract Documents". It shall be. stapled (or otherwise securely fastened) behind the front cover page of the original documents. Proposals may not be accepted unless this addendum is so included. Replace all original plan sheets and contract documents with the revised sheets and pages attached to this addendum. All provisions of the original "Specifications and Contract Documents" shall remain in full force and effect, except as modified by this Addendum No. I. CLARIFICATIONS OF THE CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS 1. Item No. SP -06-5.2c in the Unit Price Schedule is hereby changed from "16" STEEL ENCASEMENT PIPE" to"18" STEEL ENCASEMENT PIPE." I I I I I I [1 I I MODIFICATIONS OR CLARIFICATIONS TO THE PLANS I. Sheet 3: The 8" branch shown in the profile portion of this plan sheet shall be deleted. This item is not necessary. 2. Sheet 14: Under the "Encasement Pipe Size" table, the minimum encasement size for 8" water mains shall be changed from 16" to 18". 3. Sheet 15: Item number 5 under the section titled "Water Line Notes" shall be deleted in its entirety. 4. All references made to 16" steel encasement pipe are hereby changed to I8" steel encasement pipe. END OF ADDENDUM NO. I Page 1 of 1 I I L n U 1 I I L` Li I hereby certify that the Gregg Avenue Water System Improvements - Phase 11 Plans and Specifications were prepared by me or under my direct supervision, and that I am duly Licensed Engineer under the laws of the State of Arkansas. (Seal) AHAS '� IS9 Usooat •vote N Date: C v3 D I ' CERTIFICATE OF AUTHORIZATION BY GARVER ENGINEERS, INC. PZE 111111111 �P CF OG • • AZ :' GARVER ':v? :ENGINEERSE6E LLC Z= p••No. 766-9*�e CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS GREGG AVENUE WATER SYSTEM IMPROVEMENTS PHASE I SPECIFICATIONS AND CONTRACT DOCUMENTS I hereby certify that the Gregg Avenue Water System Improvements - Phase II Plans and Specifications were prepared by me or under my direct supervision, and that I am duly Licensed Engineer under the laws of the State of Arkansas. (Seal) ATEQyt3' ARAS REGISTERED PROFESSIONAL i ) _ No. 10948 _>r e Name: Date: 6 O ' SECTION 00005 ' TABLE OF CONTENTS GREGG AVENUE WATERLINE IMPROVEMENTS PHASE I SECTION NO. TITLE PAGES 00005 TABLE OF CONTENTS...............................................................00005-I 00020 ADVERTISEMENT FOR BIDS ....................................................00020-1 ' BIDDING REQUIREMENTS 00100 INSTRUCTIONS TO BIDDERS...................................................00100-I TO 00100-10 00300 BID FORM.....................................................................................00300-1 TO 00300-6 00350 BID BOND.....................................................................................00350-1 TO 00350-2 NOTICE OF SELECTION.............................................................00350-3 ' CONTRACT 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............................................................ I TO 42 00800 SUPPLEMENTARY CONDITIONS.............................................00800-1 TO 00800-17 I I I I 11 I I I SPECIFICATIONS DIVISION 1 - GENERAL REOUIREMENTS 01010 SUMMARY OF WORK ....................................................... 01025 MEASUREMENT AND PAYMENT ................................... 01035 MODIFICATION PROCEDURE ......................................... 01040 COORDINATION AND MEETINGS .................................. 01051 CONSTRUCTION SURVEYS ............................................. 01060 REGULATORY REQUIREMENTS .................................... 01090 REFERENCE STANDARDS AND ABBREVIATIONS ..... 01300 SUBMITTALS...................................................................... 01410 TESTING LABORATORY SERVICES .............................. 01500 CONSTRUCTION FACILITIES & TEMPORARY ........... CONTROLS 01620 STORAGE AND PROTECTION ......................................... 01630 PRODUCT OPTIONS AND SUBSTITUTIONS ................. 01700 CONTRACT CLOSEOUT .................................................... Gregg Avenue Waterline Phase I 00005(I) 01010-I 01025-1 01035-1 01040-1 01051-1 01060-1 01090-I 01300-1 01410-1 01500-1 TO 01010-3 TO 01025-3 TO 01035-3 TO 01040A TO 01051-2 TO 01060-3 TO 01090-3 TO 01300-4 TO 01410-3 TO 01500-5 ......01620-1 TO 01620-2 ......01630-1 TO 01630-2 ...... 01700-1 TO 01700-5 Garver No. 0296-3600 I I • • ' DIVISION 2 -TECHNICAL SPECIFICATIONS ' TITLE PAGE Special Provisions 'Sp -1 AHTD SPECIFICATIONS SP -l-1 SP -2 WATERLINES SP -2-1 SP -3 TAPPING SLEEVES & VALVES FOR CONCRETE SP -3-1 WATER MAINS SP -4 AUTOMATIC AIR RELEASE VALVE SPA -1 SP -5 TEMPORARY LINE STOPS SP -5-1 1 Earthwork SECTION E -I SITE PREPARATION E -1-I SECTION E-4 TRENCH AND EXCAVATION SAFETY SYSTEMS E -4-1 ' Incidental Construction SECTION I -I MAINTENANCE OF TRAFFIC 1-1-1 ' SECTION 1-10 FENCES 1-10-1 SECTION 1-16 SIDEWALKS AND STEPS 1-16-I SECTION 1-17 CURB AND GUTTER 1-17-1 I 1 1 1 1 I Gregg Avenue Waterline Phase 1 00005 (2) Garver No. 0296-3600 I Section 00020 ' ADVERTISEMENT FOR BIDS BID NO. 0303=31 ' Notice is given hereby that, pursuant to an order of the City Council of the City of Fayetteville, Arkansas, sealed bids will be received at Room 306. City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 P.M. (local time) on August 29, 2003, for furnishing all tools, materials, and labor and performing the necessary work for the Gregg Avenue Waterline Improvements — Phase I Project in Fayetteville, Arkansas. At this time and place, all bids received will be publicly opened and ' read aloud. A pre -bid meeting will be held for this project on Wednesday, August 20, 2003, at 9:00 A.M., at the offices of Garver Engineers, 3810 Front Street, Suite 10, Fayetteville, Arkansas. 72703. Each plan holder (potential bidder who has purchased plans, specifications, and contract documents) will be sent a second notification regarding the time and location of this meeting. Acknowledgement of this notification will be required. A potential bidder's representative must be present at ' this pre -bid meeting in order for his/her bid to be considered eligible at the time bids are submitted. Ifa bid is submitted from a Contractor who was not present at the pre -bid conference, his/her bid will not he accepted and will be considered non- responsive and will not be read aloud. It is recommended, but not mandatory, that sub -contractors be present at the pre -bid conference. The work generally consists of: Installation of I8", 12", and 8" PVC water mains along Gregg Avenue from Futrall Drive north to nearthe ' Mud Creek Bridge on Gregg Avenue, along with steel encasement pipes, taps of various sizes, ductile iron water fittings, water valves, water service lines, water meters, connections to existing water lines and services, and pavement repairs as necessary. Drawings, Specifications, and other Construction Contract Documents (Bidding Documents) are on file and maybe examined at the office of the Engineering Department, City of Fayetteville, and at the office of Garver Engineers. I I I I I I I I I Bidding Documents can be purchased from Garver Engineers at: Garver Engineers Phone: 479-527-9100 3810 Front Street, Suite 10 Fax: 479-527-9101 Fayetteville, AR 72703 The cost of the Bid Documents is $75.00. Partial Plan sets will not be sold. This amount shall be made payable to Garver Engineers and is non-refundable. The bidders shall make such inspection and studies of the site of the work as to familiarize themselves with all conditions to be encountered. Bid security, as defined in the Instructions To Bidders, in the amount of 5 percent of the Bid must accompany the Bid. 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. No Bids may be withdrawn within a period of 60 days after the date fixed for opening Bids. Bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965, as amended. The City of Fayetteville hereby notifies all bidders that this contract is subject to applicable labor laws, non- discrimination provisions, wage rate laws, and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply. 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. 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. Peggy Vice, Purchasing Officer Gregg Avenue Waterline Phase I 00020(l) Garver No. 0296-3600 Section 00100 IINSTRUCTIONS TO BIDDERS II DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to Owner as distinct from a sub -bidder, who submits a bid to a Bidder. 1.3 Issuing Office - the office from which the Bidding Documents arc 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. 1.5 Pre -Bid Meeting — a meeting between the plan holders, the Engineer, and the City prior to the submission of the bids. 2 COPIES OF BIDDING DOCUMENTS ' 2. I 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. ' 3 EXAMINATION OF SITE AND CONTRACT DOCUMENTS El I I 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Engineering Department, and shall constitute all of the information which the Owner shall furnish. No other information given or sounding made by the Owner or any official thereof, prior 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. Gregg Avenue Waterline Phase I 00100(I) Garver No. 0296-3600 Prior to submitting any Bid, Bidders arc required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local ' conditions; inform themselves by their independent research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and obtain all information required to make an intelligent bid. ' 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the ' difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the drawings, profiles. specifications, and estimates and all provisions of the contract and Bonds. ' 3.3 Bidders shall promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 3.4 Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished Ito Owner and Engineer by owners of such Underground Facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 1 3.5 On request, Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission ofa ' Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests, and studies. ' 3.6 Reference is made to the General Requirements for the identification of the general nature of work that is to be performed at the site by Owner or others (such as utilities and other prime contractors) that relates to the work for which a Bid is to be submitted. On request, and as ' available, Owner will provide to each Bidder, for examination, access to or copies of Contract Documents (other than portions thereof related to price) for such work. ' 3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 3, that without exception the Bid is premised ' upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, that Bidder has given ' Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Engineer are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. I ' Gregg Avenue Waterline Phase I 00100 (2) Garver No. 0296-3600 3.8 A pre -bid meeting will be held for this project on Wednesday, August 20, 2003, at 9:00 A.M., at the offices of Garver Engineers, 3810 Front Street, Suite 10, Fayetteville, Arkansas, 72703. Each ' plan holder (potential bidder who has purchased plans, specifications, and contract documents) will be sent a second notification regarding the time and location of this meeting. Acknowledgement of this notification will be required. A potential bidder's representative must ' be present at this pre -bid meeting in order for his/her bid to be considered eligible at the time bids are submitted. If a bid is submitted from a Contractor who was not present at the pre -bid conference, his/her bid will not be accepted and will be considered non -responsive and will not be ' read aloud. It is recommended, but not mandatory, that sub -contractors be present at the pre -bid conference. ' 4 AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS ' 4.1 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary ' construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 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 pan 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 Gregg Avenue Waterline Phase I 00100 (3) Garver No. 0296-3600 I I I ' 7.1 I I I I I I I I I I I I I 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. UNIT PRICES 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. BID FORM 8.1 Bids are due as indicated in the Advertisement For Bids. 8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. Bid Form shall not be removed from the bound Project Manual, nor shall bids be submitted on a photocopy of the Bid Form. The unit price or lump sum bid for each item must be stated in figures in the appropriate blank spaces provided on the Bid Form. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not called for, erasures, alterations, or irregularities of any kind or which do not comply with these Instructions to Bidders may be rejected as informal or non -responsive at the option of Owner. However, Owner reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of Owner. 8.4 Address bids to Owner, and deliver to the address given in the Advertisement For Bids on or before the day and hour set for opening the bids. Enclose the completed Bid Form and Project Manual (Specifications and Contract Documents) in a sealed envelope bearing the title of the project, the name of the Bidder, Bidder's Arkansas Contractor's License number, and the date and hour of the bid opening. If this sealed envelope is delivered by a public carrier, it must be contained in another envelope addressed to Owner and the attention of the project name. It is the sole responsibility of Bidder to see that the Bid is received on time. IGregg Avenue Waterline Phase I 00100 (4) Garver No. 0296-3600 8.5 No Bidder shall divulge the information in the Bid to any person whomsoever, except those having a partnership or other financial interest with him in the Bid, until after the bids have been ' opened. ' 9 SIGNATURE ON BIDS I I I 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names of each member must be given, and the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made by a company or corporation, the company or corporate name must be given and the Bid signed by an officer or agent duly authorized.. The corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 9.2 All names must be typed or printed in black ink below the signature. ' 9.3 The address and telephone number for communications regarding the Bid must be shown. I I I I I I I I I 9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed with Owner. 9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda. 10 BID SECURITY 10.1 Bid security, in the form of a bid bond, certified check, or similar financial instrument, in the amount stated in the Advertisement For Bids, must accompany each bid. Bid bonds for the difference in price between low bidder and second low bidder will not be acceptable. The Successful Bidder's security will be retained until Owner receives a signed Agreement and required Bonds and Certificates of Insurance. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. 10.2 The Owner reserves the right to retain the security of the three low bidders until the Successful Bidder enters into the Contract or until 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 are complete or 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. 11 PERFORMANCE BOND AND PAYMENT BOND Gregg Avenue Waterline Phase 1 00100 (5) Garver No. 0296-3600 U I LI I I I I IE II.! 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. 11.2 Contractor is to pay all expense in connection with the obtaining of said Bonds. The Bonds shall be conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness for labor and materials furnished or performed in the construction of such alterations and additions as prescribed in this contract. 11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. 11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countersigning of the Bonds will not be sufficient. 11.5 The date of the Bonds and date of the Power of Attorney shall be left blank. The Owner will fill in the dates upon execution of the contract. At least six originals of the Bonds shall be furnished, each with Power of Attorney attached. ' 11.6 Bonds are to be approved by Owner. If any Bonds contracted for become unsatisfactory or unacceptable to Owner after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds maybe canceled at the discretion of Contractor. 12 CONTRACT TIME 12.1 The number of days within which, or the dates by which the Work is to be substantially ' completed and also completed and ready for final payment is outlined in the Bid Form. ' 13 LIQUIDATED DAMAGES 13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form. ' 14 SUBCONTRACTORS SUPPLIERS AND OTHERS 14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written approval of Owner nor shall Contractor allow such subcontractor to commence work until approval of workman's compensation insurance and public liability insurance as may be required. Approval of each subcontract by Owner will in no manner release Contractor from any obligations as set out in the Drawings, Specifications, contract, and Bonds. Li ' Gregg Avenue Waterline Phase 1 00100 (6) Garver No. 0296-3600 15 SUBSTITUTE AND "OR EQUAL" ITEMS I I I I I I I 15.1 The contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or - equal" items. However, a substitute or "or -equal" item of material or equipment maybe furnished or used by Contractor if acceptable to Engineer. Application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in the General Conditions and may be supplemented in the General Requirements. 16 COMPLIANCE WITH STATE LICENSING LAW 16.1 Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors". Bidders who submit Bids in excess of S20,000 must submit evidence of their having a contractor's license before their Bids will be considered, and shall note their license number on the outside of the envelope containing the Bid Form and on the Bid Form. 17 QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS 17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days after bid opening, upon Owner's or Engineers's request, detailed written evidence such as financial data, present commitments, and other such data as may be called for. Each Bid must contain evidence of Bidder's qualification to do business in the State of Arkansas. I 18 DISQUALIFICATIONS OF BIDDERS 18.1 Any one or more of the following may be considered as sufficient for the disqualification of 'bidders and the rejection of Bids. I I I I 18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation under the same or different names. 18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. 18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of work for which a bid price is required by the Bid Form, or failure to include all required contract documents. 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. ' Gregg Avenue Waterline Phase 1 00100 (7) Garver No. 0296-3600 18.6 A bid by an unlicensed contractor bidding under a licensed contractor's name. I18.7 Uncompleted work which, in the judgement of Owner, might hinder or prevent the prompt completion of additional work if awarded. 18.8 Being in arrears on existing contracts, in litigation with Owner, or having defaulted on a previous contract. ' 19 OPENING OF BIDS 19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to be designated by Owner the day of the bid opening. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 20 CONSIDERATION OF BIDS ' 20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder. ' 20.2 In evaluating Bids, Owner will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Award. 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 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 60 days except with the consent of the Successful Bidder. Gregg Avenue Waterline Phase 1 00100 (8) Garver No. 0296-3600 [l I I The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim against Owner upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary Bonds approved. ' 23 RETAINAGE CJ I 23.1 Provisions concerning retainage and Contractor's rights to deposit securities in lieu of retainage are set forth in the Agreement. 24 SIGNING OF AGREEMENT 24.1 When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the number of unsigned counterparts of the Agreement as indicated in the Supplementary Conditions, with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds & Certificate of Insurance. Within ten (10) days thereafter Owner shall deliver one fully signed counterpart to Contractor. ' 25 MATERIALS GUARANTY 25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the Work, together with samples, which may be subjected to tests provided for in the Specifications to determine their quality and fitness for the Work. ' 26 FAMILIARITY WITH LAWS 26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the pan of Contractor will in any way serve to modify the provisions of the contract. No representations ' shall be binding unless embodied in the Contract. 27 ADDITIONAL LAWS AND REGULATIONS Bidders' attention is called to the following laws and regulations which may have an impact on the Work and on the preparation of the Bid. 27.1 Arkansas Department of Health Regulations and Requirements 27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law on March I, 1993. End of Instructions to Bidders 1 Gregg Avenue Waterline Phase I 00100 (9) Garver No. 0296-3600 • • Section 00300 BID FORM I. Contract 0303=31 Gregg Avenue Waterline Improvements Phase I Fayetteville, Arkansas Bid of Gc&S\U&rereinafter called "Bidder"), a corporation, organized and existing under the laws of the tate of , or a partnership, or an individual doing business as To: City of Fayetteville, (hereinafter called "Fayetteville"): ' The Bidder, in compliance with the Fayetteville's Advertisement For Bids on August 8, 2003, and August 15, 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. I 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 90 consecutive calendar days, and to fully complete the project within 120 consecutive calendar days after that agreed date as stipulated in the General Conditions. Bidder acknowledges receipt of the following addendum Addendum No. Subject ' t cot,Z o -o3 "CacfcaJiat.s rv(t7�r5ijrW 1 I I Gregg Avenue Waterline Phase 1 00300 (I) I Garver No. 0296-3600 CITY OF FAYETTEVILLE ' GREGG STREET WATER SYSTEM IMPROVEMENTS PHASE I UNIT PRICE SCHEDULE ESTIMATED ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT SP -02-5.1a 18" PVC C-905 DR -18 WATERLINE L.F. 2.325 119 0Q0 ,D0 SP -02-5.16 12" PVC C-900 DR -14 WATERLINE L.F. 1,640' ,30 S9 S3a,G0 SP -02-5.1c 8" PVC C-900 DR -I4 WATERLINE L.F. 980 33.00 3 an3 y0, 00 SP-O2-5.Id DUCTILETTINGS IRON MECHANICAL JOINT WATERLINE LBS. 6,990'' y, 06 d / 960.00 FI SP-O2-5.Ic 8"X8" TAPPING SLEEVE, VALVE AND VALVE BOX EA. 3 ✓ O2 84.00 18'10.00 SP -O2-5.1 f 6"X6" TAPPING SLEEVE, VALVE AND VALVE BOX EA. 2 - oco., 00 WC0o. 00 SP -O2-5.18 18" BUTTERFLY VALVE AND VALVE BOX EA. 6 / '1850.00 a ga 80. oo SP-02-5.Ih 12" BUTTERFLY VALVE AND VALVE BOX EA. 4 ✓ 000 00 1/coo, Co SP-02-5.Ii 8"GATE VALVE AND VALVE BOX F -A. 8' 6y. e0 r)ri 1.1.00 SP-02-5.Ij FIRE HYDRANT ASSEMBLY EA. I1 ✓ _Z'/90.o0 2 SP-O2-5.Ik CUT AND CAP EXISTING 8" WATER MAIN EA. I 1 ✓ 2 ')1. 00 SP -O2-5.11 CUT AND CAP EXISTING 6" WATER MAIN EA. 6 ✓ Z.26.oa l,3 $6 . 00 2" SERVICE LINE (INCLUDES 2" SERVICE SADDLE, Y SP -02-5.1m BALL VALVE, 2" SERVICE LINE, AND RECONNECTION EA. 2/ TO THE EXISTING "HOUSE" SERVICE LINE) 9 S. 06 3') 90.00 SP-02-5.In SINGLE WATER METER SETTING EA. 2 ✓ O, 00 I' 80.00 SP -02.5.10 CONNECT EXISTING WATER SERVICE LINE TO NEW WATER MEA 2AIN 3≤b.00 700.00 t_/�SP-O2-5.lp PERMANENT PAVEMENT REPAIR S.Y. 465 44.00 d0y/�.0 ,00 SP -02-5.1q CLASS 7 BACKFILL AT STREET CROSSINGS TN. 565 ✓ L. y0 '.3 61& ,00 REMOVE TDELIVER TO SP-02-S.Ir CITYOF FAYETTEVILLE WATER & SEWER DEPT.EA. 5 110,60 9 50. 00 SP -03-5.1a 36"x18"TAPPING SLEEVE EA. I '✓ /40.00 8%00,00 ✓ SP -03-5.16 36"xl2'TAPPINGSLEEVE EA. I ✓ cb00,00 S(,00.00 SP -03-5.1c 18" TAPPING VALVE EA. 1 / /2.260,00 Ja,200.00 JSP-03-5.Id 12" TAPPING VALVE ✓EA. I ✓ /40o.00 -f q2 00,00 ✓SP -04-5.1a T AIR RELEASE VALVE EA. 2 '/ 00.00 300, 00 ✓SP-05-5.la 12"TEMPORARY LINE STOP EA. I / 000, 0p '1 1400, 00 SP -06-5.2a 24" BORED STEEL ENCASEMENT PIPE L.F. 375 ✓ .00 1 c8.50, 00 SP -06-5.2b 6" STEEL ENCASEMENT PIPE L.F. 115 / 31.00 2y4r.6o Gregg Avenue Water Line Phase I 00300 (2) Garver No. 0296-3600 • • I CITY OF FAYE1T EVII.I.E GREGG STREET WATER SYSTEM IMPR0VEM1EN'TS PHASE I UNIT PRICE SCHEDULE ESTIMATED ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT SP -06-5.2c 16STEEL ENCASEMENT PIPE L.F. 385 Soo 222 ?s o0 sp-06.5.2d 24' STEEL ENCASEMENT PIPE 1- F. 130" 1,O0 I3 O00.Op SP -06-5.2e 32' STEEL ENCASEMENT PIPE L.F. 565 / )y(.O0 )9 ii 6scO E -1-3.1a SITE PREPARATION L.S. I '� I 0 y0.00 19 0 WG.00 ' E-4•5.Ia TRENCH AND EXCAVATION SAFETY SYSTEM L.S. I SNO0.00 SV0C.00 I-I.5.la MAINTENANCE OF TRAFFIC L.S. I 9 Or0o oi0QS0.00 I.10.4,1a BARBED WIRE FENCE L.F. 210 ✓ .00 a 9 90.00 1-10.4.16 6' CHAINLINK FENCE L.F. 50 ' .39.00 % 9 D0.00 1-16-5.1a CONCRETE SIDEWALK S.1. 30" JDC%.O0 38loaa0 1-17-5.1 a CONCRETE CURB AND GUTTER L.F. 190 ai.00 3a 30 r 00 TOTAL BID FOR GREGG AVENUE WATER LINE CONSTRUCTION PHASE 1 6 93 %6.1.Oo H I L H I I L C IGregg Avenue Water Line Phase I 00300 (3) Garver No. 0296-3600 , • • ' The Bidder shall state the Unit Price and the Total Price Bid (written in ink or typed) for each pay item, and the total amount bid. In case of conflict between figures, the Unit Prices, unless obviously incorrect, shall govern. Bidder understands that Fayetteville 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, H H LJ I I H H 1, C H I H Gregg Avenue Waterline Phase 1 00300 (4) 1 -�caiJU LcSuMixicrS Lc I ,. • V • .. - C�1� t co��a5 (c�u za -l4 LO City State Arkansas State Contractor's License Number End of Section 00300 - Bid Form Garver No. 0296-3600 1 • • I I I Section 00350 STATE OF ARKANSAS KNOW ALL MEN BY THESE PRESENTS, that we: Principal and Contractor, and I. hereinafter called Surety, arc held and firmly bound unto the City of Fayetteville, Arkansas and represented by its Mayor and City Council, hereinafter called Fayetteville, in the sum of DOLLARS ($ lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a bid to Fayetteville for the furnishing of all labor, materials (except those to be specifically furnished by Fayetteville), I equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Bid and the detailed Drawings and Specifications, entitled: Gregg Avenue Waterline Improvements - Phase I City of Fayetteville, Arkansas ' WHEREAS, it was a condition precedent to the submission of said bid that a cashier's check, certified check, or bid bond in the amount of 5 percent of the base bid be submitted with said bid as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with Fayetteville for the performance of said Contract within 15 consecutive calendar days after written notice having been given of the award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that if the Principal within 15 consecutive calendar days after written notice of such acceptance enters into a written Contract with Fayetteville and furnishes a Contract Surety Bond in an amount equal to 100 percent of the base bid, satisfactory to Fayetteville, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to Fayetteville and the Surety herein agrees to pay said sum immediately upon demand of Fayetteville in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. Gregg Avenue Waterline Phase I 00350(I) Garver No. 0296-3600 I • • ' IN WITNESS WHEREOF, the said , as Principal herein, has caused these presents to be signed in its name by its and attested by its under its corporate seal, and the said as Surety herein, has caused these presents to be signed in its name by its under its corporate seal, this day of A.D., 20_. Signed, sealed and delivered in the presence of: Principal -Contractor By As to Principal Title Surety Attorney -in -Fact (Power -of -Attorney to be Attached) By • As to Surety Resident Agent I I Gregg Avenue Waterline Phase 1 00350 (2) Garver No. 0296-3600 I I I TO: NOTICE OF SELECTION • PROJECT DESCRIPTION: Gregg Avenue Waterline Improvements — Phase I Fayetteville has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated August 8, 2003, and August 15, 2003, and Instructions to Bidders. iYou are hereby notified that your BID has been accepted in the amount of: You are required by the Instructions to Bidders to execute the Contract and furnish six (6) ' original CONTRACTOR'S Performance BOND, Payment BOND, and Certificates Of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Contract and to furnish said BONDS within ten (10) days from the date of this Notice, Fayetteville will be entitled to consider all your rights arising of your BID BOND. Fayetteville will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF SELECTION to Fayetteville. IDated this day of , 20_. Liri by - 1 this FAYETTEVILLE CITY ENGINEERING - IM Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF SELECTION is hereby acknowledged day of Gregg Avenue Waterline Phase 1 00350 (3) Garver No. 0296-3600 1 H I Section 00500 AGREEMENT BETWEEN OWNER AND CONTRACTOR ' THIS AGREEMENT is dated as of the 7`h day of October in the year 2003 by and between the City of Fayetteville, Arkansas (hereinafter called FAYETTEVILLE) and Crossland Healy Contractors, Inc. (hereinafter called CROSSLAND). ' FAYETTEVILLE and CROSSLAND, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CROSSLAND shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: ' Gregg Avenue Waterline Improvements — Phase I ' Installation of 18", 12", and 8" PVC water mains along Gregg Avenue from Futrall Drive north to near the Mud Creek Bridge on Gregg Avenue, along with steel encasement pipes, taps of various sizes , ductile iron water fittings, water valves, water service lines, water meters, connections to existing water lines and services, and pavement repairs as necessary. Article 2. ENGINEER. The Project has been designed by: ' Garver Engineers, LLC 3810 Front Street, Suite 10 Fayetteville, AR 72703 who is hereinafter called ENGINEER and who is to act as FAYETTEV ILLE'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 90 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 120 consecutive calendar days after the date when the Contract Time commences to run. 1 ' Gregg Avenue Waterline Phase! 00500 (l) Garver No. 0296-3600 Li I I I I Li I I I I I I I I I I If delays in utility relocations by others impede the Contractor's progress for major Contract items and/or items critical to the prosecution of the work within the Contract Time, the Contract Time will be temporarily suspended or adjusted by the City as appropriate. During such periods, the Contractor will be allowed to work on minor Contract items, as approved by the City, without spending Contract Time. 3.2. Liquidated Damages. FAYETTEVILLE and CONTRACTOR recognize that time is of the essence of the Agreement and that FAYETTEVILLE will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereofallowed 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 FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any such proof, Fayetteville and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay FAYETTEVILLE Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for substantial completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by FAYETTEVILLE, CONTRACTOR shall pay FAYETTEVILLE Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. Fayetteville agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 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 I I.03.B of the General Conditions. Article 5. PAYMENT PROCEDURES 5.1. Progress Payments. FAYETTEVILLE shall make periodic progress payments on the basis of Work completed as provided in paragraph 14.02 of the General Conditions and SC -14.02 of the Supplementary Conditions. Prior to Final Completion, progress payments will be made in an amount equal to the value of completed Work, plus the value of stored materials, less retainage, less the aggregate of payments previously made, and less such amounts as FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.8.5 & 14.02.D of the General Conditions: Retainage: FAYETTEVILLE will retain ten percent of the value of completed Work until such time as 50 percent of the Work has been completed. If 50 percent of the Work has been completed, as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to FAYETTEVILLE, retainage will be fixed at five percent of the Contract Price. FAYETTEVILLE reserves the right to reinstate retainage at ten percent Gregg Avenue Waterline Phase I 00500(2) Garver No. 0296-3600 I I [J I I if the character and progress of the Work become unsatisfactory to FAYETTEVILLE. Stored Materials: FAYETTEVILLE will pay 100 percent of the value of materials and equipment not incorporated in the Work but delivered, suitably stored, insured, and accompanied by documentation satisfactory to FAYETTEVILLE as provided in paragraphs I4.02.B.5 & 14.02.D of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.06 and 14.07.B & C of the General Conditions, FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.8 & C. ' Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce FAYETTEVILLE to enter into this Agreement CONTRACTOR makes the following ' representations: 6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the ' Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." Pi I I I I I I I 6.2. CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 6.4. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that 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. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, Gregg Avenue Waterline Phase I 00500(3) Garver No. 0296-3600 I I I I I I C I I I furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CROSSLAND and safety precautions and programs incident thereto. CROSSLAND 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. CROSSLAND is aware of the general nature of work to be performed by FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. CROSSLAND has correlated the information known to CROSSLAND, 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. CROSSLAND has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CROSSLAND has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CROSSLAND and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between FAYETTEVILLE and CROSSLAND concerning the Work consist of the following: 7.1. This Agreement (pages I to 6, inclusive). ' 7.2. Performance and Payment Bonds, (Exhibits A and B respectively). I 7.3. Certificates of Insurance, (Exhibit C). 7.4. Documentation submitted by CROSSLAND prior to Notice of Selection (Exhibit D). ' 7.5. General Conditions (pages I to 42, inclusive). I I I 7.6. Supplementary Conditions (pages I to 15, inclusive). 7.7. Specifications consisting of Sections as listed in Table of Contents herein. 7.8. Addendum number I . 7.9. Drawings (not attached hereto) consisting of a cover sheet and sheets numbered I through 17, inclusive with each sheet bearing the following general title: Gregg Avenue Water System Improvements Phase I Gregg Avenue Waterline Phase I 00500 (4) Garver No. 0296-3600 I I I Cl I C1 I I I I I I u I I I 7.10. The following which maybe delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.10.1. Notice to Proceed 7.10.2. Al! Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 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. I. Terms used in the Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. FAYETTEVILLE and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. I Gregg Avenue Waterline Phase I 00500(5) Garver No. 0296-3600 I 1 S IN WITNESS WHEREOF, FAYETTEVILLE and CROSSLAND have signed this Agreement in six ' (6) counterparts. Two counterparts each have been delivered to FAYETTEVILLE and ENGINEER, and two counterparts have been delivered to CROSSLAND. All portions of the Contract Documents have been signed, initialed, or identified by FAYETTEVILLE and CROSSLAND or identified by ENGINEER on ttheir behalf. This Agreement will be effective on 7, 2003 (which is the Effective Date of the Agreement). I L I H H H II OWNER: City of Fayetteville Address for giving notices: 113 West Mountain tFayetteville, AR 72701 (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) L L L CONTRACTOR: Crossland Heavy Contractors, Inc. By: Mark Sel , President ct0ltg A1... - _• n i• U: 5 J• ,P [CORPORATESEA:y (/} fir; or t Attest: Melissa Dunnic, Assist. Corp. Secretary Address for giving notices: PO Box 350 833 South East Ave. Columbus, KS 66725 License No. 0067301103 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign) tGregg Avenue Waterline Phase 1 00500 (6) Garver No. 0296-3600 THE AMERI�AN INSTITUTE OF ARCH•CTS I J I I I LI H H I I EI I I I Bond No.08709680 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): Crossland Heavy Contractors, Inc. Fidelity and Deposit Company of Maryland PO Box 350 1400 American Lane, Tower I, 19th Floor Columbus, KS 66725 Schaumburg, IL 60196-1056 OWNER (Name and Address): City of Fayetteville 113W. Mountain St. Fayetteville, AR 72703 CONSTRUCTION CONTRACT Date: •. October 7, 2003 Amount: ($693,662.00 ) Six Hundred Ninety Three Thousand Six Hundred Sixty Two Dollars and 00/100 Description' (Name and Location): Gregg Avenue Waterline Improvements- Phase I ::'.BOND D.ate;(N6ttearlier than Construction Contract Date): (�-o?- O Amount:/($693,662.00 ) Six Hundred Ninety Three Thousand Six Hundred Sixty Two Dollars and 00/100 Modificatioris to this Bond: 0 None 0 See Page 3 J.' '. 4. CONTRACTOR AS PRINCIPAL Company: (Corpor e Seal) Crossland Heavy Con Signature: Name and Title: ((\ 1 t lCi�yl� (Any additional signatures appear on page 3) SURETY Company: (Corporate Seal) Fidelity and Depo i oparyland Signature: Name and Title Jill Abshier Attorney -in -Fact (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or IMA of Kansas, Inc. other party): 1631 SW Topeka Blvd. Topeka, KS 66612 AU DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA 9 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N.W., WASHINGTON. D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 1 I I I I I I I I I H H H J I I I 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 is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be 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 be 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 Default and formally terminated the Contractor's right to complete the contract. Such 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 has 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 be 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 for completion, or obtain a new contractor and with reasonable promptness under the circumstances: 1 After investigation, determine the amount for which it m 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. S If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness. the Surety shall be 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 Surety 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 under Subparagraph 4.1, 4.2. or 4.3 above. then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be 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 duplication 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 Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 liquidated damages. or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non•perlor- 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 the 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 instituted 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 Surely refuses or lails 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 4312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. • AIA a THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON. D.C. 20006 THIRD PRINTING • MARCH 1957 A312.1984 2 I I! able to sureties as a defense in the juris fiction of the suit shall be applicable. ' 10 Notice to the Surety, the Owner or the Contractor shall 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 I L L L L I H H H [1 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- duced 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. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Sea[) 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 a THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE.. NW. WASHINGTON. D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 3 I 0 THE AMERICAN INSTITUTE OF ARCHITECTS I 1 I 1 1 I\RYImr, IM • ash.• AIA Document A372 Payment Bond Any singular reference to Contractor, Surely, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address) Crossland Heavy Contractors, Inc. PO Box 350 Columbus, KS 66725 OWNER (Name and Address): City of Fayetteville 113 W. Mountain St. ' Fayetteville, AR 72703 CONSTRUCTION CONTRACT Date: . October 7, 2003 ' ,Amount: ($693,662.00 ) Six Hundred Ninety Three Thousand Six Hundred Sixty Two Dollars and 00/100 'Description (Name and Location): Gregg Avenue Waterline Improvements- Phase I IBOND�.�: : Date (Not earlier than Construction Contract Date): f0 -o'1-03 •l Arnount:.(S 693,662.00 ) Six Hundred Ninety Three Thousand Six Hundred Sixty Two Dollars and 00/100 Modificat iris to this Bond: 0 None O See Page 6 i • ..CONTOCTOR AS PRINCIPAL SURETY ,,....I.... • Company: (Corporate Seal) Company: (Corporate Seal) ' 'Crossland Heavy Cot dr , 11`. Fidelity and De it omp, y of Maryland Signature: Signature: ' Name and Title: Name and Titl • Jill Abshier �- Attorney -in -Fad (Any additional signatures appear on page 6) ' (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or IMA of Kansas, Inc. other party): ' 1631 SW Topeka Blvd. Topeka, KS 66612 ' AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1954 ED. • AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N.W., WASHINGTON. O.C. 20886 A312-1984 4 THIRD PRINTING • MARCH 1%? SURETY (Name and Principal Place of Business): Fidelity and Deposit Company of Maryland 1400 American Lane, Tower I, 19th Floor Schaumburg, IL 60196-1056 H I:. H I I I L C I C r I I I I I I I I 1 The Contractor and the Surety, join y 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 under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .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 or 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 .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 Claimanrhas 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 Claimants 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 BONG AND PAYMENT BOND • DECEMBER 1984 ED. • Al AS THE AMERICAN IN5T ITUTE Of ARCHITECTS. 1735 NEW YORK AVE.. NW, WASHINGTON. DC, 70006 THIRD PRINTING • MARCH 1987 A312.1984 5 I I. Bond shall be construed as a statutoryynd and not as a common law bond. II J H C L C C C I I I 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 Contractor's 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 1981 ED. • AIA 0 THE AMERICAN INSTITUTE Of ARCHITECTS. 1735 NEW YORK AVE., N.W„ WASHINGTON. D.C. 20D06 THIRD PRINTING • MARCH 1987 A312.1984 6 I I I CI L L L L L I I I I I I Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, w ' set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s te, constitute and appoint Stanley G. WILKERSON, Claudia J. NADEAU, Jill ABSHI N, all of Topeka, Kansas, EACH its true and lawful agent and Attorney -in -F s e and on its behalf as surety, and as its act and deed: any and all bonds aMfijktaffihigi an uc bonds or undertakings in pursuance of these presents, shall be as ' o ly, to all intents and purposes, as if they had been duly executed and ac a re offict rs of the Company at its office in Baltimore, Md., in their own proper pe f o issued on behalf of Stanley G. WILKERSON, Claudia). NADEAU, Jill AB led January 22, 2003. The said Assistant by certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 25th day of June, A.D. 2003. FNKIL 3a S State of Maryland 1 ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith Assistant Secretary By: Paul C. Rogers Vice President On this 25th day of June, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Dennis R. Hayden Notary Public My Commission Expires: February 1, 2005 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." L CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of Q , Assistant Secretary I I II H I I H 0 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium ' The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $ waived . This amount is reflected in the total premium for this bond. ' Disclosure of Availability of Coveraee for Terrorism Losses 'As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. ' Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year, for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in 'losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism 'The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: I. to be an act of terrorism; ' 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based ' principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign ' interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war 'declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. ' These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 I J ACORD CERTIFICAme PRODUCER IMA of Kansas, Inc. (Topeka) O. Box 1537 opeka, KS 66601-1537 785 232-2202 INSURED Crossland Heavy Contractors, Inc. PO Box 350; 833 S.E. Avenue Columbus, KS 66725 I COVERAGES OF LIABILITY INSU CE 10/22/03 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A Zurich American Insurance INSURER B: The Insurance Co. of the State of PA INSURER C Ohio Casualty INSURERD. St. Paul Insurance Company _ INSURER E: 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 LTR I TYPE of WSVRANCE I POLICY NUMBER POLICY MFFECTIV�POLICY MWDDflY OiT OMITS [GENERAL LIABILITY 0370703401 04130/03 104130/04 EACH OCCURRENCE $1,000,000 IX CWMERCIAL GENERAL LIABILITY FIRE DAMAGE My one Jiro)_ $300,000 CWMS MADE I OCCUR $10,000 MED EXP(AnycMMnan) PERSONAL& ADV INJURY _ $1,000000 GE NERAL AGGREGATE $2,000,000 (GENT AGGREGATE LIMITAPPLIESPER, s2,000,000 PRODUCTS .COMP/OP AGO II POLICY n PRO F LOC AUTOMOBILE LIABILITY BAP370703301 04/30/03 04/30/04 LIMIT COMBINED SINGLE LIMIT X ANY AUTO (Ea eoclMlp) If1 ,000,000 ALL OWNED AUTOS BODILY INJURY S SCHEDULEO AUTOS (Per peaon) Jy BODILY INJURY $ HIRED AUTOS . NON -OWNED AUTOS (Per eCpldenl) PROPERTY DAMAGE $ (Per 5CCIMni) CARAGE TY AUTO I A $ MY AUTO OTHER THAN AMC AUTO ONLY: B EXCESS LIABILITY___ 46039784 04130/03 04/30104 EACH OCCURRENCE 55,000,000 xl OCCUR n CLAIMS MADE .AGGREGATE $5,000,000 DEDUCTIBLE ECO0453083041 04130/03 104/30104 I Each Occ. $57,000,000 j� X I RETENTION SO _ _ Aggregate 47,000,000 WORKERS COMPENSATION AND WC370703601 04/30/03 04/30/04 X I WCs LIAMIT$_IL_I EB� EMPLOYERS'LIABILITY EEL EACH ACCIDENT I$1,000,000 LL. DISEASE EAEMPLOYEE- 5,,000,000 'E L DISEASE - POLICY LIMIT I _ $1 ,000 000 D I OTHER Builders ICK08004581 04/30103 104/30/04 Limit $15,000,000 Risk I Deductible $5,000 ESCRIPTION OF OPERATIONS/LOCATKINSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS regg Avenue Waterline Improvements -Phase I Project ertificate Holder and Garver Engineers, LLC, 3810 Front Street, Suite 10, Fayetteville, AR (Engineers) are named as Additional Insureds and Provided a Waiver of Subrogation for eneral Liability and Automobile Liability See Attached Descriptions) TTULUGN t I ADOTIICNAL NSURE D'INSUI�RLETTER: L:ANL:tLLAIIUN SHOULD ANYOF THE ABOVE DESCRIBED POLICIESBE CANCELLED BEFORE THE EXPIRATION City of Fayetteville Engineering DATE THEREOF. THE ISSUING INSURER WILLRRRW0XS IOMAIL30_ DAYSWWTTEN 113 W. Mountain NOTICE TOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT. BMRdX="AAAARnpxx Fayetteville, AR 72701 ILxfosR�i0oX10PR10lBOA�NmaxecxBRR00AInRAABOLxxRRadaARRAAxC�MnsR AUTH0WED REPRESENTATIVE 25-S (7/97)1 of 3 #S192731/M173773 AAU 0 ACORD CORPORATION 1988 Client#: 11232 CROSHEA ACORDr. CERTIFICA1r OF LIABILITY INSUR�ICE DATE °"Y") _.AXCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION AMA of Kansas, Inc. (Topeka) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE O Box 1537 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. opeka,KS 66601-1537 785 232-2202 INSURERS AFFORDING COVERAGE NAIC # SURED City of Fayetteville and Garver Engineers, LLC 113 West Mountain Fayetteville, AR 72701 INSURERA Zurich American Insurance 16535 INSURERS INSURERC. INSURER D' INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MD EXPIRATION Y E LIMITS GENERAL LIABILITY TBD 10/22/03 10/22/04 EACHOCCURRENCE '2,000,000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES E(Ea occlnnce) $ CLAIMS MADE OCCUR MED EXP (Any me person) f PERSONAL & ADV INJURY $ X OCP GENERAL AGGREGATE s2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ POLICY PRO LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea acaEeM) f BODILY INJURY (PM pen ) f ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per Kad) $ MIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO f AUTO ONLY: AGG EXCESSNMBRELLA LIABILITY EACH OCCURRENCE f OCCUR CLAIMS MADE AGGREGATE f S S DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND WC STAB) 0TH. EMPLOYERS' LIABILITY R/ ANY PROPRIETOR/PARTNEEXECUTNE EL EACH ACCIDENT f E L DISEASE EA EMPLOYE f OFFICERJMEMBER EXCLUDED? tl yes OescAOe undm SPECIAL PROVISIONS Oebw E L. DISEASE - POLICY LIMIT f OTHER ESCRIPPON OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS regg Avenue Water Line Improvements, Phase I Project City of Fayetteville Engineering 113 W. Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3D_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY HIND UPON THE INSURER. ITS AGENTS OR AUTHORIZED REPRESENTATIVE 25 (2001/08) 1 of 2 #S192733IM192732 AAU 0 ACORD CORPORATION 1988 NOTICE TO PROCEED TO: DATE: PROJECT: Gregg Avenue Water System Improvements Phase I You are hereby notified to commence WORK in accordance with the Contract dated on or before . and you are to substantially complete the WORK within 120 consecutive calendar days thereafter and have the Work complete and ready for final payment within this allotted time. The date for final completion is therefore , 20 CITY OF FAYETTEVILLE, ARKANSAS Owner so ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of , 20 By Title Gregg Avenue Waterline Phase 1 00500 (10) Garver No. 0296-3600 I I I I I I I 11 I I I This docume-.: h= ;-r: Iegai consequences: consultation with an a! eney is encouraged with respect to Its use or modi`icat:on. This docu:ne^: shouid be adap:ed to :1:c particular ci:curstances of the contemplated Project and the Con:.'oll:ng Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT P-epa:ed b_ ENGINEERS JOINT CONTRACT DOCIJMLVrS COMMu IEE and jil Issued and P.:blisbed Jo n:hy By ® - National Society of Professional Engineers AMERICAN CONSULTING Professional cnyinee.-sin Pnn;e Palire AMERICAN SOCIETY OF ENGINEERS COUNCIL CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE E prcc ce Ct :'IS!0.'. Oj me NA T TONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL MERiCAN SOCIETY AOF CIVIL ENGINEERS Ttis docu eh: has been approved and endorsed by The Associated Genera . `. Contractors of America Construction Specifications ICSti me 'Tnae General Cohctioas have been prepared for use wits the Owcer-Contractor Agreements (No. 1910-8-A-1 or 1910- 8-A-2) (1996 Editions). Their provisions are i te.. elated 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 •re aration of Supp'.rnehtary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-17) 1996 Editic. ). DC No. 1910-8 (1996 Edition) Copyright 111996 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 TABLE OF CONTENTS P MM_ 'ARTICLE I - DEFINITIONS AND TERMINOLOGY............................00700-6 1.01 Defined Terms ................................................... 00700 - 6 1.02 Terminology..................................................... 00700 - 8 ,ARTICLE 2 - PRELIMINARY MATTERS ............................................ 00700 - 9 2.01 Deliveryof Bonds ................................................. 00700 - 9 2.02 Copies of Documents ............................................... 00700 - 9 2.03 Commencement of Corr. act Times; Notice to Proceed .......................... 00700 - 9 ' 2.04 Stcrr.'ng the Work ................................................. 00700 - 9 2.05 Before Starting Construction..........................................00700 - 9 2.06 PrecorLs:.ruction 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 I3.02 Reference Standerds.............................................. 00700 - 10 3.03 Reporting and Resolving Discrepancies...................................00700 - 11 3.04 Amending and Supplementing Contract Documents ........................... 00,00 - 11 3.05 Reuse of Documents...............................................00700 - 11 �RTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; ■ REFERENCE POINTS .............................................. 00700 - 11 4.01 Availability of Lands..............................................00700 - 11 ' 4.02 Subsurface and Physical Conditions.....................................00700 - 12 4.03 Differing Subsurface or Physical Conditions................................00700 - 12 4.04 Underground Facilities ............................................. 00700 - 13 • 4.05 Reference Points ............................................... . 00700 - 13 4.06 Hazardous Environmental Condition a: Sire................................00700 - 14 TICLE 5 - BONDS AND INSURANCE ........................................... 00700 - 15 I5.01 Performance, PevmerJ, and Other Bonds ................................. 00700 - 15 3.02 Licensed Sureties and Insurers ........................................ 00700 - 15 5.03 Certificates of Insurance............................................00700 - 15 5.04 COA RACTOR's Liability Insurance .................................... 00700 - 15 5.05 OWNER's Liability Insurance.........................................00700 - 16 5.06 Property Insurance...............................................00700 - 16 5.07 Waiver o,`Rig.h s .... 4 ............................................ 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, Acbtowledgment of Proper0• Insurer ........................ 00700 - 18 TICLE 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 I 6.04 Progress Schedule................................................00700 - 19 6.05 Substitutes and "Or-Eauals" ........... .............................. 00700 - 19 6.06 Concerning Subcontractors, Suppliers, and Others ............................ 00700 - 20 6.07 Patent Fees and Royalties ........................................... 00700 21 6.08 Permits.......................................................00700 - 21 6.09 Laws and Regulenons..............................................00700 - 22 ' 6.10 Taxes........................................................007(X) - 22 6.11 Use of Site and Other Areas..........................................00700 - 22 6.12 Record Documennts................................................00700 - 22 6.13 Safety and Protection .............................................. 00700 - 23 • 6.14 Safety Representative ..............................................00700- 23 6.15 Hazard Communication Programs ...................................... 00700 - 23 00700-3 6.16 Emergencies................................................... 00700 - 23 6.17 Shop Drawings and Samples .......................................... 00700-23 6.18 Continuing the Work .................... 00700 - 24 6.19 CONTRACTOR'S General Warranty and Guarantee ...........................00700 - 25 6.20 Indemnificarion.................................................. 00700 - 25 ARTICLE7.OTHER WORK ..... ... ..................................00700-26 7.01 Relayed 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 ...6........6 ................6....................... 00700-27 8.07 Change Orders .................................................. 00700 - 27 8.08 Inspections, Tests, and Approvals ...................................... 00700 - 27 8.09 Limitations on OWNER's Responsibilities.................................00700 - 27 8.10 Undisclosed Hazardous Environmental Condition ............................ 00700 - 27 8.11 Evidence of Financial Arrangements.....................................00700 - 27 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION ........................... 00700 - 27 9.01 OWNER'S Representative...........................................00700 - 27 9.02 Ysits 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 8 8 ay .............................. 00700-28 9.08 Determinations for Unit Price Work.....................................00700 - 28 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work .......... 00700 - 28 9.10 Limitations on ENGINEER's Authority and Responsibilities ......................00700 -28 ARTICLE 10 - CHANGES INTHE WORK; CLAIMS ................................... 00700 - 29 10.0] Authorized Changes in the Work.......................................00700 - 29 ' 10.02 Unauthorized Changes in the Work ..................................... 00700 - 29 10.03 Execution of Change Orders..........................................0070 - 29 10.04 Notification to Surety..............................................00700 - 29 10.05 Claims and Disputes ............................................... 00700 30 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK .............. 00700 - 30 11.01 Cost of the Work.................................................00700 -30 11.02 Cash Allowances ................................................. 00700 - 32 11.03 Unit Price Work.................................................00700 - 32 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES .............00700 - 33 12.01 Change of Contracr Price ........................................... 00700 - 33 12.02 Change of Contract Times...........................................00700 - 33 12.03 Delays Beyond CONTRACTOR's Control ................................. 00700 - 33 12.04 Delays Within CONTRACTOR's Control..................................00700 - 34 12.05 Delays Beyond OWNER'S and CONTRACTOR's Control ............. .......... . 00700 - 34 12.06 Delay Damages ............................................ . 00700 - 34 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK...............................................00700-34 13.01 Notice of Defects................................................00700 - 34 13.02 Access to Work..................................................00700 - 34 13.03 Tests and Inspections .............................................. 00700 - 34 13.04 Uncovering Work ................................................. 00700 - 35 13.05 OWNER May Stop the Work .......................................... 00700 - 35 13.06 Correction or Removal of Defective Work ................................. 00700 - 35 00700-4 13.07 Correction Period.....................00700-35 ' 13.08 Acceptance of Defective Work.........................................00700 -36 13.09 Oli'TRR May Correct Defecrive Work .................................... 00700 - 36 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................00700 - 36 ' 14.01 Schedule of Values ................................................ 00700 - 36 14.02 Progress Payments ................................................ 00700 - 37 14.03 CONTRACTOR's Warranty of Tit!e..................................... 00700 - 38 ' 14.04 Substannal Completion ... 00700 - 38 ........................ 14.05 Panial Utilization................................................00700 -39 14.06 Final Inspection . ................................................. 00700 - 39 14.07 Final Payment..................................................00700 - 39 ' 14.08 Final Complenon Delayed ........................................... 00700 - 40 14.09 Waiver of Claims ................................................. 00700 - 40 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION ............................ 00700 -40 15.01 OWNER May Suspend Work .......................................... 00700 - 40 15.02 OWNER May Terminate for Cause ...................................... 00700 - 40 15.03 OWNER May Terminate For Convenience ................................. 00700 - 41 15.04 CONTRACTOR May Stop Work or Terminate ...............................00700 -41 RTiCLE16-DISPUTE RESOLUTION............................................00700-41 16.01 Methods and Procedures ............................................00700 - 41 ARTICLE 17 - MISCELL.ANEOUS................................................00700 - 42 17.01 Giving Novice...................................................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 H H H I I J I 1J ' 00700-5 I GE.N'Re? CONDITIONS ARTICLE I - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment —The form acceptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the ax 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. a 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 00700-6 Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract --The entire and integrated written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents --The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times —The number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment. 15. CONTRACTOR --The individual or entity with whom OWNER has entered into the Agreement. 1 1 1 1 I I I I I I I I I I I I 16. Cos., of the Work --See paragraph II.01.A for dentition. 17. Drawings —That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. 18. Effective Dare 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 or. which the Agreement is signed and delivered by the last of the two panics 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 winch does not involve a change in the Co_cact Prce or the Contract Times, 22. General Requirein ems —Sections of Division I of the Speci :canons. The General Requirements pertain to all sections of the Specifications. 23. Hazardous Environmental Condirion—Tne presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such euantities or circumstances that may present a substantial danger to persons Cr property exposed thereto in connection with the Work. 24. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section I004 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 govemmentai bodies, agencies, authorities, and courts having jurisdiction. 26. Liens --Charges, security interests, or encumbrances upon Project finds, real property, or personal property. 27. Milestone --A principal evert specified in the Contract Documents relating to an intermediate comple- tion date or time prior to Substamial Cotrtplecion of all the Work. 28. Notice of Award --The wrinen notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed ;herein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed --A written notice given by OWNER to CONTRACTOR fixing the date as which the Contract Times will commence to nu: and on which CONTRACTOR shall start to perform the Work under the Coctract 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 U:ilizaion--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 b:phery's. 33. Peroleum--Peaoleum, 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 wide: 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. Sire --Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights -of -way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41. Specifications —That pan 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 pan thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified pan thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified pan 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, figned by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of ENGINEER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The I 00700-8 ' 1 0 f I1 IP1 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 responsibili v contrary to the provisions of paragraph 9.10 or any other provision of the Contract Documents. B. Day I The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective Ii. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, fauity, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any 'L^spec!ion. reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment '(unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accor- dance with paragraph 14.04 or.14.05). D. Furnish, Install, Perform, Provide 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection 'with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. ' 3. The words "perform" or "provide," whet used in connection with services, materials, or equipment, shall mean to furnish and instal said services, materials, ' or equipment complete and ready for intended use. 4. When " l ish," " nstall," "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, rds or phrases which have a well-known technical or construction industry or trade meaning are used in the Ictract Documents in accordance with such recognized aping. I ARTICLE 2- PRELIMINARY MATTERS 2.01 Delivery of Boras 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.O3 Commencement of contract limes; 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 Srari.lg the Work A. CONTRACTOR shall star, to perform the Work on the daze when the Contract Times commence to run. No Work shall be done at he Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Constriction A. CONIRACTOR'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 r 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 subminals 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 Preconsrrucrion Conference A. Within 20 days after the Contract Times start to run, but before any Work at the Site is started, a conference attended by CONTRACTOR, ENGINEER, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.05.B, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Application for Payment a conference attended by CON- TRACTOR, ENGINEER, and others as appropriate will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.05.B. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Docu- ments or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in Article 9. 3.02 Reference Standards A. Standards, SpecCcations, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regula- tions in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), ( , 1 1 1 1 I 00700-10 , except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contrac: 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. Reponing 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 performahce of the Work or of any standard, specification, manual or code, or of any instruction of any Supplies, 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 amendmen: or supplement :o 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, arbigairy, or dis- crepancy unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifi- cally incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deieticns, 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 Ccasultant, 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 consen: of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contact Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. OWNER shall furnish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in OWNER's furnishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. ['I'ylent • B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Contract Docu- ments; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsur- face or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. ENGINEER's Review: After receipt of written notice as required by paragraph 4.03.A, ENGINEER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 00700-12 C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in CONTRACTOR's cost of, or time required for, perfor- mance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in paragraph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.08 and 11.03. I 1 1 1 1 1 1 1 • s I I I I I n Li I I 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Tiu'ss if: a. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER it. respect of Contract Price and Contract Tines by the submission of a Bid or becoming bound under a negotiated contract; or b: the existence of such condition could reasonabiy have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CON- TRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.03.A. If OWNER and CONTRACTOR are unable to agree on er-titlemeni to or on the amount or extent, if any, of any adjustment in, the Contract Price or Contract Times, or both, a Clair- may be made therefor as provided in paragraph 10.05. i-iowevcr, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, toss, tosses, or damages (including but not !invited to all fees and charges of engineers, architects, anorneys, and other professionals and ail coup 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 �ENGI-NEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: I I 1 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 ail such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including OWNER. during construction, and d. the safety and protection of all such Under- ground Facilities and repairing any damage thereto resulting from the Work. B. Nor Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown o: 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 Faciily 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 wi l 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 beer. 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 refereoce points for construction which in ENGINEER'S judgment are necessary to enable CON- TRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and property 00700 - i3 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 COP/TRACTOR 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 parry 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 Jndemnii 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 1 1 I I I I I ti., 1 1 I I I I 00700-14 E • •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 entirv's own negligence. } H. To the fullest extent permitted by Laws and Regulations. CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER. ENGINEER's Consultants, •d the officers, directors, parmers, employees, agents, other onsultars, and subcontractors of each and any of them from and again: all claims, costs, losses, and damages (including tt not limited to all fees and charges of engineers, chaects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or ela.ing to a Hazardous Environmental Condition created by .•ONTRACTOR or by anyone for whom CONTRACTOR is esporsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from r.d against the consequences of that individual's or entity's e� wo negligence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 e not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. kaTICLE 5 - BONDS AND INSURANCE t .01 Peforrnarce, Payment, and Other Bonds A. CONTRACTOR shall furnish performance and •aymetr Bonds, each it an amount at least egaal to the Contract Price as security for the faithful performance and *ayment of all CONTRACTOR's obligations under the onnact Documents. These Bonds shall remain... effect at teas: until one year after the date when final payment ecomes due, except as provided otherwise by Laws o: egulatiors or by the Contract Docuznens CONTRACTOR hall also f r nish such other Bonds as are required by the Contract Documents. Mt B. A!! Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws Regulations, and shall be executed by such sureties as are Sr 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 �70 (amended) by the Financial Management Service, Surety and Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy If such agent's authority to act. C. If the surety on hay Bond furnished by CON - �I _kCTOR is declared bankrupt or becomes insolvent or its gbt to do business is terminated in any state where any part of the Project is located or it ceases to meet the requiremen:s 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.B 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 maintait. 5.0a CONTRACTOR's Liabi!iry 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. cairns for damages because of bodily injury, siclmess or disease, or death of any person other than CONTRACTOR's employees: I 00700 - 15 4. claims for damages insured by reasonably available personal injury liability coverage which are sus- tained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.5 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 Liabiliry 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: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 1J 1 I I 1 I I I 00700-16 1 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 1 included in an Application for Payment recommended by ENGINEER; ' 5. allow for partial utilization of the Work by OWNER; 6. include testing and starup; 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 'endues 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 ovision or endorsement that the coverage afforded will not canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER �nd CONTRACTOR and to each other additional insured to horn 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 amtaining any property insurance specified in this leductible aragraph 5.06 to protect the interests of CONTRACTOR, ubcontractors, or others in the Work to the extent of any amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible ount will be borne by CONTRACTOR, Subcontractors, r others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such Irpunts, each may purchase and mainain it at the chaser's own expense. E. If CONTRACTOR requests in writing that other )ecial insurance be included in the property insurance licies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be •arged to CONTRACTOR by appropriate Change Order or 'riven Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other`r•.:rarce 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 o: entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. Ali 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, parmers, 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 Couditions to be listed as insureds or additional insureds (and the officers, directors, parmers, 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 parry 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, parmers, 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 OWN'ER's property or the Work caused by, arising out of, or resulting from fife or other peril whether or not insured by OWNER; and 2. loss or damage to the completed Project or pan 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 pat thereof by OWNER during partial utilization pursuant to paragraph 14.05, after Substantial Completion 1 00700-17 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 parry 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, Acatowledgmenr 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. :1 I LJ I I U I I a. I I I 00700-18 1 I • 6.02 Labor; Working Hours 1 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. U.S. 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 NContract 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 1 Saturday, Sunday, or any legal holiday without OWNERS written consent (which will not be unreasonably withheld) given after prior written notice to ENGINEER. 6.05 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, 1 appliances, fuel, power, light, beat, telephone, water, sanita:-v facilities, temporary fact_ities, 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 Documen:s. All warranties and guarantees specifically called for by the Specifications shall expressiy run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (iaciuding reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and id shat! be stored, applied, ins:alied, 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. 16.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule stablished in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with • any provisions of the General Requirements applicable 'Li'-,HJ 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 equ pment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to ENGINEER for review under the circum- stances described below. 1. "Or -Equal" Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work wili be required, is may be considered by ENGINEER as an "or -equal" item, in which case review arid approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under I00700-19 C paragraph 5.05.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 cenify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the pro- posed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indi- rectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CON- TRACTOR to furnish additional data about the pro- posed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by ENGI- NEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The proce- dure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.05.A and 6.05.B. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." ENGINEER will advise CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CON- TRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute. E. ENGANHER's Cost Reimbursement: ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitute proposed or submitted by CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.B and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTR4CTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.B), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or •1 I I I I 1 I I I I I I 00700-20 1 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 Mor obi^_ction in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, Cr other individual or entity so identified may be revoked or, the basis of reasonable objection after due investigation. CON- • TRACTOR shall subait an acceptab;^_ 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 Witten k-nendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individuai or entity, • whether initially or as a replace itnt, shall constinre 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 crate for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, rSupplier or other individual or entity, nor shall it create any obligation on the part of OWNER c: ENGINEER to pay or to see to the payment of any moneys due any such Su'txon- '-actor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for Ischeduling 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 Wit CONTRACTOR. E. CONTRACTOR shall require all Subcontractors, tSuppliers, and such other individuals or entities pedormicg ot furnishing any of the Work to communicate with ENGI- NEER through CONTRACTOR. F. The divisions and sections of the Specifications and he identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors : Suppliers or delineating the Work to be performed by any pecific trade. 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, rising 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 Parent 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 paticulu invention, desie , process, product, or device is specified in zce Contact 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 pertained 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 it.. the Supplementary IG. All Work performed for CONTRACTOR by a Cond:uccs, CONTRACTOR shall obtain and pay for all ubcocrac:or or Supplier will be pursuant to an appropriate construction permits and licenses. OWNER shall assist agreement between CONTRACTOR and the Subcontractor CONTRACTOR, when necessary, in obtaining such permits I0C 00-21 • and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work: however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an•effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRAC- TOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Sire 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, parmers, 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 r I I I I I I I I I I I, 1 I I • Change Directives, Field Orders, and written interpretations and clarifications W 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 S.afey and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR hall take all necessary precautions for the safety of, and hall 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 inccrporaied therein, whether in storage or. or off the Site; and 3. other property at the Site or adjacent thereto, rcludin0 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 ws and Regulations relating to the safety of persons or ��rooe try, or to the protection of persons or property from amage, injury, or loss; and shall erect and maintain all ecessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and If Underground Facilities and other utility owners when osecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and splacemem of their property. All damage, injury, or loss to y 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 1.dividual or entity directly or indirectly employed by any of =em to perform any of the Work, or anyone for whose acts any of them may be liable, shall. be remedied by NTRACTOR (except damage or loss attributable to the c It of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER'S Con- 1'r,ecti.y tant. or anyone employed by any of them, or anyone for ose acts arty of them may be liabie, and not attributable, cr indirectly, in whole or in part, to the fault or gijgence of CONTRACTOR or any Subcontractor, omier. or other individual or entity directly or indirectly .,.p!oyed 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 AaZard 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 exchcged 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 Cr properry 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 charg•s in the Work or variations from the Contract Dccurnents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimen- sions, specified performance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample 1 00700-23 I n 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.O7, . 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. Submirial Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimen- sions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construc- tion and safety precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Docu- ments. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. E. ENGINEER's Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to ENGINEER. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. ENGINEER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the require - menu 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. Resubmirral Procedures 1. CONTRACTOR shall make corrections required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CON- TRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGI- NEER on previous submittals. 6.18 Continuing the Work • A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except Si - I i I I I I i I U I C1 U I (1 I 00700-24 as permitted by paragraph 15.O4 or as OWNER and ICONTR.ACTOR may otherwise agree in writing. 6.15 CC!. RS C: OR's Gerercl 'Warren.) and Guaramee 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 defecs or damage caused by: I. abuse, modirfcation, or improper- maintenance or operation by persons other than CONTRACTOR, Sub- contractors, Suppliers, or anv 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 ocu,:ments shall be absolute. None of the following will onstimte an acceptance of Work that is not in accordance it': the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Conrac; Documents: 1. observations by ENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or fatal 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 lnde=ificar on A. To the fullest extent permitted by Laws and Regula- ns, CONTRACTOR shall indemnify and held harmless OWNER, ENGINEER, ENGINEER's Consultants, and the fivers, directors, partners, employees, agents, and other •rsidtans and subcontractors of each and any of them from and against all claims, costs, losses, and damages.(including but not limited to all feet :nd charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself). including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission. of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indem- nified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In arty 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. ' 00700 - 25 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 tenable 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, fining, 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. 0 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 I I I 1 i I 1 I I 1 I I G:�YLA)db' I 'and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utiiized by ENGINEER in preparing the Contract Documents. 8.06 Insurance A. OWNER's responsibilities, if any, in respect to pur- • chasing and maintaining liability and property insurance are set forth i'. 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 o: 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. 18.10 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in paragraph 14.06. 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 5obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. I I ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S Representative A. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the lirei:ations or 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 nor 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 ENGI.NEER's authority and responsibility set forth in paragraph 9.10, and particularly, but without lirniation, 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 Residen: Project Representative to assist ENGINEER in providing more extensive observation of the Work. Tee 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 ' 0070O-27 representative C. 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 Clarincarions 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 Ciaim 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 1n, 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 1 1 1 I I I I r I I I I O0700-28 I I I [1 I I I I 1 E. The limitations upon authority and responsibility set iforth in this paragraph 9.10 shall also apply to ENGINEER's Consultants, Resident Project Representative, and assistans. or responsibility or the undertaking, exercise, or performance of any authority or responsibility by ENGINEER than 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 perfo.; . 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 faai Application for Payment and accompanying documentation and ail mainte- nance and operating lastruc:ions, 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 :equirernens of, and in the case of certificates of inspections, tests, and approvals that the resu is certified indicate compliance with, the Contract Documents. ARTICLE 10 - CHANGES LN THE WORK; CLAIMS 10.01 Authorized Charges 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 revisiocs 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). IB. If OWNER and CONTRACTOR are unable to agree pn entidemenz 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 of in the case of uncovering Work as provided in paragraph 13.04.B. 10.03 Execution of Charge 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 Comae which are agreed to by the undisputed sum or arnoun: of performed in accordance with a and Price or Contract Times parties, including any time for Work actually Work Change Directive; 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's respcasiblliy. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. C1 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 parry 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 stan of such event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing parry 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 parry, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. C. If ENGINEER does not render a formal decision in writing within the time stated in paragraph 10.05.B, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05. ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs necessarily incurred and paid by CON- TRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in paragraph 11.01.13. 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. 1 1 1 1 1 1 1 1 1 1 I 1 00700-30 0 0 I I C Ll I I I I C I I I I I I 3. Payments made by CONTRACTOR to Subcc:rac:ors for Work perforated by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors accepuble 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, :he 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 labora:ones, 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 mainie- ❑axe, of all materials, supplies, equipment, machinery, appliances, office, and temporary facili- ties at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of CONTRACTOR. c. Rentals of all construction equipment and machinery, and the pars 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, assembiy, dismantling, and removal thereof. Ali 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 b; Laws and Regu- lations. e. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontrac:or, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. :.asses 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 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be ' 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 for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied; and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11.01.B. C. COMRACTOR'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. Documenrarion: 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 - antes have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agree- ment. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contract Price in accordance with paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 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. 7 I I I I Li L I I I I I 00700 -32 I ' 0 ARTICLE 12 - CHANGE OF CONTRACT PRICE; tCHANGE 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 e 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); o: 3. where the Work involved is not covered by unit ' prices contained in the Contract Documents and agree- ment to a lump sum is no: reached under paragraph 12.01.8.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (deter- mined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee: The CONTRACTOR's fee r overhead and profit shall be determined as follows: ' 1. a mutually acceptable fixed fee; or 2, if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: I I I a for costs incurred under paragraphs 11.0LA.1 and 11.Ol.A.2, the CONTRACTOR's fee shall be 15 percent; b. for costs incurred under paragraph 11.01.A.3, the CONTRACTOR'S fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01.A.4, 11.01.A.5, and 11.01.13; e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are in- volved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with para- graphs 12.01.C.2.a through 12.01.C.2.e, inclu- sive. 12.02 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amecdment, 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 ' 00700-33 Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 12.04 Delays Within CONTRACTOR's Control A. The Contract Times (or Milestones) will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.05 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from complet- ing any pan of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 12.06 Delay Damages A. In no event shall OWNER or ENGINEER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CON- TRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. B. Nothing in this paragraph 12.06 bars a change in Contract Price pursuant to this Article 12 to compensate CONTRACTOR due to delay, interference, or disruption directly attributable to actions or inactions of OWNER or anyone for whom OWNER is responsible. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by paragraphs 13.03.C and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.B shall be paid as provided in said paragraph 13.04.B; and 3. as otherwise specifically provided in the Con- tract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER and ENGINEER. 1 I I I i I I I I I I I I 00700-34 , 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 p:ompmess in response Ito 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 IONTRACTOR's expense. B. If ENGINEER considers it necessary or advisable at covered Work be observed by ENGINEER or inspected tested by others, CONTRACTOR, at ENGINEER's request, shall uncover, expose, or otherwise make available -or observation, inspection, or testing as ENGINEER may aequire, that ponion of the Work in question, furnishing all ccessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all taints, costs, losses, and dLages (including but not United •0 all fees and charges of engineers, architects, attorneys. and other professionals and all court or arbitation cr other tspute resolution costs) arising out of or relating to such covering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including Iut not limited to all costs of repair or replacement of work f others); and OWNER shall be entitled to an appropriate ecrease in the Contract Price. If the parties are unable to agree as to the amount thereof. OWNER may make a Claim erefor as provided in paragraph 10.05. If, however, such ark is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of Contact Times (or Milestones), or both, directly anribut- ]e to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are Itnable to agree as to the amount or extent thereof, ONIRACTOR may make a Claim therefor as provided in aragralib 10.05. OVER May Stop the Work A. If the Work is defective, or CONTRACTOR fails to pply sufficient skilled workers or suitable materials or uipment, or fails to perform the Work in sucb a way that the completed Work will conform to the Contract Iooc' men's, OWNER may order CONTRACTOR to stop the +ork, or any portion thereof, until the cause for such order been eliminated; however, this right of OWNER ro stop the Work shall not give rise to =y duty on the pan of OWNER to exercise this right for the benefit of CONTRACTOR, any Subco:.:actor, 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 fabrica:ed, installed, or completed, or, if the Work has been rejected by ENGINEER, remove it from the Projec: 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 coun or arbitratioo 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 Docune➢ts 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. Lf 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 o: 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 equipmeo: is placed in continuous service before Substantial Completion of all the Work, the correction period for that ' 00700-35 f 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 pan of the Site, take possession of all or pan 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. 00700-36 1 I I I ' 0 I I I Cl I I I I I I I I I I I I I 14.02 Progress Payments A.licarions for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once a month). CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other docu- mertation 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 or. 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, informatioc and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is gee: rally c: accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.08, and to any other qualifications stated in the recommendation); and c. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. 3. By recommending any such payment ENGI- NEER will not thereby be deemed to have represented that: (i) inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER Cr entitle OWNER :c withhold payment to CONTRACTOR. 4. Neither ENGINEER's review of CONTRACTOR's Work for the purposes of recom- mending payments nor ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CON- TRACTOR's failure to comply with Laws and Regu- lations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representa- tions to OWNER referred to in paragraph 14.02.B.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, 00700-37 • revise or revoke any such payment recommendation previously made, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replace- ment; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.09; or d. ENGINEER has actual lmowledge of the occurrence of any of the events enumerated in para- graph 15.02.A. C. Payment Becomes Due 1. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recom- mendation, the amount recommended will (subject to the provisions of paragraph 14.02.D) become due, and when due will be paid by OWNER to CONTRACTOR. D. Reduction. in Payment 1. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: a. claims have been made against OWNER on account of CONTRACTOR's performance or fur- nishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWNER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occur- rence of any of the events enumerated in paragraphs 14.02.B.5.a through 14.02.B.5.c or paragraph 15.02. A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRAC- TOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C.I. 14.03 COMRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. 14.04 Substantial Complexion 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- �J [1 1 1 1 I 1 I I I 00700-38 , ' • • ties pending final payment between OWNER and 'CONTRACTOR with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance. and warranties and guarantees. Unless OWNER 'and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER'S issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to compe:e 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 necifically been identified in the Contract Documents, or Stich OWNER, ENGINEER, and CONTRACTOR agree onsrimtes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose nhout significant interference with CONTRACTOR's •erformance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work �ubject to the following conditions. I I I I I I I J 1. OWNER at any time may request CON- TRACTOR in writing to pewit OWNER to use any such pan of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such pan of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraph 14.04 will apply with respect to certification of Subsantial Completion of that par, of the Work and the division of responsibility in respect thereof and access thereto. 2. No occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of paragraph 5.10 regarding property 14.06 FiralInspecrion 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) ail 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. I 00700-39 B. Review of Application and Acceptance 1. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CON- TRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due I. Thirty days after the presentation to OWNER of the Application for Payment and accompanying docu- mentation, the amount recommended by ENGINEER will become due and, when due, will be paid by OWN- ER to CONTRACTOR. 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CON- TRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRACTOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CON- TRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes a Claim therefor as provided in paragraph 10.05. 15.02 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04); 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of ENGINEER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. I Cl I I J I I 'J I A. The making and acceptance of final payment will B. If one or more of the events identified in paragraph , constitute: 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate 00700-40 , • the services of CONTRACTOR, exclude CONTRACTOR Iom the She; and take possession of the Work and of all ONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent Bey could be used by CONTRACTOR (without liability to ONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for hieh OWNER has paid CONTRACTOR but which are red elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be C led to receive any further payment until the Work is hed. If the unpaid balance of the Contract Price exceeds laims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, orneys, and other professionals and all court or arbitration • other dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess I be paid to CONTRACTOR. If such claims, costs, ses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs, losses, and damages incurred by OWNER will reviewed by ENGINEER as to otheir reasonableness and, l7hen so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this Iragraph OWNER shall not be required to obtain the lowest Ice for the Work performed. • C. Where CONTRACTOR's services have been so initiated by OWNER, the termination will not affect any rights or remedies of OWNER again; CONTRACTOR then sting or which may thereafter accrue. Any retention or menu of moneys due CONTRACTOR by OWNER will t release CONTRACTOR from liability. 103 OWNER May Terminate For Convenience A. Upon seven days written notice to CONTRACTOR ENGINEER, OWNER may, without cause and without judice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall 1paid (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 futi:shing labor, materials, or equipment as required by the 'Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses: 3. for all claims, costs, losses, and damages • (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration, or ocher 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 or, 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 foully 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- ? EER 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 P. -ice 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. I 00700-41 • S ARTICLE 17 - MISCELLANEOUS a: 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations , A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. , 17.05 Controlling Law A. This Contract is to be governed by the law of the , state in which the Project is located. 1 00700-42 , • Section 00800 ' SUPPLEMENTARY CONDITIONS LIST OF SUBJECTS ' SC -1.01 Defined Terms SC -2.02 Copies of Documents ' SC -2.05.6 Preliminary Schedules: SC -2.05.C Evidence of Insurance: 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 SC -5.04 CONTRACTOR's Liability Insurance ' SC -5.04.8.1 Identification of Additional Insureds SC -5.04.6.5 Notice of Cancellation of Liability Insurance SC -5.05 OWNER'S Liability Insurance ' SC -5.06 Property Insurance SC -5.08 Receipt and Application of Insurance Proceeds SC -6.04 Progress Schedules ' SC -6.08 Permits SC -6.19 CONTRACTOR'. 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 Bevond CONTRACTOR s Control ' SC- 14.02 Progress Payments SC -14.02. B Review of Applications SC -14.02.C Payment Becomes Due 'SC -14.04 Substantial Completion SC- 14.05 Partial Utilization I I Gregg Avenue Waterline Phase I 00800 (I) Garver No. 0296-3600 1 ' 0 I I I I I I 1] 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 effect. Paragraph numbers in these Supplementary Conditions correspond to the paragraph numbers in the General Conditions, except with the designation "SC". SC -1.01 Defined Terms The terms used in the Supplementary Conditions which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1996 Edition) have the meanings assigned to them in the General Conditions. In addition to the provisions of paragraph 1.01, the following supplemental definitions apply: A 1.01.30. "OWNER " shall mean the City Of Fayetteville, Arkansas, acting through its duly authorized representatives. Address - City of Fayetteville, 113 West Mountain, Fayetteville, AR 72701. Add the following definitions to paragraph 1.01 of the General Conditions: "I.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. I I I I I I I I 1.01.52. "Advertisement" shall mean the legal publications pertaining to the work of this contract. 1.01.53. "Plans" shall mean, collectively, all of the Drawings pertaining to the contract and made a part thereof, and also such supplementary drawings as Engineer may issue from time to time in order to clarify the Drawings, or for the purpose of showing changes in the work as authorized under the General Requirements, or for the showing of details which are not shown thereon. 1.01.54. "Grade" shall mean and indicate the established elevations of the paving, flow lines of sewers and other appurtenances as shown on the Drawings." SC -2.02 Copies of Documents Delete paragraph 2.02.A of the General Conditions in its entirety and insert the following in its place: "A. ENGINEER shall furnish to CONTRACTOR six (6) bound copies of the Agreement and other Contract Documents, the Bond or Bonds properly executed. CONTRACTOR shall execute the Agreement and submit all copies to the OWNER for execution. The date of Gregg Avenue Waterline Phase 1 00800 (2) Garver No. 0296-3600 I I I I I I I I I] I I I Li 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 approximate cost of reproduction." SC -2.03 Commencement of Contract Time; Notice to Proceed Replace paragraph 2.03.A of the General Conditions with the following: "A. The Contract Times shall commence to run on the day indicated in the Notice to Proceed. SC -2.05.B. Preliminary Schedules: Add the following to the end of paragraph 2.05.B.3 of the General Conditions: Additional subdivision of unit price or lump sum items, as shown in the Bid Form, 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 No subsurface investigations have been made as to the location of existing underground facilities or pipelines. SC -4.04 Underground Facilities ' Add a new paragraph 4.04.B.3 immediately following paragraph 4.04.B.2 of the General Conditions which shall read as follows: I I "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. If the relocation of Underground Facilities presents an obstacle to the Work continuing, CONTRACTOR shall inform OWNER and ENGINEER of the obstacle, and Gregg Avenue Waterline Phase 1 00800 (3) Garver No. 0296-3600 ' 9 ' 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 any time a surety on any such Bond is declared bankrupt or loses its right to do ' business in the State of Arkansas or is removed from the above list of surety companies, the CONTRACTOR shall within ten (10) days after notice from the bond company that conditions are as described in this sentence and/or after notice from the OWNER to do so, substitute an ' acceptable Bond or Bonds in such form and sum and signed by other surety or sureties as may be satisfactory to the OWNER. The premiums on such Bonds shall be paid by CONTRACTOR. No further payment shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable Bond to the OWNER." Add the following new paragraphs immediately after paragraph 5.01.C of the General ' Conditions which read as follows: "D. Resident Agent: CONTRACTOR shall furnish performance and payment Bonds as ' provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said Bonds, and filing with such Bonds his power -of -attorney. The mere 'countersigning of the Bonds by a resident agent shall not be sufficient. ' E. Additional Information: CONTRACTOR shall provide the Bonds as described in these sections within ten (10) days after the receipt of a Notice of Selection. ' For contracts in excess of 5100,000 the Bonds shall be issued by a bonding company listed by the A.M. BEST Rating Book as follows: (1) contracts in excess of 5100,000, but less than 51,000,000 - "B+" rating or higher and ' contract amount may not exceed 2.0 percent of the policyholder's surplus. ' (2) contracts in excess of $1,000,000 - "A" rating or higher and contracts may not exceed 2.0 percent of the policyholder's surplus. The expense of all Bonds shall be borne by CONTRACTOR." ' SC -5.02 Licensed Sureties and Insurers Gregg Avenue Waterline Phase 1 00800 (4) Garver No. 0296-3600 1 Add the following new paragraphs immediately after paragraph 5.02.A of the General Conditions which read as follows: ' "B. CONTRACTOR shall furnish performance and payment Bonds as provided for by Article 5 of the General Conditions executed by a resident local agent who is licensed by the ' Arkansas State Insurance Commissioner to represent the surety company executing said Bonds, and filing with such 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 ' Delete the second sentence of paragraph 5.03.A ("OWNER shall deliver to Contractor...") in its entirety. SC -5.04 CONTRACTOR 's Liability Insurance The limits for liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: ' Workers Compensation, etc. under paragraphs 5.04.A.1 and 5.04.A.2 of the General Conditions: I) 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 Gregg Avenue Waterline Phase 1 00800 (5) Garver No. 0296-3600 1 (I) Bodily Injury: 1 $1,000,000.00 Each person $2,000,000.00 Each occurrence ' Property Damage: ' 5500,000.00 Each occurrence or (2) a combined single limit of $2,000,000.00. ' SC -5.04.8.1. 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 and Garver Engineers, LLC (OWNER and ENGINEER). SC -5.04.B.5. Notice of Cancellation of Liability Insurance Add the following language at the end of paragraph 5.04.B.5 of the General Conditions: "any wording such as "will endeavor" or "but failure to mail such notice shall impose no ' obligation or liability of any kind upon the [insurance] Company" shall be deleted from the policies and insurance certificates." SC -5.05 OWNER's Liability Insurance I I I I I I Delete paragraph 5.05 of the General Conditions in its entirety and insert the following in its place: "5.05 OWNER's and ENGINEER'S Contingent Protective Liability Insurance A. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents and employees from and against all losses and claims, demands, payments, suits, actions, recoveries, judgments of every nature and description brought or recovered against them by reason of omission or act of CONTRACTOR, his agent(s), employees, Subcontractor, Supplier, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, in the execution of the Work or guarding of it. CONTRACTOR shall obtain in the name of OWNER and ENGINEER (either as co-insured or by endorsement), and Gregg Avenue Waterline Phase 1 00800 (6) Garver No. 0296-3600 r shall maintain and pay the premiums for such insurance in an amount not less than 52,000,000.00 for property damage and bodily injury limits, and with such provisions as shall protect OWNER and ENGINEER from contingent liability under this contract. ' SC -5.06 Property Insurance Delete paragraph 5.06.A of the General Conditions in its entirety and insert the following in its place: "A. CONTRACTOR shall purchase and maintain, until final payment, property insurance ' upon the Work at the site to the full insurable value thereof (subject to deductible amounts as 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 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." I I I Delete paragraph 5.06.C of the General Conditions in its entirety and insert the following in its place: Gregg Avenue Waterline Phase 1 00800 (7) Garver No. 0296-3600 IT C 1 I I L I C I C C I C I I I I "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 6.08.8 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: Gregg Avenue Waterline Phase 1 00800 (8) Garver No. 0296-3600 ' 0 I I I I I I Il I H I H J ADEQ 8001 National Drive P.O. Box 8913 Little Rock, Arkansas 72219-8913 (501) 682-0744 SC -6.19 CONTRACTOR's General Warranty and Guarantee Add a new paragraph 6.19.C immediately after paragraph 6.19.8 of the General Conditions which shall read as follows: "C. For a period of two (2) years, or longer if specified by special guarantees or by law, CONTRACTOR shall at the CONTRACTOR's expense make all repairs and replacements necessitated by defects in the materials, workmanship or prosecution of the Work under this contract, and pay for any damage to other works or property resulting from such defects. 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. 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 ofApplication 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. OWNER and ENGINEER do not have all information concerning the proposed relocations of 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 Gregg Avenue Waterline Phase f 00800 (9) Garver No. 0296-3600 k CI I II U H I I I 7 I I I 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 proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs." Delete the last sentence of paragraph 7.01.E of the General Conditions in its entirety. SC -7.03 Separate Contractor Claim Add a new paragraph 7.03 immediately after paragraph 7.02 of the General Conditions which shall read as follows: "7.03 Separate Contractor Claim A. Should CONTRACTOR cause damage to the Work or property of any separate contractor (or separate party) at the site, or should any claim arising out of CONTRACTOR'S performance of the Work at the site be made by any separate contractor (or separate party) against CONTRACTOR, OWNER or ENGINEER, or any such person, CONTRACTOR shall promptly attempt to settle with such other separate contractor (or separate party) by agreement or otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor (or separate party) against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor (or separate party) cause damage to the Work or property of CONTRACTOR or should the performance of Work by any separate contractor (or separate party) at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER or ENGINEER or permit any action against them to be maintained and continued in CONTRACTOR'S name for 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 Gregg Avenue Waterline Phase I 00800 (10) Garver No. 0296-3600 I I II I I I I I I 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 Add a new paragraph 10.06 immediately following paragraph 10.05 of the General Conditions to read: "10.06 Authority for Changes in the Work A. CONTRACTOR shall note and abide by the following limits of authority of OWNER and ENGINEER for changes in the Work which require a change in the Contract Price or Contract time. Except in the case of extreme emergency to protect public safety, public welfare or substantial Work, the following limits of Authority to the OWNER and ENGINEER shall apply: ' Engineer's Representative - No authority. Engineer - No authority. Mayor - 520,000.00 (Accumulative). II L I I [l All accumulative changes which result in Contract Price changes in excess of $20,000.00 shall require the formal approval of the Fayetteville City Council." SC -11.03 Unit Price Work Paragraph 11.03.C of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: Gregg Avenue Waterline Phase 1 00800 (11) Garver No. 0296-3600 I "C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 1. if the total cost of a particular item of Unit Price Work amounts to 25 percent or more of the Contract Price and the variation of the quantity of that particular item of Unit Price Work performed by CONTRACTOR differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and 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 I, a result thereof; or 4. if OWNER believes that the quantity variation entitles OWNER to an adjustment in the unit price; then 5. either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article II of the General Conditions ifthe 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: I) isolated inclement weather, wherein the project I. site is determined to be unworkable for days of precipitation and days following for short times between otherwise good weather; and 2) sustained inclement weather, wherein the project site is determined to be unworkable for a sustained period of time, such as the winter months, with only an occasional working day within the sustained unworkable conditions. If Contractor believes either condition applies, a request shall be made to Engineer or Owner for a site meeting and 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." ISC -14.02 Progress Payments Paragraph 14.02.A of the General Conditions is hereby deleted in its entirety and the following substituted in its place: "A. Applications for Payments I Gregg Avenue Waterline Phase 1 00800 (12) Garver No. 0296-3600 1 it I I E I 1 I 1 I I I I I I I. Applications for payments shall be in the form of monthly estimates of all work accomplished during the period ending the third Friday of each month or a day scheduled by joint consent of CONTRACTOR and OWNER at the pre -construction conference. 2. ENGINEER, based upon data gathered during the construction process, will make an estimate of the value of the Work completed during the estimate period and prepare the monthly estimate for review and certification by CONTRACTOR. CONTRACTOR'.s certification shall have the meaning described in subparagraph 5, below. 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. If OWNER or ENGINEER shall at any time fail to make CONTRACTOR a monthly estimate or a progress payment at the time herein specified, such failure shall not be held to violate or void the contract. CONTRACTOR's failure to provide an accurate and current schedule update shall be reason to delay the monthly estimate and progress payment. 3. If payment is made 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 next monthly estimate 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. 4.The amount of retainage with respect to progress payments will be as stipulated in the Agreement. SC-I4.02.B. Review of Applications Delete paragraph 14.02.8.1 entirely. Insert the following new subparagraphs to 14.02.13.5 of the General Conditions, as additional reasons for ENGINEER to reduce CONTRACTOR's request for progress payment: "e. CONTRACTOR has incurred potential liability for liquidated damages f. CONTRACTOR has failed to maintain record documents as required by paragraph 6.12; and ' g. CONTRACTOR has failed to submit the product data, certifications, or other items required by the Specifications to document the quality of materials or equipment." Gregg Avenue Waterline Phase 1 00800 (13) Garver No. 0296-3600 1 1 0 • I I I H I I I I I SC -14.02.C. Payment Becomes Due Delete paragraph 14.02.C.I of the General Conditions and replace with the following: I4.02.C.I. After the required internal reviews and processing by OWNER, OWNER will diligently proceed to make payment to CONTRACTOR, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but OWNER cannot guarantee the 30 days maximum time." SC -14.04 Substantial Completion The following shall be added at the end of paragraph 14.04A 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: The proposed water lines have been properly installed, inspected, tested, and passed all testing aspects. All pavement work has been completed, along with appurtenant items such as curb & gutter, sidewalks, pavement markings, and signage. CONTRACTOR has essentially completed the record documents required by paragraph 6.12, and, in ENGINEER'S judgment, these are accurate and complete, and will be ready for delivery to OWNER prior to Final Payment being made. SC -14.05 Partial Utilization Insert the following new paragraphs 14.05.A.2 and 14.05.A.3 in the General Conditions, and renumber existing paragraph 14.05.A.2 as 14.05.A.4: 2. Any portions of the work may be considered substantially complete, prior to the entire project being substantially complete, if the OWNER may take over continuous operation of that part of the Work. Such part of the Work shall only be considered by ENGINEER for partial utilization if no further connections must be made to it, and no further interruptions in service due to other parts of the Work can reasonably be anticipated. 3. OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and within a reasonable time thereafter OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Gregg Avenue Waterline Phase I 00800 (14) Garver No. 0296-3600 Li I I I I Li I I I I I U I I 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 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 Gregg Avenue Waterline Phase I 00800 (15) Garver No. 0296-3600 17 I • • Section 01010 ' SUMMARY OF WORK Part 1 -GENERAL 1.1 SECTION INCLUDES A. Project Scope B. Work by Others C. Work Sequence 1$ I I I D. Contractor Use of Premises 1.2 PROJECT SCOPE A. The work includes, but is not limited to, the installation of 18", 12", and 8" PVC water mains along Gregg Avenue from Futrall Drive north to near the Mud Creek Bridge on Gregg Avenue, along with steel encasement pipes, taps of various sizes , ductile iron water fittings, water valves, water service lines, water meters, connections to existing water lines and services, and pavement repairs as necessary. 1.3 WORK BY OTHERS A. No work by other agencies is anticipated. 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. I C. No work shall begin until all agency approvals, easements, and required permits are obtained. Note that work on this project takes place within the City of Fayetteville. The Contractor shall comply with al I facets of the City's drainage ordinance. The Contractor shall comply with the requirements of the Federal Clean Water Act and the Arkansas Water and Air Pollution Control Act 472. In case of conflict between these regulations, orders, or decrees and other provisions, the restrictive requirements shall apply. I� Gregg Avenue Waterline Phase I 01010 (1) Garver No. 0296-3600 I 1 0 • 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. 1.5 WORK SEQUENCE A. Identify and locate all underground and aboveground utilities in the project area. Make the necessary utility contacts, and spot dig at the locations shown in the plans or as directed. Use the local datum provided by the Engineer to establish elevations. Submit these elevations in order that the Engineer may adjust any elevations, and/or gradients if necessary. B. The Contractor shall submit a construction contract schedule of the bar graph (or other approved) 1 type seven (7) calendar days prior to the preconstruction conference showing the following information as a minimum: (t) Actual date construction is scheduled to start if different from the date of notice to proceed. (2) Planned contract completion date. (3) Sequence of construction for the various items that involve either existing and/or potential relocated utilities to the Engineer for his review. This schedule shall have the least negative impact on the adjacent property owners and provide an orderly sequence that will produce the least disruptive action for utilities and their customers. Coordinate with other utilities and/or their contractors to provide orderly sharing of the site and schedule of activities to best continue the progress of the Work (4) Beginning and completion dates for each phase of work. (5) Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. (6) All construction milestone dates. (7) A separate graph showing work placement in dollars versus contract time. The schedule shall incorporate contract changes as they occur. The schedule shall be maintained in an up-to-date condition and shall be available for inspection at the construction site at all times. The construction contract schedule shall be submitted in conjunction with and/or in addition to any other specification requirements concerning schedules. C. The Contractor shall comply with the Sequence of Construction as described in the Plans unless otherwise approved in writing by the Engineer. Gregg Avenue Waterline Phase 1 01010 (2) Garver No. 0296-3600 I Part 2- PRODUCTS Not Used Part 3 - EXECUTION Not Used End of Section 01010 Gregg Avenue Waterline Phase 1 01010 (3) Garver No. 0296-3600 Section 01025 1 MEASUREMENT AND PAYMENT Part I - GENERAL 1.1 SECTION INCLUDES: A. Delineation of measurement and payment criteria applicable to Unit Price Work, whether the unit price *items are part of a unit price contract or are part of a Stipulated Price ' 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. Contractor shall assist with quantities measurement by providing necessary equipment, workers, and survey personnel as required. 1.3 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by Engineer shall determine payment except those items of work that will be paid based on plan quantities. B. If the actual Work requires more or fewer quantities than those quantities indicated, the Contractor shall provide the required quantities at the unit prices contracted. 1 1.4 MEASUREMENT OF QUANTITIES 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. Gregg Avenue Waterline Phase I 01025 (I) Garver No. 0296-3600 1 • • 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 1 A. Payment Includes: Full compensation for required labor, products, tools, equipment, 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 1 measurements and quantities accepted by Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. I B. If, in the opinion of Engineer, it is not practical to remove and replace the Work, Engineer will direct that the defective Work will be repaired to the satisfaction of Engineer, and the unit price will be adjusted to a new price at the discretion of Engineer. C. The authority of Engineer to assess the defect and identify payment adjustment is final. 1.7 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: I. Products wasted or disposed of in a manner that is not acceptable. 1 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 1.8 INCIDENTAL ITEMS A. General - Items indicated as incidental to a particular payment item are considered an integral part of that payment item, and will not be measured or considered in determining payments. I B. Safety - Safety is considered as incidental to every payment item, except for excavation safety, which is a separate bid item. I IGregg Avenue Waterline Phase 1 01025 (2) Garver No. 0296-3600 0 C. Testing: Unless otherwise specified in the Technical Specifications, all quality control and quality assurance sampling and testing shall be at the Contractor's expense in accordance with the requirements of the technical specifications. Sampling and testing required by the specifications to be completed by the Contractor is incidental to any item included in the work being tested. Retesting after corrective action to Work initially found to be defective is incidental to the item. The Owner reserves the right to perform additional testing and may perform some quality assurance testing as indicated in the technical specifications, at the Owner's expense, to compare with or confirm the Contractor's test results. If the Contractor's test results are determined to be invalid, comparative testing performed by the Owner shall be paid for by the Contractor. All failed tests shall be paid for by the Contractor. I D. Mobilization - mobilization, clean-up, project closeout, project record documents, and all costs not directly mentioned in this section are considered as incidental to the Work. E. Excess Excavation - Excess excavation is generally incidental to the payment item, except ' where Engineer has indicated that an excavation be expanded due to subsurface conditions. Excess excavation undertaken by Contractor to stabilize the trench bottom or walls, where dewatering or shoring would be suitable to correct trench conditions, will not be paid. Excess excavation includes backfilling with approved material as specified or as indicated on the Drawings. 1.9 PAYMENT ITEMS - See Technical Specifications IPart 2 - PRODUCTS Not Used Part 3 - EXECUTION INot Used End of Section 01025 I I I IGregg Avenue Waterline Phase 1 01025 (3) Garver No. 0296-3600 Section 01035 MODIFICATION PROCEDURE Part I - GENERAL 1.1 SUMMARY A. This section describes steps to make changes in the Work, Contract Price, Contract Times, or any combination thereof, as are described in written Change Orders signed by Owner, Contractor, and Engineer and issued after execution of the Agreement, and in other instruments of change as described herein in accordance with the provisions of this Section. Section includes: ' I. Documentation of change in Contract Price and Contract Time. 2. Change procedures. 3. Work Change Directive. 4. Stipulated Price Change Order. 5. Unit price change order. 6. Time and material change order. 7. Execution of Change Orders. 8. Correlation of Contractor submittals. B. Related work: II. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions and the Supplementary Conditions of these Specifications. 2. Changes in the Work are described further in the General Conditions. 3. Section 01700- Contract Closeout. 1.2 QUALITY ASSURANCE A. Take such measures needed to assure familiarity of Contractor's staff and employees with the procedures outlined in this section for processing Change Order data. B. Submit name of the individual authorized to receive change documents, and be responsible for ' informing others in Contractor's employ or Subcontractors of changes to the Work. 1.3 FORMAT A. Change Order Form: EJCDC 1910-8-B or other approved by the Owner. ' B. Work Change Directive Form: EJCDC 1910-F or other approved by the Owner. C. Field Order Form: Engineer's letter. ' Gregg Avenue Waterline Improvements 01035 (I) Garver No. 0296-3600 1 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 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: Ii. 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. I D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: I. 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 1 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. I IGregg Avenue Waterline Improvements 01035 (2) Garver No. 0296-3600 0 1 1.8 UNIT PRICE CHANGE ORDER IA. 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 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. B. Engineer will determine the change allowable in Contract Price and Contract Time as provided in the Contract Documents. IC. 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 A. Promptly revise 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 Not Used. ' Part 3 - EXECUTION Not Used. End of Section 01035 I Gregg Avenue Waterline Improvements 01035 (3) Garver No. 0296-3600 Section 01040 COORDINATION AND MEETINGS Part I - GENERAL 1.1 SUMMARY ' A. This Section expands upon requirements regarding coordination, conferences and meetings, described to permit direct reference from individual product specification ' Sections. 1. Coordination 2. Preconstruction conference ' 3. Progress meetings 1.2 RELATED SECTIONS A. Documents affecting work of this Section include, but are not necessarily limited to the General Conditions and the Supplementary Conditions of these Specifications. ' 1.3 COORDINATION IA. 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. AB. The Contractor, on the basis of the schedule and progress meetings shall notify the appropriate property owners of earthwork, 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 of48 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. I Gregg Avenue Waterline Phase I 01040 (1) Garver No. 0296-3600 I 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 for the City of Fayetteville. C. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. ' D. Verify that utility requirement characteristics of operating equipment are compatible with existing utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service such equipment. E. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective ' Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. ' 1.4 PRECONSTRUCTION CONFERENCE A. The Contractor will be contacted within 7 days after the Notice of Award to schedule a ' preconstruction conference. This conference will be scheduled so that the Contractor, the Engineer, and the Owner can all be present. It will be scheduled within 21 days from the Notice of Award. No work can begin at the site until after this meeting. ' B. Attendance Required: Authorized representatives of Owner, Engineer, and Contractor. C. Agenda: II. Distribution of executed Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. ' 4. Submission of list of Subcontractors, list of products, and proposed schedule. See Section 01010 for information on the Contractor's submittal regarding the project 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. ' Gregg Avenue Waterline Phase 1 01040 (2) Garver No. 0296-3600 I I 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. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work beginning at weekly intervals or as determined by Engineer. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two days to Engineer, Owner, participants, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Engineer, and others as appropriate to agenda topics for each meeting. D. Agenda: I. 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. Gregg Avenue Waterline Phase 1 01040 (3) Garver No. 0296-3600 ' 12. Effect of proposed changes on progress schedule and coordination. ' 13. Other business relating to Work. ' Part 2 - PRODUCTS Not Used iPart 3 - EXECUTION ' Not Used End of Section 01040 I I 1 1 Gregg Avenue Waterline Phase 1 01040 (4) Garver No. 0296-3600 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 Contractor regarding the use and maintenance of same. B. Related Work: Documents affecting work of this Section include, but are not limited to, the General Conditions and the Supplementary Conditions of these Specifications. C. Definitions I. "Control Points" are the original reference points set or found by the Engineer for the construction work. 2. "Construction Staking" is an additional staking required as the project progresses which is the responsibility of the Contractor. 1.2 REQUIREMENTS A. Engineer shall provide the following I. Set temporary benchmarks. 2. Set horizontal control points and provide coordinates in Plans to allow for Contractor's layout. 3. Reset points found to be in error. B. Contractor shall provide the following staking: I. All construction staking except as provided by Engineer above. 2. Reset stakes, marks, or pins lost due to Contractor's operations. 1.3 CONTROL STAKING A. Survey Control Points I. Engineer has provided location of survey control points with horizontal and vertical locations throughout the Plans for use by the Contractor in performing construction staking for the Work. B. Checking Stakes I. Examine points before commencing operations. Gregg Avenue Waterline Phase 1 01051 (1) Garver No. 0296-3600 2. Notify Engineer, if validity of any control point is questionable. 3. Engineer will check points in question. 4. Any control points found to be in error will be reset by the Engineer. 5. If points are valid, Contractor shall pay for cost of checking points. C. Preservation of Stakes I. Contractor shall inform his employees, subcontractors and vendors of importance of control points and the necessity of their preservation. 2. Contractor shall pay for resetting any control stakes, marks, or pins lost due to Contractor's operations. 1.4 CONSTRUCTION STAKING A. Provide all construction staking as needed to complete the Work. Part 2- PRODUCTS Not Used Part 3 - EXECUTION Not Used End of Section 01051 Gregg Avenue Waterline Phase 1 01051 (2) Garver No. 0296-3600 Section 01060 REGULATORY REQUIREMENTS Part I - GENERAL 1.1 SECTION INCLUDES: A. Listing of certain applicable local, state, and federal regulatory requirements applicable to the project. B. Discussion of specific implementation of certain regulatory requirements. 1.2 NOT INCLUDED: A. Comprehensive listing of applicable local, state, and federal regulatory requirements applicable to the project. B. Reference to or listing of applicable safety standards. 1.3 RELATED SECTIONS A. Documents affecting work of this Section include, but are not necessarily limited to, the General Conditions and the Supplementary Conditions of these Specifications. B. Section 01090- Reference Standard: applicable consensus standards. C. Specific Sections of this Specification include additional requirements of local, state, and federal regulatory requirements. 1.4 AMERICANS WITH DISABILITIES ACT A. Comply with portions applicable to construction and construction sites. 1.5 FAYETTEVILLE WATER SPECIFICATIONS A. City of Fayetteville Standards for Waterline Construction, dated April 1996, or their latest revision, are available in Appendix A for review. 1.6 ARKANSAS HIGHWAY AND TRANSPORTATION DEPARTMENT A. Construction standards as listed in individual Specification Sections. Gregg Avenue Waterline Phase 1 01060 (1) Garver No. 0296-3600 1.7 ARKANSAS DEPARTMENT OF HEALTH (ADH) A. Project has been submitted to ADH for approval with applicable design standards I 1 1 1 1 1 1 B. Do not deviate from ADH approved Drawings and Specifications without approval of Engineer. C. Deviations requested by Contractor which require re -submittal to ADH - Contractor will reimburse Owner for cost of re -submittal and obtaining approval. Pan 2 - PRODUCTS Not Used Part 3 - EXECUTION Not Used Gregg Avenue Waterline Phase I End of Section 01060 01060 (2) Garver No. 0296-3600 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C1 Section 01090 • 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 1.3 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 Gregg Avenue Waterline Phase I 01090 (1) Garver No. 0296-3600 ' G. ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 H. AWWA American Water Works Association ' 6666 West Quincy Avenue Denver, CO 80235 ' 1. EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, NW Washington, DC 20005 ii. FS Federal Specifications General Services Administration, Specifications and Consumer Information Distribution Section (WFSIS) ' Washington Navy Yard, Building 197 Washington, DC 20407 ' K. MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 L. PCA Portland Cement Association ' 5420 Old Orchard Road Skokie, IL 60077 ' M. UL Underwriters' Laboratories, Inc. 333 Pf'ringston Road Northbrook, IL 60062 1.4 ABBREVIATIONS Whenever the following abbreviations and acronyms are used, they shall have the corresponding meaning as follows. ' AGA - American AHTD - Arkansas ' AASHTO - American AISC - American APA - American ' ASA - American AWG - American AWPA - American AWS - American Gas Association Highway and Transportation Department Association of Highway and Transportation Officials Institute of Steel Construction Plywood Association Standards Association Wire Gage Wood Products Association Welding Society ' Gregg Avenue Waterline Phase 1 01090 (2) Garver No. 0296-3600 1 ! • GSA - General Services Administration, U.S. Government NHBA - National Builders Hardware Association NEC - National Electric Code NEMA - National Electric Manufactures Association NFPA - National Fire Protection Association NPT - National Pipe thread SBC - Standard Building Code (also SSBC) SPA - Southern Products Association ' A - Ampere cfm - cubic feet per minute ' CGMP - corrugated galvanized metal pipe DIP - ductile iron pipe ' gpm - gallons per minute Hp - horsepower MGD - million gallons per day N.C. - normally closed N.O. - normally open ppm - parts per million ' psi - pounds per square inch PVC - polyvinyl chloride (pipe) R - motor starter relay ' RCP - reinforced concrete pipe rpm - revolutions per minute T.D. - time delay ' TDH - total dynamic head V - volt I I I I I I PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used End of Section 01090 ' Gregg Avenue Waterline Phase I 01090 (3) Garver No. 0296-3600 I I Part I -GENERAL ' 1.1 SUMMARY I 7 II I Section 01300 SUBMITTALS A. This Section expands upon requirements regarding administrative and procedural requirements for submittals of progress schedules, shop drawings, product data, samples, manufacturer's instructions, and manufacturer's certificates. B. Related Work: 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. Send the number of copies the Contractor requires plus two copies which will be retained by the Engineer. Small unreadable print, common with faxed information, is not acceptable. 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. IF. 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, identify all changes made since previous ' submittal. ' Gregg Avenue Waterline Phase 1 01300 (1) Garver No. 0296-3600 ' I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. ' 1.3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date of Owner - Contractor Agreement for Engineer review. B. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. C. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. ' D. Indicate estimated percentage of completion for each item of Work at each submission. E. Indicate submittal dates required for shop drawings, product data, and samples. 1.4 SHOP DRAWINGS ' A. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. Small unreadable print, common with faxed information, is not acceptable. B. Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. C. Unless otherwise specified, make submittals in groups containing all associated items to ' assure that information is available for checking each item when it is received. I. 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: I1. 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. Gregg Avenue Waterline Phase 1 01300 (2) Garver No. 0296-3600 LJ [l I I I I G. After review distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700- Contract Closeout. 1.5 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus two copies which will be retained by the Engineer. Small unreadable print, common with faxed information, is not acceptable. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700- Contract Closeout. 1.6 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. ' B. Submit samples of coatings or finishes for Engineer's selection. fl I [1 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. E. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.7 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specifications Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. ' 1.8 MANUFACTURER'S CERTIFICATES J 11 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. ' Gregg Avenue Waterline Phase 1 01300 (3) Garver No. 0296-3600 ' Part 2 -PRODUCTS Not Used ' Part 3 -EXECUTION Not Used 1 End of Section 01300 1 1 1 I 1 1 1 1 Gregg Avenue Waterline Phase 1 01300 (4) Garver No. 0296-3600 Section 01410 TESTING LABORATORY SERVICES Part 1 -GENERAL ' 1.1 SUMMARY A. This Section describes testing to be provided by a pre -qualified, Owner approved, independent laboratory, plus cooperation required from the Contractor with others responsible for testing and inspecting the Work. B. Unless otherwise specified in the Technical Specifications, all quality control and quality assurance sampling and testing shall beat the Contractor's expense in accordance with the requirements of the technical specifications. Testing required by the specifications to be completed by the Contractor is incidental to any item included in the work being tested. Retesting after corrective action to Work initially found to be defective is incidental to the item. IC. The Owner reserves the right to perform additional testing and may perform some quality assurance testing as indicated in the technical specifications, at the Owner's expense, to compare with or confirm the Contractor's test results. If the Contractor's test results are determined to be invalid, comparative testing performed by the Owner shall be paid for by the Contractor. All failed tests shall be paid for by the Contractor. I D. Related work: ' I. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Technical Specifications 'sections. 2. Requirements for testing may be described in various Sections of these ' Specifications. 3. Where no testing requirements are described, but the Owner or the Owner's representative decides that testing is required, such tests shall be performed under ' current pertinent standards for testing by the Owner. E. Selection of Laboratory: Selection of testing laboratory: The Owner will select a pre -qualified independent testing laboratory for its Quality Assurance testing services. The Contractor will select a pre- ' qualified independent testing laboratory for Quality Assurance/Control sampling and testing services. Neither Owner nor Contractor shall utilize a testing laboratory against which the other has a reasonable objection. I Gregg Avenue Waterline Phase 1 01410 (1) Garver No. 0296-3600 1.2 TESTING LABORATORY AND TEST A. The testing laboratory will be qualified to the Owner's approval in accordance with ASTM E 329. B. Testing, when required, will be in accordance with all pertinent codes and regulations, and with selected standards of the American Society for Testing and Materials and the American Association of State Highway and Transportation Officials. 1.3 DELIVERY, STORAGE, AND HANDLING ' A. Comply with pertinent provisions of Section 01620. B. The Contractor shall 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. Part 2— PRODUCTS 2.1 QUALITY ASSURANCE / QUALITY CONTROL Responsibilities for Quality Assurance and Quality Control testing are described in the technical specifications. The costs for failed tests shall be borne by the Contractor. 2.3 CODE COMPLIANCE TESTING Inspections and tests required by codes or ordinances, or by a plan approval authority, and which are made by a legally constituted authority, shall be the responsibility of and shall be paid for by Contractor, unless otherwise provided in the Contract Documents. ' 2.4 CONTRACTOR'S CONVENIENCE TESTING Inspecting and testing performed exclusively for Contractor's convenience shall be sole responsibility of Contractor. Part 3 -EXECUTION 3.1 COOPERATION WITH TESTING LABORATORY Representatives of the testing laboratory shall provide access to the Work at all times and at all locations where the Work is in progress. 3.2 TAKING SPECIMENS Specimens and samples for testing, unless otherwise provided in the Contract Documents, shall 1 Gregg Avenue Waterline Phase 1 01410 (2) Garver No. 0296-3600 be taken by testing personnel. SCHEDULES FOR TESTING Establishing schedule: By advance discussion with testing laboratory selected by Owner, determine the time required for laboratory to perform tests and to issue findings. Provide all required time within the construction schedule. Revising schedule: When changes of construction schedule arc necessary during construction, coordinate all such changes with the testing laboratory as required. Adherence to schedule: When the testing laboratory is ready to test according to the established schedule, but is prevented from testing or taking specimens due to incompleteness of the Work, all extra charges for testing attributable to the delay may be back -charged to Contractor and shall not be borne by Owner. End of Section 01410 Gregg Avenue Waterline Phase 1 01410 (3) Garver No. 0296-3600 I • Section 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Part I - GENERAL • 1.1 SUMMARY A. This Section describes construction facilities and temporary controls required for the Work. •B. Related work: I . Documents affecting work of this Section include, but arc not necessarily limited to, the General Conditions and the Supplementary Conditions 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. I 3. Permanent installation and hookup of the various utility lines are described in other Sections. 1.2 REQUIREMENTS A. Provide construction facilities and temporary controls needed for the Work including, but not necessarily limited to: I. Temporary Utilities: Electricity, heat, ventilation, telephone, water and sanitary facilities. 2. Temporary Controls: Barriers, enclosures, fencing, protection of the Work, and water ' control. 3. Construction Facilities: Access roads and temporary buildings. 4. Project sign, if required. 1.3 DELIVERY, STORAGE, AND HANDLING A. Maintain temporary facilities and controls in proper and safe condition throughout progress of the Work. 1 I I ' Gregg Avenue Waterline Phase 1 01500 (1) Garver No. 0296-3600 1 i • I 1 I I Ti Li Part 2 - PRODUCTS 2.1 MAINTENANCE OF TRAFFIC A. Keep existing roads open to all traffic except where permitted or directed otherwise by the Contract Documents or the Engineer. Detour routes are required for this project. Keep the portion of the project being used by public traffic, either through or local traffic, in such condition to permit safe, continuous flow two-way traffic at all times. Where the nature of the work restricts or prohibits two-way flow, one-way operation may be maintained by use of flagmen. 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. IC. Maintain existing roads from the date work is begun until the project has been completed and accepted. ID. 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 II. Provide necessary temporary wiring and, upon completion of the Work, remove such temporary facility. 2. Provide area distribution boxes so located that the individual trades may furnish and use 100 ft. maximum length extension cords to obtain power and lighting at points where needed for work, inspection, and safety. 3. Provide and pay for electricity used in construction. C. Heating: Provide and pay for heat devices and heat necessary to maintain specified conditions for construction operations needed in the Work. Gregg Avenue Waterline Phase 1 01500 (2) Garver No. 0296-3600 D. Temporary Ventilation II. 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. ' E. Temporary Sanitary Facilities 1. Provide temporary sanitary facilities in the quantity required for use by all personnel. 2. Maintain insanitary condition at all times. ' 2.3 BARRIERS IA. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. IC. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 2.4 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. ' B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. ' 2.5 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. ' C. Provide temporary covering at the ends of installed piping at the end of each work day to prevent entry of dirt, debris and rodents. ' D. Prohibit traffic on dressed and seeded areas. ' 2.6 SECURITY A. Provide security and facilities to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. Gregg Avenue Waterline Phase I 01500 (3) Garver No. 0296-3600 1 • • 2.7 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. ' C. Provide and maintain access to fire hydrants, free of obstructions. 2.8 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site periodically and dispose off -site. ' 2.9 FIELD OFFICES AND SHEDS I I I I I I I A. Contractor's facilities: (applicable when included as a bid item) I. Provide a temporary field office building and sheds adequate in size and accommodation for Contractor's offices, supply, and storage. 2. Within the Contractor's facilities, provide enclosed space adequate for holding project meetings. Furnish with table, chairs, and utilities. 3. Make necessary arrangements and pay costs for installation and operation of telephone service to the Contractor's office at the job site. 4. Make the telephone available to the Engineer for use in connection with the Work. B. Locate offices and sheds a minimum distance of 30 feet from existing and new structures. 2.10 ENCLOSURES A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, steps, platforms bridges, and other temporary constructing necessary 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 unauthorized persons. Provide access doors with self -closing hardware and locks. ' Gregg Avenue Waterline Phase 1 01500 (4) Garver No. 0296-3600 ' 2.11 TEMPORARY FENCING ' A. Provide a temporary fence of design and type needed to prevent entry by the public onto the open excavation areas of the Work. This temporary fence shall be installed and remain in - place around areas of excavation that shall remain open to the public for periods of longer than 8 hours, and around areas of excavation that are immediately adjacent to areas of public travel, such as sidewalks, public streets, etc., that shall remain open for periods longer than 8 hours. I 1J I Li I I I L1' I I I E I I 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. 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 Gregg Avenue Waterline Phase 1 01500 (5) Garver No. 0296-3600 Section 01620 ' STORAGE AND PROTECTION Part! - 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 I . Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, and Supplementary Conditions of these Specifications. 2. Additional procedures also may be prescribed in other Sections of these Specifications. 1.2 QUALITY ASSURANCE IA. 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. U C1 I I 11 11 1.4 PACKAGING A. 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. IGregg Avenue Waterline Phase I 01620(1) Garver No. 0296-3600 w • 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, 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 arc controlled. Be fully responsible for safety precautions and protection until acceptance of the Work. D. Exercise due care to avoid damage to existing improvements or facilities, fences, building, ' structures, adjacent properties, and trees and shrubs that are not to be removed. E. In the event of temporary suspension of work, or during inclement weather, or whenever ' Engineer shall direct, direct Subcontractors to carefully protect the Work and materials against damages or injury from the weather. ' 1.7 REPAIRS AND REPLACEMENTS A. In event of damage, promptly make replacements and repairs to the approval of Engineer and at no additional cost to Owner. ' B. Additional time required to secure replacements and to make repairs will not be considered by Engineer to justify an extension in the Contract Time. I End of Section 01620 [1 I Gregg Avenue Waterline Phase I 01620 (2) Garver No. 0296-3600 I I I I Section 01630 PRODUCT OPTIONS AND SUBSTITUTIONS Part I - GENERAL 1.1 SUMMARY A. This Section describes product options available to the Contractor, plus procedures for securing approval of proposed substitutions. IB. Related work: I I 1. Documents affecting work of this Section include, but are not necessarily limited to, the General Conditions, Supplementary Conditions, and the Technical Specifications sections of these Specifications. 2. Make submittals in accordance with pertinent provisions of Section 01300. ' 1.2 PRODUCT OPTIONS 11 I I A. The Contract is based on standards of quality established in the Contract Documents. I. 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. IB. Materials and/or methods specified by name: n I I I I 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. ' Gregg Avenue Waterline Phase 1 01630 (1) Garver No. 0296-3600 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 further approval except for interface within the Work: I. Products specified by reference to standard specifications such as ASTM, AWWA, and similar standards; 2. Products specified by manufacturer's name and catalog model number. E. Where the phrase "or equal," or "or equal as approved by Engineer," occurs in the Specifications, do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically so approved for the Work by Engineer. F. The decision of Owner shall be final. 1.3 REIMBURSEMENT OF ENGINEER'S COSTS A. In the event substitutions are proposed to Engineer after the Contract has been awarded, Engineer will record all time used by Engineer and Engineer's consultants in evaluating each such proposed substitution. I LJ I In I I 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. 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 ' Gregg Avenue Waterline Phase 1 01630 (2) Garver No. 0296-3600 I Section 01700 ' CONTRACT CLOSEOUT Pan I - GENERAL 1.1 SECTION INCLUDES ' A. Description of an orderly and efficient transfer of the completed Work to Owner. IS. 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, the General Conditions and Supplementary Conditions of these Specifications. 1.2 QUALITY ASSURANCE A. Prior to requesting inspection by Engineer, use adequate means to assure that the Work is completed in accordance with the specified requirements and is ready for the requested inspection. ' 1.3 PROCEDURES A. Substantial Completion: I. Prepare and submit the list required by the first sentence of paragraph 14.04 of the 'General Conditions. 2. Within a reasonable time after receipt of the list, the Engineer will inspect the Work to ' determine the status of completion. 3. Should the Engineer determine that the Work is not substantially complete: a. The Engineer will so notify the Contractor, in writing, giving reasons therefore. ' b. The Contractor will remedy the deficiencies and notify the Engineer when ready for re -inspection. c. The Engineer will re -inspect the work. ' 4. When the Engineer concurs that the Work is substantially complete: a. The Engineer will prepare a "Certificate of Substantial Completion," accompanied by the Contractor's list of items to be completed or corrected, as verified by the Engineer. b. The Engineer will submit the Certificate to the Owner and the Contractor for their written acceptance of the responsibilities assigned to the in the Certificate. B. Final Completion: II. Prepare and submit the notice required by the first sentence of Paragraph 14.06 of the General Conditions. ' Gregg Avenue Waterline Phase I 01700 (I) Garver No. 0296-3600 I I I L I I L1 I I I I I I I 2. Verify that the Work is complete including, but not necessarily limited to, the items mentioned in Paragraph 14.07.A of the General Conditions. 3. Certify that: a. Contract Documents have been reviewed; b. Work has been inspected for compliance with the Contract Documents; c. Work has been completed in accordance with the Contract Documents; d. Equipment and systems have been tested as required, and are operational; and e. Work is completed and ready for final inspection. 4. Engineer will make an inspection to verify status of completion. 5. Should Engineer determine that the Work is incomplete or defective: a. Engineer promptly will so notify Contractor and Owner, in writing, listing the incomplete or defective work. b. Remedy the deficiencies promptly, and notify Engineer when ready for reinspcction. 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: I. 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. ' C. Restore areas disturbed by the Work. Gregg Avenue Waterline Phase 1 01700 (2) Garver No. 0296-3600 1 • • r 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. I. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. Failure to promptly make notations on Record Documents will be considered in evaluating requests for progress payments. I. 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. I. 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: II. 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 I. 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. Gregg Avenue Waterline Phase 1 01700 (3) Garver No. 0296-3600 i • • 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 I A. Submit three sets prior to final inspection, bound in 8-1/2 x II 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 I: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. F. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: I. Significant design criteria. II 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: I. Shop Drawings and product data. 2. Certificates. 3. Photocopies of warranties. IH. Submit one copy of completed volumes in final form fifteen (l5) 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 IA. Provide duplicate notarized copies. IGregg Avenue Waterline Phase I 01700 (4) Garver No. 0296-3600 I • 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. .1 B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment. 1.10 INSTRUCTION A. Instruct Owner's personnel in proper operation and maintenance of systems, equipment, and similar items which were provided as part of the Work. Part 2 - PRODUCTS Not Used Part 3 - EXECUTION Not Used I End of Section 01700 I 1 I 1 Gregg Avenue Waterline Phase 1 01700 (5) Garver No. 0296-3600 I • • SP -1 - AHTD SPECIFICATIONS SP -1-1 General SP-I-I.I The standard specifications of the Arkansas State Highway and Transportation Department (AHTD) are bound in a book titled Standard Specifications for Highway Construction. These specifications are referred to herein as "Standard Specifications." The latest edition shall apply. A copy of these "Standard Specifications" may be obtained from the Arkansas State Highway and Transportation Department, Little Rock, Arkansas, at their customary charge. SP -1-2 Incorporation and Modification SP -1-2.1 Certain parts of the Standard Specifications are appropriate for inclusion in these Technical Specifications. Such parts are incorporated herein by reference to the proper section or paragraph number. The individual specification numbers noted herein may be different from those in the latest edition of the "Standard Specifications." The most current specification number shall apply. Each such referenced part shall be considered to be a part of these Contract Documents as though copied herein in full. SP -1-2.2 Certain referenced parts of the Standard Specifications are modified in the Specifications that follow. In case of conflict between the Standard Specifications and the Specifications that follow, the Specifications that follow shall govern. SP -1-2.3 Individual material test numbers change from time to time. Use the latest applicable test. 1 SP -1-2.4 Reference in the Standard Specifications to the "Department" are herein changed to the "Owner". END OF ITEM SP -1 I L 7 i ' Gregg Avenue Waterline Phase I SP -1 (I) Garver No. 0296-3600 I • • SP -02 - WATER LINES ' SP -02-1.1 General The Standard Water Line Specifications as published by the City of Fayetteville shall govern for all water mains and appurtenances to be installed on this project, except as modified herein. A copy of these "Standard Specifications" is available for reference in Appendix A. In the event of a conflict between these specifications and the City of Fayetteville's Standard Water Line Specifications. the City's Standard Water Line Specifications shall govern. SP -02-2.I Materials All materials used in the construction of water mains and appurtenances shall be as set iorth in the City of Fayetteville Standard Water Line Specifications, dated April 2°d, 1996, except as modified herein: Water pipelines 18" in diameter shall be manufactured in accordance with AWWA specification C- 905 and shall have a DR of 18. Materials used in manufacturing the pipe shall be clean, virgin, cell classification 12454B PVC compound conforming to ASTM resin specification D-1784, or its latest revision. Butterfly valves shall conform to AWWA C504, Standard for Rubber -Seated Butterfly Valves, and shall be class 2508, mechanical -joint end valves. Butterfly valves shall be groundhog type, Mueller model number B5227, or approved equal. Each valve shall be hydrostatic and leak tested. The leak test shall be performed at a differential pressure of 250 p.s.i. with the disc in a closed position. With the disc slightly open, the internal hydrostatic pressure shall be increased to 500 p.s.i. for a period of no less than five minutes. ' All ductile iron mechanical joint waterline fittings shall have a 6-8 mil thickness of fusion bonded epoxy applied to the exterior and interior of each fitting. This coating shall conform to ANSI/AWWA C550 and Cl I6/A21.16. The thickness of the intermediate concrete layer to be installed as part of permanent asphalt pavement repairs shall be increased to eight (8) inches. SP -O2-3.1 Execution The installation of all water mains and appurtenances shall be as set forth in the City of Fayetteville Standard Water Line Specifications, dated April 2nJ, 1996, or its latest revision, except as modified as herein: The testing pressure for PVC water mains shall be 200 PSI. SP -O2-4.1 Method of Measurement Measurement of water pipe lines as a basis of payment shall be made along the pipe from center to center of intersecting lines, or from center to end of branch lines. The measurement shall be by ' the linear foot (L.F.) of water line pipe acceptably installed and completed. I Gregg Avenue Water Line Phase I SP -02 (1) Garver No. 0296-3600 I • • Measurement for ductile iron water line fittings will be made per pound (LB.) of ductile iron M.J. waterline fittings of the size and type specified acceptably installed and completed, which shall 1 be full compensation for furnishing and installing the mechanical joint ductile iron fittings, and all other materials, tools, labor, and incidentals necessary to install the fittings at the locations shown in the Plans. Measurement for tapping sleeve, valve & valve box will be for each (EA.) tapping sleeve, valve and valve box acceptably installed and completed, tested and accepted by the Owner, which shall be full compensation for tapping the water main, furnishing and installing the required tapping sleeve, valve and valve box, concrete collar around the valve box, installing the required thrust 1 blocking, and all other equipment, tools, labor, and incidentals necessary to complete the work. Measurement for butterfly valves and boxes will be made by each (EA.) butterfly valve and box I, of the size specified acceptably installed and completed. This item shall consist of furnishing and installing the butterfly valve of the required size, valve box, thrust blocking and concrete caps around the top of the valve boxes, and shall include all equipment, tools, materials and incidentals necessary for complete installation. Measurement for gate valves and boxes will be made by each (EA.) gate valve and box of the size specified acceptably installed and completed. This item shall consist of furnishing and installing the gate valve of the required size, valve box, thrust blocking and concrete caps around the top of the valve boxes, and shall include all equipment, material and incidentals necessary for $ complete installation. Measurement for fire hydrant installation will be for each (EA.) fire hydrant assembly acceptably installed and completed. Included under this item is the fire hydrant, gate valve, lead, tee of required size, locked hydrant adapters, thrust blocking, concrete cap around the valve box, granular material for hydrant drainage, and all incidentals necessary to install the hydrant in working condition, accepted and approved by the Owner and adjusted to the proper height. Measurement for cutting and capping an existing water main will be made by each (EA.) cut & cap of the size shown on the plans acceptably installed and completed, and shall include all work, materials and labor involved to cut, cap, provide thrust restraint and blocking, and kill the existing water main to which the connection is being made at the location shown on the plans. This shall also include the cost of the cap. Measurement for 2"service line will be made by each (EA.) 2" service line installed, and shall include all work, materials and labor involved to remove the existing service lines, existing corp stops, remove the existing tapping collars, and shall include all new materials including new tapping saddle, 2" service line, ball valve of the appropriate size, curb stops, and buried metal locators as specified by the City of Fayetteville Water & Sewer Department. Measurement for water meter settings and connections to existing "house" service lines of the size and type shown on the plans will be made by each (EA.) water meter setting and "house" connection acceptably installed and completed. This measurement shall include all materials, I Gregg Avenue Water Line Phase I SP -O2 (2) Garver No. 0296-3600 I labor, tools, equipment, and incidentals necessary to install the standard water meter setting and make the required "house" connection at the locations shown on the plans. Measurement for removal of an existing fire hydrant and delivering to the City of Fayetteville Water & Sewer Department will be made by each (EA.) fire hydrant removed and delivered as shown on the Plans, and shall include all work, materials and labor involved to remove the existing fire hydrant and valve, plug the existing water line at the location of the existing hydrant, and deliver the hydrant and valve to the City of Fayetteville Water & Sewer Department located on Cato Springs Road in Fayetteville, Arkansas. ' Measurement of permanent pavement repairs will be by the square yard (S.Y.) of permanent pavement repair of the type specified in the Plans acceptably completed for each type of repair as detailed in the Plans. In no case shall the measurement extend beyond the pay limits shown in the details for each type of pavement repair. Measurement for class 7 granular backfill will be made by the ton (TN.) of granular backfill acceptably installed and completed. Class 7 granular backfill shall only be used to backfill waterline trenches under paved surfaces such as driweways and streets. The Owner will pay for granular material used to backfill the trench at its maximum width (outside diameter of pipe plus one foot on either side of pipe). If the Contractor chooses to excavate the trench to a greater width to allow for greater ease of construction, the granular material used to backfill this extra trench width will be at his own expense. Class 7 granular backfill shall be compacted to 95% modified proctor density. This item shall include the class 7 granular backfill, compacted to 95% modified proctor density, and all necessary tools, materials, and labor necessary to complete the work as ' described in the Specifications and shown in the Plans. SP -02-5.1 Basis of Payment Payment for water pipe lines will be made at the contract unit price bid per linear foot (L.F.) for each type and size of water line pipe as shown on the plans, which price shall be full compensation for all trench excavation, bedding and backfill, furnishing and installing the pipe, tracer wire, metallic detection tape, testing, chlorination, and for all materials, equipment, tools, labor, clean-up, and incidentals necessary to complete the work. Payment for ductile iron M.J. water line fittings will be made at the contract unit price bid per pound (LB.) of ductile iron M.J. waterline fittings for each size and type as shown on the plans. The contractor shall submit a list of all fittings installed, the location installed, and the weight of each fitting installed on his request for payment before payment will be considered. Payment for tapping sleeve, valve & valve box will be made at the contract unit price bid for each (EA.) tapping sleeve, valve & valve box for each size and type as shown on the plans. Said price shall be full compensation for all materials, equipment, tools, labor, expenses, testing, and all other incidentals necessary to install the tapping sleeve, valve & valve box. Payment for butterfly valves and boxes will be made at the contract unit price bid per each (EA.) I Gregg Avenue Water Line Phase I SP -02 (3) Garver No. 0296-3600 I • • butterfly valve and box for each size and type shown on the plans, which shall be full compensation for furnishing and installing the valve and box of the required size, and for all 1 materials including tracer wire, labor, tools and incidentals necessary to complete the installation as shown in the plans. Payment for gate valves and boxes will be made at the contract unit price bid per each (EA.) gate valve and box for each size and type shown on the plans, which shall be full compensation for furnishing and installing the tracer wire, labor, tools and plans. Payment for fire hydrant ass( hydrant assembly shown on valve and box of the required size, and for all materials including incidentals necessary to complete the installation as shown in the mblies will be made at the contract unit price bid per each (EA.) fire the plans. Said price shall be full compensation for all materials, 1 equipment, tools, labor, and incidentals necessary to complete the fire hydrant installation, which includes adjustment of the hydrant to the correct height as required by the Owner. Payment for cutting and capping an existing water main will be at the contract unit price bid per each (EA.) water line of the size and type capped and cut as shown on the plans. Payment will include all materials, tools, equipment, labor and incidentals necessary to cut, cap and kill the water main of the specified size as shown on the plans. Payment for 2" service line will be made at the contract unit price bid per each (EA.) 2" service line of the size and type as shown on the plans. Payment will include all materials including the 2" service line, service saddle, ball valve of the appropriate size, connection to existing house service line, and all tools, equipment, labor and incidentals necessary to install the 2" service line as shown on the plans. Payment for water meter settings and connections to existing "house" service line will be made at the contract unit price bid per each (EA.) water meter setting installed and connection to the existing "house" service line for each type and size shown on the plans, and includes all materials ' from the end of the P.V.C. service line to the connection of the service line including new meter box, setting, connection to the existing "house" service line, equipment, tools, labor, and all associated fees. I I I I I Payment for removal of an existing fire hydrant and delivering to the City of Fayetteville Water & Sewer Department will be made per each (EA.) fire hydrant removed and delivered as shown on the Plans, and shall include all work, materials and labor involved to remove the existing fire hydrant and valve, plug the existing water line at the location of the existing hydrant, and deliver the hydrant and valve to the City of Fayetteville Water & Sewer Department located on Cato Springs Road in Fayetteville, Arkansas. Payment for class 7 granular backfill will be measured by the ton (TN.) of class 7 granular backfill acceptably installed and completed. Class 7 granular backfill shall only be used to backfill waterline trenches under paved surfaces such as driweways and streets. The Owner will pay for granular material used to backfill the trench at its maximum width (outside diameter of II Gregg Avenue Water Line Phase I SP -O2 (4) Garver No. 0296-3600 Ipipe plus one foot on either side of pipe) and from the top of the pipe bedding to the bottom of the lowest laver of the permanent pavement repair. It' the Contractor chooses to excavate the trench to a greater width to allow for greater case of construction, the granular material used to backfill this extra trench width will be at the Contractor's own expense. Class 7 granular backfill shall be compacted to 95% modified proctor density. This item shall include the class 7 granular backfill, compacted to 95% modified proctor density, and all necessary tools, materials, and labor necessary to complete the work as described in the Specifications and shown in the Plans. Payment will be made under the following items: SP -O2 -5.!a 18" PVC C-905 DR -18 Waterline — per linear foot (L.F.) SP-O2-5.Ib 12" PVC C-900 DR -14 Waterline - per linear foot (L.F.) SP-O2-5.Ic 8" PVC C-900 DR -14 Waterline - per linear foot (L.F.) SP -02-5.1 d Ductile Iron Mechanical Joint Waterline Fittings — per pound (LB.) '. SP -O2-5. I e 8"x8" Tapping Sleeve, Valve and Valve Box — per each (EA.) SP -O2-5. If 6"x6" Tapping Sleeve, Valve and Valve Box- per each (EA.) SP -O2-5. I g 18" Butterfly Valve and Valve Box — per each (EA.) SP -02-5.I h 12" Butterfly Valve and Valve Box - per each (EA.) • SP -02-5. Ii 8" Gate Valve and Valve Box - per each (EA.) SP -02-5. I j Fire Hydrant Assembly - per each (EA.) • SP -O2 -5.I k Cut and Cap Existing 8" Water Main- per each (EA.) SP -02-5.11 Cut and Cap Existing 6" Water Main- per each (EA.) SP-O2-5.lm 2" Service Line (Includes 2" Service Saddle, 2" Ball Valve, 2" Service • Line, and reconnection to existing "house" service line) - per each (EA.) SP-O2-5.In n Single Water Meter Setting - per each (EA.) SP -02-5.I o Connect Existing Water Service Line to New Water Main — per each (EA.) SP -O2-5. I p Permanent Pavement Repair — per square yard (S.Y.) SP -O2-5. I q Class 7 Backfill at Street Crossings — per ton (TN.) SP-O2-5.Ir Remove Existing Fire Hydrant Assembly and deliver to City of Fayetteville Water and Sewer Dept. - per each (EA.) I • END OF SECTION SP -O2 I IGregg Avenue Water Line Phase I SP -02 (5) Garver No. 0296-3600 1 • i SP -03 - TAPPING SLEEVES & VALVES FOR CONCRETE WATER MAINS 1 SP -03-1.1 General This specification shall cover the installation of tapping sleeves and valves for 12" and 18" PVC water main connections to an existing 36" concrete water main crossing Gregg Avenue near its intersection with Van Asche Drive. The Contractor shall hire the Hanson Corporation as part of this contract to install the 12" and 18" tapping sleeves on the existing 36" concrete water main. SP -O3-2.1 Materials Tapping sleeves for 12" and 18" connections to the existing 36" concrete water main crossing Gregg Avenue near its intersection with Van Asche drive shall be provided and installed by the Hanson Corporation. The Hanson Corporation shall perform the tapping service for each of the 12" and 18" connections to the existing 36" concrete water main. It shall be the Contractor's responsibility to determine the type of concrete water main existing, and to ' supply the Hanson Corporation with this information for use in determining the type of tapping sleeve to be ut'ed. Tapping valves for 18" connections to existing concrete water mains shall be manufactured by the Mueller Corporation, and shall be model number A-2361 resilient wedge gate valve with M.J. x FL. • ends, or equal as approved by the Engineer, and shall include additional spur gearing with grease as manufactured by Mueller Co. Tapping valves for 12" connections to existing concrete water mains shall be manufactured by the Mueller Corporation. and shall be model number T-2360 resilient wedge tapping valve with M.J. x ' FL. Ends, or equal as approved by the Engineer. SP -03-3.1 Execution Installation of 12" and 18" tapping sleeves shall be performed by the Hanson Corporation. Tapping services for 12" and 18" taps shall be provided by the Hanson Corporation. Tapping valves shall be installed according to the approved manufacturer's installation instructions. SP -03-4.1 Method of Measurement Measurement for tapping sleeves installed on existing 36" concrete water main will be made by each (EA.) tapping sleeve shown on the plans acceptably installed and completed, and shall include all work, materials, tools, and labor involved to install the tapping sleeve on the existing ' 36" concrete water main, including performance of the tapping service. Measurement for tapping valves installed on existing 36" concrete water main will be made by each (EA.) tapping valve of the size and type shown on the plans acceptably installed and completed, and shall include all work, materials, tools, and labor involved to install the tapping valve at the locations shown on the Plans. I I 1 Gregg Avenue Water Line Phase I SP -03 (I) Garver No. 0296-3600 ISP -03-5.I Basis of Payment Payment for installation of tapping sleeves to be installed on the existing 36" concrete water main will be made at the contract unit price bid per each (EA.) tapping sleeve of the size and type shown on the plans acceptably installed and completed. Payment will include all materials, tools, equipment, labor and incidentals necessary to acceptably install the tapping sleeves at the locations shown in the Plans. Payment for installation of tapping valves will be at the contract unit price bid per each (EA.) tapping valve of the size and type shown on the plans. Payment will include all materials, tools, ' equipment, labor and incidentals necessary to acceptably install the tapping valves at the locations shown in the Plans Payment will be made under the following items: SP -03-5. Ia 36"x18" Tapping Sleeve — per each (EA.) ' SP -03-5. I b 36"x 12" Tapping Sleeve — per each (EA.) SP -03-5. Ic 18" Tapping Valve — per each (EA.) SP -03-5. Id 12" Tapping Valve — per each (EA.) I END OF SECTION SP -03 I I I I El I I Gregg Avenue Water Line Phase I SP -03 (2) Garver No. 0296-3600 SP -04 — AUTOMATIC AIR RELEASE VALVE SP -04-1.1 General This specification shall cover the installation of an auomatic air release valve at the locations shown in the Plans. SP -O4-2.1 Materials The automatic air release valve shall be manufactured by APCO Valve & Primer Corporation, or equal as approved by the Engineer. The model for the air release valve shall be series 205, size 2", or equal as approved by the Engineer. All other materials shall be as shown in the details in the Plans, and as specified in the City of Fatteville's Standard Specifications for Waterline Construction, dated April, 1996, or its latest revision, attached in Appendix A. SP -04-3.1 Execution The automatic air release valve shall be installed according to the approved manufacturer's recommendations. All other materials shall be installed according to the City of Fayetteville's Standard Specifications for Waterline Construction, dated April, 1996, or its ' latest revision, attached in Appendix A. SP -04-4.I Method of Measurement Measurement for automatic air release valves will be made by each (EA.) automatic air release valve of the size and type shown on the plans acceptably installed and completed, and shall ' include all work, materials, tools, and labor involved to install the corporation stop, automatic air release valve, all necessary piping, vent riser, concrete manhole and access lid, and all other items shown in the details in the Plans. SP -04-5.1 Basis of Payment ' Payment for installation of automatic air release valves will be made at the contract unit price bid per lump sum (L.S.) for installation of an automatic air release valve of the size and type shown on the plans. Payment will include all work, materials, tools, and labor involved to install the corporation stop, automatic air release valve, all necessary piping, vent riser, concrete manhole and access lid, and all other items shown in the details in the Plans. ' Payment will be made under the following items: SP-04-5.Ia Automatic Air Release Valve — per each (EA.) I END OF SECTION SP -04 I I ' Gregg Avenue Water Line Phase I SP -04 (I) Garver No. 0296-3600 SP -05 - TEMPORARY LINE STOPS SP -05-I.1 General This specification shall cover the installation of a temporary line stop in an existing 12" PVC water line near the intersection of Futrall Drive and Gregg Avenue. Due to the number of customers currently served by the existing 12" PVC water main along the ' south side of Futrall Drive, the existing main cannot be taken out of service. In order to keep the existing customers in service but still be able to connect to the existing 12" main with a portion of the Work as shown in the Plans, the Contractor shall install the line stop at the location shown 'in the Plans. The Contractor shall contract directly with Hydra -Stop in order to install the line stop as directed in the Plans. SP -05-2.1 Materials The Contractor shall contract directly with Hydra -Stop to supply the proper fittings so that the line stop can be successfully installed in the existing I2" water main. Once the necessary work has been completed and the connection has been made to the existing 12" main, the Contractor shall remove the existing line -stop and furnish all necessary materials in order to ensure a leak -proof seal around the area where the line -stop was installed and removed. SP -05-3.1 Execution The Contractor shall contract directly with Hydra -Stop to install and remove the proposed line stop in a timely manner, and in such a manner that the existing 12" PVC water main remains in service on the east side of the line stop. SP -05-4.1 Method of Measurement Measurement for temporary line stop will be made by each (EA.) temporary line stop of the size and type shown on the plans acceptably installed and completed, and shall include all work, materials, tools, and labor involved to successfully install and remove the temporary line stop at the locations shown in the Plans. ISP -05-5.1 Basis of Payment Payment for temporary line stop will be made by each (EA.) temporary line stop of the size and type shown on the plans acceptably installed and completed, and shall include all work, materials, tools, and labor involved to successfully install and remove the temporary line stop at the locations shown in the Plans. Payment will be made under the following items: SP -05-5. Ia 12" Temporary Line Stop — per each (EA.) I I [1 END OF SECTION SP -05 Gregg Avenue Water Line Phase I SP -05 (I) Garver No. 0296-3600 ' SP -06 - STEEL ENCASEMENT PIPES ' SP-06-I.I GENERAL This specification covers the installation of buried steel encasement pipes by open cut and bored methods. This specification shall modify the City of Fayetteville's Standard Specifications for Waterline Construction, dated April, 1996, or its 1 latest revision. SP -06-2.1 MATERIALS Materials for the installation of steel encasement pipes by open ' cut or bored method shall conform to the City of Fayetteville Standard Specifications for Waterline Construction, dated April, 1996, or its latest revision, except as modified herein: ' The wall thickness of steel encasement pipes to be used in the installation of waterlines shall be as follows: Encasement Diameter Wall Thickness 6" 0.250" 18" 0.312" 24" 0.312" 32" 0.375" ' Pipe joints inside steel encasement pipe shall be restrained using restrained joint casing spacers. These spacers shall be model number Uni-Flange UFRCS 1300 for the pipe barrel and Uni- Flange UFRCS 1390 for the pipe bell joints as manufactured by the Ford Meter Box Company, or approved equal. All metal parts of casing spacers shall be ductile iron or hot rolled pickled steel, or stainless steel. All casing spacers except stainless steel shall be shop coated with fusion bonded epoxy at 10-15 mils thickness or shall be bitumastic coated. SP -06-3.I EXECUTION All encasement pipe shall be installed either by open cut or by the boring and jacking method unless called out otherwise herein and/or on the Plans. After execution of a Construction Contract, the Contractor may submit an alternate method of encasement installation to the Owner for review. Any alternate method shall be submitted in writing and shall be supported by a detailed description of how the Contractor will achieve a proper installation and an itemized price breakdown of the proposed alternate. Any alternative plans shall be submitted at least two (2) weeks before such work begins. SP -06-3.2 INSTALLATION BY BORING AND JACKING Installation of the encasement shall be carried out in such a manner that there will be no settlement of the ground surface above the encasement. The Contractor shall take all precautions to prevent caving of the soils ahead of the pipe. During encasement installation, the Contractor shall use all care to minimize annular space (voids) between the outside of the encasement pipe and the surrounding ground. Therefore, the outside of encasement pipes ' Gregg Avenue Water Lines Phase I SP -06 (1) Garver No. 0296-3600 Addendum No. I I. installed by boring and jacking shall be pressure grouted to eliminate voids according to Section SP -06-3.2.I, unless excepted therein. The Contractor shall inspect the locations where the encasement pipe and bore pits are to be installed and familiarize himself with the conditions under which the work will be performed Rand with all necessary details for the orderly prosecution of the work. The omission of any details in the Plans and/or herein for installation of the encasement and carrier pipe shall not relieve the Contractor of full responsibility for the proper execution and integrity of the work. ' The Contractor shall satisfy himself of soils condition by any means he deems necessary, i.e., exploratory boring or exploratory pit excavations at bore ends. Any such exploratory work shall be done in such a manner as to not jeopardize highway roadbeds and shall be satisfactorily backfilled and cleaned up. The Contractor shall be responsible to obtain his own permission and to furnish bonds, etc. as may be required by private landowners or the public authority having jurisdiction at the site of any such exploratory work. The Contractor shall perform all excavation required to complete the work regardless of the material encountered. Excavation from the access shafts (bore pits) in excess of that required to backfill the access shafts and open cut portion of the line shall be disposed of by the Contractor outside the limits of the construction site. Pits and trenches shall be properly shored, sheeted, and braced. Any damage to the encasement pipe coating during shipment or handling shall be repaired by the Contractor. Boring and installation of smooth wall pipe shall be by competent supervisors and workmen specializing in this type of work that is provided by the Contractor. The encasement alignment shall be maintained within a tolerance of one -tenth (0.10) of a foot of the line and grade shown on the Plans. ' SP -06-3.2.1 PRESSURE GROUTING: During installation of the encasement pipe, care shall be exercised to prevent voids between the encasement pipe and the surrounding ground. IOn encasement pipes 24" diameter and larger, the annular space between the encasement pipe and the ground shall be pressure grouted to eliminate all voids. Encasement pipes smaller ' than 24" shall also be grouted if so directed by the Owner depending on soil conditions at the bore site identified at the time of encasement installation. ' When grouting encasement pipes of such diameter that entry by a worker is possible, the grout shall be injected through the encasement pipe wall through 1.5" diameter holes from the inside at one location for each 5.0 -foot linear interval over the entire length of the encasement pipe. The sequence for grout injection locations shall be as follows: Locations "Clock" (5' Spaces) Position 1st 12 O'clock 2nd 3 O'clock Gregg Avenue Water Lines Phase I SP -06 (2) Garver No. 0296-3600 ' 3rd 12 O'clock 4th 9 O'clock 5th 12 O'clock Repeat 2nd through 5th locations at 5 -foot intervals for each location to end of the encasement pipe. NOTE: THE CONTRACTOR SHALL BE RESPONSIBLE TO SEE THAT ALL REQUIREMENTS OF OSHA CONCERNING ENTRY OF WORKERS INTO CONFINED SPACF_SARE FOLLOWED. For encasement pipes too small to be entered for grouting as addressed above, the annular space may be pressure grouted by means of an external grout pipe attached to the outside of the encasement pipe. After the encasement pipe (and the grout pipe) are in place, the grout pipe shall be withdrawn as the grout is introduced into the annular space. SP -06-3.2.2 Bore Pits The access shafts (bore pits) for encasement installation shall be rectangular in plan view, approximately 20' x 10', with the longer dimension being in the direction of the encasement pipe. The bore pits shall be sheeted, shored, and braced on all sides as addressed herein. Sheeting shall be timber or steel piling of ample strength to safely withstand all structural loading of whatever nature due to site and soil condition. The top of the sheeting shall be at a minimum elevation equal to the natural ground line as it existed prior to construction. SP -06-3.3 INSTALLATION IN OPEN CUT When encasement pipe is installed in an open cut trench, where specifically directed herein and/or on the Plans, the following applies: Trenches for encasement pipe shall be of the minimum width needed for proper installation of the pipe but in no case shall the actual width of the trench at the top of the encasement pipe be wider than the outside diameter of the pipe plus two (2) feet. For measurement and payment purposes where AHTD Class 7 granular material is used for bedding and/or backfill, the maximum trench width for calculating payment shall be the encasement pipe O.D. plus two (2) feet from the trench bottom to the ground surface. The encasement alignment shall be maintained within a tolerance of one -tenth (0.10) of a foot of the planned line and grade. ' SP -06-3.3.1 Bedding Under Asphalt, Concrete, or Gravel Paved Surfaces The trench bottom shall be extended to an elevation of six (6) inches below the encasement pipe bottom to allow for installation of bedding material. The bedding material shall be crushed stone aggregate base course AHTD Class 7. It is intended that the bedding shall support the encasement pipe over its entire length. The bedding shall extend from six (6) inches below the pipe up to the pipe centerline and shall be thoroughly consolidated by hand. The Contractor shall exercise special care in consolidating the bedding material so that it will provide the proper support for the encasement pipe. NOTE: The bottom of the backfill layer shall be the same line as the top of the bedding layer. Gregg Avenue Water Lines Phase I SP -06 (3) Garver No. 0296-3600 ' SP -06-3.3.2 BACKFILL OF TRENCHES Trenches shall be backfilled in accordance with the City of Fayetteville's Standard Specifications for Waterline Construction, dated 1996, or its latest revision. SP -06-3.4 CARRIER PIPE IN ENCASEMENT Installation of the carrier pipe in the ' encasement shall be accomplished in such a manner that neither the pipe nor the encasement is damaged. Care must be exercised to assure that the joints of the pipe are not over -deflected or pulled out during the process. The pipe shall be jointed and pushed or jacked through the ' encasement. Cables, chains, jacks or other equipment or devices used shall not be in direct contact with the pipe unless thoroughly padded. The carrier pipe barrel, regardless of its diameter, shall be centered diametrically in the encasement pipe by the use of manufactured casing spacers. Also, all carrier pipe bell/spigot joints inside the encasement shall be restrained from movement in the axial direction by the use of restrained casing spacers. There shall be a restrained casing spacer installed on each carrier pipe joint and a casing spacer without axial restraint (non -restrained) installed at the midpoint of each carrier pipe barrel or at a maximum interval of 10'. A minimum of three casing spacers shall be installed on each joint of pipe. All casing spacers, whether restrained or non -restrained, shall also function as hold-down jacks to prevent the carrier pipe from floating. THE CONTRACTOR SHALL SUBMIT DRAWINGS, SPECIFICATIONS, AND CALCULATIONS DEMONSTRATING THE STRUCTURAL ADEQUACY OF HIS PROPOSED CENTERING/RESTRAINT SYSTEM TO PROPERLY SUPPORT THE CARRIER PIPE AS SHOP DRAWINGS FOR REVIEW AND POSSIBLE APPROVAL. ' If, after installation of the carrier pipe, adequate stability has not been provided, in the opinion of the Owner, the annular space between the carrier pipe and the inside of the encasement pipe shall be filled with sand or other material approved by the Owner. After the carrier pipe has been installed in the encasement pipe, both ends of the encasement pipe shall be tightly bulkheaded, scaled, and vented, substantially as shown on the Plans. SP -06-4.1 METHOD OF MEASUREMENT ' Measurement for bored steel encasement pipe will be made by the linear foot (L.F.) of encasement pipe installed based on horizontal measurement for the various diameters shown in the Plans, and shall not exceed the planned length, unless approved in writing by the ' Owner. Measurement for steel encasement pipe installed by open cut will be made by the linear foot of encasement pipe installed based on horizontal measurement for the various diameters shown in the plans, and shall not exceed the planned length, unless approved in writing by the Owner. I Gregg Avenue Water Lines Phase I SP -06 (4) Garver No. 0296-3600 ISP -06-5.1 BASIS OF PAYMENT ' Payment for bored steel encasement pipes will be made by the linear foot (L.F.) of bored steel encasement pipe installed complete at the locations shown on the Plans. Such payment shall be total compensation for furnishing and installing the encasement pipe and installing the carrier pipe within the encasement pipe as described herein and all other items of work or materials needed for a complete installation. The carrier pipe and installation within the encasement pipe will be paid for under a separate item. No separate measurement or payment will be made for bore pit excavation, sheeting, shoring, etc., or fittings, skids, casing spacers whether or not the restrained type, straps, or other appurtenances, or for sealing, venting, marking, or protecting the encasement pipe. Payment for steel encasement pipes installed by open cut will be made by the linear foot (L.F.) of steel encasement pipe installed by open cut complete at the locations shown on the Plans. Such payment shall be total compensation for furnishing and installing the encasement pipe, all excavation, bedding and backfill, and all other items of work or materials needed for a complete installation. The carrier pipe and installation within the ' encasement pipe will be paid for under a separate item. No separate measurement or payment will be made for fittings, casing spacers, skids, hold-down jacks, straps, or other appurtenances, or for sealing, venting, marking, or protecting the encasement pipe. Payment will be made under the following items: SP -06-5.2a SP -06-5.2b SP -06-5.2c ' SP -06-5.2d SP -06-5.2e I 24" 6"5 18" 32" Bored Steel Encasement Pipe - per linear foot (L.F.) feel Encasement Pipe Installed by Open cut - per linear foot (L.F.) Steel Encasement Pipe Installed by Open Cut - per linear foot (L.F Steel Encasement Pipe Installed by Open Cut — per linear foot (L.F Steel Encasement Pipe Installed by Open Cut — per linear foot (L.F IEND OF SECTION SP -06 I I I I Gregg Avenue Water Lines Phase I SP -06 (5) Garver No. 0296-3600 Addendum No. I 1 SECTION E -I — SITE PREPARATION 1. DESCRIPTION E I -I. I This item covers the preparation of the site for construction of the proposed improvements. ' The attention of the bidder is directed to the necessity for careful examination of the entire project site to determine, at the time of bid preparation, the full extent of work to be done under the item "SITE PREPARATION." ' El -1.2 The item "SITE PREPARATION" shall include: I. Mobilization 2, Contractor's Staging Areas 3. Contractor's Access/Haul Roads 4. Clearing and Grubbing I5. Removal and Disposal of Structures 6. Clean Up 7. Temporary Safety Fencing CONSTRUCTION METHODS E1-2.1 MOBILIZATION: The Contractor shall consider and include his cost for providing personnel, equipment, materials, bonds, etc. required for prosecution of the work under this item. E1-2.2 CONTRACTOR'S STAGING AREAS: The area designated in the Plans as the Contractor's staging area shall be used by the Contractor to locate the field office, to store materials, for employee parking, and for other purposes necessary to perform the work on this project. All areas used or otherwise occupied by the Contractor for his operations shall be cleaned and restored to their original condition prior to the final acceptance of the project by the Owner. All work involved in the preparation and restoration of areas used or occupied by the Contractor will not be measured for ' separate payment, but will be considered subsidiary to the bid item "SITE PREPARATION." El -2,3 CONTRACTOR'S ACCESS/HAUL ROADS: The Contractor shall layout, construct, maintain, remove and/or reshape all access/haul roads needed to construct the work. Work, including Sail materials and labor, involved in the layout, construction, maintenance, repair, and removal (including re -seeding of the area occupied by the road), and/or re -shaping of the Contractor's access/haul roads will not be measured for separate payment, but will be considered subsidiary to the bid item "SITE PREPARATION." Before final acceptance of the project, any damage to the existing roads caused by the Contractor shall ' be repaired as directed by the Engineer. The repair of the existing roads will not be measured for separate payment but will be considered subsidiary to the item "SITE PREPARATION". ' El -2.4 CLEARING AND GRUBBING: This work shall consist of cutting, removing from the ground, and properly disposing of trees, stumps, hedge, brush, roots, weeds, rubbish, and other materials within the limits of the project or other designated areas that interfere with the work or are ' considered objectionable. The project site shall be cleared except those objects designated to remain shall be carefully protected ' from abuse, marring, or damage during construction operations. Gregg Avenue Waterline Phase I E -I (1) Garver No. 0296-3600 J I Li I I I I i II I I I I I I I Holes remaining after removal of trees, stumps, etc., shall be backfilled with material approved by the Engineer and compacted as directed except in areas to be excavated. The Contractor shall complete the operation by blading, bulldozing, or other approved methods, so that the project site shall be free of holes, ditches, or other abrupt changes in elevations that resulted from the clearing and grubbing operations. The project site shall be cleared of stumps, brush, rubbish, trees, and shrubs, with the exception of such trees, shrubs, and areas designated on the Plans or by the Engineer for preservation. Grubbing will not be required in areas that will have a fill height of 3 feet or more above undisturbed stumps cut within 6 inches of the natural ground. Debris shall be removed from the project site and disposed of at an off -site location. The entire job site shall be cleared of all debris, of whatever nature, and made ready in all respects for the construction of the proposed improvements. The Contractor shall make all necessary arrangements with the property owner for obtaining suitable disposal locations. The costs involved in clearing and grubbing, obtaining disposal sites, hauling, and final cleanup will not be paid for directly but will be considered subsidiary to "SITE PREPARATION" El -2.5 REMOVAL ANI) DISPOSAL OF STRUCTURES: This work shall consist of the removal and satisfactory disposal of utility poles; signs, sign supports, sign foundations; traffic rail; fence; curb and curb and gutter; portland cement concrete or asphalt concrete pavement, parking areas, sidewalks, and steps; driveways; retaining walls; manholes; drainage structures; concrete or masonry foundations (including foundations of poles or signs to be removed) or slabs; and culverts, all of which are not designated or permitted to remain. The Contractor shall make his own estimate of the work required for the removal of structures which conflict with the proposed construction. All structures required to be removed may not be designated as such in the plans. The provisions of this section shall not apply to underground petroleum storage tanks. The attention of the bidder is directed to the necessity for careful examination of the entire site to determine, at the time of bid preparation, the full extent of work to be accomplished. The entire site shall be cleared of all man-made obstructions and debris, of whatever nature, and prepared in all respects for the construction. The Contractor shall not unnecessarily interfere with the use of any adjacent sidewalks, streets, or roads. Materials removed will become the property of the Contractor and shall be removed from the job site, unless specifically designated otherwise. All surface items such as curb, curb and gutter, driveways, parking areas, walks, steps, asphalt and PCC pavement, and walls shall be separated or broken away from the adjacent part of any structure designated to remain in place by a vertical saw cut along the line designated by the Engineer. The edge of the structure left in place shall be approximately vertical with no abrupt changes in alignment. Any damage to or removal of the structure designated to remain in place shall be repaired or replaced at no cost to the Owner. Holes, ditches, or other abrupt changes in elevation caused by the removal operations that could Gregg Avenue Waterline Phase I Ed (2) Garver No. 0296-3600 obstruct drainage or be considered hazardous or unsightly shall be backfilled, compacted, and left in a workmanlike condition. ' Existing culverts or pans thereof that interfere with the new construction shall be removed. ' Where existing pipe culverts are to be extended or otherwise incorporated into the new work, only such part of the existing structure shall be removed as to provide a proper connection to the new work. The connecting edges or joints shall be cut, chipped, and trimmed to the required lines and grades without weakening or damaging the part of the structure to be retained. For a pipe culvert extension, the headwall and the attached end joint of concrete pipe or the flared end ' section on all types of pipe shall be removed to accommodate the extension. This work will not be paid for directly but will be considered included in the items involved in the culvert extension. I Trenches or voids resulting from the removal or demolition of existing culverts or other structures shall be filled with approved material placed in layers in accordance with SECTION E-2. Masonry and reinforced concrete foundations shall be obliterated, or if in fill sections, may be left in place if covered by not less than 2 feet of embankment. Concrete foundations for poles to be removed shall be obliterated to a depth of 2 feet below finished grade or as required to accommodate new construction. The removal and disposal of the various items covered by this specification will not be measured for separate payment, but will be subsidiary to the bid item "SITE PREPARATION". EI-2.6 CLEAN UP: From time to time, the Contractor shall clean up the site in order that the site ' presents a neat appearance and that the progress of work will not be impeded. One such clean up shall immediately precede final inspection. ' Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. FI-2.7 TEMPORARY SAFETY FENCING. During certain portions of the work, the Contractor shall provide a temporary fence of design and type needed to prevent entry by the public into open excavation areas of the Work. This temporary fence shall be installed and remain in -place around areas of excavation that shall remain open to the public for periods of longer than 8 hours, and around areas of excavation that are immediately adjacent to areas of public travel, such as sidewalks, public streets, etc., that shall remain open for periods longer than 8 hours. I Gregg Avenue Waterline Phase I E -I (3) Garver No. 0296-3600 i I 1 1 I 1 1 I I MEASUREMENT AND PAYMENT E1-3.1 Site Preparation will be measured as a lump sum complete item. Work completed and accepted under this item will be paid for at the contract lump sum price bid for "SITE PREPARATION," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. Payment will be made under: Item E -1-3.I Site Preparation - per Lump Sum END OF SECTION E -I Gregg Avenue Waterline Phase I E -I (4) Garver No. 0296-3600 SECTION E-4 - TRENCH AND EXCAVATION SAFETY SYSTEMS DESCRIPTION E4-1.1 This item covers the compliance with Act 291 of 1993 which requires the inclusion, in the bid, of a separate pay item for "TRENCH AND EXCAVATION SAFETY SYSTEMS". STANDARDS E4 E42.1 All work under this item shall conform to the current edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P (copy attached). "Competent Person" as defined in the Standard Specifications shall be the General Contractor's General Superintendent. CONSTRUCTION METHODS F4-3. I NOTIFICATIONS REQUIRED: The Contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet. The Contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground installations. E4-3.2 EXISTING STRUCTURES AND UTILITIES: Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities, or other installation, the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility. The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the owner of the structure or utility and the Project Owner. METHOD OF MEASUREMENT Trench or excavation safety systems shall be measured as a complete unit. BASIS OF PAYMENT E4 -5.I Trench and excavation safety systems shall be paid for at the lump sum price bid for "TRENCH AND EXCAVATION SAFETY SYSTEM", which price shall be full compensation for benching, sloping, sheeting, shoring, shielding, or any other protective system that provides the necessary protection to comply with Act 291 of 1993. Payment will be made under: Trench and Excavation Safety System END OF SECTION E-4 Gregg Avenue Waterline Phase I E-4 (I) Garver No. 0296-3600 SECTION 1-1 - MAINTENANCE OF TRAFFIC ' UtSLtur I KJN II_I.1 This item shall include the erection of signs, barricades, temporary markings, and the ' maintenance of, or noninterference with, traffic in accordance with details shown on the Plans and with these Specifications, or as directed by the Engineer. ' 11-1.2 This item shall also include the temporary relocation of traffic and street signs, the maintenance of the temporarily relocated signs through the construction of the project, and the permanent relocation of any sign relocated due to construction signage after the construction is complete. ' Permanent relocation of any salvaged signs shall consist of furnishing new sign post, new support hardware, and new concrete bases, where required, in accordance with the dimensions and details shown in the Plans and at the locations shown in the Plans, or as directed by the Engineer. New sign post shall comply with the Standard Specifications and AHTD Standard Drawings. STANDARDS 11-2.1 Maintenance of traffic as described above shall be accomplished in accordance with the applicable portions of SECTION 603, TRAFFIC CONTROL THROUGH CONSTRUCTION ZONES, Standard Specifications, except as modified or augmented herein. ' 11112.2 Traffic control devices shall be in accordance with SECTON 604 - TRAFFIC CONTROL DEVICES IN CONSTRUCTION ZONES of the Standard Specifications, except as modified or ' augmented herein. CONSTRUCTION METHODS ' 11113.1 The Contractor shall implement and maintain all maintenance of traffic devices as shown on the Plans or submit his own Plan to the Owner and Engineer for review and approval. Upon approval by the Owner in writing, the Contractor shall supply the Fire Chief and the Police Chief one (I) copy each for their files. Two (2) copies shall be supplied to the Engineer. The Contractor shall initiate and maintain all necessary labor and materials necessary to construct the project in a manner which will ' guarantee public safety with a minimum of inconvenience. Additional work shall be performed by the Contractor during construction as directed by the Owner or Engineer if necessary to insure the above standards. I1 I1=3.2 Contractor Personnel: The Contractor shall designate a traffic control supervisor to furnish continuous surveillance over traffic ' control operations. This supervisor shall be available at night and weekends to respond to calls involving traffic control. The name of the traffic control supervisor shall be provided at the preconstruction conference and to local police. 1 The Contractor's personnel who are used to maintain traffic flow, such as flagmen or any other person who verbally communicates with or gives directions to the motorized public, shall speak English ' fluently. Gregg Avenue Waterline Phase I 1-I (1) Garver No. 0296-3600 Li ' 1111=3.3 Driveways: Maintenance of driveways shall be as approved by the Engineer. It shall be the Contractor's responsibility to maintain adequate access to private and commercial property at all times, ' except as required for construction across the driveway as approved by the Engineer. During the construction of driveways or at any time that a property owner cannot use his driveway, the Contractor shall notify the property owner (one week in advance, minimum) when the driveway will be closed and ' the approximate length of time that it will be closed. The intent of this section of the Specifications is to cause as little inconvenience as possible to private property owners. ' 11-3.4 Relocation and Reulacement of Traffic Signs and Pavement Striping: During the construction of the project, the temporary relocation of street signs and traffic control signs will be performed by the Contractor. The Contractor shall maintain the signs at highly visible locations ' as near as practicable to the original locations. The latest edition of the Manual of Uniform Traffic Control Devices published by the Federal Highway Administration shall be used as a guide to the placement of signs during construction. ' Immediately after the construction of any part of the project reaches a stage of completion such that the relocation of the street signs and traffic control signs is no longer necessary, the Contractor shall ' permanently relocate the street signs and traffic control signs. Removing any construction signage must be approved by the Engineer. Street signs and traffic control signs shall be removed from such area of work as necessary to permit work on the project. Each sign shall be temporarily relocated in a secure manner by driving the sign into the ground with equipment approved by the Engineer, or otherwise installed as approved to prevent damage to underground utilities. Street signs no longer necessary shall be salvaged in good condition and restored to their original use or returned to the Owner if no longer needed. ' Existing striping shall be removed and new temporary stripes and other pavement markings shall be provided by the Contractor. Work shall be performed in accordance with SECTION 720 (for Type 4) - PERMANENT PAVEMENT MARKING TAPE of the Standard Specifications. Pavement markings not ' necessary to the phased construction patterns shall be removed or obliterated with black paint, as approved by the Engineer. Striping shall be maintained and restored as necessary during construction. 11-3.5 Suspension of Work: If the Owner or the Engineer determines that provisions for safe traffic control are not being provided or maintained, the work will be suspended. In cases of serious or willful disregard for safety of the public or construction workers, the Owner will place the traffic control devices in proper condition and deduct the costs from monies due the Contractor. 1111=3.6 Construction Sequence: The Contractor must understand, implement, maintain, and fully execute all the following requirements for Construction of the waterlines at the intersection of Gregg Avenue with Fultrall Drive and Shiloh Drive. Working hours for all part -width construction near the intersections must be constructed during ' the hours of intent of the 6:00 am Plans for and 3:00 pm on Saturdays and 6:00 am and 3:00 pm on Sundays. It is the each intersection to be constructed within a single weekend. However, if the Contractor's work is not progressing at this rate then Engineer may require the Contractor to construct a temporary driving surface according to the details in the plans and suspend work until the following weekend. Steel plates may be utilized on Saturday night if the restoration of the roadway surface is not complete. The roadway surface must be restored to a smooth driving Gregg Avenue Waterline Phase 1 1-1 (2) Garver No. 0296-3600 I I I I I I surface by 3:00 pm on Sunday. A smooth driving surface is defined as either the ACHM PAVEMENT REPAIR DETAIL or the TEMPORARY PAVEMENT REPAIR DETAIL has been properly constructed and is ready for traffic. In order to maximize the weekend hours the Contractor shall: • Have completed all necessary arrangements with the City, Engineer, and all other agencies. • Mobilize his workers so that construction can begin promptly at 6:00 am. • Have all necessary equipment on -site or staged near the work. • Coordinate with material suppliers for weekend deliveries. • The Contractor must contact the Traffic Department of the City of Fayetteville at 575- 8228 by 12:00 P.M. on the preceding Friday before work on Saturdays and Sundays to coordinate the location of specific conduits and the changing of sequence for the traffic signals. METHOD OF MEASUREMENT ' 11-4.1 Maintenance of Traffic will be measured as a complete item. BASIS OF PAYMENT 11-5.1 Work performed under this section, acceptably completed as provided above, will be paid for at the control lump sum bid price for "MAINTENANCE OF TRAFFIC", which price shall be full ' compensation for this item. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. ' Payment will be made under: Item 1-1-5.1 - Maintenance of Traffic — per lump sum I u I I I L L' END OF SECTION I -I Gregg Avenue Waterline Phase I I-1 (3) Garver No. 0296-3600 SECTION 1-10 - FENCES ' UtSLKlr r IUIN 1-10-1.1 This item covers furnishing and constructing new barbed wire and chain -link fence and ' gates in accordance with the types, locations, and details in the Plans, or as directed by the Engineer. STANDARDS 1-10-2.1 Materials and work shall be in accordance with SECTION 619 - FENCES of the Standard Specifications, except as modified or augmented herein. ' METHOD OF MEASUREMENT 1-10.3.1 Fencing will be measured by the linear foot outside to outside of end post, for the type specified in the Plans. BASIS OF PAYMENT 1-10-4.1 Work performed and accepted under this item and measured as provided above will be paid for at the contract unit price bid per linear foot for fencing and gates as listed below and in the ' unit price schedule, which prices shall be full compensation for all clearing and grading; for setting posts, erecting fence, and installing gates; for all excavation and backfill; for furnishing all material; and for all labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: Item 1-10-4.1 a Barbed Wire Fence — per linear foot Item I -10-4.1b 6 -ft Chain Link Fence — per linear foot END OF SECTION 1-10 C] [1 I I I 1] ' Gregg Avenue Water System Phase I 1-10(1) Garver No. 0296-3600 • • ' SECTION 1 -16 -CONCRETE SIDEWALKS 'L'S-.JL.,\,t „VI\ 116-1.1 This item shall consist of the construction of reinforced and unreinforced Portland Cement ' concrete sidewalks (including handicap ramps) in accordance with the lines, grades, and construction details shown on the Plans or as directed by the Engineer. All materials and work shall be in accordance with details shown on the Plans and with these Specifications. STANDARDS I16-2.1 Materials and work for sidewalks and steps shall be in accordance with SECTION 633 - ' CONCRETE WALKS AND STEPS of the Standard Specifications, except as modified by SECTION S -I - STRUCTURAL CONCRETE of these specifications, and except as modified or augmented herein. I I I I 116-2.2 Work shall also be in accordance with City of Fayetteville Ordinance No. 4005. Any questions regarding this Ordinance or the Contractor's responsibilities during construction shall be addressed to the City of Fayetteville's Sidewalk and Trails Coordinator. CONSTRUCTION METHODS 116-3.1 Final finishing of the surface shall be by steel trowel finish followed by light brushing or brooming to attain a slightly roughened texture. Transverse (contraction) joints in the walks shall be sawcut (to a depth of T/4) at intervals not greater than the width of the walk, or as directed, in accordance with details in the Plans. 116-3.2 Transverse expansion joints in sidewalks shall be constructed opposite expansion joints in curb and gutter, where sidewalk abuts other concrete structures, and as otherwise directed by the Engineer, except that no space shall be left between the sidewalk and adjacent curb. Expansion joints shall be sealed with Sonnebom SLI-Sealant above the joint filler material. 116-3.3 Curing compound meeting SECTION 802 - CONCRETE FOR STRUCTURES of the Standard Specifications shall be used on all sidewalks. METHOD OF MEASUREMENT 116-4.1 Concrete for sidewalks (including handicap ramps) and steps will he measured by the horizontal square yard. I H J I I BASIS OF PAYMENT 116-5.1 Work acceptably completed and measured as provided above, will he paid for at the contract unit price bid per square yard for "Sidewalk," at the specified thickness, which price shall be full compensation for subgrade preparation; for formwork; for furnishing and placing all materials, including expansion joint material; and for all equipment, tools, labor and incidentals necessary to complete the work. Gregg Avenue Waterline Phase 1 1-16(1) Garver No. 0296-3600 Payment will be made under: 116-5.1 a Concrete Sidewalk - per square yard ' END OF SECTION 1-16 1 1 1 1 1 ' Gregg Avenue Waterline Phase 1 1-16(2) Garver No. 0296-3600 SECTION 1-17 CURB AND GUTTER DESCRIPTION 117-1.1 This section shall consist of the construction of curb and curb and gutter at the locations shown on the Plans or as directed by the Engineer. STANDARDS ' 117-2.1 Materials and work (including testing) for Concrete Curb and Concrete Curb and Gutter shall be in accordance with SECTION 634 - CURBING of the Standard Specifications, except as modified by ' SECTION S -I - STRUCTURAL CONCRETE of these Specifications, and except as modified or augmented in this section of the Specifications. CONSTRUCTION METHODS 117-3.1 Forms: Article 634.03(b) of Standard Specifications shall be augmented as follows: ' (a) Form for curb and gutter on tangent shall be steel forms, taking into consideration standard lengths of such forms. (b) Forms in curved sections may he substantially built wood forms. (c) The Engineer shall approve all forms before they are used on the job and shall inspect them periodically. When forms appear to be unsatisfactory in any way, either before forms are used, during forting operations, or during the placing of concrete, the Engineer shall order the work stopped until the defects have been corrected or the defective forms are replaced by satisfactory ones. 117-3.2 Placing and Finishing: That part of Article 634.03(c)( I) of the Standard Specifications which ' relates to placing and finishing shall be replaced by the following requirements: (a) Concrete shall be dry enough to permit early removal of face forms, if used, for the curb ' section; it shall not be so dry but what adequate tamping and spading will ensure adequate compaction and surfaces free from honeycomb. The subgrade shall be wetted before placing the concrete. (b) The surface shall be shaped to the required section, finished with a steel trowel, and lightly brushed to produce a uniform surface of slightly roughened texture. The exposed edge of the gutter at the front form, and the exposed edge of the curb at the back form, 'shall be edged with an edging tool having a radius of approximately 1/8 inch. (c) At the Contractor's option, shaping may be done by a steel screen, shaped to exact curb ' and gutter section, riding upon the tops of front metal template. The Contractor shall be responsible for construction within the tolerances allowed by this section. The shaping operation shall be repeated as often as necessary to attain the required results. 1 Gregg Avenue Waterline Phase 1 1-17 (I) Garver No. 0296-3600 ' (d) If templates are used to control shape, they shall be of metal and securely fastened in position at intervals not exceeding ten (10) feet. Templates shall be normal to the grade ' of the gutter and to the centerline of roadway. 117-3.3 Joints: Article 634.03(d), Joints, Standard Specifications, for Concrete Curb and Concrete ' Curb and Gutter shall be deleted in its entirety, and substituted therefore shall be the following: (a) Premolded expansion joint material shall be placed between the curb and gutter and any t concrete construction that otherwise would abut against it. Joint material shall be 1/2 inch thick. Premolded joint material shall be of the nonextruding type, and shall conform to AASHTO designation M 213. ' (b) Expansion joints shall be constructed at the ends of curb and gutter, at the points of curvature of returns to streets and driveways. Intermediate expansion joints shall be constructed so that the maximum distance between joints is sixty (60) feet or as ' otherwise controlled by details on the Plans. The joint material shall extend entirely through the curb and gutter section and, before the joint can be considered completed, must be trimmed to curb and gutter section. (c) Contraction joints shall be 1/8" to 3/8" (width) x 1-1/2" (depth) and shall be placed at fifteen (15) foot intervals between expansion joints or as otherwise controlled by details Ion the Plans. Contraction joints shall be formed by sawing, unless otherwise specified, and sealed with a non -sag sealant meeting the requirements of the Standard Specifications. ' (d) Joints shall be normal to the grade for gutter and the centerline of the roadway. Where curb and gutter is constructed adjacent to rigid pavement, and at sidewalks, the location t and width of joints shall coincide with those in the pavement, where practicable. All joints shall be sealed with material meeting the requirements of SECTION 501 - PORTLAND CEMENT CONCRETE PAVEMENT, Article 501.03(h) of the Standard ' Specifications. 117-3.4 Placement: Concrete curb and concrete curb and gutter shall be one -course, monolithic, ' between expansion joints. METHOD OF MEASUREMENT 117-4.1 Work required by this Section shall be measured by the linear foot (L.F.). Each continuous section of the curb and/or curb and gutter of the type constructed will be measured along the back edge of the curb; measurements shall include the space occupied by all joints. Measurements shall not ' include the distance across inlet structures. The quantity on the estimate will be the sum of the several measurements, to the nearest linear foot. ' BASIS OF PAYMENT 1-17-5.1 Work acceptably completed and measured as provided above will be paid for at the contract ' unit price per linear foot (L.F.) bid for "Concrete Curb and Gutter" which price shall be full compensation for furnishing all materials, including joint material; for all reinforcing steel; for all ' Gregg Avenue Waterline Phase 1 1-17 (2) Garver No. 0296-3600 excavating, fine grading, and backfilling; for placing, finishing, sawing, and curing; and for all equipment, tools, labor, and incidentals necessary to complete the work. Payment will be made under: Item 1-17-5.Ia Concrete Curb and Gutter - per linear foot (L.F.) END OF SECTION 1-17 1 1 1 1 Gregg Avenue Waterline Phase I 1-17 (3) Garver No. 0296-3600 I I I I- I 1l Il I I LI I I I Appendix A City of Fayetteville Standard Waterline Specifications 11 C C STANDARD WATER LINE SPECIFICATIONS FAYETTEVILLE, ARKANSAS APRIL 2nd, 1996 aE CITY OF FAYRTEVILLE. ARKANSAS April 10th, 1996 City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: Standard Water Line Specifications These STANDARD WATER LINE SPECIFICATIONS are hereby promulgated by the City Engineering Division under authority granted by the Fayetteville City Council by Resolution 46-96 dated April 2nd, 1996, as approved by the Water and Sewer Corrmittee on February 15th, 1996, and as approved by the Mayor of the City of Fayetteville. H AL SI ssop, Public Works Director Char es Venable, Asst Pub Works Director Do'uTS1d R. Bunn, City Engineer �3 WEST MOUNTAIN 72701 501-521-7700 Cnv cn 1.K IC.oneI • RESOLUTION NO. 46-96 A RESOLUTION AUTHORIZING THE ENGINEERING DEPARTMENT TO PROMULGATE POLICIES, PROCEDURES AND SPECIFICATIONS FOR WATER LINES, SEWER LINES AND STREETS. - BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Engineering Department is hereby authorized to promulgate policies, procedures and specifications for water line, sewer lines and streets. Section 2. That such policies, procedures and specifications for water lines and sewer lines shall be reviewed and approved by the Water and Sewer Committee of the City and shall. be approved by the Mayor. Section That such policies, procedures and specifications fur s ecis ;)-:all be reviewed and approved by the Street Cor unjttec of the City Council and shall be approved by the Mayor. PASSED AND APPROVED this 2nd day of April , 1996. - APPROVED: By: Pred Hanna, Mayor ATTEST By:ClQfj >QJ Traci Paul, City Clerk U 1 a i -7:-1. 1 w0 C TABLE OF CONTENTS PART A, GENERAL REQUIREMENTS: 1. Requirements to Extend Water Service................ 2. Minimum Size of Water Lines .......................... 3. City Participation in water line Costs............... 4. Easements ............................................ 5. Permits . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6. Approval of Water Extension Plans... 7. Inspections and Testing Procedures.. . . . . . . . . . . . . . 8. Final Acceptance by the City......................... 9. Location of Water Lines. . . . . . . . . . . . . ... . . . . . . . . . . 10. Fire Hydrant Spacing. . . . . . . . . . . . . . . . . . . . . . . . . . . . 11. Water System Study ................................... 12. Applicability. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . PART B, MATERIALS 2 2 3 3 5 5 6 6 1. Pipe and Fittings. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. Polyethylene Encasement (Pipe Wrap) .................. 3 3. Detectable Tane...................................... 3 4. Backfill Materials ................................ 3 Is. Pipe BeWiieg Materials........................... 6. Tzacer Wire.. .. . 44 7. Concrete ..................... . . 8. Steel Encasement Pipe ................................ S. Gate Valves.......... 5 10. Butterfly Valves ..................... 6 11. Valve Boxes. . . . - . . . . . . . . . . . . . . ........... . . . . . . . 7 12. Fire Hydrants ........................................ 7 13. Tapping Sleeves. . . . . . . . ............................. 8 14. Service Connection Materials...... . . . . . . . . . . . . . . . . . . 8 PART C, CONSTRUCTION METHODS Ii. Pipe Laying. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....... 2. Pipe Trench, Excavation.............................. 5 3. Pipe Trench, Backfill............... ...... 4. Installation of Meter Box Settings ................... 7 �' 5. Valve and Valve Box Installation ..................... 7 6. Fire Hydrant Installation. . . . . . . . . . . . . . . . ... . . E 7. Blow -Off Construction ................................ 9 8. Clean -Up. . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..... . . . . . . 9 9. Pavement Repairs. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 10. Barricades, Guards, and Safety Provisions............ 13 1 11. Maintenance of Traffic and Closing of Streets....... 13 I I STANDARD SPECIFICATIONS FOR WATER LINES PART A. GENERAL REQUIREMENTS 1. Requirements to Extend Water Service: All new development of any kind shall be required to extend water services to that development at the owner's expense. Water service shall include providing adequate domestic water flows as well as fire protection with hydrants spaced in accordance with the local and state fire codes. On subdivision or large scale development water systems, water lines shall extend to the subdivision property line where future streets are either planned or built to serve adjacent property. Construction of such extensions shall be at the expense of the developer. At other locations easements may be required to facilitate future extension of lines to adjacent properties. The requirements to extend water service and provide lines adequate for both domestic and fire demands shall apply to all subdivisions regardless of whether they are inside the City Limits or not. Where subdivisions are outside the City Limits, the placement of fire hydrants shall be optional and in no case shall hydrants be installed outside the City unless a) a fire flow of at least 500 gallons per minute can 1e obtained at the hydrant, and b) the residents being served by the hydrant have a contract for fire protection with the City of Fayetteville and/or with a Washington County Rural Fire Depart:oent having a mutual aid agreement with the Fayetteville Fire Department. 2. Minimum Size of Water Lines: The minimum sized line that may be installed in connection with a subdivision is Six (6) inch. This is required even if the line is being extended from an existing line that is smaller than Six (6) inches. Two (2) inch lines may be approved for cul-de-sacs provided the line could not be reasonably extended in the future to provide service to adjacent property and where a larger line is not needed to provide either fire protection or adequate domestic flows. Eight (8) inch lines shall be required where needed to maintain or to create an Eight (8) inch water line grid at a spacing of about 1/4 of a mile in both the north -south and east - west direction. A spacing of less than 1/4 mile may by required to accommodate domestic or fire demands. Lines larger than eight (8) inches will be required as recommended by the latest Water System Study. Part A, General 1 1 1 1 1 1 1 1 I I i El The minimum line size requirement for the provision of fire protection shall be a looped 6 -inch line or, in the event of a dead end line, an 8 -inch. This minimum requirement shall apply regardless of the theoretical flow capacities existing in the system. Even where a 6 -inch loop may be attained, the City Engineer may require the installation of an 8 -inch line in certain locations where loops are long and where large developments are involved. Lines larger than 8 -inch may be required if they are needed to provide domestic and fire flow demands for a development. 3. City Participation in Water Line Costs: In cases where the City desires to have a larger sized water line in place than is required under Part 1, Paragraph 2 of these Specifications, the city may enter into an agreement with the developer to provide for the construction of the larger sized line. In that event, the City shall be responsible for the difference in material and installation cost between the size line required for the developer and the size line desired by the City. The City shall not be responsible for any engineerinv cost associated with the up -sizing unless the larger size line is more than 12 -inches in diameter. The City shall not participate in the rncf of Mn A-i n -h nr emn l 1 or line 4- i-h .. n: *.. i The cost involved in up -sizing shall be determined by the developer's engineer by the taking of bids, and shall he approved by the City Engineer and by the City Council and/or Mayor. 4. Easements: Easements for water lines shall be at least 20 feet in width regardless of the size of the water line. The easement may be designated specifically for water line purposes or it may be a general utility easement. Lines sized 12 -inches through 18 -inches shall not be placed in easements of less than 25 feet. Lines larger than 18 -inches shall be placed in an easement of no less than 30 feet. Wider easements may be required, depending on the specific circumstances involved. Easements of a lesser width will be considered when adjacent to another easement or under other special circumstances. Also, where easements are required between lots, the City will consider 16 foot easements (to coincide with setbacks). Part A, General 2 I . S 0 0 M 5. Permits: All permits required to accomplish the work shall be the responsibility of the owner or engineer. Such permits may include but is not limited to permits for work within Highway Department R/W, railroad crossing permits, "Notice of Intent" for Erosion Control (Arkansas Department of Pollution Control and Ecology), Drainage Permit, Grading Permit, and a "No Charge" tapping permit for fire service lines. Work shall not be started without the appropriate permit(s) in place. 6. Approval of Water Extension Plans: Detailed plans and specifications shall be required for all extensions and shall be prepared by a professional engineer registered to do business in the State of Arkansas. The plans and specifications shall be first approved by the City Engineer and then shall be forwarded to the State Department of Health by the Engineer of Record for their approval. In no case shall any water line construction be allowed before the City has written approval from the State Health Department. Private lines constructed for fire prevention purposes which -- have no metering device or backflow prevention device at the point of tie-in to the City main shall be treated as a public line and be subject to these specifications as far as engineering, construction techniques, materials, testing, and inspections are concerned. After a final inspection and acceptance of the worn, the line shall be owned and maintained by the owner of the property it serves. No construction of any kind may begin without an erosio≥i control plan on file with the City in accordance with the City's Excavation and Gra ordinance. The erosion con ro measures straw a es, silt dams, silt ponds, etc.) must be in place in the field prior to construction. For projects 5 acres or larger in size, it is the responsibility of the contractor to have on file with the Arkansas Department of Pollution Control and Ecology a "Notice of Intent". Written notice of the intent to begin construction must be given to the City no less than three (3) days nor more than ten (10) days prior to the construction start date. A pre -construction conference involving the Engineer of Record, Contractor, and the City is required prior to beginning construction. Part A, General 3 0 1 r I 7. Inspections and Testing Procedures:_ All field tests required for a project shall be witnessed by the city in the presence of the Engineer of Record and the Contractor. The City representative shall be one of the Public Works Construction Inspectors. The Contractor's representative shall be the foreman or superintendent on the job. The Engineer of Record may be represented by an authorized and qualified representative. The City requires a 24 hour notice on all tests. Calls to the City for the purpose of setting test times shall be made by no later than 10:00 AM for test on the following day. Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot be reasonably scheduled so that a representative of the City can be present, the Engineer of Record will witness the test and certify to the City the results. In no case shall •a test be made without the presence of the Engineer of Record and the Contractor. It is the responsibility of the Engineer of Record and/or the Contractor to coordinate the scheduling of tests with the City and with the other parties involved. are: The tests generally associated with water line construction a) The pressure testing of tapping sleeve installations b) The pressure testing of lines after installation c) The bacteriological (Bac-T) testing d) Fire Hydrant tests Generally, no Contractor or Engineer of Record involvement is required in the taking of samples for the Bac-T test except that the contractor is responsible for the proper flushing of the line prior to samples being taken by the City. However, the City may require the presence of the Contractor or Engineer of Record when questions have been raised as to the methodology or techniques used in the sampling process. Bac-T samples are sent to the State Department of Health for testing. Results obtained by the City shall be forwarded to the Engineer of Record either by fax or by mail immediately upon receipt by the City. Part A, General 4 E • Lines failing the Bac-T tests shall be re -sampled as soon as practicable. If a line fails three (3) consecutive Bac-T tests, the line must be re -chlorinated before Bac-T samples can be taken again. The City shall not be responsible for the rescheduling of failed Bac-T tests. The fire hydrant test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This shall be done after the pressure test has been completed and the fire hydrant valve shall be left in the open position. All equipment, materials, and labor required for testing shall be furnished by the contractor at his expense. 8. Final Acceptance by the City: The project shall be subject to a joint final inspection by a designated representative of the City Engineer's Office, a representative of the Fayetteville Water and Sewer Maintenance Department, the Engineer of Record, and the Contractor. A separate walk-through shall be made by the Meter Foreman to check the location, grade, and condition of water meter settings prior to final acceptance. The City will be deemed to have accepted water lines and • atpurtenances for ownership upon written notification to the Owner after final inspecti^n. Once the City accepts the project for ownership, the Owner shall be responsible for the provision to the City of a two (2) year maintenance bond for 100 pe:ccen.. of ,.he construction cost which shall cover defects in materials and workmanship. A walk-through shall be performed at the end of the two year period and all deficiencies corrected prior to release of the bond. City maintenance shall begin after expiration of the Two (2) year Maintenance Bond. Record drawings are hereby required as a condition of final acceptance by the City. 9. Location of Water Lines: Water lines shall be placed on public streets either in the right of way or in an easement adjacent to the street right of way except that lines can go between lots when there is no other reasonable way to access a line or provide for future service. In no case shall lines intended for individual services be placed in the rear of lots or along back property lines. 5 Part A, General I • 10. Fire Hydrant Spacing: Maximum spacing for single family and duplex developments is 800 feet. Maximum spacing for all other residential development shall be 600 feet. P . Spacing and placement of fire hydrants within apartment complexes shall be as called for by local or state fire codes or as directed by the Fayetteville Fire Chief. f 1 1 For commercial and industrial developments, fire hydrant spacing shall be as called for by local or state fire codes, or as directed by the Fayetteville Fire Chief. 11 Water System Study: The City's latest Water System Study shall be the basis for decisions made in regard to required line sizes, water line locations, location of water pump stations, water tank sizes and location, and any other matter relating to the water distribution system. 12. Applicability: These regulations and requirements contained in Part r. of these Standard Specifications shall he applicable to all land c_ po.rcels of land being developed for commercial, industrial, or i r The material and construction specifications res_d.e, lal use. :. contained in Parts B and C shall he applicable to all :titer line' construction under the control of the City of 'rayetteVille. Part A, General 3 1 • S. STANDARD SPECIFICATIONS FOR WATER LINES PART B, MATERIALS 1. PIPE AND FITTINGS: Allowable pipe materials shall be Polyvinyl Chloride (PVC) and Ductile Iron. Materials for mains larger than 24" shall be determined on a case by case basis. All pipe shall be designed for a working pressure of at least 200 psi except that for large pipe (30" in size or larger) the design working pressure shall be as called for by formal design. In no case shall the design working pressure be less than 150 psi. For pipe smaller than 24", the allowable pipe sizes are 2, 6, 8, 12, and 18 inches. Polyvinyl Chloride Pipe - PVC pipe 2 inches in size shall be manufactured in accordance with ASTM D-2241. PVC pipe 6 inches through 12 inches in size shall be manufactured in accordance with AWWA Specification C900 and shall have an SDR of 14. The plastic material used in making the pipe shall be clean, virgin, Cell Classification 12454B PVC compound conforming to ASTM Resin Specification D-1784, latest revision. Clean, reworked material generated from the manufacturer's own • production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. Nominal laying length shall be 20 feet. Joints for 2 -inch plastic pipe shall conform to ASTM • Specification D-3139. Joints for plastic pipe 6 -inches and larger shall conform to AWWA C-900. Fittings for PVC pipe 2 inches in diameter shall comply with ASTM Specification D-3139, 'Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals". Fittings for PVC pipe 6 -inches and larger shall conform to the specifications given for ductile iron pipe. I Ductile Iron Pipe - Ductile Iron Pipe shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids," AWWA Standard C151, latest revision, and shall be designed to withstand compacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a soil density of 120 pounds per cubic foot and Type 3 standard laying conditions. Part B - Materials 3 p • • Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile Iron Pipe", ANSI/AWWA C150/A21.50-91, effective March 1, 1992. Joints and joint materials for ductile iron pipe shall conform to ANSI/AWWA C105/A21.4. All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable sections of ANSI/AWWA C151/A21.51 and ANSI/AWWA C110/A21.10. All restrained joint pipe shall be "TR Flex," as manufactured by U. S. Pipe, "Flex - Ring" joint as manufactured by American Ductile Iron Pipe, or P equal. Swivel joint fittings shall have a retainer lip and swivel rotatable gland for positive restraint without tie rods. Restraint joints shall be used where testing will be done against closed valves, etc. Flanged pipe and fittings shall be in accordance with the requirements for "Flanged Ductile Iron Pipe with Threaded Flanges," ANSI/AWWA Cll5/A21.15, latest revision. Bolts and gaskets shall meet the requirements of ANSI/A.WWA C111/A21.11, latest revision, for "Rubber -Gasket Joints for •Ductile -Iron Pressure Pipe and Fittings." All ductile iron pipe and ductile iron pipe fittings shall have a. standard thickness cement mortar lining in conformance to ANSI/AWWA C104/A21.4. All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. Exposed pipe may be required to have a factory prime coat consisting of one coat of Xop-Coat 240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal. The bituminous coating shall be approximately 1 mil thick and shall be factory applied to the outside of all pipe and fittings. The finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. Joint lubricant shall be provided by the pipe manufacturer, and applied as per the manufacturer's recommendations. Part B - Materials 2 u I . S Galvanized Steel Pipe and Fittings: Threaded fitting pipe for blow -offs shall be unlined Schedule 80 steel pipe and shall conform with the requirements of ASTM A120-82, latest • revision, and shall be galvanized in accordance with ASTM Specification A90-81, latest revision. Fittings for galvanized steel pipe shall be of cast iron, of standard design and dimensions, and be of uniform style and pattern. Fittings for galvanized steel pipe shall be galvanized in accordance with ASTM Specification A90-81, latest revision. Galvanized pipe and fittings shall be allowed for non -buried service only. 2. Polyethylene Encasement (Pipe Wrap): Polyethylene. encasement shall be in conformance to ANSI/AWWA C105, latest revision. The polyethylene film shall have a minimum nominal thickness of .008 -inch (8 mils), and shall be provided in either flat tube or sheet form. 3. 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 small be 5.5 mils and the width shall not be less than 2 inches with a mediuIr, unit weight of 2 1/2 pounds/i inch x 1000 feet. P. The tape shall be color coded and imprinted with the message as follows: Type of Color Utility Code Legend Water Safety Precaution Blue 4. Backfill Materials: Allowable backfill material shall be: Caution, Buried Water line Below (1) Class 7 Aggregate Base Course as specified in Table 303- 1, page 161, in section 303 AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION," Edition of 1993, published by the Arkansas State Highway and Transportation Department. Part B - Materials (2) Sand. Sand uncoated grains free All (100%) of "sand" (4) Red Clay Gravel Engineer" (5) Native material required and where material. shall consist of clean, hard, durable from lumps, clay and organic materials. shall pass a no. 8 sieve.. or "Hillside" as approved by the City s where the Class 7materials is not suitable (not to be used as bedding This material is to be placed above the bedding materials as defined in Part B of these specifications, paragraph 5. 5. Pipe Bedding Materials: Pipe bedding materials shall be: a) The by-product of McClinton -Anchor's rock crushing operation commonly known as grit, or equal b) Sand c) Class S Base (LHTD Specification) d) Materials meeting either ASTI, D-148 Size ,,-6. or ASTM D2774 In no case shall the maximum dimension of rock exceed 0.50 inches. 6. Tracer Wire: Tracer wire shall be 14 gauge coated copper for underground burial. 7. Concrete: Concrete for use as reaction backing or below -ground encasement shall be Class "B", defined as concrete with five bags of cement per cubic yard of concrete and with a minimum 28 day compressive strength of 2,500 psi. Part B - Materials 4 I • • 8. Steel Encasement Pipe: Encasement pipe for water mains shall be constructed of either spiral or straight welded steel and shall be sized as follows: water Minimum Encasement Minimum Wall ASTM/AWWA Main Size Pipe Size Thickness Specification (inches) (inches) (inches) P4 - 6 12 0.250 ASTM A 53 8 16 0.250 AWWA C 102 12 - 16 24 0.250 18 30 0.312 20 - 24 36 0.312 36 48 0.375 " It 48 60 0.375 P9. Gate Valves: Gate valves shall be used for pipe up through 10 -inches in size. Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the requirements of AWWA •0503, latest revision, for °Pesilien:: Seated Gate Valves, 3 Through 12 NPS, for Water and sewage Syster..s. P.11 gate valves shall be designed for a minimum of 200 psi working pressure. Al! gate valves shall be M&H, AWWA C509 Resilient Seated Gate Valves or approved equal. Approved equals are Waterous, Mueller, and Clow. fl All gate valves shall have 0 -ring stem seals. The O-ring stern 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. Gate valves shall have standard mechanical joint ends unless indicated on the Plans. Tapping valve ends shall be flanged by MJ. Buried gate valves shall be designed for operation with a nominal 2 inch square operating nut. The standard direction of opening shall be open left as viewed from the top. Handwheels for gate valves shall be in conformance to AWWA C509. • r e Part B - Materials 5 I The interior and exterior of the valve body, bonnet and seal plate shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. The valve shall be tested in accordance with AWWA C509, latest revision. 10. Butterfly Valves: l7•' Butterfly valves shall be used for a/pipe 12 -inches and larger except that 12" tapping valves shall gate valves. Butterfly valves shall be Class 250B in conformance with the requirements of AWWA C504, latest revision, for "Rubber Seated Butterfly Valves". All butterfly valves shall be groundhog type, as furnished by Henry Pratt Company, or approved equal. The valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally cast mechanical joint ends unless alternate valve ends are indicated on the Plans. Body thickness shall be in strict accordance with AWWA C504, latest revision, Class 250B. All butterfly valves shall he of the tight closing, synthetic rubber -seat type, as follows. 1) valves 20 inches (norn1:al diameter) and smaller shall have bonded seats which are simultaneously molded in, vulcanized and bon.ied to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. f 2) On valves 24 inches and larger, all seats shall be of a synthetic rubber compound. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 3600 without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. Valve discs shall be as follows. 1) Valves 12 inches valve discs shall A-436, Type 1. Part B - Materials through 20 inches nominal diameter: be constructed of alloy cast iron ASTM 6 S Valves 24 inches nominal diameter cast iron with a stainless steel Valves 30 inches through 48 inches nominal diameter: Valve discs shall be ductile iron with a stainless steel seating edge. The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant and self-lubricating. The valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. The operator shall be designed for operation with a nominal 2 inch square operating nut for use with a T -wrench. Operators shall be designed to open with a counterclockwise rotation of the operator nut. All valves shall have factory applied coating meeting AWWA C550 latest revision. The valve shall be hydrostatically tested at leakage in accordance with AWWA C504, latest revision. Where valves are specifically shown and detailed on the plans to be painted, the valves shall be delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or approved equal. 11 Valve Boxes: Valve boxes shall be constructed of cast iron. The valve box and appurtenances shall consist of a base, extensions as required, and a top section with a drop lid. The lid shall be marked with the word "WATER." All valve boxes shall be compatible with the gate or butterfly valves for which they are provided and shall be manufactured for use in roadways. 12. Fire Hydrants: All fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision, for 'Dry Barrel Fire Hydrants", and shall be designed for a working pressure of 200 pounds per square inch gauge. Pressure class 200 fire hydrants shall be three-way, painted white above the ground line with reflective paint 7216 3M. Approved fire hydrants are Mueller Centurion hydrants, catalog No. A-423 or Waterous 5 1/4" WB67-90. The hydrant shall have a 6 inch mechanical joint inlet in conformance to the dimensions shown in ANSI/AWWA C110/A21.10, latest revision. Three-way hydrants shall have a 5-1/4 inch valve opening. fire hydrants shall be equipped with a two-piece barrel break -a -way flange at the ground line and shall be for a 42 -inch bury. Extensions shall be Mueller A-320 or equal. Hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4.5 inch pumper nozzle. The operating nut shall be a nominal 1-1/2 inch pentagon, National Standard operating nut designed to open left (counterclockwise). Fire hydrants shall be equipped and flange which are intended to fail damage to the stem or main valve. fire hydrants shall be tested in accordance latest revision. 13. Tapping Sleeves: Tapping sleeves shall be designed for 200 psi and shall be JCM Type 432 for pipe six (6) inches through twelve (12) inches and JCM 412 for pipe greater than twelve (12) inches, or approved equal. Tapping sleeves shall be vinyl coated. 13. Seivic. Connection Materia•ls_ Materials for water assemblies shall be: Copper Pipe ....................... 3/4" Corporation Stop...... . . . 3/4" U Branch, 7.5" width......... 5/8" x 3/4" x 12" meter yoke...... 3/411 Tail Piece......... ...... 18" Cast Iron Flat Meter Lid...... 18" x 24" PVC Meter Box, #501824 .30T, ).275 wall thickness. ................ Type K soft copper Mueller B-25008 Mueller H-15363 Mueller H-1402 Mueller H-14222 C-109, Crouch Foundry Mueller/McCullough Tapping saddles for PVC and Ductile manufactured by Mueller and Romac respectively. r f I STANDARD SPECIFICATIONS FOR WATER LINES PART C. CONSTRUCTION METHODS 1. PIPE LAYING: All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. For ductile iron pipe, ANSI/AWWA C600 shall apply. For PVC pipe, ASTM D-2774 shall apply. All water mains which cross sewers shall be laid to provide a minimum of 18 inches positive vertical clearance as measured from bottom of pipe to top of pipe. At all crossings, the water line pipe shall be adjusted to provide one full length of water line pipe over the sewer line with both joints located as far as possible from the sewer line. A ten (10) foot separation shall be maintained between water lines and sewer lines where those lines run parallel to each other. 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. Pipe, regardless of type, shall he. laid material (see Part 3, Paragraph 5) and shall of 6" over the top of the pipe with the same shall be hand tamped in the ditch prior to shall •be hand tamped around and over the pil on 6 inches of bedding be covered to a depth ::taterial. The bedding pipe installation and ;e. Reaction backing shall be installed at all points of unbalanced pressure. Required area of undisturbed soil for backing purposes shall be calculated based on the bearing strength of the soil (2000 pounds/square foot) maximum allowable unless proven otherwise by soil tests) and on a working pressure of 200 psi. Calculations shall take into account pressures due to water hammer. Sufficient concrete shall be used to properly transfer load from the fitting to the undisturbed soil in a uniform manner and without exceeding the strength of the concrete. The fitting shall be wrapped with 8 mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All bends, tees, etc. shall remain open until inspected by the City. The transition from 6 -inch pipe to 2 -inch pipe shall be by means of a tapped 2 -inch plug. All 12 -inch or smaller ductile iron 90 degree bends, tees, hydrant shoes, and other valves within 30 feet of a plug or reducer shall have retainer glands. Part C, Construction Methods 1 I where ductile iron pipe is being laid, polyethylene encasement shall be installed in accordance with ANSI/AWWA C105, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. All iron fittings and all other iron appurtenances shall be wrapped with polyethylene. 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. A trace wire shall be laid adjacent to all PVC installations and shall be looped around the pipe at least once per joint and connected to all valves and fittings. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details. A tracing test may be required prior to final acceptance. Maximum pipe cover shall he 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: a) Land Level Normal the Direction of the Pipeline: Cover shall be measured from the top of the barrel of the pipe to the top of the existing natural ground surface. b) Cut Sections: Cover shall be required and shall be measured from the top of the pipe barrel to the planned grade. c) Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted prior to laying the water line. d) Along and Under Streets: The Cover along streets shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. Cover under streets shall be measured from the top of the subgrade. Minimum elevation for service lines under streets shall be 30 inches below the planned subgrade. That depth shall be maintained to.a point at least 5 feet outside of the curb, storm sewer line, or sidewalk. Service lines shall be wrapped with polyethylene in areas where a grit or other bedding material is not required. Part C, Construction Methods 2 • • 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 on the existing water system shall only be operated by, or under the direct personal supervision of the City of Fayetteville Water Department. After completion of construction of all water lines or sections thereof, the Contractor shall flush, test and disinfect the new water lines as set out below. a) Flushing: The Contractor shall fill and flush the newly constructed lines and visually check all combination air release and vacuum valves, blow -off valve assemblies, line valves, and fire hydrants to assure proper operation. b) Hydrostatic Testing: All pipe on this project shall be tested as set out in AWWA C600, latest revision. Tests will be conducted only after the line is completed, including all taps and meter settings as required and the back£ill 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. Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Before applying the test pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. Test pressure shall be the greatest of 150 percent of the static pressure or 200 psi, whichever is greater. The developer 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. c) Leakage: The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 1 I Part C, Construction Methods 3 1 P • • The leakage for water pipe shall be within the limits set out in AWWA C600, latest revision. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L = (S) (D)(Pos) 133,200 L = allowable leakage, in gallons per hour; S = length of pipe tested in feet; D = nominal diameter of the pipe, in inches; and P = average test pressure (psi). Should any test of pipe laid disclose leakage greater than that specified, the leak shall be located and repaired and the line shall be re -tested. All visible leaks shall be repaired regardless of the amount of leakage. d) Disinfection: After successful pressure testing, the line(s) shall be flushed velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C601, latest revision, for 'Disinfecting Water Mains," continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. The contractor shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. Disposal of the disinfecting ;rater 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 ADPC&E regulations. After sterilization is complete, the Contractor shall then flush the sterilizing solution from the lines, and the treated water lines will then be placed into service. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. No water meters shall be set until the samples have been approved in writing by the State. 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 I shall be placed on the next to last joint if possible and shall be restrained. 1 I Part C, Construction Methods 4 P 2. Pipe Trench, Excavation: The trench shall be excavated to at least 6 inches below the grade necessary to provide the minimum cover required. Trench width shall be outside pipe diameter at the bell plus 1 foot either side, except for PVC pipe, the minimum trench width shall be the outside diameter of the pipe plus 8 inches. Maximum trench width shall be ' the outside diameter of the pipe plus 2 feet. Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, the trench shall be excavated and such material removed to the width and depth ordered by the Engineer. Before the pipe is laid the subgrade shall be made by backfilling with bedding material (Part B, Paragraph 5) in 6 inch uncompacted layers. The layers shall then be hand or machine tamped so as to provide a uniform and., continuous bearing and ' support for the pipe at all points along the pipe length. The sides of any excavation, when deemed necessary or as required by State or Federal regulation, shall be properly supported with bracing, shoring or sheeting as the need may be. Such bracing and shoring shall be withdrawn as the work progresses. In case the excavation is close enough to buildings or ether ' foundaticns as to endanger their stability by the removing of such bracing, then they shall be made secure and left in place; and the waterline trench backfilled and thoroughly tanned with the bracing • in place. • The Contractor shall provide sufficient pumps and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, the Contractor shall remove all such soft material and replace it with bedding materials approved in Part B of these specifications. Under no conditions shall pipe be laid in a trench that has not been properly dewatered. ' The length of trench that may be opened ahead of the pipe laying operation shall be determined by field conditions. 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. ii Part C, Construction Methods 5 [,I 3. Pipe Trench Backfill: After the pipe bedding has been placed (including up through 6" above the pipe, the trench, excavated areas around valves, fittings, fire hydrants, and other appurtenances shall be backfilled with excavated material free from rock larger than 6 inches within 18" of the top of the bedding and 8" in diameter thereafter. In no case shall rock material from blasting operations be allowed in the trench. I I I 1 All pipeline trench backfill shall appropriate thickness and compacted hydraulically -powered vibratory trench equivalent equipment. Heavy compaction eqi closer than 2 feet to the top of the pipe. meet the compaction requirements set out and/or recompacted to meet the compaction be placed in layers of using a mechanical, compactor or other iipment shall not be used Any backfill failing to below shall be replaced specifications. All trench backfill (except under paved or driving surface areas as detailed below) shall be compacted to 90 percent (minimum) of that of the adjacent undisturbed soil. Unless specifically noted on the Plans, no density testing will be required to prove compliance with the 90 percent density requirement. In areas where the trench is parallel to or crosses any paved area or driving surface including streets, parking lots, future or planned streets, or driveways, the backfill shall be crushed stone as specified in Section 300 CRUSHED STONE BASE (AHTD Class 7). The Crushed stone trench backfill (aggregate base coarse, ::lass %) shall be placed in 6 to 8 inch lifts and compacted to 95 percent modified Proctor density (ASTM D1557-73). Red clay gravel or "hillside" may be used as a backfill material in areas described in the above paragraph when specifically approved by the City Engineer and compacted in 6 to 8 inch lifts to 95 percent of standard proctor. One density test per crossing shall be required. Where the trench runs parallel to the driving or paved surface one density test shall be required per 500 feet or portion thereof. An additional test will be made for each test failure at approximately 100 feet either side of failing test. 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. 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. Part C, Construction Methods 6 • 4. Installation of Meter Box Settings:_ 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. Single meter sets shall be placed in the center of the lot. The final grade at the meter box location shall be determined P. by the Engineer of Record and the meter box shall be placed at that grade. Up to the time of final acceptance by the City, it shall be the responsibility of the Owner to make whatever adjustments to meter boxes that might be necessary. After final acceptance by the city, any adjustment of meter boxes needed will be handled in accordance with existing or future City Ordinances that may govern the situation. No meters shall be set by the City until the meter box is adjusted to the proper grade. Any boxes falling in driveways or sidewalks shall be relocated at the expense of the developer or lot owner. It shall be the responsibility of the Engineer of Record to place meter box locations on the Record Drawings and to mark them in the field. The Record Drawings shall indicate from where each lot is to receive water service. U_________________ 5. Valve and Valve Box _nstallaticn:_ Gate and butterfly valves shall be installed in accordance with AWWA C600, latest revision, Sections 3.3 and 3.6, and with either AWWA C504 or AWWA C509, as applicable, latest revisions, the manufacturer's recommendations, and these specifications. Prior to installation, all valves shall be visually inspected for defects, and any foreign material in the valve interior removed. A valve box as specified shall be provided for each valve used in a buried service application. The valve box shall be installed so as not to transmit shock or stress to the valve. The valve box I shall be centered and plumb over the operating nut of the valve with the box cover flush with the surface of the finished surface. The valve box shall be backfilled evenly around its perimeter with select material. The backfill material shall be hand tamped so that the ground will not settle after placement of the concrete collar. I Part C, Construction Methods 7 p p p p I I I I I I All valve box lids sY collar placed around them. valve box lid and shall be shall be flush with the top or roadway surface. Valve until every item of cleanup ,all have an 18 inch square concrete The collar shall be centered on the 6 inches thick. The top of the pad of the box and the surrounding ground box collars shall not be constructed has been completed. 6. Fire Hydrant Installation: Prior to installation, all direction of opening, cleanliness and cracks. All hydrants shall stand plumb within a tolerance of 1/8 inch horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper nozzle facing the curb. Hydrants shall be set to established grade with the nozzle centerline at least 18 inches above the ground. When hydrants are placed beyond the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 inches nor more than 18 inches from the outside face of the curb. When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within 6 inches of the sidewalk. Each hydrant shall be connected to the main with a 6 inch ductile iron pipe branch and an independent 6 inch gate valve. The 6 inch branch of the. main line fittings shall be equipped with retaining lip and swivel gland for positive restraint without tie rods. Any change in grade needed to properly place the hydrant shall be accomplished by the use of an "S" fitting. Drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with sand from the top of the reaction backing to at least 6 inches above the waste opening in the hydrant, and to a distance 3 feet around the elbow. No drainage system shall be connected to a sewer. hydrants shall be inspected for of inlet elbow, handling damage, The bowl of each hydrant shall be braced against unexcavated earth at the end of the trench with concrete reaction backing. IN NO CASE SHALL THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS. a Part C, Construction Methods 1 • • 7. Blow -Off Construction: The location of the blow -offs shall generally be as detailed. The exact location as well as the orientation and length of the piping shall be determined in the field to ascertain that the vertical riser extends above natural grade. 8. Clean -Up: These specifications shall apply in all cases unless the landowner involved indicates to the City a willingness to waive them. However, no waiver will relieve the contractor from the requirement to refill sunken ditchlines as necessary and to control erosion from the cut areas by seeding and mulching until grass is established. Also, no waiver will relieve the contractor from the requirement to leave the site neat and free from construction debris of all kinds. Any such waiver must be submitted in writing to the City and • approved by the City Engineer. There are generally three classifications of cleanup for water line construction: Class I Cleanup. Areas of construction within lawns, gardens, or other well -kept areas, including street rights of way that are kept as lawns by adjacent landowners. Class II Cleanup. Areas of construction within fields, meadows and street rights of way which are mowed or cultivated (gardens excepted). Class III Cleanup. Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it ' is not practical for the area to be cultivated. The method of cleanup for each of the classes defined above shall be as set out below. ' a) Class I Cleanup - Lawns, Gardens Etc. The trench shall be backfilled in accordance with these Specifications. After the topsoil has been replaced to the same depth as adjacent ' undisturbed areas over the damaged areas, the Contractor shall proceed immediately to hand rake the entire construction area to remove all rock 1/2 inch or larger in diameter. Debris of every type shall be removed and all damaged tree limbs shall ' be pruned. After the area has been raked and accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet, using the following seed mixture (percent weight) Part C, Construction Methods 9 L�� I 1 1 1 1 1 I. 1 Lawn Fescue 40% Blue Grass 30% Rye Grass (Annual) 30% During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. Where the existing ground cover does not contain any of the grasses as set out in the seed mixture above (Bermuda grass, Zoysia, etc.), the Contractor shall be responsible for cutting, removing stockpiling and saving the existing sod on the job site. After constructing the water line and backfilling the trench, the sod shall be replaced to a condition equal to or better than that prior to construction. In the event that insufficient sod has been stcred, or sod has been lost cr destroyed, the Contractor shall be responsible for providing and installing new solid sod of the existing type to complete the cleanup. b) Class II Cleanup - Fields, Meadows, Etc. The trench shall be backfilled in accordance with the Pipe Specifications. After the backfill is completed and the surface over the trench left slightly rounded, the area shall be machine raked to remove all rock to a condition equal to the existing surface on the better side of the adjacent existing right of way. All excess excavated material shall be removed from the site, including excess material which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it were a part of the actual trench excavation. Seeding and fertilizing of these areas is required using the seed mixture and application rates set out below (percent expressed in terms of weight). Field Fescue 40% Rye Grass (Annual) 40% White Clover (Common) 20% Part C, Construction Methods 10 After the area has been accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet. During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or about one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Where the existing field grass is Bermuda, or other type not specified above, the Contractor shall *place such topsoil as required, and shall seed with the existing type grass so that an equivalent ground cover will be provided. I I I Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. c) Class III Cleanup - Steep, Wooded or Rocky Areas. The trench shall be backfilled in accordance with the Pipe Specifications. After the trench backfill is complete, all damaged brush of every type shall be cut just below ground surface and all damaged limbs shall be trimmed. All brush and debris shall be disposed of by the Contractor and the entire area shall be machine raked so that the area of construction is in a condition equal to the existing surface on the better side of the existing adjacent right of way. The Brea of fertilized at using the same as set out un (Kentucky 31) the trench line =hall the rate of 0.15 pounds seed mixture, fertilizer 9er Class II cleanup, ex( shall be used in place of then be seeded and per 7.00 square feat and application rates ept that tall fescue field fescue. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. d) All Areas. All work within the construction area shall be cleaned to the satisfaction of the owner. In general, all rocks, trash or rubbish of any nature shall be removed from the site of the work. During construction, the Contractor shall at all times keep work areas in a clean, neat and workmanlike condition. Excess pipe, excavation, brush and materials of construction shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials after basic construction is completed will not be tolerated. Part C, Construction Methods 11 6 I • I, If the trench should settle while the Contractor is still on the job or within two (2) years of the project completion date, the Contractor shall make the required repairs at no additional cost to the Owner in accordance with the continuing responsibility provisions of these Specifications. Failure of Contractor to make necessary repairs during .the one year period will be cause for Owner to make or contract for such repairs and invoice the Contractor for all costs. ' e) Restoration of Damaged Surfaces and Property. Where any pavement, trees, shrubbery, fences, poles or other property and surface structures have been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry out the requirements of the contract documents, state laws, municipal ordinances, or through failure to employ usual and reasonable safeguards, such property and surface structures shall be replaced or repaired at the expense of the Contractor. ' f) Access after Construction. Unless otherwise directed, all areas shall be graded after construction so as to be accessible by four wheel drive vehicle. These clean-up specifications shall apply to on -site subdivision construction as well as off -site construction of water lines. The fact that the installation of other utilities and/or house building ectivitie' maj damage such erosion control. measures shall not exempt the developer from this requirement. ' 9. Pavement Repairs: All pavements which have been removed or damaged shall be repaired in accordance with these Specifications depending upon the type of pavement existing prior to construction. ' a. Asphaltic Pavement Repair. The existing pavement shall be saw -cut and removed to a point 18 inches beyond thy: ' trench line limits, and brought to grade 9 inches below the top of the existing pavement. Six inches of 3000 psi concrete shall be placed and allowed to cure. This area shall then be resurfaced by applying asphaltic cernant prime coat at the rate of 0.25 gallons/square yard, followed by a minimum of 3 inches of hot -mixed, hot -laid asphaltic concrete, laid to an elevation matching the ' existing finished grade. The hot -mixed, hot -laid asphalt shall be compacted to 92 percent of theoretical density. ' Part C, Construction Methods 12 1 One nuclear densimeter test per asphaltic patch or repair shall be performed. The asphaltic pavement repair shall ' be deemed acceptable by the Engineer upon a passing nuclear densimeter test at a location as directed by the Engineer. The cost of determining the compacted density ' shall be at the expense of the contractor. Any unacceptable patch or repair shall be replaced and/or recompacted and retested at the Contractor's expense. Ib. Concrete Pavement Repair. The existing pavement shall be saw -cut and removed to a point 18 inches beyond the ' trench line limits, and brought to grade 9 inches below the top of the existing pavement. Concrete (4200 psi) shall be placed to match the existing surface. Joint sealer shall be placed in the area between the repaired surface and the original surface. IC. Unpaved Driving Surface Repair. After the trench has been backfilled as set out elsewhere in these Specifications, the surface shall be brought to the existing grade with additional crushed stone base. I. Where special paving surfaces exist, such as natural gravel, washed gravel, exposed aggregate, or other such special materials, a then the final surfaces shall he replaced in kind except where specifically noted otherwise. 13 Barricades, Guards and Safety "previsions_ To protect persons from injury and to avoid property damage, adequate barricades, construction signs, warning lights and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the highway. All material piles, equipment and pipe which may serve as obstructions to traffic shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. Execution of all necessary safety precautions is the so: responsibility of the Contractor. 11. Maintenance of Traffic and Closing of Streets: The Contractor shall carry on the work in a manner which will cause the least interruption to traffic, and may close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, the Contractor shall provide suitable bridges at street intersections and driveways. Part C, Construction Methods 13 I The Contractor shall post suitable signs indicating that a street is closed and necessary detour signs for a proper maintenance of traffic. Three (3) days written notice to the Mayor's office is required prior to the closing of any street. Also, it will be the contractor's responsibility to notify all emergency units (fire, police, EMS, etc.) prior to the closing or 1 partial closing of a street. The closing of State Highways shall require approval of both the City and the State Highway and Transportation Department. Li LI L_ 1 1 1 1 1 Part C, Construction Methods 14 1 RESOLUTION NO. 144-03 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT IN THE AMOUNT OF SIX HUNDRED NINETY-THREE THOUSAND SIX HUNDRED SIXTY-TWO DOLLARS ($693,662.00) TO CROSSLAND HEAVY CONTRACTORS, INC. FOR GREGG AVENUE WATERLINE IMPROVEMENTS - PHASE I; APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF EIGHTY THOUSAND DOLLARS ($80,000.00); AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF FIFTY-THREE THOUSAND THREE HUNDRED NINETY-FOUR DOLLARS ($53,394.00) FOR SAME. 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 awards a construction contract in the amount of Six Hundred Ninety - Three Thousand Six Hundred Sixty -Two Dollars ($693,662.00) to Crossland Heavy Contractors, Inc. for Gregg Avenue Waterline Improvements - Phase I. A copy of the contract, marked Exhibit "A" is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a Project Contingency in the amount of Eighty Thousand Dollars ($80,000.00) for same. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a budget adjustment in the amount of Fifty -Three Thousand Three Hundred Ninety -Four Dollars ($53,394.00) for same. PASSED and APPROVED this 7th day of October, 2003. pYETit By: SONDRA SMITH, City Clerk APPROVED: By: COODY,