Loading...
HomeMy WebLinkAbout213-05 RESOLUTIONRESOLUTION NO. 213-05 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $1,228,413.00 FOR HAPPY HOLLOW ROAD & HUNTSVILLE ROAD INTERSECTION IMPROVEMENTS; APPROVING A PROJECT CONTINGENCY OF $122,841.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $843,330.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards a construction contract to Sweetser Construction, Inc. in the amount of $1,228,413.00 for Happy Hollow Road & Huntsville Road Intersection Improvements. 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 of $122,841.00. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment in the amount of $843,330.00. PASSED and APPROVED this 151 day of November, 2005. ATTEST - By: .U• • U- FAYETTEVILLE F. . yJ '•9:QHA NSP' Jam.: '%NGToN ,,.... . III' SONDRA SMITH, City Clerk APPROVE AN CO • DY, Mayor 1 1 1 1 1: 1 1� 1 1 1� 1 11 1 1 1 1 1 1 • • Section 00500 AGREEMENT BETWEEN CITY OF FAYETTEVII.I.E ANI) CONTRACTOR THIS AGREEMENT is dated as of the 11i day of Ndt1R m ger in the year 2005 by and between the City of Fayetteville, Arkansas and Sweetser Construction, Inc. (hereinafter called Swectser). City of Fayetteville and Sweetser, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. Sweetser shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of reconstructing & reconfiguring the existing four legged intersection into a "T" intersection. "Ihe improved intersection will be signalized with video detection. The demolition work will involve the obliteration of portions of the existing roadway, sidewalks, drainage structures parking lot, & etc. The construction work will involve placing hillside material, aggregate base, asphalt binder, and asphalt surfacing with the associated earthwork, drainage pipes inlets, sidewalks, traffic signalization, and other items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been desigmxd by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 who is hereinafter called Engineer and who is to act as City of Fayetteville's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in thc Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT 1 IME. 3.1. The Work shall be substantially completed within 180 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.B & C of thc General Conditions within 210 consecutive calendar days after thc date when the Contract Time commences to run. 3.2. Liquidated Damages. City of Fayetteville and Sweetser recognize that time is of the essence of the Agreement and that City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Sweetser agree that as liquidated damages for delay (but not as a penalty), Swectser shall pay City of Fayetteville One thousand dollars ($1,000.00) for each day that expires after the timc specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Sweetser shall neglect refusc or fail to complete Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville Engineering Division October 13, 2005 Page 00500-I 1 1 1 1 1 1 1 1 1 1 1 1 • • the remaining Work within the time specified in paragraph 3.1 for completion and rcadiness for final payment or any proper extension thereof granted by City of Fayetteville, Sweetser shall pay City of Fayetteville One thousand dollars f$I.000.00) for each day that expires after the time spccifiexl in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. City of Fayetteville shall pay Sweetscr for completion of the Work in accordance with the Contract Documents an amount in current funds equal to thc sum of the amounts determined from thc following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1. for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimatcd quantity of that item as indicated in this paragraph 4.2. Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements PAY ITEMS Item No. Description Unit Estimated Quantity Unit Price Extended Price 1 Mobilization LS 1 S25 000 00 325,000.00 2 Construction Staking LS 1 39,500.00 39,500.00 3 Maintenance of Traffic LS 1 395,000.00 595,000.00 4 Tree Protection Fencing LF 300 312.00 53,600.00 5 Excavation Safety LS 1 33,500.00 $3,500.00 6 Clearing and Grubbing LS I 512,000.00 312,000.00 7 R & D Curb & Gutter LF 1,266 310.00 312,660.00 8 R & D Drainage Pipcs LF 384 315.00 35,760.00 9 R & D Concrete Pavement & Driveways SY 915 312.00 S10,980.00 10 R & D Concrete Sidewalk SY 600 312.00 37,200.00 I I R & D Drop Inlet/Junction Box EA 3 3500.00 31,500.00 12 R & D Concrete Flume EA 1 3500.00 5500.00 13 R & D Building Structure & Appurtenances LS 1 518,000.00 318,000.00 14 Unclassified Excavation CY 7,388 318.50 3136,678.00 15 Compacted Subgrade-Select Hillside Material (Borrow) CY 5,100 314.50 373,950.00 16 Undercut and Backfill CY 500 316.00 38,000.00 17 7" Aggregate Base Course (Class 7) SY 7,850 57.70 360,445.00 18 Aggregate Base Course (Class 7xTrenches Under Pavemt) TN 100 S16.00 31,600.00 19 Concrete Curb and Gutter LF 2,500 510.50 326,250.00 20 ACHM Bind's Course (PG 70-22) 'IN 1500 567.00 3110,500.00 21 ACHM Surface Course (PG 70-22) TN 740 569.00 351,060.00 22 18 -inch Reinforced Concrete Pitz: (RCP) LF 624 350.50 331,512.00 Happy Hollow Rd & Huntsville Rd Intersection improvements City of Fayetteville Engineering Division October 13, 2005 Page 00500-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • 23 24 -inch Reinforced Concrete Pipe (RCP) LF 110 573.50 58,085.00 24 36 -inch Reinforced Concrete Pipe (RCP) LF 45 5162.50 57,312.50 25 48 -inch Reinforced Concrete Pipe (RCP) LF 240 5249.00 559,760.00 26 24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall EA 1 51,356.00 51,356.00 27 Concrete Headwalls, W ingwalls & Aprons for Double 48 -inch RCP LS 1 57,900.00 57 900.00 28 Dbl 8'x4' Conc Box Culvert & 18x6' Cone Connection Box LF 159 5547.00 586,973.00 29 Drop Inlet (I'ype'C 4'x4' or 'MO' 4' Db.) EA 10 51,900.00 519,000.00 30 Drop Inlet (Type 'C 4'x5') EA 1 52,200.00 52,200.00 31 Drop Inlet (Type 'C 41x6) EA 1 52,500.00 52,500.00 32 Drop Inlet (Type t. 4x20') EA 1 57,500.00 57,500.00 33 Drop Inlet (Type 'C' 5'x5') EA 1 52,500.00 52,500.00 34 Drop Inlet (Type 'C' 5'x16') EA I 57,100.00 57,100.00 35 Grate Inlet (4'x4') EA 1 52,900.00 52,900.00 36 Grate Inlet (5'x13') EA 1 57,100.00 57,100.00 37 Drop Inlet Extension (4') EA 12 5600.00 57,200.00 38 Junction Box 4'x4' or 'MO' 4' Dia. EA 1 51,700.00 51,700.00 39 Convert Drop Inlet to Junction Box EA I 5900.00 5900.00 40 Adjust Manhole to Finished Grade EA 3 5750.00 52,250.00 41 Adjust WatcT Valve to Finished Grade EA 3 5200.00 5600.00 42 Relocate Flashing Advance Crossing Sign LS 1 52,100.00 52,100.00 43 Concrete Outlet Structure Top (51) EA I 51,000.00 51,000.00 44 Concrete Sidewalk (4") w/ Agg. Base (4") SY 1,650 545.00 574,250.00 45 Concrete Access Ramp (4") w/ Agg. Base (4") SY 65 545.00 52,925.0(1 46 Detectable Warning Surfaces SF 132 535.00 54,620.00 47 Concrete Driveway (6") SY 375 549.00 S 18,375 00 48 Sailing and Mulching AC 2.0 53,500.00 57,000.00 49 Solid Sodding SY 1,20(1 55.00 56,000.00 50 Imported Top Soil CY 1,400 514.50 520,300.00 51 Baled Straw Ditch Check (E-3) EA 30 5150.00 54,500.00 52 Silt Fence (E -I) LF 600 512.00 57,200.00 53 Drop It Silt Fence (E-2) EA 19 5400.00 57,600.00 54 Thermoplastic Pavement Marking White or Yellow (4") LF 4,500 50.55 52,475.00 55 Thermoplastic Pavement Marking Whitc (18") 15 650 58.80 55,720.00 56 Thermoplastic Pavement Marking White (12") LF 130 57.70 51,001.00 57 Thermoplastic Pavement Marking (ARROWS) FA 9 5220.00 51,980.00 58 'Ihcrmoplastic Pavement Marking (WORDS) EA 3 5250.00 5750.00 59 Plowable Pavement Marker (Type 1) (Clear) EA 35 544.00 51,540.00 60 Plowable Pavement Marker (Type 11) (Yellow/Yellow) EA 45 544.00 51,980.00 61 Standard Signs SF 27.8 512.00 5333.60 ..1..,- ._ 1` vlr ",�4bLLc(91iRil i %lei tl rifi',WftiW 0 t7:s.. - j. . 1 - _it iati`,1/.,1!) Happy Hollow Rd & lluntsville Rd Intersection Improvements City of Fayetteville Engineering Division • October 13, 2005 Page 00500-3 1 1 1 1 1 1 1 1 1 1 1 1 1 • • 62 Service Point Assembly (2 Circuits) LS 1 51,500.00 51,500.00 63 System Local Controller (16 Phase) (Peek 3000E) EA 1 513,500.00 513,500.00 64 Video Detector (Mast Mount) (Philips VPK35I A w/loom Lens) EA 4 52,800.00 511,200.00 65 Video Processor Unit 4 Channel (Peck VideoTrak-905) EA 1 518,700.00 518,700.00 66 MDS 97108 Radio w/ Remote Diagnostics EA 1 52,600.00 52 600.00 67 Aaron RS -5A Power Supply EA 1 5405.00 5405.00 68 Kathrcin/Scala TY -900 Yagi Antenna FA 1 5525.00 5525.00 69 Polyphascr IS-50NX-C2 Arrestor EA 1 5175.00 5175.00 70 Pcico AB -3026 -84 -SS Mount w/ SEd0484-23 Tube Riser EA I 5300.00 5300.00 71 Pcico Flasher Controller Assy w/Ncma Flasher SE -1017 EA I 51,200.00 51,200.00 72 Non -Metallic Conduit (2") I.F 500 510.00 55,000.00 73 Non-Maallic Conduit (3") LF 300 522 00 56,600.00 74 Conaec Pull Box (Type 2) EA 5 5460.00 52,300.00 75 'Traffic Signal Cable (7c/I4 AWG) 1.1; 865 52.00 51,730.00 76 Traffic Signal Cable (20c/14 AWG) LF 250 54.40 51,100.00 77 Feeder Wire LF 760 51.00 5760.00 78 Video Cable I.F 570 55.60 53,192.00 79 Elect. Cond. for Luminaires/Flasher Controller (2c/12 AWG) I.F 720 51.60 51,152.00 80 Electrical Conductors -In -Conduit (2c/6 AWG) LF 280 54.10 51 148.00 81 Elcctrical Conductors -In -Conduit (Ic/8 AWG, EGC) LF 600 52.10 51,260.00 82 RFN-1006 31 Coax Connectors EA 4 540.00 5160.00 83 Belden 9913 Coax Cable LF 670 52.50 51,675.00 84 Traffic Signal Head (3 -Section) (L.E.D.) EA 6 5750.00 54,500.00 85 Traffic Signal Ilcad (1 -Section) (L.E.D.) EA 2 5450.00 5900.00 86 Traffic Signal Head (5 -Section) (L.E.D.) EA I 51,300.00 51,300.00 87 Pedestrian Signal Head (International Symbols) EA 6 5610.00 53,660.00 88 Traffic Signal Mast Arm and Pole With Foundation (25) EA 1 56,750.00 56,750.00 89 Traffic Signal Mast Arm and Pole With Foundation (28) EA 1 57,500.00 57,500.00 90 Traffic Signal Mast Ann and Pole With Foundation (35) EA 1 58,600.00 58,600.00 91 Traffic Signal Mast Arm and Pole With Foundation (38) EA 1 58 800.00 58,800.00 92 Traffic Signal Pedestal Pole With Foundation (14' Tall) liA 2 51,760.00 53,520.00 93 Traffic Signal Pedestal Pole With Foundation (35' Tall) EA I 53,820.00 53,820.00 94 Luminaire Asscmbly EA 3 5400.00 51,200.00 -.. i orf/"VLrctoin:11ri; brc`it1(o],Z,((o 31n7 T 1 t ;4,; U• 1 Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville Engineering Division October 13, 2005 Page 00500-4 • • As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in paragraph 1 1.03.0 of the General Conditions. Article 5. PAYMENT PROCEDURES Swcctscr shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1. Progress Payments. City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Sweetscr's Applications for Paymcnt as recommendtxl by Engineer, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02. All such payments will he measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in thc event there is no schedule of values, as provide d in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in cast, less thc aggregate of payments previously made and less such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance with paragraphs 14.02.8.5 & 14.02.D of thc General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the Engineer, and if the character and progress of the Work have been satisfactory to City of Fayetteville and Engineer, City of Fayetteville, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to thcm, there will be no additional retainage on account of work complcttxl, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to City of Fayetteville as provided in paragraphs 14.02.8.5 & 14.02.D of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to Swectser to 98 percent of thc Contract Price (with the balance of 2 percent being retainage), less such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance with paragraphs I4.02.B.5 & I4.02.D of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.B & C of the General Conditions, City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraphs 14.07.B & C. Article 6. CONTRACTORS REPRESENTATIONS. In order to induct City of Fayetteville to enter into this Agreement Swcctscr makes the following representations: 6.1. Swcctscr has cxamincxl 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." Happy Hollow Rd & Huntsville Rd Intersection Improvements ,City of Fayetteville gincering Division October 13, 2005 Page 00500-5 6.2. Sweetser 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. Sweetser 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. Sweetser 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. Sweetser 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 Sweetser is entitled to rely as provided in paragraph 4.02 of the General Conditions. Sweetser acknowledges that such reports and drawings arc not Contract Documents and may not be complete for Swcctser's purposes. Sweetser acknowledges that City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Sweetser has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tots, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by Sweetser and safety precautions and programs incident thereto. Sweetser doe not consider that any additional examinations, investigations, explorations, tests, studies, or data arc necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with thc other terms and conditions of the Contract Documents. 6.5. Swcetser is aware of the general nature of work to he performed by City of Fayetteville and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. Sweetser has correlated the information known to Sweetser, information and observations obtained from visits to the site, reports and drawings identified in thc Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 6.7. Sweetser has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Sweetser has discovered in the Contract Documents and the written resolution thcreof by Engineer is acceptable to Sweetser and the Contract Documents are generally sufficient to indicate and convey understanding of all terns and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between City of Fayetteville and Sweetser concerning the Work consist of the following: 7.1. This Agreement (pages I to 9, inclusive). 7.2. Performance and Payment Bonds (Exhibits A and II respectively). 7.3. Certificates of Insurance (Exhibit C). appy Hollow Rd & Huntsville Rd Intersection Improvements ty of Fayetteville Gering Division • October 13, 2005 Page 00500-6 • 7.4. 7.5. 7.6. 7.9. 7.10. 7.1 1. Two sets of drawings (not attached hereto) consisting of cover sheets and additional sheets with each sheet bearing the following general titles: • • Documentation subtnitux1 by Sweetser prior to Notice of Selection (Exhibit D). General Conditions (pages 1 to 41, inclusive). Supplementary Conditions (pages 1 to 12 inclusive). Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof. Addenda number 1. Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements (44 sheets total) floppy Hollow Rd & Huntsville Rd (Hwy 16) Signalization Plans (5 sheets total) 7.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.12.1. Notice to Proceed 7.12.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than thosc 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 anothcr 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. City of Fayetteville and Sweetscr each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon strickcn provision or part thcreof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. -i, Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville Engineering Division • October 13, 2005 Page 00500-7 Il • • Il8.5. 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 ofthe change in scope, cost or fees. 11 8.6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of n Information Act request is presented to the City of Fayetteville, Sweetscr will do everything possible to 'I 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. 8.7. This contract must be interpreted under Arkansas Law. 1 1 1 1 II I� II 11 11 11 • t;Happy.Hollow Rd & Huntsville Rd Intersection Improvements E'City dfFayettevillc nguicering Division October 13, 2005 Page 00500-8 1 1 1 1 1 1 1 1 1 1 1 1 • • IN WITNESS WHEREOF, CITY OF FAYE'ITEVILLE and SWEETSER have signed this Agreement in quadruplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and two counterparts have been delivered to Swectser. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Sweetser or identified by Engineer on their behalf. This Agreement will be effective on Nad,A,mbnY 1 Agreement). OWNER: . Ci of Fa etteville By: ayor Dan y Attest [CORPORATE SEAL] ,•„V• macs. \1Y 0E'•SCS :<p FAYEITEVILLE' ......... nnunuell' &UJc4_ r , 2005 (which is the Effective Date of the CONTRACTOR: Swee Address for giving notices By ction, Inc. WI am G. Sweetser President Title [CORPORATE SEAL] * Attest a * If a Corporation, attest the Secretary. Address for giving notices SWEETSER CONSTRUCTION, INC. 590 W POPLAR FAYETTEVILLE, AR 72703 (If Owner is a public body, attach License No. 002470406 evidence of authority to sign and resolution or other documents Agent for service of process: authorizing execution of Agreement.) appy Hollow Rd & Huntsville Rd Intersection Improvements f Fayetteville g Division (If Contractor is a corporation, attach evidence of authority to sign) October 13, 2005 Page 00500-9 • • CITY OF FAYETTEVILLE HAPPY HOLLOW RD & HUNTSVILLE RD (HWY 16) INTERSECTION IMPROVEMENTS BID # 05-26 ADDENDUM #1 This Addendum /11 makes changes to the Bidding Requirements. This Addendum #1 consists of Pages AD1-1. Should there be any conflicts between the previous Plans and/or Specifications and this addendum, this addendum supersedes those documents. CHANGES TO THE BIDDING REQUIREMENTS: Section 00020 - ADVERTISEMENT FOR BIDS Page 00020-1, Revise the first sentence to read: 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 Thursday, October 6, 2005, for ... Fayetteville, Arkansas. END OF ADDENDUM #1 The Bidder shall acknowledge receipt of the Addendum by return fax (479.575.8202), as well as, by submitting a signed copy with his Proposal and acknowledging receipt on Page 00300-1 of the Bid Form./n )ft) C,e_-�5 ea_ e-F)N r vc ,`o+) Acknowledged bY:1 ,4 t,t_9 Note: This addendum becomes a part of the bidding documents. City of Fayetteville 09/13/05 AD1-I 1 PAYMENT AND PERFORMANCE BOND • • ST. PAUL FIRE AND MARINE INSURANCE COMPANY Hartford, Connecticut 06183 Bond No.: 104530858 KNOW ALL PERSONS BY THESE PRESENTS, That we, Sweetser Construction Inc., as principal, (hereinafter called the "Principal"), and St. Paul Fire and Marine Insurance Company, a Minnesota corporation, as surety, (hereinafter called the "Surety"), are held and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of One Million Two Hundred Twenty Eight Thousand Four Hundred Thirteen and 10/100 Dollars ($1,228,413.10) for the payment whereof said Principal and Surety bind themselves, jointly and severally, as provided herein. WHEREAS, the Principal has entered into a Contract with Obligee dated 34 to,/ Pilo perform construction work for furnishing all labor and materials for Intersection Improvement at Happy Hollow Road and Huntsville Road (Hwy. 16), Fayetteville, AR ("Contract"). NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly and faithfully perform the Construction Work to be performed under the Contract, and shall promptly make payment to Claimants, as hereinafter defined, for all labor and material actually used, consumed or incorporated in the performance of the Construction Work under the Contract, then this obligation shall be null and void, otherwise to remain in full force and effect. Surety's obligations hereunder to Obligee shall not arise unless Principal is in default under the Contract for failing to perform the Construction Work, and has been declared by Obligee to be in default under the Contract for failing to perform the Construction Work; and Obligee has performed its obligations under the Contract. In such event, Surety shall have a reasonable period of time to: 1. Upon entering into an acceptable written takeover agreement with Obligee, undertake to perform and complete the Construction Work to be done under the Contract; or 2. Obtain bids or negotiated proposals from qualified contractors for a contract for completion of the Construction Work to be done under the Contract, arrange for a contract to be prepared for execution by Obligee and contractor, to be secured with performance and payment bonds executed by a qualified surety; or 3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1 and 2 above, and with reasonable promptness under the circumstances: (a) After investigation, determine the amount for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender payment therefor to the Obligee; or (b) Deny liability in whole or in part and notify the Obligee citing reasons therefor. 4. The Contract balance, as defined below, shall be credited against the reasonable construction cost of completing the Construction Work to be performed under the Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable construction cost of completing the Construction Work exceeds the Contract balance, Surety shall pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount of this bond. If Surety completes the work pursuant to paragraph 1 above, that portion of the Contract balance as may be required to complete the Construction Work to be done under the Contract and to reimburse Surety for its outlays shall be paid to Surety at the times and in the manner as said sums would have been payable to Principal had there been no default under the Contract. To the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee, Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's aggregate liability shall not exceed the penal sum of this bond. The term "Contract balance" as used herein shall mean the total amount payable by Obligee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to Principal under the Contract. The term "Construction Work" as Payment and Performance Bond - Page 1 of 3 1 1 1 used herein shall mean the providing of all labor and/or material necessary to complete Principal's scope of work under the Contract. Notwithstanding any language in the Contract to the contrary, the Contract balance shall not be reduced or set off on account of any obligation, contractual or otherwise, except the reasonable construction cost incurred in completing the Construction Work. 5. Any suit by Obligee under this bond must be instituted before the earlier of: (a) the expiration of one year from the date of substantial completion of the Construction Work, or (b) one year after Principal ceased performing the Construction Work, excluding warranty work. If the public works bond statutes in the location where the Construction Work is being performed contains a statute of limitations for suits on the performance bond, then the limitation period set forth herein shall be read out of this bond and the statute of limitation set forth in the public works bond statutes shall be read into this bond. If the limitation set forth in this bond is 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, and said period of limitation shall be deemed to have accrued and shall commence to run no later than (y) the date of substantial completion of the Construction Work, or (z) the date Principal ceased performing Construction Work, excluding warranty work, whichever occurs first. 6. A Claimant is defined as one other than Obligee having a contract with Principal or with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or material is actually used, consumed or incorporated in the performance of the Construction Work under the Contract. 1 1 1 1 1 1 7. Principal and Surety hereby jointly and severally agree with Obligee that every Claimant as herein defined who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labor was done or performed or materials were fumished by such Claimant, may bring suit on this bond, prosecute the suit to final judgment for the amount due under Claimant's contract for the labor and/or material supplied by Claimant which was actually used, consumed or incorporated in the performance of the Construction Work, and have execution thereon; provided, however, that a Claimant having a direct contractual relationship with a subcontractor of Principal shall have a right of action on this bond only if said Claimant notifies Surety in writing of its claim within ninety (90) days from the date on which said Claimant did or supplied the last labor and/or materials for which the claim is made. Obligee shall not be liable for the payment of any costs or expenses of any such suit. 8. No suit or action shall be commenced hereunder by any Claimant after the expiration of the earlier of: (a) one year after the day on which Claimant last supplied the labor and/or materials for which the claim is made; or (b) the limitation period set forth in the public works bond statutes, if any, in the location where the construction work is being performed. Any limitation contained in this bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by the law of that state, and said period of limitation shall be deemed to have accrued and shall commence to run on the day Claimant last supplied the labor and/or materials for which the claim is made. 9. No suit or action shall be commenced hereunder by Obligee or any Claimant other than in a state court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 10. The amount of this bond shall be reduced by and to the extent of any payment or ;payments made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s) or otherwise in discharge of Principal's obligations. Surety's liability hereunder to Obligee and all •laimants is limited singly, or in the aggregate, to the penal sum of the bond set forth herein. Surety rayt. at its option, discharge all obligations under this bond by interpleading into the registry of any courtlof competent jurisdiction of the full unused penal sum of this bond, or such portion thereof that e�IF satisfy the obligations owed to Obligee and/or Claimant(s). No right of action shall accrue on this ri • to any person or entity other than Obligee and/or Claimant(s). The bond shall not afford • • Payment and Performance Bond - Page 2 of 3 1 1 1J 1 1 1 1 1 1 1 1 1! a_ 1 • coverage for any liability of•ncipal for tortious acts, whether ort said liability is direct or is imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any liability or other insurance required by the Contract. 11. This bond is provided to comply with a statutory or other legal requirement for performing construction contracts for public owners in the location where the construction work is being performed. Except as provided in paragraphs 5 and 8 above, all provisions in the bond which are in addition to or differ from those statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a statutory bond, not a common law bond. Signed this / Sfi day of On r) 2004, Sweetser Construction In William 9tlfeetser St. Paul Fire and Marine Insurance Company By Robert M. Davis, Attomey-in-Fact Payment and Performance Bond - Page 3 of 3 1 1 1 1 1 1 1 1 1 1 1 1 1 • StFBui Surety St. Fin ssarasat Comma.a Camay 51. Ad Mercury amnia Campa.y Seaboard army Coaapasy • Udad Sam Fidelity .ad Camay Company Fidam ompay Fidelity and Gunny Swan U.dennf er , lac. St Pal Medical liability loam= Company Bond No. RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act'). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds 5100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,0001000. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. • 1 1 1 • 1 1 1 1 1 • 1 1 7heStPaVl • • POWER OF ATTORNEY Seaboard Surety Company SI. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 51. Paul Mercury Insurance Company Power of Attorney No. 20778 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 2197552 KNOW AL1. MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York. and that Si. Paul Fire and Marine Insurance Company. St Paul Guardian Insurance Company and Si. Paul Mercury Insurance Com any are corporations duly organized under the laws of the State of Minnesota, and that Iinited Stales Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland. and that Fidelity and Guaranty Insurance Company is a curpxation duly organized under the laws of the State of Iowa. nd that Fidelity and Guaranty Insurance Underwriters. Inc. is a corporation duly organized sealer the laws of the State of Wisconsin (herein collectively railed the 'Companies"). and that the Companies do hereby make. constitute and appoint Roland Kilian, Cecil Bridgers, Adrian Luttrell, Christine Piker, Donna Tito and Robert M. Davis Fayetteville Arkansas of the City of , State _ . their true and lawful Auomey(s)-in-Fact. each in their separate capacity if more than one is named above. to sign its name as surety to, and to execute. seal and acknowledge any and all bonds. undertakings, contracts and other written instruments in die nature iheneof on behalf of the Companies i4n-their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undenakin , yuiri 01NrmiticiJ�ny actions or proceedings allowed by law. �n,� • c �v 19th May 2003 IN WITNESS WIIEREOF, the Companies have caused this instrun en to be Signed and s(%1 his day of `y r % `-11 Seaboard Surely Company 1`� ` ` . v+ United States Fidelity and Guaranty Company Sl. Paul Fire and Marina `ssarance•h(:dbtpany ANN.•L Fidelity and Guaranty Insurance Company SL Paul Guardian Insurance Co,IDaoy ?`` Fidelity and Guaranty Insurance Underwriters. Inc. S. Paul Mercury Irtsu�� lfl pa w �VkA .-. , 1/ b *0 VV PETI:R W. CARMAN. V¢e Presideni State of Maryland City of Baltimore TIOMAS E IIOIIiRISGTSE. Assistant Secretary On this 19th day of May 2003 before mc, the undersigned officer. personally appeared Peter W. Carman and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary. respectively. of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company. Si. Paul Guardian Insurance Company. St Paul Mercury Insurance Company. United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc.: and that the seals affixed to the foregoing instrument are the corporate seals of said Companies. and that they, as such. bring authorized so to do. executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereor, 1 hereunto set my hand and official seal. My Couunission expires the I sl day of July. 2006. 86203 five. 7-2002 Printed in U.S.A. REBECCA EASLEYONOKALA. Notary Public • • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, Si. P Fire and Marine Insurance Company, St. Paul Guanlian Insurance Company. Si. Paul Mercury Insurance Company. United Slates Fidelity and Guaranty Compal Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2. 1998. which resolutions arc now in full force a effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds. undenakings, contracts and other instruments relating to said business may be signed. executed. amt acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Powerls) of Attorney for and on behalf of the Company may and shall he executed in the name and on behalf of the Company. either by the Chairman. or the President, or any Vice President, or an Assistant Vice President, jointly with thc Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any cenificate relating thereto appointing Attorneys) -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings ohligatory in the nature thereof, and subject to any limitations set forth therein. any such Power of Attorney or cenifcate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company. and any such power so executed and certified by such facsimile signature and facsimile seal shall he valid and binding upon the Company with respect to any pond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the Pants and limitations of the Power of Attorney issued them, to execute and deliver on behalf of thc Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I. Thomas E. Huibreglse, Assistant Secretary of Seaboard Surety Company, St Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Compa St. Paul Mercury Insurance Company. United Stales Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insura, Underwriters, Inc. do hereby cenily that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is in full fo and effect and has not been revoked. IN TF_STIMONY WHEREOF', I hereunto set my hand this day of Men /A '�� s.1/\°� Thomas E. Huibregtse. Assistant Se mazy ^a aM 1 • To verify the authenticity of this Power of Attorney, call I-800-42);-,880 `'ask for theft of `a ney clerk. Please refer to the Power of Attorney number, the above-named individuals. and the details of the bond to wvhiic�hh theower is aftadheedd. rft • lL .fr VI o' `� �� AtORD_ CERTIFICATbOF LIABILITY INSURAN CSR SP SWEET -1 DATE(MWOdWYY) 11/07/05 ER son Insurance Agency 2340 Green Acres Rd, Suite *10 P.O. Box 4217 THIS CERTIFICATE IS UED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ALTER THE COVERAGE AFFORDED BY THE POUCIES EXTEND OR BELOW. yetteville AR 72703 hone:479-521-2233 INSURERS AFFORDING COVERAGE NAICS INSURED INSURER A. Cincinnati Insurance Co 10677 INSURER B: SWEBTSBR CONSTRUCTION INC. 590 W. Poplar INSURER C. Fayetteville AR 72703 INSURERO. INSURER E. OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TIE 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 CERT1ICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TRIMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS R'ADPI EFFECTIGE-PouCPEXPRp1iON R INSRC TYPE OF INSURANCE POLICY NUMBER WLEY DATE (MM/O0/YY) DATE (MWDO/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE 1110001000 X COMMERCIAL GENERAL LIABILITY CPP0918275 10/30/05 10/30/06 ww. PMIS�ES(Ea ) 1 500,000 ICWNS MADE X OCCUR MED EXP (Any one penal) f 10,000 PERSONAL 1 ADV INJURY 11 , 000,000 GENL GENERAL AGGREGATE 12,000,000 AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPAOPAGG 12,000,000 n JJEECTT n LOC POLICY AUTOMOBILE LIABILITY X ANY AUTO CPA0918275 10/30/05 10/30/06 COMBINED SINGLE LIMB (Ea accident) f 1,000,000 ALL OWNED AUTOS SCHEDULED AUTOS (Perppen ) RY 1 X X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per ;Rodent) 1 PROPERTY DAMAGE (Pe, accident) 1 GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC 1 AUTO ONLY. AGC 1 EXCESSNMBRELLA LIABILITY (' H EACH EACH OCCURRENCE 1 I GUMS MADE AGGTE 1 DEDUCTIBLE 1 _ RETENTOCCUR ION 3 f 1 COMPENSATION AND OYERS'LIABILITY WC TORY LIMITS I l° ETLL TH- R /PROPRIETOR/PARTNER/EXECUTIVEWC184387300 CERA/EMBER EXCLUDED? 10/30/05 10/30/06 EX. EACH ACCIDENT 1100000 'Rua* E.L. DISEASE EA under CAL PROVISIONS - EMPLOYEE 1100000 Wow E. L. DISEASE -POLICY HMR 1500000 OF OPERATIONS / LOCATIONS / VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT 1 SPFCIAI Pernnenue tIE, MOLDER CRPity Of Fayetteville X1.13 W. Mountain aYetteville AR 72701 ;jos): CITYDO1 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPO ATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MNL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER RS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE G C ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. t2Ooi>ost • City of Fayetteville, Arkansas Budget Adjustment Form • Budget Year 2005 Department Division: Program: Sales Tax Capital Improvements Date Requested 10/7/2005 Adjustment Number Project or Item Added/Increased: $843,330 is requested for the Huntsville & Happy Hollow Intersection Construction Project Project or Item Deleted/Reduced: Completed construction projects with remaining balances have been identified for balance transfers. This also includes projects that are no longer viable for the forseeable future. Justification of this Increase: Funding is needed to cover the construction cost of the project, as well as, land acquisition, materials testing, inspection & contract administration. Justification of this Decrease: Excess funds are available from completed construction projects, or projects that are no longer viable for the foreseeable future. Account Name Increase Expense Budget (Decrease Revenue Budget) Account Number Amount Street improvements 4470 9470 5809 Account Name Street improvements Project Number 00 843,330 04011 Decrease Expense Budget (Increase Revenue Budget) Account Number Amount 4470 9470 5809 00 843,330 See Attached List Project Number Approval Signatures Requested By Budget Manager Department Difector 4►p.: c�\ Finan Internal Services Director Date Date 10.1405 Date Date /47/91 Date Type: A Budget Office Use Only B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log E Initial Date Initial Dale Initial Date Initial Date Budget Adjustment Form - Page 2 Huntsville & Happy Hollow Intersection Improvement Project Account Name Account Number Amount Project Number Pro ect Name Street Improvements 4470.9470.5809.00 $511,545 03006 GreggAve - Fulbriht to Mud Creek Bridge Street Improvements 4470.9470.5809.00 $90,728 04016 Shiloh, Gregg& Fulbri hl - Turn Lanes Street Improvements 4470.9470.5809.00 $140.832 04013 Mission & Maple - Signalization Street Improvements 4470.9470.5809.00 $29.311 03007 Old Missouri - Joyce to Mud Crk Street Improvements 4470.9470.5809.00 $26.826 04015 School & Archibald Yell - Intersection Street Improvements 4470.9470.5809.00 $1,844 04012 MiIIsap & North College - Intersection Street Improvements 4470.9470.5809.00 $11,440 01011 Cleveland St Improvements - Leverett to Hall Street Improvements 4470.9470.5809.00 $30.804 04018 West Ave & Maple St - Signalization TOTAL $843,330 p m N J b o a V m u > u + b m o W J p p C w ry g y _ O x m p= N m N 3 3 d m 3 o 3 m m g 2 o' 0 =0 o m u a ^ N T A OZ e a m o j 3 o 0 n m E N n p J • e 0 o- n o o J 0 P n O + = o m g M Z w b 3 o m J 9 m s r O m 41 O Ia C ma' c O j cpm 00 N m 3 o N a ^ 5o J J O e O `x a e T o ^ j m M N N M N M N M N M m 0 O O O O O O O O O O v m 0 0 o o e e e o o 0 0 0 0 0 o 0 a o a O P 7 u r m — m O 0 J �V O O O J O v m > m C n S N o Z - m u C 3 3 Q 0 u o 00Q N O 0 b X m # O m c O m c 3 m p ei m~o o i o m 5 g N m m - B _ b J m S J N J i ai o ; O n m Y > O J b r m 0 m + # o l M 44 M 0 O + J -<O + O 0 lu IJ N 0 J m O m px m 7� m a a P P O > m 0 + + 0 0 o O N 0 O Project Manual ri CITY OF FAYETTEVILLE ARKANSAS Happy Hollow Rd a Huntsville Rd [Hwy 161 Intersection Improvements if' j.LE%6STEIkv- BID # 05-26 August 2005 No. 9804 Project Manual ri CITY OF FAYETTEVILLE ARKANSAS Happy Hollow Rd & Huntsville Rd (Hwy 161 Intersection Improvements BID # 05-26 August 2005 H I C I C I I I I I I H I I I Section 00005 TABLE OF CONTENTS Happy Hollow Road & Huntsville Road Intersection Improvements Section No. Title 00005 Table of Contents....... CONTRACT FORMS AND CONDITIONS 00500 Agreement Form Between Owner & Contractor Construction Performance Bond - Exhibit A ...... Construction Payment Bond - Exhibit B ............. Certificates of Insurance - Exhibit C ................... Notice to Proceed ................................................ 00700 General Conditions ............................................. 00800 Supplementary Conditions .................................. SPECIFICATIONS Division I - General Requirements 01010 01025 01027 01035 01040 01051 01060 01090 01300 01310 01410 01500 01620 01630 01700 Summaryof Work ................................................ Measurement and Payment ................................... Applications for Payment ..................................... Modification Procedure ........................................ Coordination and Meetings ................................... Construction Surveys ............................................ Regulatory Requirements ...................................... Reference Standards and Abbreviations ............... Submittals............................................................. Progress Schedules ............................................... Testing Laboratory Services ................................. Construction Facilities & Temporary Controls ..... Storage and Protection .......................................... Product Options and Substitutions ........................ Contract Closeout ................................................. ........................ 00005-1 to 00005-2 .01010-I 01025-11 .01027-1 .01035-1 .01040-1 .01051-1 .01060-I .01090-1 .01300-1 .01310-I .01410-I .01500-1 .01620-1 .01630-1 .01700-1 to 01010-2 o01025-18 to 01027-2 to 01035-3 to 01040-3 to 01051-2 to 01060-3 to 01090-3 to 01300-3 to 01310-2 to 01410-3 to 01500A to 01620-2 to 01630-2 to 01700-5 I Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville November 23, 2005 Engineering Division Page 00005-1 I IDivision 2 - Site Work ' 02050 Demolition.....................................................................................................02050-1 to 02050-2 02100 Site Preparation..............................................................................................02100-I to 02100-3 02161 Excavation Safety..........................................................................................02161-I to 02161-2 OSHA Subpart P - Excavations................................................................................ 369 to 406 ' 02220 Excavation and Embankment........................................................................02220-I to 02220-9 02230 Road Bed Preparation....................................................................................02230-1 to 02230-5 02261 Site Restoration..............................................................................................02261-I to 02261-5 02270 Slope Protection and Erosion Control............................................................02270-I 10 02270-3 ' 02581 Thermoplastic Pavement Markings................................................................02581-1 to 02581-4 02600 Pipelaying......................................................................................................02600-I to 02600-5 02720 Storm Sewer System......................................................................................02720-1 to 02720-3 ' 02840 Signage..........................................................................................................02840.1 to 02840-3 02842 Service Point Assembly.................................................................................02842-1 to 02842-2 02843 Luminaire Assembly (Cutoff Type)...............................................................02843-1 to 02843-1 02844 Electrical Conductors-In-Conduit..................................................................02844-I to 02844-1 ' 02845 Electrical Conductors for Luminaires............................................................02845-1 to 02845-1 02846 LED Traffic Signal Modules(12")................................................................02846-1 to 02846-1 02900 Landscaping...................................................................................................02900-1 to 02900-9 AHTD Specifications AHTD 401 Prime & Tack Coats & Emulsified Asphalt in Base Course..............................0401-I to 0401-3 ' AH'I-D 403 Materials & Equipment for Prime, Tack, & Asphalt Surface Treatments ..........0403-I to 0403-5 AHTD 404 Design & Quality Control of Asphalt Mixtures .................................................0404-1 to 0404-6 ARID 406 Asphalt Concrete Hot Mix Binder Course.........................................................0406-1 to 0406-2 AHTD 407 Asphalt Concrete Hot Mix Surface Course ........................................................0407 -Ito 0407-2 ' AHTD 409 Materials & Equipment for Asphalt Concrete Plant Mix Courses .....................0409 -Ito 0409-9 Al-ITD 410 Construction Requirements & Acceptance of Asphalt Concrete Plant Mix Courses............................................................0410-1 to 0410-10 AHTD 710 Non Metallic Conduit........................................................................................0710-1 to 0710-1 AHTD 722 Plowable Pavement Marker...............................................................................0722-I to 0722-1 Division 3 - Concrete 03210 Reinforcing Steel...........................................................................................03210-1 to 03210-3 03316 Miscellaneous Concrete Work.....................................................................03316-1 to 03316-10 1 IEnd of Section 00005 L L I Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville November 23, 2005 Engineering Division Page 00005-2 I. Section 00500 AGREEMENT BETWEEN CITY OF FAYE'IIEVILLE ANDCONTRACTOR ' THIS AGREEMENT is dated as of the 1 bi day of NDUR m O.Q( in the year 2005 by and between the City of Fayetteville, Arkansas and Sweetser Construction, Inc. (hereinafter called Sweetser). City of Fayetteville and Swectser, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. Sweetser shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of reconstructing & reconfiguring the existing four legged intersection into a "T" intersection. The improved intersection will be signalized with video detection. The demolition work will involve the obliteration of portions of the existing roadway, sidewalks, drainage structures, parking lot, & etc. The construction work will involve placing hillside material, aggregate base, asphalt binder, and asphalt surfacing with the associated earthwork, drainage pipes, inlets, sidewalks, traffic signalization, and other items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by ' City of Fayetteville Engineering Dept. 113 W. Mountain ' Fayetteville, Arkansas 72701 who is hereinafter called Engineer and who is to act as City of Fayetteville's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. ' Article 3. CONTRACT TIME. 3.1. The Work shall be substantially completed within 180 consecutive calendar days after the date when ' the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.8 & C of the General Conditions within 210 consecutive calendar days after the date when the Contract Time commences to run. 3.2. Liquidated Damages. City of Fayetteville and Sweetser recognize that time is of the essence of the Agreement and that City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 ' of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Sweetser agree that as liquidated damages for delay (but ' not as a penalty), Sweetser shall pay City of Fayetteville One thousand dollars ($1,000.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Sweetser shall neglect, refuse or fail to complete 1 Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-1 I the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final ' payment or any proper extension thereof granted by City of Fayetteville, Sweetser shall pay City of Fayetteville One thousand dollars ($1,000.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. 1 Article 4. CONTRACT' PRICE. I I C C H I LII H H I City of Fayetteville shall pay Sweetser for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1. for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements PAY ITEMS Item No. Description Unit Estimated Quantity Unit Price Extended Price I Mobilization LS I $25,000.00 $25000.00 2 Construction Staking IS I $9,500.00 $9,500.00 3 Maintenance of Traffic LS I $95,000.00 $95,000.00 4 Tree Protection Fencing LF 300 $12.00 $3,600.00 5 Excavation Safety LS 1 $3,500.00 $3,500.00 6 Clearing and Grubbing LS 1 $12,000.00 St 2,000.00 7 R & D Curh & Gutter LF 1,266 $10.00 $12,660.00 8 R & D Drainage Pipes LF 384 515.(x) $5,760.00 9 R & D Concrete Pavement & Driveways SY 915 $12.00 $10,980.00 10 R & D Concrete Sidewalk SY 600 $12.00 $7,200.00 II R & D Drop Inlet/Junction Box EA 3 $500.00 $ 1500.00 12 R & D Concrete Flume EA I $500.00 $500.00 13 R & D Building Structure & Appurtenances LS 1 $18,000.00 $18,000.00 14 Unclassified Excavation CY 7,388 $18.50 $136678.00 15 Compacted Sub rade-Select Hillside Material Borrow CY 5,100 $14.50 $73,950.00 16 Undercut and Backfill CY 500 $16.00 $8,000.00 I7 7" Aggregate Base Course (Class 7) SY 7,850 $7.70 $60,445.00 18 Aggregate Base Course (Class 7 Trenches Under Pavemt TN 100 $16.00 $ 1600.00 19 Concrete Curb and Gutter LF 2,5(X) $10.50 $26,250.00 20 ACHM Binder Course PG 70-22) TN 1500 $67.00 $100,500.00 21 ACHM Surface Course PG 70-22) 7N 740 $69.00 $51,060.00 22 18 -inch Reinforced Concrete Pipe RCP LP 624 $50.50 $31 512.00 Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-2 I C I I I I I I I I CI I I I II 23 24 -inch Reinforced Concrete Pipe (RCP LF I I0 $73.50 $8,085.00 24 36 -inch Reinforced Concrete Pipe (RCP) LP 45 $162.50 $7,312.50 25 48 -inch Reinforced Concrete Pipe (RCP) LF 240 $249.00 $59,760.00 26 24 -inch Flared End Section FES RCP w/Curtain Wall LA I $1,356.00 $1,356.00 27 Concrete Headwalls, Win walls & Aprons for Double 48 -inch RCP LS I $7900.(X1 57,900.00 28 Dbl 8'x4' Conc Box Culvert & 18'x6' Conc Connection Box LF 159 $547.(X) $86,973.00 29 Drop Inlet (Type 'C' 4'x4or MO' 4' Dia.) EA 10 $1,900.01) $19,000.00 30 Drop Inlet (Type 'C' 4'x5' EA I $2,200.01) $2,200.00 31 Prop Inlet (Type 'C' 4'x6' EA I $2,500.00 $2,500.00 32 Drop Inlet ' 'C' 4'x20' EA I $7,500.00 $7,500.00 33 Drop Inlet T 'C' 5'x5' EA I $2,500.00 $2,500.00 34 Drop inlet (Type 'C' 5'x to') EA I $7,100.00 $7,100.(X) 35 Grate Inlet 4'x4' FA I $2,900.00 $2,900.00 36 Grate Inlet 5'x13' LA I $7,100.00 $7,100.00 37 Drop Inlet Extension (4') EA 12 $600.00 $7,200.00 38 Junction Box 4'x4' or 'MO' 4' Dia, FA I $1,700.00 $1,700.00 39 Convert Drop Inlet to Junction Box EA I $900.00 $900.00 40 Adjust Manhole to Finished Grade FA 3 5750.0(1 $2,250.00 41 Adjust Water Valve to Finished Grade EA 3 5200.00 $600.00 42 Relocate Flashing Advance Crossing Sign LS I $2,100.00 $2,100.00 43 Concrete Outlet Structure To 5' EA I $1,000.00 $1,(1(10.00 44 Concrete Sidewalk 4" w/ Agg. Base (4") SY 1,650 545.00 $74,250.00 45 Concrete Access Ramp (4") w/ Agg. Base (4") SY 65 $45.00 $2,925.00 46 Detectable Warning Surfaces SF 132 $35.00 $4,620.00 47 Concrete Driveway (6" SY 375 $49.00 518,375(X) 48 Seeding and Mulching AC 2.0 $3,500.00 $7,000.00 49 Solid Sodding SY 1,200 $5.00 $6,000.00 50 Imported ToSoil CY 1,400 $14.50 $20,300.00 51 Baled Straw Ditch Check (E-3) FA 30 $150.00 $4,50(1.00 52 Silt Fcncc F, -I LF 600 $12.00 $7,200.00 53 Drop Inlet Silt Fence E-2 EA 19 $400.00 $7,600.00 54 Thermoplastic Pavement Marking White or Yellow (4") I.F 4,500 $0.55 $2,475.00 55 Thermoplastic l'avernent Marking White 18" LF 650 $8.80 $5,720.00 56 Thermoplastic Pavement Marking White (12") LF 130 $7.70 $1,001.00 57 Thermoplastic Pavement Marking (ARROWS) F.A 9 $220.00 $1,980.00 58 Thermoplastic Pavement Marking (WORDS) [A 3 $250.00 $750.00 59 Plowable Pavement Marker (Type I (Clear) FA 35 $44.00 $1,540.00 60 Plowable Pavement Marker (Type II(Yellow/Yellow) FA 45 $44.00 $1 980.00 61 Standard Signs SF 27.8 $12.00 $333.60 —. S11O168IWOJ Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-3 I H I I C I H H I I C C 62 Service Point Assembly (2 Circuits) LS 1 $1,500.00 $1,500.00 63 System Local Controller (16 Phase) Peck 3000E) FA I $13,500.00 $13,500.00 64 Video Detector Mast Mount) (Philips VPK351A w/Zoom Lens) EA 4 $2,800.00 $11,200.00 65 Video Processor Unit -4 Channel (Peck VideoTrak-905) EA I $18,700.00 $18,700.00 66 MDS 9710B Radio w/ Remote Diagnostics EA I $2,600.00 $2,600.00 67 Astron RS -5A Power Supply EA I $405.00 $405.00 68 Kathrein/Scala TY-900 Yagi Antenna EA 1 $525.00 $525.01) 69 Polyphaser IS-50NX-C2 Arrestor EA I $175.00 $175.00 70 Pelco AB -3026 -84 -SS Mount w/ SE -0484-23 Tube Riser EA I $300.00 $300.00 71 Pelco Flasher Controller Ass w/Nema Flasher SE -1017 EA I $1,200.00 $1,200.00 72 Non -Metallic Conduit (2") LF 500 $ 10.00 $5,000.00 73 Non -Metallic Conduit (3") LF 300 $22.(X) $6,600.00 74 Concrete Pull Box (Type 2) EA 5 $460.00 $2,300.00 75 Traffic Signal Cable 7e/14 AWG) LF 865 $2.00 $1,730.00 76 Traffic Signal Cable 20c114 AWG) LF 250 $4.40 $1 1(70.00 77 Fcaier Wire LF 760 $1.00 $760.00 78 Video Cable IF 570 55.60 $3,192.00 79 Elect. Cond. for Luminaires/Flasher Controller 2412 AWG) LF 720 $1.60 $1,152.00 80 Electrical Conductors -In -Conduit 2c/6 AWG LF 280 $4.10 $1,148.00 81 Electrical Conductors -In -Conduit Id8 AWG, F.GC LF 600 $2.10 $1,260.00 82 RFN-1006-31 Coax Connectors EA 4 $40.00 $160.00 83 Belden 9913 Coax Cable IF 670 $2.50 $ 1675.00 84 Traffic Signal Head 3 -Section L.E.D. EA 6 $750.00 $4,500.00 85 Traffic Signal Head(I-Section) L.E.D. LA 2 $450.00 $900.00 86 Traffic Signal Head (5 -Section) L.E.D. EA I $1,300.00 $1,300.00 87 Pedestrian Signal Head (International Symbols) EA 6 $610.00 $3,660.00 88 Traffic Signal Mast Arm and Pole With Foundation 25' EA I $6,750.00 $6,750.00 89 Traffic Signal Mast Ann and Pole With Foundation 28 EA I $7,500.00 $7,500.00 90 Traffic Signal Mast Arm and Pole With Foundation (35') EA 1 $8,600.00 $8,600.00 91 Traffic Signal Mast Ann and Pole With Foundation 38 LA I $8,800.00 $8,800.00 92 Traffic Signal Pedestal Pole With Foundation 14Tall EA 2 $1,760.00 $3,520.00 93 Traffic Signal Pedestal Pole With Foundation 35' Tall EA I $3,820.00 $3,820.00 94 Luminaire Assembly EA 3 $400.00 $1,200.00 II R!A'ERR4S 1,• A ' 7 AL SF2b2!QO II I Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville October 13, 2005 Engineering Division Page 00500-4 I As provided in paragraph 11.03 of the General Conditions estimated quantities arc not guaranteed, and determinations ' of actual quantities and classifications are to be made by Engineer as provided in paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.C of the General Conditions. ' Article 5. PAYMENT PROCEDURES Sweetser shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as ' modified in the Supplementary Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1. Progress Payments. City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Sweetser's Applications for Payment as recommended by Engineer, on or about the I st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02. All ' such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. ' 5.1.1. Prior to Substantial Completion, progress payments will he made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance with paragraphs 14.02.8.5 & 14.02.D of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work ' has been 50 percent completed as determined by the Engineer, and if the character and progress of the Work have been satisfactory to City of Fayetteville and Engineer, City of Fayetteville, on recommendation of Engineer, may determine that as long as the character ' and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. ' 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to City of Fayetteville as ' provided in paragraphs 14.02.B.5 & 14.02.D of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. I J I I I H 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to Sweetser to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance with paragraphs 14.02.8.5 & 14.02.D of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.8 & C of the General Conditions, City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraphs 14.07.8 & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce City of Fayetteville to enter into this Agreement Sweetser makes the following representations: 6.1. Sweelser 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." Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-5 I 6.2. Sweetser 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. Sweetser 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. Sweetser 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. Sweetser 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 Sweetser is entitled to rely as provided in paragraph 4.02 of the General Conditions. Sweetser acknowledges that such reports and drawings are not Contract Documents and may not be complete for Sweetser's purposes. Sweetser acknowledges that City of Fayetteville and Engineer do not ' assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Sweetser has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions ' (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by Sweetser and safety precautions and programs incident thereto. Sweetser 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. Sweetser is aware of the general nature of work to be performed by City of Fayetteville and others at ' the site that relates to the Work as indicated in the Contract Documents. 6.6. Sweetser has correlated the information known to Sweetser, 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. Sweetser has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Sweetser has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Sweetser 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 City of Fayetteville and Sweetser concerning the Work consist of the following: 7.1. This Agreement (pages Ito 9, inclusive). 7.2. Performance and Payment Bonds (Exhibits A and B respectively). ' 7.3. Certificates of Insurance (Exhibit C). Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-6 L Li 7.4. Documentation submitted by Sweetser prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages I to 41, inclusive). 7.6. Supplementary Conditions (pages 1 to 12 inclusive). 7.9. Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof. ' 7.10. Addenda number 1. H J J I I The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted ' otherwise above). 7.11. Two sets of drawings (not attached hereto) consisting of cover sheets and additional sheets with each sheet bearing the following general titles: Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements (44 sheets total) & Happy Hollow Rd & Huntsville Rd (Hwy 16) Signalization Plans (5 sheets total) 7.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.12.1. Notice to Proceed 7.12.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. Li L I Ii I I 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. Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-7 There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only he amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article S. 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. City of Fayetteville and Sweetser each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. I C L H H I I I I C E I I I I I I 8.5. 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. 8.6. Freedom of Information Act. City of Fayetteville 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, Sweetser 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. 8.7. This contract must be interpreted under Arkansas Law. Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-8 I I I I I I I I I C I 11 I n H n IN WITNESS WHEREOF, CITY OF FAYE'I"I'EVILLE and SWEETSER have signed this Agreement in quadruplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and two counterparts have been delivered to Sweetser. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Sweetser or identified by Engineer on their behalf. This Agreement will be effective on Nov Lm'�n 1 , 2005 (which is the Effective Date of the Agreement). OWNER: City of Fayetteville CONTRACTOR: 'wee r ns etion Inc. By: By: ayor Dan dy Wi iam G. Sweetser [CORPORATE SEAL] 4. '3. Tn,.tS'� • FAYEITEVILLE; 'qp 5'h: . J °�yftA v4/ - G7nN �``�� President Title [CORPORATE SEAL] Attest c1cGk,CtCS,�EjnuflAc * Attest LL4laADQ * If a Corporation, attest the Secretary. Address for giving notices (If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) Address for giving notices SWEETSER CONSTRUCTION, INC. 590 W. POPLAR FAYETTEVILLE, AR 72703 License No. 002470406 Agent for service of process: (If Contractor is a corporation, attach evidence of authority to sign) Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville October 13, 2005 Engineering Division Page 00500-9 r P I I n n I H H CORPORATE RESOLUTION OF BOARD OF DIRECTORS OF SWEETSER CONSTRUCTION I, Sharon Sweetser, certify that I am the secretary and treasurer of Sweetser Construction, a corporation legally organized and existing under and by virtue of the laws of the State of Arkansas, and that I am the custodian of the records and the seal of the corporation; that at a meeting of the board of directors of the corporation duly and legal) ' called and held in accordance with the law and the bylaws of the corporation on the 27 day of December 2004, at which meeting a quorum of the board of directors of the corporation was present, the following resolutions were duly adopted by the board of directors of the corporation and are set forth in the minutes of the meeting, namely: "BE IT RESOLVED, by the board of directors of this corporation that: That Billy Sweetser as President of the Corporation and Sharon Sweetser as Secretary and Treasurer of the Corporation, are authorized to sign any and all contracts, deeds, assurances or any document which may be proper to effectuate the negotiations or transactions of the corporation. That Billy Sweetser as President of the Corporation and Sharon Sweetser as Secretary and Treasurer of the Corporation, any one or jointly are authorized to sign any and all contracts, deeds, assurances or any document which may be proper to effectuate the negations or transactions of the corporation from time to time on behalf of this Corporation. ' The above resolution will continue in force until express written notice of its rescission or modification has been received. II further certify that the above resolutions have not been in any way altered, amended, or rescinded; they are not in contravention of or in conflict with any of the conditions or provisions of the bylaws or charter of the corporation; and they are now in ' force and effect. I further certify that the names of all presently qualified and acting officers of the corporation are as follows, and the genuine signature of those presently authorized to sign for the corporation pursuant to the above resolutions appears below, identified by their signature: I I L I L L I I H H H I L I I I I I U Li Billy Swee er, President Sharon Sweetser, S ctary/I'reasurer IN WITNESS WHEREOF, I have hereunto set my hand as Secretary of said corporation and have affixed hereto the official seal of the corporation this day of \OEe- d 7 , 2004. Secretary ATTEST:///�� President L CITY OF FAYETTEVILLE I I I H H H H I H I I J I IIAI'PY HOLLOW RD & IIUNTSVILLE RD (HWY 16) INTERSECTION IMPROVEMENTS BID # 05-26 ADDENDUM #1 This Addendum #1 makes changes to the Bidding Requirements. This Addendum #I consists of Pages ADI-I. Should there be any conflicts between the previous Plans and/or Specifications and this addendum, this addendum supersedes those documents. CHANGES TO THE BIDDING REQUIREMENTS: Section 00020 - ADVERTISEMENT FOR BIDS Page 00020-1, Revise the first sentence to read: Notice is given hereby that, pursuant to an order of the City Council of the City of Fayetteville, Arkansas, scaled bids will be received at Room 306, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 p.m. (local time) on Thursday, October 6, 2005, for ... Fayetteville, Arkansas. END OF ADDENDUM #1 The Bidder shall acknowledge receipt of the Addendum by return fax (479.575.8202), as well as, by submitting a signed copy with his Proposal and acknowledging receipt on Page 00300-I of the Bid Form. Sic3 a2 lrp s { r Acknowledged by: ( A t' to - Note: This addendum becomes a part of the bidding documents. ' City of Fayetteville 09/13/05 ADI-1 ' PAYMENT AND ST. PAUL FIRE AND MARINE INSURANCE COMPANY ' PERFORMANCE Hartford, Connecticut 06183 BOND ' Bond No.: 104530858 KNOW ALL PERSONS BY THESE PRESENTS, That we, Sweetser Construction Inc., as principal, (hereinafter called the "Principal"), and St. Paul Fire and Marine Insurance Company, a Minnesota corporation, as surety, (hereinafter called the "Surety"), are held and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of One Million Two Hundred Twenty Eight Thousand Four Hundred Thirteen and 10/100 Dollars ($1,228,413.10) for the payment whereof said Principal and Surety bind themselves, jointly and severally, as provided herein. ' WHEREAS, the Principal has entered into a Contract with Obligee dated 74.../ ,to perform construction work for furnishing all labor and materials for Intersection Improvement at Happy Hollow Road and Huntsville Road (Hwy. 16), Fayetteville, AR ("Contract"). ' NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly and faithfully perform the Construction Work to be performed under the Contract, and shall promptly make payment to Claimants, as hereinafter defined, for all labor and material actually used, ' consumed or incorporated in the performance of the Construction Work under the Contract, then this obligation shall be null and void; otherwise to remain in full force and effect. Surety's obligations hereunder to Obligee shall not arise unless Principal is in default under the Contract for failing to perform the Construction Work, and has been declared by Obligee to be in default under the Contract for failing to perform the Construction Work; and Obligee has performed its obligations under the Contract. In such event, Surety shall have a reasonable period of time to: 1 Upon entering into an acceptable written takeover agreement with Obligee, undertake to perform and complete the Construction Work to be done under the Contract; or 2. Obtain bids or negotiated proposals from qualified contractors for a contract for completion of the Construction Work to be done under the Contract, arrange for a contract to be prepared for execution by Obligee and contractor, to be secured with performance and payment bonds executed by a qualified surety; or 3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1 and 2 above, and with reasonable promptness under the circumstances: (a) After investigation, determine the amount for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender payment therefor to the Obligee; or (b) Deny liability in whole or in part and notify the Obligee citing reasons therefor. 4. The Contract balance, as defined below, shall be credited against the reasonable construction cost of completing the Construction Work to be performed under the Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable construction cost of completing the Construction Work exceeds the Contract balance, Surety shall pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount of this bond. If Surety completes the work pursuant to paragraph 1 above, that portion of the Contract balance as may be required to complete the Construction Work to be done under the Contract and to reimburse Surety for its outlays shall be paid to Surety at the times and in the manner as said sums would have been payable to Principal had there been no default under the Contract. To the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee, Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's aggregate liability shall not exceed the penal sum of this bond. The term "Contract balance" as used herein shall mean the total amount payable by Obligee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to Principal under the Contract. The term "Construction Work" as Payment and Performance Bond - Page 1 of 3 used herein shall mean the providing of all labor and/or material necessary to complete Principal's scope of work under the Contract. Notwithstanding any language in the Contract to the contrary, the Contract balance shall not be reduced or set off on account of any obligation, contractual or otherwise, except the reasonable construction cost incurred in completing the Construction Work. ' 5. Any suit by Obligee under this bond must be instituted before the earlier of: (a) the expiration of one year from the date of substantial completion of the Construction Work, or (b) one ' year after Principal ceased performing the Construction Work, excluding warranty work. If the public works bond statutes in the location where the Construction Work is being performed contains a statute of limitations for suits on the performance bond, then the limitation period set forth herein shall be read out of this bond and the statute of limitation set forth in the public works bond statutes shall ' be read into this bond. If the limitation set forth in this bond is 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, and said period of limitation shall be deemed to have accrued and shall commence to run no later ' than (y) the date of substantial completion of the Construction Work, or (z) the date Principal ceased performing Construction Work, excluding warranty work, whichever occurs first. 6. A Claimant is defined as one other than Obligee having a contract with Principal or with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or material is actually used, consumed or incorporated in the performance of the Construction Work under the Contract. 7. Principal and Surety hereby jointly and severally agree with Obligee that every Claimant as herein defined who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labor was done or performed or materials were furnished by such Claimant, may bring suit on this bond, prosecute the suit to final judgment for the amount due under Claimant's contract for the labor and/or material supplied by Claimant which was actually used, consumed or incorporated in the performance of the Construction Work, and have execution thereon; provided, however, that a Claimant having a direct contractual relationship with a subcontractor of Principal shall have a right of action on this bond only if said Claimant notifies Surety in writing of its claim within ninety (90) days from the date on which said Claimant did or supplied the last labor and/or materials for which the claim is made. Obligee shall not be liable for the payment of any costs or expenses of any such suit. 8. No suit or action shall be commenced hereunder by any Claimant after the expiration of the earlier of: (a) one year after the day on which Claimant last supplied the labor and/or materials for which the claim is made; or (b) the limitation period set forth in the public works bond statutes, if any, in the location where the construction work is being performed. Any limitation contained in this bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by the law of that state, and said period of limitation shall be deemed to have accrued and shall commence to run on the day Claimant last supplied the labor and/or materials for which the claim is made. 9. No suit or action shall be commenced hereunder by Obligee or any Claimant other than in a state court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. ' 10. The amount of this bond shall be reduced by and to the extent of any payment or payments made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s) or otherwise in discharge of Principal's obligations. Surety's liability hereunder to Obligee and all ' Claimants is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein. Surety may, at its option, discharge all obligations under this bond by interpleading into the registry of any court of competent jurisdiction of the full unused penal sum of this bond, or such portion thereof that will satisfy the obligations owed to Obligee and/or Claimant(s). No right of action shall accrue on this 'bond to any person or entity other than Obligee and/or Claimant(s). The bond shall not afford Payment and Performance Bond - Page 2 of 3 I. I I H H I I I I I I I H I I coverage for any liability of Principal for tortious acts, whether or not said liability is direct or is imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any liability or other insurance required by the Contract. 11. This bond is provided to comply with a statutory or other legal requirement for performing construction contracts for public owners in the location where the construction work is being performed. Except as provided in paragraphs 5 and 8 above, all provisions in the bond which are in addition to or differ from those statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a statutory bond, not a common law bond. Signed this / Sr day of Z- -, 200O Sweetser Construction By: William St. Paul Fire and Marine Insurance Company By: Robert M. Davis, Attorney -in -Fact ' Payment and Performance Bond - Page 3 of 3 IS?Pb uh u Sl Pad Pin .5 Mart.. bmrua Comp y Uwad Sara Ffedfry as Gan.b C-�a-Y ' Si. Pad G.udla. laamua �y FWdlry and G.wly I .ace Campy Sc Pa Mary lmm..a Cempey Flddhy ad G.v..ry ba.a.a U.dawrfvrr, be Sab..rd Sma+y C.mp.y SL PaW Medical ILMWty ba.rua Company Bond No. ' RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act'). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding ' the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the ' aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will ' not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. I ThesubVl POWER OF ATTORNEY I I I I I I I I I I I I I I I I I Power or Attorney No. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 20778 United Stains Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance (Inderwriters, Inc. Certificate No. 2197552 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that Sr Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the Slate of Minnesota, and that United Slates Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc. is a corfxration duly organized under the laws of the State of Wisconsin (herein collectively balled die Companies -1, and that the Companies do hereby make. constiote and appoint Roland Julian, Cecil Bridgers, Adrian Luttrell, Christine Piker, Donna Tito and Robert M. Davis Fayetteville Arkansas of the City of State , their (me and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above, to sign its name as surety to. and to execute, seal and acknowledge any and all bonds, undertakings. contracts and other wntten instruments in the nature thereof on behalf of the Companies m.their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undtnaking required «or nniue`i any actions or proceedings allowed by law. C IC' 4 19th May 2003 IN N'1'1'NF_sS WHEREOF, the Companies have caused this instmmentho he signed and sealed this day of �w ,✓ ` �+ United States Fidelity and Guaranty Company Seaboard Surety Company ♦tS St. Paul Fire and Marine.lnsuranre Company SFidelity and Guaranty Insurance Company tis St. Paul Guardian Insurance Company -`� St. Paul Mercury InsuranceFidelity and Guaranty Insurance Underwriters, Inc. `ompanyAw Of; o*e uet ® Pf:: M -R W. CARMAN. Vice Precedent n.,...c. 4. i.•t •' . State of Maryland City of Baltimore THOMAS Ii HIIIBRIGISE. Arsstant Secmtary On this 19th .. day of _____ May 2003 before me, the undersigned officer, personally appeared Peter W. Carman and Thomas F Iluihregtse, who acknowledged ihenselves to be the Vice President and Assistant Secretary. respectively. of Seaboard Surety Company. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. Si Paul Mercury Insurance Company. United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc.: and that the seals affixed to the foregoing instrument are the corporate seats of said Companies: and that they. as such. being authorized so In do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. Wm 1/ C In \Yitneas N'hereor. I hereunto set my hand and official seal. q,oMY My Commission expires the Ise day nl July, N](lb fp fa RfiHfiCCA 6A\$LI:1'd ).N'UAALA. Ndary Public �r tdr I 86203 Rev. 7-2002 Printed in U.S.A. To verify the authenticity of this Power of Attorney, call I - the above -named individuals and the details of the bond to This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1. Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this day of YlnlY `pq 6 O\!M 14SG a+�,nVq� .� rzL /� 8 (,e '\\ n X51 �8 ® +`SEaLJeSSAL e' ?O 18n Z 19Si ,,.r• ' a :+ °� " • ''r xrP�ti�`�. ` r ri` * `t Thomas E. Huibregtse, Assistant Secretaay 800-421.3880 and'atk for the'Powe ojAttorney clerk. which the power is attached. �` 10O Please refer to the Power of Attorney number, I Ii 1l I Fl I I I I L I I I I I. I I LAt-TORD CERTIFICATE OF LIABILITY INSURANCE CSR sP DATE(MMDWVYYY) ODUCER eon Insurance Agency 2340 Green Acres Rd, Suite #10 P.O. Box 4217 yetteville AR 72703 SWEET2 11 07 OS 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. hone:479-521-2233 INSURERS AFFORDING COVERAGE NAIL# INSURED INSURERA Cincinnati Insurance Co 10677 INSURER B: SWEETSER CONSTRUCTION INC. 590 W. Poplar Fayetteville AR 72703 INSURER C: INSURER D: _ INSURER E VFOAGFQ UIHE 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 LICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS NSRII SURANCE POLICY NUMBER DATE MMI0D%Y DATE MWDD/YY LIMITS EACH OCCURRENCE 3 1 , QDDGENERALLIABIl1TY CPP0918275 10/30/05 10/30/06PREMISE rence $ 500000 ADE OOCCUR MED EXP (My dne PNsdn) f 10000 PERSONALAADVINJURY f 1,000,000 GENERAL AGGREGATE f2 000,000LRBAJ ADPLIES PER: PRODUCTS-COMP,OPAGG $2,000,000 POLICY JECT LOG AUTOMOBILE LIABILITY O(MBBIINEE'DV SINGLE LIMIT s 1,000,000 X ANV AUTO CPA0918275 10/30/05 10/30/06 ALL OWNED AUTOS BODILY INJURY SCHEOULEDAUTOS (Pr DMsm) X HIREDAUTOS X NON -OWNED AUTOS BODILY INJURY f (Per scadM1) PROPERTY DAMAGE (Per O6I) tGARAGELT'AUTO ONLY -EA ACCIDENT $ OTHER THAN EAACC f AUTO ONLY. AGG $ ELLA LIABILITYEACH OCCURRENCE CWMS MADEAGGREGATE $ LE N f WORKERS COMPENSATION AND A EMPLOYERS' LIABILITY TORY UMRS ER ANYPROPRIETORVARTNERIEXECUTIVE WC184387300 10/30/05 10/30/06 E.L.EACHACCIDENT $ 100000 OFFICERMEMBER EXCLUDED? dyes desvlbe I,ndp EL DISEASE EA EMPLOYEE S 100000 nPECURL PROVISIONS below EL DISEASE - POLICY LIMIT I $ 500000 H CITY001 City Of Fayetteville 113 W. Mountain Fayetteville AR 72701 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRAT1O DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATON OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. LCORD 25 (2001108) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Li I J I I I ACORD 25 I I I I II Li fl I documentmportant legal consequences; consultation with an attorney is encouraged with respect to its useification. This document L should be adapted to the particular circumstances of the contemplated Projecttrof ling law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE • ACEC .'MLll \]l oIiM.IL UI I \I.Pp LYE I11 Vi\VII II II and Issued and Published Jointly By National Society of ASCE American Society Professional Engineers Pmlessional Engineers Priv ate Practice of Civil Engineers PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division oft/it' NATIONAL SOCIETY OF PROFESSIONAL. ENGINEERS AMERICAN COUNCII.OF ENGINEERING COMPANIfs AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America e Geaene ano stn trarid s\n.nq one aulb Ernlavrwe Construction Specifications Institute I FJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional f:ngineers for EJCDC. All rights reserved. 00700-I I 17 I I I Copyright O2002 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Council of Engineering Companies 1015 15th Street, N.W., Washington, DC 20005 American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor Nos. C-520 or C-525 (2002 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC Construction Documents, General and Instructions (No. C-001) (2002 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. C-800) (2002 Edition). EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700- 2 I u [I H I TABLE OF CONTENTS Pie ARTICLE I - DEFINITIONS AND TERMINOLOGY......................................................................................................6 1.01 Defined Terms............................................................................................................................................._........6 1.02 Terminology......................................................_..................................._........................ ........_ ...................... ARTICLE 2 - PRELIMINARY MA"ITERS........._ ..................................................................................... ..........................9 2.01 Delivery of Bonds and Evidence of Insurance...................................................._.........._......................................9 2.02 Copies of Documents.................._......................._........................._............................................._...................A 2.03 Commencement of Contract Times: Notice to Proceed.................................................................................._...9 2.04 Starting the Work......................................._.................................................._..............................................._......9 2.05 Before Starting Construction..................................................................................................................................9 2.06 Precon.sbvction Conference................................................_..........._.............._....................................................9 2.07 Initial Acceptance of Schedules ... _...................... _............................._............................................................. _...9 ARTICLE 3- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE...............__.............................................._.10 3.01 Intent.._ ............................... ........._ ............_........................................................................................_............10 3.02 Reference Standards ................ _._.......................................................................................................................10 3.03 Reporting and Resolving Discrepancies..............................................._..........._..........._........__........................ 10 3.04 Amending and Supplementing Contract Documents......................................................................................... l I 3.05 Reuse of Documents...................................._........................_...........................__.............................................I 1 3.06 Electronic Data......................._............................................................_....................._._.............................ii ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS....................._............._........................_..........._........._........11 4.01 Availability of Lands .......................... _.................__............................................................ 4.02 ....................I Subsurface and Physical Conditions......._....................._................................................................._.................12 4.03 Differing Subsurface or Physical Conditions ......._..........._...................................................................................12 4.04 Underground Facilities ........_............................................................_................................................................ 13 4.05 Reference Points......................................................................._.__..................................._..._..........................13 4.06 Hazardous Environmental Condition at Site.......................__...........__.........._.............._...............................13 ARTICLE 5 - BONDS AND INSURANCE ...... ............................................................................ ........... ...................14 5.01 Performance, Payment, and Other Bonds..............................._..........................................._...................._.......14 5.02 Licensed Sureties and Insurers.................................................._..........................._.............................................15 5.03 Certificates of/nswnnce..........................................................._.........__..........................................................15 5,04 Contractor's Liability insurance.................................................................._....................................................15 5.05 Owner's Liability Insurance..................._......................................................_........_.........................._...............16 5.06 Property insurance ....................._.......................................................................................... _............................16 5.07 Waiver of Rights.....................................................................................................................................................17 5.08 Receipt and Application of insurance Proceeds....................................................................................................17 5.09 Acceptance of Bonds and insurance; Option to Replace........................................._............._.............................17 5.10 Partial Utilization. Acknowledgment of Property Insurer......................................_..........................................18 ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES.........................................................................................................18 6.01 Supervision and Superintendence................................._..................................................................................... I S 6.02 Labor; Working I/ours.._........._._......._..................................._........................... ............. ............ _............18 6.03 Services, Materials. and Equipment..................................._....................................._................................__.....18 6.04 Progress Schedule ........................................... ........._................................................................................... _..18 6.05 Substitutes and"Or-F_quals.................................................................................................................................19 6.06 Concerning Subcontractors. Suppliers. and Others......................................................................._......................20 6.07 Patent Fees and Royalties.........................._......................_................................................_..............._...............21 6.08 Permits........................................................................................_...............................................................__...21 6.09 Laws and Regulations............................................................................................................................................21 6.10 Taxes...................................................................................................................................... ..........................22 6.11 Use of Site and Other Areas.................................................................................................................................22 6.12 Record Documents................_..............................................................................................................................22 6.13 Safety and Protection ............................................................_...........................................................................22 6.14 Safety Representative .............................................................................................................................................23 6.15 Hazard Communication Programs........................................................................................................................23 FJCUC C-700 Standard General Conditions of the Construction C:onlnct, Copyright O 2002 National Society of Professional Engineers for FJCUC. All rights reserved. 00700-3 6.16 Emergencies...........................................................................................................................................................23 6.17 Shop Drawings and Samples..................................................................................................................................23 6.18 Continuing the Work..............................................................................................................................................24 6.19 Contractor's General Warranty and Guarantee....................................................................................................24 6.20 Indemnification......................................................................................................................................................24 6.21 Delegation of Professional Design Services ..........................................................................................................25 ARTICLE 7 -OTHER WORK AT THE SITE.........................................................................................................................25 7.01 Related Work at Site...............................................................................................................................................25 7.02 Coordination..........................................................................................................................................................26 7.03 Legal Relationships................................................................................................................................................26 ARTICLE 8- OWNER'S RESPONSIBILITIES......................................................................................................................26 8.01 Communications to Contractor..............................................................................................................................26 8.02 Replacement of Engineer.......................................................................................................................................26 8.03 Furnish Data..........................................................................................................................................................26 8.04- Pay When Due........................................................................................................................................................26 8.05 Lands and Easements, Reports and Tests..............................................................................................................26 8.06 Insurance................................................................................................................................................................26 8.07 Change Orders.......................................................................................................................................................26 8.08 Inspections, Tests, and Approvals..........................................................................................................................26 8.09 Limitations on Owner's Responsibilities................................................................................................................27 8.10 Undisclosed Hazardous Environmental Condition................................................................................................27 8.11 Evidence of Financial Arrangements.....................................................................................................................27 ARTICLE 9 -ENGINEER'S STATUS DURING CONSTRUCTION.....................................................................................27 9.01 Owner's Representative.........................................................................................................................................27 9.02 Visits to Site............................................................................................................................................................27 9.03 Project Representative...........................................................................................................................................27 9.04 Authorized Variations in Work...............................................................................................................................27 9.05 Rejecting Defective Work.......................................................................................................................................27 9.06 Shop Drawings, Change Orders and Payments.....................................................................................................28 9.07 Determinations for Unit Price Work......................................................................................................................28 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work...................................................28 9.09 Limitations on Engineer's Authority and Responsibilities.....................................................................................28 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS...........................................................................................................28 10.01 Authorized Changes in the Work............................................................................................................................ 28 10.02 Unauthorized Changes in the Work.......................................................................................................................29 10.03 Execution of Change Orders..................................................................................................................................29 10.04 Notification to Surety.............................................................................................................................................29 10.05 Claims....................................................................................................................................................................29 ARTICLE I I - COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK..................................................................30 11.01 Cost of the Work.....................................................................................................................................................30 11.02 Allowances.............................................................................................................................................................31 11.03 Unit Price Work.....................................................................................................................................................31 ARTICLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES.....................................................32 12.01 Change of Contract Price......................................................................................................................................32 12.02 Change of Contract Times.....................................................................................................................................33 12.03 Delays....................................................................................................................................................................33 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK .......33 13.01 Notice of Defects....................................................................................................................................................33 13.02 Access to Work.......................................................................................................................................................33 13.03 Tests and Inspections.............................................................................................................................................33 13.04 Uncovering Work...................................................................................................................................................34 13.05 Owner May Stop the Work.....................................................................................................................................34 13.06 Correction or Removal of Defective Work.............................................................................................................34 13.07 Correction Period..................................................................................................................................................34 13.08 Acceptance of Defective Work...............................................................................................................................35 13.09 Owner May Correct Defective Work......................................................................................................................35 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLET►ON...............................................................................36 14.01 Schedule of Values.................................................................................................................................................36 14.02 Progress Payments.................................................................................................................................................36 14.03. Contractor's Warranty of Title..............................................................................................................................37 14.04 Substantial Completion..........................................................................................................................................37 U [• I I I II 11 F EJCDC C-700 Standard General Conditions of the Construction Contract. Cop7Tight O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-4 I 14.05 Partial Utilization ....................._•_......................................__............._................................._........._......._........38 14.06 Final Inspection.........._..............._.._..........................................................................................................38 ' 14.07 Final Pnvment ............ ............ _......................................................._..........................................................38 14.08 Final Completion Delayed ................. ........... ............. ..............................................................................39 14.09 Waiver ofClaim.s......................................................... __..........................................................................39 ARTICLE 15- SUSPENSION OF WORK AND TERMINATION .....__........._................................._.................................39 I15.01 Owner McivSuspend IVork.................. ..........._..................................._._............_......................__....... _..39 15.02 Owner May Terminate for Cause.............................................................................._........................................39 15.03 Owner May Terminate for Convenience.........................._........_............................._........................................40 15.04 Contractor May .Stop Work or Terminate........................................_............................_._...................................40 ARTICLE 16 - DISPUTE RESOLUTION..........................................._........_._............................................................_.....41 16.01 Methods and Procedures........................................................................................__....................................._....41 ARTICLE17 - MISCELLANEOUS _..................._........__........................_......................................._..................................41 17.01 Giving Notice........................._....................................._............_......................................................................41 17.02 Computation of Times.............................._..............................................................._........................._.............41 17.03 Cumulative Remedies...................................................................._....................................................._...............41 I17,04 Survival of Obligations ........................................._....................................................................................._......41 17.05 Controlling Law....................................._.......................................-........................._..........._._..........................41 17.06 headings ........................................................................................................................41 I EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright 02002 National Society of Professional Engineers for FJCDC. All rights reserved. 00700 - 5 I GENERAL CONDITIONS ARTICLE I - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement --The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment --The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid --The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder --The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents --The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements --The Advertisement or Invitation to Bid, Instructions to Bidders, bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order --A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract --The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents-- Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor's submittals, and the reports and drawings of subsurface and physical conditions 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 Milestones, if any, (ii) achieve Substantial Completion; and (iii) com- plete 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. 16. Cost of the Work --See Paragraph I1.01.A for definition. 17. Drawings --That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement --The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer --The individual or entity named as such in the Agreement. Li I I I L I I I I I I I I EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 6 20. Delhi Order --A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 2I. General Requirements --Sections of Division I of the Specifications. The General Requirements pertain to all sections of the Specifications. 22, Hazardous Environmental Condition---fhe presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 23. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Laws and Regulations; Laws or Regulations- -Any and all applicable laws, rules, regulations, ordinanc- es, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 26. Milestone --A principal event specified in the Contract Documents relating to an intermediate comple- tion date or time prior to Substantial Completion of all the Work. 27. Notice. of Award --Flit' written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed --A written notice given by Owner to Contractor fixing the date on which the Con- tract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner --The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs --Polychlorinated biphenyls. 31. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 32. Progress Schedule --A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract limes. 33. Project --The total construction of which the Work to be performed tinder the Contract Documents may he the whole, or a part. 34. 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. 35. Radioactive Material --Source, special nucle- ar, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 ct seq.) as amended from time to time. 36. Related Entity -- An officer, director, partner, employee, agent, consultant, or subcontractor. 37. Resident Project Representative--fhe autho- rized representative of Engineer who may be assigned to the Site or any part thereof. 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 he judged. 39. Schedule ofSubnittals--A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 40. Schedule of Values --A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 41. Shop Drawings --All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 42. Site --Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights -of -way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 43. Specifications --That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 7 administrative requirements and procedural matters applicable thereto. 44. 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. 45. Substantial Completion --The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 46. Successful Bidder --The Bidder submitting a responsive Bid to whom Owner makes an award. 47. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 48. Supplier --A manufacturer, fabricator, suppli- er, 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. 49. 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. 50. Unit Price Work --Work to be paid for on the basis of unit prices. 51. Work --The entire 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. 52. 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. 1.02 Terminology A. The following words or terms are not defined but, when used in the Bidding Requirements or Contract Documents, have the following meaning. B. Intent of Certain Terms or Adjectives 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered", "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, 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 exercise of professional judgment, action or determination will be solely to evaluate, in general, the 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 use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day I. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective 1. The word "defective," when modifying the word "Work," refers to Work that, is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents, or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or c. 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 accordance with Paragraph 14.04 or 14.05). 11 11 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -8 11 I I L] I H r, J I I C1 I I I I I I I E. Furnish, install, Perform, Provide I. The word 'furnish,' when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "pro- vide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. 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. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times, Notice to Proceed A. I he Contract "Dimes 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 com- mence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Dimes commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules. Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for 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 Submittals; 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 pans 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. 2.06 Preconst action Conference A. Before any Work at the Site is started, a conference attended by Owner, 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.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2,07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, 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.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall he made to Contractor until acceptable schedules are submitted to Engineer. I EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for FJCDC. All rights reserved. 00700-9 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within 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 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 required by one is as binding as if required 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 Docu- ments. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations I. 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), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, or Engineer, or any of, their Related Entities, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake respon- sibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. Contractor's Review of Contract Documents Before Starting Work: 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. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambigu- ity, or discrepancy in the Contract Documents 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 specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700- 10 11 Li L rI I I Ti [1 I I I L I I (unless such an interpretation of the provisions of the Contract Documents would result in viola- tion of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the tens and conditions thereof by either a Change Order or 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: L A Field Order; 2. Engineer's approval of a Shop Drawing or Sample; (Subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse oJ'Doeuments A. Contractor and any Subcontractor or Supplier or other individual or entity performing or furnishing all of the Work under a direct or indirect contract with Contractor, shall nor I. 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 consultants, including electronic media editions; or 2, reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaption by Engineer. B. The prohibition of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Copies of data furnished by Owner or Engineer to Contractor or Contractor to Owner or Engineer that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media formal of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies. the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without aiii horization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60 - day acceptance period will be corrected by the transferring party.. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL. CONDITIONS; REFERENCE POINTS 4.01 Availabilitt• of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for penmanent 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 or a pan thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 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. I FJCDC C-700 Standard Central Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 11 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 Documents; 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 or Engineer, or any of their Related Entities 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 connec- tion therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance 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 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, explo- ration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 12 LI U C I I I I c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3, If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, Owner and Engineer, and any of their Related Entities shall not he liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground facilities A. Shown or Indicated: Flee information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Sup- plementary Conditions: I. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction, and d. the safety and protection of all such Under- ground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Under- ground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to he 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 HtferenccPoints A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment arc necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property 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. I. If an Underground Facility is uncovered or B. Limited Reliance by Contractor on Technical revealed at or contiguous to the Site which was not shown Data Authorized: Contractor may rely upon the general or indicated, or not shown or indicated with reasonable accuracy of the "technical data" contained in such reports accuracy in the Contract Documents, Contractor shall, and drawings, but such reports and drawings are not promptly after becoming aware thereof and before further Contract Documents. Such "technical data" is identified disturbing conditions affected thereby or performing any in the Supplementary Conditions. Except for such reliance Work in connection therewith (except in an emergency as on such "technical data," Contractor may not rely upon or required by Paragraph 6.16.A), identify the owner of such make any claim against Owner or Engineer, or any of Underground Facility and give written notice to that their Related Entities with respect to: owner and to Owner and Engineer. Engineer will FJCDC C-700 Standard General Conditions of the Construction Contract. Copyright 02002 National Society of Professional Engineers for FJCUC. All rights reserved. 00700 - 13 I. 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 re- vealed 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 Contractor 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 immediately: (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.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered to Contractor written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stop- page or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, 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 in this Paragraph 4.06. G shall obligate Owner to indemnify any individual or entity from and against the conse- quences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified L Li I I C iJ Li Ii I I I [1 I [1 [] EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700- 14 I El I I I I I I I I I I I I I I in Paragraph 13.07. whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as arc required by the Contract Documents. B. All bonds shall he in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Compa- nies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent must be accompanied by a certified copy of the agent's authority to act. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.8, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.8 and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that arc 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 Supplementary 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. B. Owner shall deliver to Contractor, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. 5.04 Contractor's Liability 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: I. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which arc sus- tained: a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible properly 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. 13. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insured (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supple- mentary Conditions, all of whom shall be listed as addi- tional insureds, and include coverage for the respective officers, directors, partners, employees, agents, 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; I ' EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -IS 3. include completed operations insurance; 4. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 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 30 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 insur- ance, and any insurance coverage written on a claims - made basis, remain in effect for at least two years after final payment. a. Contractor shall furnish Owner and each other additional insured identified in the Supple- mentary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supple- mentary 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, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, 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 insured or 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, (other than caused by flood) and such other perils or causes of loss as may be specifi- cally 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); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other additional insured to whom a certificate 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, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, 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 insured or additional insured. C. All the policies of insurance (and the certifi- cates or other evidence thereof) required to be purchased and maintained in accordance with Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accor- dance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700- 16 11 I I I C I I I I I I I I I [1 I deductible amounts that arc identified in the Supple- mentary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under Paragraph 5.06, Owner shall, it' possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supple- mentary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, 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, and Engineer, and all other individuals or entities identified in the Supplementary Conditions to he listed as insured or additional insured (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. 8. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for: I. loss due to business interruption, loss of use. or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.8 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, or Engineer, and the officers, directors, partners, employees, agents, 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 agreement 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 . 13. 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 I FJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O2002 National Society of Professional Engineers for EJCDC. All rights reserved. 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 2.01.6. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party'sinterests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement 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. 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. B. At all times during the progress of the Work, Contractor shall assign a competent resident superin- tendent 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. 6.02 Labor; Working Flours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Docu- ments. Contractor shall at all times maintain good disci- pline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. I I I I [1 I I L 1 L L 1 1 I 1 1 L EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineer for EJCDC. All rights reserved. 00700- 18 11 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. Such adjust- ments will comply with any provisions of the General Re- quirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract "Limes may only he made by a Change Order. 605 Substitutes and "Or-EquaLc ' A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. I. "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 will be required, it may be considered by Engineer as an "or -equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A. 1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines that: I) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed ' Project as a functioning whole, 3) it has a proven record of performance and availability of responsive service; and ' b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times, and 2) it will conform substantially 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 Paragraph ('.05.A.I, 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 requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2d, as supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall 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: 1) shall certify that the proposed substi- tute item will: a) perform adequately the functions and achieve the results called for by the general design, b) he similar in substance to that specified, and c) be suited to the same use as that specified; 2) will state a) the extent, if any, to which the use of the proposed substitute item will preju- dice Contractor's achievement of Substantial Completion on time; h) whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Docu- ments (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item; and EJCDC C-700 Standard Central Conditions of the Construction Contra". ' Copyright O 2002 National Society of Professional Engineer for EJCDC. All rights resened. 00700 - 19 c) whether or not incorporation or use of the proposed substitute item in con- nection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified , and b) available engineering, sales, maintenance, repair, and replacement services; 4) and shall contain an itemized esti- mate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, B. Substitute Construction Methods or Proce- dures: If a specific •means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. 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 requirements for review by Engineer will be similar to those provided in Paragraph 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 may require Contractor to furnish additional data about the proposed substitute item. 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 Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. 1. shall create for the benefit of any such E. Engineer's Cost Reimbursement: Engineer Subcontractor, Supplier, or other individual or entity any will record Engineer's costs in evaluating a substitute contractual relationship between Owner or Engineer and proposed or submitted by Contractor pursuant to any such Subcontractor, Supplier or other individual or Paragraphs 6.05.A.2 and 6.05.B Whether or not Engineer entity, nor approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the 2. shall anything in the Contract Documents charges of Engineer for evaluating each such proposed create any obligation on the part of Owner or substitute. Contractor shall also reimburse Owner for the Engineer to pay or to see to the payment of any moneys charges of Engineer for making changes in the Contract due any such Subcontractor, Supplier, or other individual EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 20 Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcon- tractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.8), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ ahy 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 entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reason- able objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued . No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall consti- tute 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: 11 I Li I I I fl [1 [1 L I I I L] [ii I I I I E I! or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors. Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities per- forming or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcon- tractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appro- priate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, and Engineer,, 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, consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor 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 particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, 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 any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applica- ble 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. 13, 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 he 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 shall 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. I EJCDC C-700 Standard General Conditions of the Comlrection Contract. Copyright O 2002 Nalional Society of Professional Engineen for EJCDC. All rights reserved. 00700-2t 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas L Contractor shall confine construction equip- ment, 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 and Engineer, and the officers, directors, partners, employees, agents, 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 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 conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the com- pletion 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, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engi- neer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precau- tions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Draw- EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 22 II I rI II II I I ings or Specifications or to the acts or omissions of Owner or Engineer or , or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in pan, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). 1). Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall he responsible for coordi- nating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have hcen 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 and Samples to Engineer for review and approval in accor- dance with the acceptable Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will he complete with respect to quantities, dimensions, 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 6.17.1). 2. Samples. Contractor shall also submit Samples to Engineer for review and approval in accor- dance with the acceptable schedule of Shop Drawings and Sample submittals. a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal f'or the limited purposes required by Paragraph 6.17.1). B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals , 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. C. Submittal Procedures I. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials. catalog numbers, and similar information with respect thereto; b. the suitability of 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 Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto; and d. 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 Documents. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents II EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright 02002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-23 with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations, that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawing's or Sample Submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submit- ted to Engineer for review and approval of each such variation. D. Engineer's Review 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of 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 Docu- ments. 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 con- struction 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 shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.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. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmival Procedures 1. Contractor shall make corrections required by Engineer and shall return the required number of cor- rected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer 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 as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its Related Entities shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Sub- contractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptabil- ity by Engineer; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, 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 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. NI rights reserved. 00700 - 24 I [] [] 11 I II] I I I I I I 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 is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible properly (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused 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 he liable . B. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, partners, or employees by any employ- ee (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 officers, directors, partners, employees, agents, consultants and subcontractors 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. 6.21 Delegation of Professional Design Services A. Contractor will not he required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not he required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment arc specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professionals written approval when submitted to Engineer. C. Owner and Engineer shall he entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to. this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will he only for the purpose stated in Paragraph 6.17.D. I, F. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 - OTHER WORK AT THE SITE 7.01 Related IVork at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or via 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: I. written notice thereof will be given to Contractor prior to starting any such other work: and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should he allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. 13. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, 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. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 25 properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render 'it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Condi- tions: 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 responsibili- ties will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.0I.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's actions or inactions. C. Contractor shall be liable to Owner and any other contractor for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's action or inactions. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, 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 When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs I4.02.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 and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.06 Insurance A. Owner's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility in respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.8. 1 I I 1 [I I I 11 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-26 I I I 1] I I Li I I U I 1] I I I I I I 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise. direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undis- closed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8. I I Evidence of Financial Arrangements A. If and to the extent Owner has agreed to furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents, Owner's responsibility in respect thereof will be as set forth in the Supplementary Conditions, ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsi- bilities and the limitations of authority of Engineer as Owner's representative during construction are set tbrth 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 inter- vals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, (luring or as a result of Engineers visits or observations of Contractor's Work Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 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 Docu- ments. '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 or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties 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. 9.05 Rejecting Defective Work A. Engineer will have authority to 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. Ii EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 27 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. 9.07 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 Contractor 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. 9.08 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. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believe that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, 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. 9.09 Limitations on Engineer's Authority and Responsibilities 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 or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be respon- sible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the require- ments of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with the Contract Documents. E. The limitations upon authority and responsi- bility set forth in this Paragraph 9.09 shall also apply to, the Resident Project Representative, if any, and assistants, if any. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall I I LJ L I I I 1 I I I I I I I I EJCDC C-700 Standard General Conditions oldie Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-28 1I I I [] C C1 I [1 I I CJ I I L] I I 1 promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 13. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract 'Dimes, or both, that should he allowed as a result of a Work Change Directive, a Claim may he made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work A.Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.B. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropri ate Change Orders recommended by Engineer 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 Paragraph 13.0R.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may he taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.I8.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety, the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 1 10,05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall he referred to the Engineer for decision. A decision by Engineer shall he required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice. Written notice stating the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the stars of the event. giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.13. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02.8. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: I. deny the Claim in whole or in part, 2. approve the Claim, or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.C or denial pursuant to Paragraphs 10.05.C.3 or 10.05.1) will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. II hJU)C C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 29 F. No Claim for an adjustment in Contract Price Contractor and shall deliver such bids to Owner, who will or Contract Times will be valid if not submitted in then determine, with the advice of Engineer, which bids, accordance with this Paragraph 10.05. if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work ARTICLE II - COST OF THE WORK; and fee shall be determined in the same manner as ALLOWANCES; UNIT PRICE WORK Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.6, necessarily incurred and paid by Contractor 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 I1.01.B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time at the Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, 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 pay- ments, 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. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and 4. Costs of special consultants (including but not limited to Engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and mainte- nance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the perfor- mance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equip- ment, machinery, 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 Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. - f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance 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 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-30 1 I 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 he 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, expresses, and similar petty cash items in connection with the Work. i. The costs of premiums f'or 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: I. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attor- neys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or 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 I I.0l.A.4, all of which are to be 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 I I.0I.A and 11.01.8. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be detennincd 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. U. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs I I.0I.A and 11.01.13, 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 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 and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances I. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation , overhead, profit, and other expenses contemplated for the cash allowances 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. C. Contingency Allowance I. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. 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 Agreement. I EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright 02002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 31 B. 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 9.07. C. 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. D. 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 signifi- cantly 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. 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. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. 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 accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by applica- tion of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.I and 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph I1.01.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 I I.01.A.1 and I 1.01.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.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 11 1 L Li [3 I I [] I I I I I I It 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 covered by a Change Order or any Claim for an adjustment in the Contract limes will be determined in accordance with the provisions of this Article 12. 12.03 Dcla;s A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times 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 I2.02.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 contemplat- ed by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times , or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer and the Related Entities of each of them shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract 'Dimes for 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. 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 tfork A. Owner, Engineer, their consultants and 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.C; 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 I1 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright 02002 National Society of Professional Engineer for EJCDC. All rights reserved. 00700-33 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. 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 Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If, the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work I A. Promptly after receipt of notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). , B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 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 the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-34 tl I I C I I I C I I L I I I I li B. If Contractor does not promptly comply with the terns of Owner's written 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 re- moved and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications . D. 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. E. 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 Dr fective 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 Ma; Correct lie/retire 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 or remedy any such deficiency. E. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take posses- sion of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere.' 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 Contractor, and a Change Order will he 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 he allowed an extension of the Contract Times 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 provid- ed in Paragraph 2.07.A will serve as the basis for progress I LJCDC C-700 Standard Central Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EJCDC. A4 rights reserved. 00700 - 35 payments and will be incorporated into a form of Applica- tion for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established in the Agreement 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 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 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 progress payments will be as stipulated in the Agreement. B. Review ofApplications I. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations on the Site of the executed Work as an experienced and qualified design professional and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicat- ed; b. the quality of the Work is generally in accor- dance 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 9.07, and to any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being 1 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 Engineer will not thereby be deemed to have represented that: a. 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 responsi- bilities specifically assigned to Engineer in the Contract Documents; or b. that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. 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 representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subse- quently discovered evidence or the results of subsequent EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-36 inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may he 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 Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due I. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.O) become due, and when due will be paid by Owner to Contractor. 0. Reduction in Payment I. 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 furnish- ing 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 arc other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.13.5.a through 14.02.B.5.c or Paragraph I5.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will 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 Contractor corrects to Owner's satisfaction the reasons for such action. 3. If it is subsequently detennined that Owner's refusal of payment was not justified, the amount wrongfully withheld shall he treated as an amount due as determined by Paragraph I4.02,C.I I. 14.03 Contractor's 1Varranty of Tide A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, , 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. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall he 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. It; 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 correct- ed) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommen- dation as to division of responsibilities 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 II EJCDC C-700 Standard Central Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. NI rights reserved. Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed pan of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following condi- tions. 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner and Engineer that such part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 2. 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 substan- tially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. 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 Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to 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 maintenance and operating instructions, schedules, guarantees, 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: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.7; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. 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. B. Engineer's 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 I I C1 F I I I Ii I I I 1 I I I 11 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright O2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 38 I II II I 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 payment. 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, indicat- ing in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying docu- mentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and , will be paid by Owner 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 (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, 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 Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: I. 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 with the requirements herein and expressly acknowledged by Owner in writing as 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 Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjust- ment 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 10O5. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: I. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents, B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety ) seven days written notice of its intent to terminate the services of Contractor: I. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance EJCDC C-700 Standard General Conditions of the Construction Contract, Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 39 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs I5.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B, and I5.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. 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. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright C 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 40 I tI 1 I I 1 fl 11 J I 11 I P I I I I I I I C I I I governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.11. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.C or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: I. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions, or 2. agrees with the other party to submit the Claim to another dispute resolution process, or 3. gives written notice to the other party of their intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. 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 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of limes A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the panics 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 arc otherwise imposed or available by Laws or Regula- tions, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will he 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 S'un ival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Docu- ments, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute pans of these General Conditions. EJCDC C-700 Standard General Conditions of the Construction Contract, Copyright O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. __ 00700-41 I Section 00800 SUPPLEMENTARY CONDITIONS LIST OF SUBJECTS SC -1.01 Defined Terms SC -2.01.13 Evidence of Insurance: SC -2.02 Copies of Documents SC -2.05.A Preliminary Schedules: I 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 Contractors Liability Insurance SC -5.04.13.1 Identification of Additional Insureds SC -5.04.8.5 Notice of Cancellation of Liability Insurance SC -5.05 Owner's Liability Insurance i SC -5.06 Property Insurance SC -5.08 Receipt and Application of Insurance Proceeds SC -6.04 Progress Schedules • SC -6.08 Permits SC -6.09 Laws and Regulations SC -6.19 Contractor's General Warranty and Guarantee SC -7.01 Related Work at the Site SC -7.04 Separate Contractor Claim SC -8.06 Insurance ' SC -9.03 Project Representative SC -10.06 Authority for Changes in the Work SC -I 1.03 Unit Price Work SC -12.03 Delays Beyond Contractor's Control SC -14.02 Progress Payments SC -14.02.8 Review of Applications SC -14.02.C Payment Becomes Due ' SC -14.04 Substantial Completion SC -14.05 Partial Utilization These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (EJCDC No. C-700, 2002 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 (EJCDC No. C-700, 2002 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: I City of Fayetteville Engineering Division June 24, 2005 Page 00800-I I "1.01.29. "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: "1.01.53. "Surety"or "sureties" shall mean the bondsmen or party or parties who have made the fulfillment 1 of the contract by Bonds, and whose signatures are attached to such Bonds. 1.01.54. "Advertisement" shall mean the legal publications pertaining to the work of this contract. 1.01.55. "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. 1.01.56. "Grade" shall mean and indicate the established elevations of the paving, flow lines of sewers and other appurtenances as shown on the Drawings." SC -2.01.B. Evidence of Insurance: Delete all references to Owner supplied and Owner delivered insurance. 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: 1 "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 Owner for execution. The date of contract on the Agreement, Bond forms, and power of attorney shall be left blank for filling in by Owner. These documents will be dated the day Owner executes the contract. Owner shall furnish to Contractor up to four (4) copies of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction." SC -2.05.A. Preliminary Schedules: Delete paragraph 2.05.A of the General Conditions and replace with the following: "A. Preliminary Schedules: "Within 10 days after the Effective Date of the Agreement and prior to the issuance of the Notice to Proceed, Contractor shall submit to Engineer for timely review:" I Delete paragraph 2.05.A. 1 of the General Conditions in its entirety and insert the following in its place: "1. a preliminary "dollar -loaded" Progress Schedule, in the format specified in Section 01310 - Progress Schedules of the Specifications, indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents. The schedule shall also show the projected dollar value and the percentage of work complete on a monthly basis so that the City may use this information to track the cash flow for the overall Capital Improvement Program." P1 City of Fayetteville Engineering Division June 24, 2005 Page 00800-2 Acid the following to the end of paragraph 2.05.A.3 of the General Conditions: "The unit prices provided by Contractor in the Bid Form shall serve as the basis of the Schedule of Values. I Additional subdivision of unit price or lump sum items shall be made as reasonably requested by Engineer or as required to verify progress payments for Unit Price Work that will take place over several progress periods." SC -4.02 Subsurface and Physical Conditions Some subsurface investigation has been conducted within the project site area, and Engineer has used some of the technical data related to subsurface and physical conditions in the preparation of Drawings and Specifications. SC -4.04 Underground Facilities Add new paragraphs 4.04.B.3 and 4.04.13.4, immediately following paragraph 4.04.9.2 of the General Conditions which shall read as follows: "3. Paragraphs 4.04.9.1 and 4.04.8.2 do not apply to Underground Facilities that are being relocated by others as pan of the Project. Owner does not control the schedule of the owners of those Underground Facilities, and cannot determine whether those Underground Facilities will be relocated prior to, simultaneous to, or after the Work under these Contract Documents. Contractor shall advise Engineer of Underground Facilities that have been relocated, but may not make a claim for changes in the Contract Price or Contract Times as a result of any such relocation. If the relocation of Underground Facilities presents an obstacle to the Work continuing, Contractor shall inform Owner and Engineer of the obstacle, and Engineer will determine if a change in the Work is required. If the change in the Work results in a change in the quantity of Unit Price Work, Contractor will be paid for the actual Unit Price Work installed. 4. Contractor is responsible for locating all utilities, whether public or private, prior to excavating. Contractor shall notify Arkansas One -Call prior to beginning any construction and shall have all utilities field located. Contractor should he aware that Arkansas One -Call did not locate all underground facilities, as requested, during the design phase of this project." 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, 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 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 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 Owner." Add the following new paragraphs immediately after paragraph 5.01 .C of the General Conditions which read as follows: "D. Contractor shall include provisions in bonds which will guarantee the faithful performance of the prevailing hourly wage clause as required by the Arkansas Prevailing Wage Law, Arkansas Code Annotated §22-9-308(d). City of Fayetteville June 24, 2005 Engineering Division Page 00800-3 I E. Additional Information: Contractor shall provide the Bonds as described in these sections within ten (10) 1 days after the receipt of a Notice of Selection. For contracts in excess of $100,000 the Bonds shall be issued by a bonding company listed by the A.M. BEST 1 Rating Book as follows: (1) contracts in excess of $100,000, but less than $1,000,000 - "B+" rating or higher and contract amount may e 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 I policyholder% surplus. The expense of all Bonds shall be borne by Contractor." SC -5.02 Licensed Sureties and Insurers Add the following new paragraphs immediately after paragraph 5.02.A of the General Conditions which read as follows: "B. Contractor shall furnish performance and payment Bonds as provided for by Article 5 of the General Conditions executed by a company 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. I 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." a. SC -5.03 Certificates of Insurance Delete section 5.03.B ("Owner shall deliver to Contractor...") in its entirety. I 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.I 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.2 through 5.04.A.5 of the General Conditions: $1,000,000.00 Combined Single Limit 1 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. City of Fayetteville June 24, 2005 1 Engineering Division Page 00800-4 [1 Comprehensive Automobile Liability under paragraph 5.04.A.6 of the General Conditions: (1) Bodily Injury: $1,000,000.00 Each person £2,000,000.00 Each occurrence Property Damage: L$500,000.00 Each occurrence or (2) a combined single limit of $2,000,000.00. SC -5.04.B.1. Identification of Additional Insureds Additional insureds with respect to insurance required by paragraph 5.04 of the General Conditions shall include: the City of Fayetteville, Arkansas (Owner and Engineer). SC -5.04.8.5. Notice of Cancellation of Liability Insurance Add the following language at the end of paragraph 5.04.8.5 of the General Conditions: "any wording such as "will endeavor" or "but failure to mail such notice shall impose no obligation or liabilityof any kind upon the [insurance] Company" shall be deleted from the policies and insurance certificates." SC -5.05 Owner's Liability Insurance ' Delete paragraph 5.05 of the General Conditions in its entirety and insert the following in its place: "5.05 Owners 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), Iemployees, 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 shall maintain and pay the premiums for such insurance in an amount not less that $2,000,000.00 for property damage and bodily injury limits, and with such provisions as shall protect Owner and Engineer from contingent liability under this contract. 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, ' City of Fayetteville June 24, 2005 Engineering Division Page 00800-5 I 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 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 Owner by certified mail and will contain wavier provisions in accordance with General Condition paragraph 5.07.B." Delete paragraph 5.06.B of the General Conditions in its entirety and insert the following in its place: "B. Contractor shall protect Owner against all loss during the course of the contract. If, due to the nature of the Project, insurance coverage other than that specified is needed by Contractor to protect Owner against all losses, Contractor shall be responsible for the determination of and procurement of any additional insurance needed." Delete paragraph 5.06.C of the General Conditions in its entirety and insert the following in its place: "C. Policies shall also specify that insurance provided by Contractor will be considered primary and not I 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 I 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. I 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 "dollar -loaded" schedule, in the format specified in Section 01310 - Progress Schedules of the Specifications, shall be required with each submittal for progress payment by Contractor. Failure to provide an accurate "dollar -loaded" schedule and/or an updated "dollar -loaded" schedule shall be reason for Owner to refuse progress payment to Contractor." SC -6.08 Permits Add a new paragraph 6.08.B 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). City of Fayetteville June 24, 2005 Engineering Division Page 00800-6 I Contractor shall request the necessary forms and instructions by writing to the following address: Arkansas Department of Environmental Quality NPDES Branch, Water Division 8001 National Drive P.O. Box 8913 Little Rock, Arkansas 72219-8913 Phone 501-682-0628 SC -6.09 Laws and Regulations Add a new paragraph 6.09.D immediately after paragraph 6.09.C of the General Conditions which shall read as follows: ■ "D. If applicable, all wages paid shall be in accordance with the Arkansas Prevailing Wage Law, Arkansas Code Annotated §§22-9-30I to 22-9-315 and the administrative regulations promulgated thereunder for the construction of public works projects, where the cost of all labor and material exceeds seventy-five thousand dollars ($75,000). Wages shall not be less than those established by the Arkansas Department of Labor Prevailing Wage Determination." ' SC -6.19 Contractor's General Warranty and Guarantee • Add a new paragraph 6.19.D immediately after paragraph 6.19.C of the General Conditions which shall read as follows: "D. For a period of two (2) years, or longer if specified by special guarantees or bylaw, Contractor shall at 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 Engineer to cover the above specified two year warranty period. The Contractor shall hold Owner and Engineer harmless from any liability of any kind arising from said defects. The effective date forthe beginning of the two (2) year warranty period will be as decided by Engineer and will be either the date of IEngineer's recommendation for Final Payment in accordance with paragraph 14.07.8, Review of Application and Acceptance, or the date of Substantial Completion as specified in paragraph 14.04. Contractor shall make all repairs or replacements promptly upon receipt of written order for the repairs or replacements from Owner. If Contractor fails to make the repairs or replacements promptly, Owner may perform the work and Contractor and Contractor's Surely 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 Owner's proposed improvements, additional right-of-way and/or easements may or may not be obtained by Owner. Some utilities in the area may have to undertake various relocation and demolition in the Project area. Known utilities being required to relocate are water and some sewer. The known scope of each of these is indicated in the Summary of Work. However, Owner and Engineer do not have all information concerning the proposed relocations of other utilities, nor is the proposed schedule for relocating these utilities known. Also, Owner and Engineer cannot be certain that each and every utility requiring relocation has been identified as to type and owner. It is likely that conditions at the site could vary according to work done by other utility owners prior to the start of the Work under these Contract Documents. Contractor shall have no right to make a claim for changes in the Contract City of Fayetteville June 24, 2005 Engineering Division Page 00800-7 U Price or Contract Time as a result of the work of other utility owners being done by those owners as a result of this Project, other than the right for additional quantities of Unit Price Work, if applicable." Delete the first sentence of paragraph 7.01.B of the General Conditions and insert the following sentence in its place: "B. Contractor shall afford each utility owner and proper and safe access to the site and a reasonable , opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs." Delete the last sentence of paragraph 7.01.B of the General Conditions in its entirety. I SC -7.04 Separate Contractor Claim Add a new paragraph 7.04 immediately after paragraph 7.03 of the General Conditions which shall read as follows: "7.04 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 extension of time in accordance with Article 12 of the General Conditions. An extension of the Contract Time shall be 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 1 Delete paragraph 8.06 of the General Conditions in its entirety. I 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 9.09 of the General Conditions. City of Fayetteville June 24, 2005 Engineering Division Page 00800-8 I 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 l'of lowing 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 weltare or substantial Work, the following limits of Authority to Owner and Engineer shall apply: Engineer's Representative - No authority. Engineer - No authority. Mayor - $10,000.00 (Accumulative) or up to amount of approved project contingency. All accumulative changes which result in Contract Price changes in excess of $10,000.00 shall require the 1 formal approval of the Fayetteville City Council." SC -11.03 Unit Price Work Paragraph I I.03.D of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: ', "D. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: II. if the total cost of a particular item of Unit Price Work amounts to 25 percent or more of the Contract Price and the variation of the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and 2. if there is no corresponding adjustment with respect to any other item of Work; and 3. if Contractor believes that Contractor has incurred additional expense as a result thereof; 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 I l of the General Conditions if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed." ISC -12.03 Delays Beyond Contractor's Control I I $ 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 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." I City of Fayetteville June 24, 2005 Engineering Division Page 00800-9 I SC -14.02 Progress Payments Paragraph 14.02.A of the General Conditions is hereby deleted in its entirety and the following substituted in its place: i "A. Applications for Payments 1. Monthly estimates will be prepared to include all work accomplished for the period ending the third 1 Friday of each month, or 2. Progress payments will be prepared at regular intervals (but not more often than once a month), as scheduled by joint consent of Contractor and Engineer at the pre -construction conference. 3. Engineer, based upon data gathered during the construction process, will review the estimate prepared by Contractor of the value of the Work done and materials furnished in place during the previous estimate period. Contractor shall furnish to Engineer such detailed information including invoices from material suppliers as Engineer may request to aid in the preparation of the progress payment estimate. All payment requests are subject to retainage as indicated in the Agreement. If Owner or Engineer shall at any time fail to make Contractor a monthly estimate at the time herein specified, such failure shall not be held to violate or void the contract. Note that failure of Contractor to provide an updated and accurate "dollar -loaded" progress schedule shall be reason to reject Contractor's request for progress payment. 4. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which will be satisfactory to Owner. 5. The amount of retainage with respect to progress payments will be as stipulated in the Agreement." SC -14.02.B. Review of Applications Insert the following new paragraphs 14.02.B.5.c and 14.02.B.5.d to paragraph 14.02.3.5 of the General Conditions, as additional reasons for Engineer to reduce Contractor's request for progress payment, and renumber paragraphs 14.02.B.5.c and 14.02.B.5.d as 14.02.8.5.eand 14.02.B.5.f: .' "c. liability for liquidated damages has been incurred by Contractor; d. Contractor has failed to maintain record documents as required by paragraph 6.12;" 1 SC -14.02.C. Payment Becomes Due Delete paragraph 14.02.C.I of the General Conditions and replace with the following: 1. After the required internal reviews and written approval by Engineer, Owner will diligently proceed to I make payment to Contractor, in accordance with the approved payment request, within 30 days from the date of approval. All efforts will be made to make payments within the 30 day period, but Owner cannot guarantee the 30 days maximum time." I City of Fayetteville June 24, 2005 Engineering Division Page 00800-10 I • SC -14.04 Substantial Completion The following shall be added at the end of paragraph 14.04.1) of the General Conditions: "The Work will be considered substantially complete when the following work items are complete and ready for continuous use by Owner: All drainage structures have been properly constructed, inspected and approved for use. All pavement work has been completed, along with appurtenant items such as curb & gutter, sidewalks, Lpavement markings, and signage. The traffic signals, controller, video detectors, street lighting, power supply and all appurtenances have been properly installed, inspected, tested and approved; and the traffic signal has been put in flash mode. 1 Contractor has essentially completed the record documents required by paragraph 6.12, and, in ENGINEEtt's judgment, these are accurate and complete and will be ready for delivery to Owner prior to Final Payment being made. The following items need not be completed for the Work to be considered substantially complete: Fine grading, seed & mulching, and sodding have been completed. Final cleanup of project area and final dressing of grassy/earthen areas behind curbs. Determination of quality of growth resulting from sodding and seeding & mulching. Other minor items identified for correction on the final punchlist." SC -14.05 Partial Utilization Insert the following new paragraphs 14.05.A.4 and 14.05.A.5 in the General Conditions, and renumber existing paragraph 14.05.A.4 as 14.05.A.6: "4. Any portions of the pipeline work maybe considered substantially complete, prior to the entire project being substantially complete, if the Owner may take over continuous operation of that an 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. I I i I I. I City of Fayetteville Engineering Division June 24, 2005 Page 00800 -II 5. Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter Owner, Contractor and Engineer shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to Owner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer will finalize the list of items to be completed or corrected before final payment. Engineer will furnish Owner and Contractor together with a written recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work." End of Section 00800 1 11 Li F I 11 I I I I City of Fayetteville June 24, 2005 1 Engineering Division Page 00800-12 I Section 01010 SUMMARY OF WORK Part I - GENERAL. 1.1 SECTION INCLIJI)ES A. Project Scope B. Work by Others C. Work Sequence D. Contractor Use of Premises 1.2 PROJECT SCOPE • A. The work generally consists of reconstructing & reconfiguring the existing four legged intersection into a "T" intersection. The improved intersection will he signalized with video detection. The demolition work will involve the obliteration of portions of the existing roadway, sidewalks, drainage structures, parking lot, & etc. The construction work will involve placing hillside material, aggregate base, asphalt binder, and asphalt surfacing with the associated earthwork, drainage pipes, inlets, sidewalks, traffic signalizuion, and other items indicated in the Drawings and Specifications. 1.3 WORK BY OTHERS A. Ozarks Electric has utilities that need to he relocated and/or adjusted. 13. Southwestern Bell may have utilities that may have to be relocated and/or adjusted. C. Arkansas Western Gas may have utilities that may have to be relocated and/or adjusted. D. Cox Communications may have utilities that may have to he relocated and/or adjusted. 1 E. If necessary, the City of Fayetteville shall re -set existing water meters to appropriate locations that have been relocated by the Contractor. The Contractor shall coordinate with the City Meter Operations Division. The contact person is Don Osborn, phone number 575-8384. 1.4 CONTRACTOR'S USE OF PREMISES A. Contractor will he limited to the areas obtained as rights-ot way or easements within the project. B. Contractor may obtain additional construction easements from property owners for Contractor's convenience. C. No work shall begin until all agency approvals, casements, and required permits are obtained. Note that work on this project takes place within the City of Fayetteville. The Contractor shall comply with all facets of the city's drainage ordinance. The Contractor shall comply with the requirements of the Federal Clean Water Act and the Arkansas Water and Air Pollution Control Act 472. In case of conflict Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville March 10, 2005 Engineering Division Page 01010-1 [I between these regulations, orders, or decrees and other provisions, the restrictive requirements shall apply. If the project area to be disturbed is I acre or greater, the National Pollutant Discharge Elimination System (NPDES) requires a permit to discharge storm water associated with industrial activity of construction sites into the waters of the United States. The Arkansas Department of Environmental Quality (ADEQ) issues the permits. The Contractor shall furnish the Engineer a copy of the Notice of Intent, if a permit is required. 1.5 WORK SEQUENCE A. Identify and locate all underground and above ground utilities in the project area. Determine the elevations of these lines at any conflict area. Use the local datum provided by the City to establish elevations. Submit these elevations in order that the Engineer may adjust any elevations and/or grades, as necessary. B. The Contractor shall provide his sequence of construction for the various items that involve either existing and/or potential relocated utilities to the Engineer for his review. This schedule shall have the least negative impact on the adjacent property owners and provide an orderly sequence that will produce the least disruptive action for utilities and their customers. The Contractor shall coordinate with other utilities and/or their contractors to provide orderly sharing of the site and schedule of activities to best continue the progress of the Work. C. The Contractor shall provide all necessary traffic control devices for maintenance of traffic during construction in accordance with the "Manual on Uniform Traffic Control Devices", latest revision. The Contractor is solely responsible for all aspects of traffic safety related to the construction of this project. D. The Contractor shall establish work schedules and work areas for construction of roadway, signal related work, and pavement markings. Part 2- PRODUCTS Not Used I Part 3- EXECUTION Not Used I End of Section 01010 I Happy Hollow Rd & Huntsville Rd Intersection Improvements , City of Fayetteville March 10, 2005 Engineering Division Page 01010-2 I I I I I I I� I I U I I I I n, u Section 01025 MEASUREMENT AND PAYMENT PART! -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. Assist 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, provide the required quantities at the unit prices contracted. 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. D. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord, with survey chain or steel tape. E. Individual Item Measurement: Items to be paid for "each" unit furnished and installed shall be counted by Engineer. 1.5 PAYMENT A. Payment Includes: Full compensation for required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. II Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-I Li 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. I 1.7 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 1.8 INCIDENTAL ITEMS A. General - Items indicated as incidental to a particular payment item are considered an integral part of that payment item, and will not be measured or considered in determining payments. I B. Safety - Safety is considered as incidental to every payment item, except for excavation safety, which is a separate bid item. C. Testing - Testing of installed work required by the specifications to be completed by Contractor is incidental to any item included in the unit or system being tested. Retesting after corrective action to Work initially found to be defective is incidental to the item. D. Excess Excavation - Excess excavation is generally incidental to the payment item, except where Engineer has indicated that an excavation be expanded due to subsurface conditions. Excess excavation undertaken by Contractor to stabilize the trench bottom or walls, where dewatering or shoring would be suitable to correct trench conditions, will not be paid. Excess excavation includes backfilling with approved material as specified or as indicated on the Drawings. E. Miscellaneous - clean-up, project closeout, project record documents, and all costs not directly I mentioned in this section are considered as incidental to the Work. 1.9 PAYMENT ITEMS A. Mobilization (Pay Item 1) L Description - The preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of the Contractor's offices, buildings, and other facilities necessary to undertake the work on the project. This item shall also include other work and operations that must be performed, or for expenses incurred, before beginning work on the various Contract items on the project site. In no case shall the amount bid for the item of "Mobilization" exceed 5% of the total contract amount for all other items listed in the proposal. 2. Incidental Items - It shall also include pre -construction costs which are necessary direct costs to , the project and are of a general nature rather than directly attributable to other pay items under the Contract. 3. Related Items - None. 4. Units and Measurement - Mobilization will be measured as a complete unit and will be paid for Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-2 i • at the contract lump sum price bid. 5. Partial Payment Provisions - Allowable partial payments will be based on the percentage of the original Contract earned exclusive of the item of Mobilization according to the following schedule: Percentage of Original Percentage of Bid Price Contract Amount Earned for Mobilization Allowed First Progress Estimate 25 10 50 25 100 B. Construction Staking (Pay Item 2) 1. Description - Furnish and maintain all lines, grades, elevations, and measurements necessary for the proper execution of the roadway work, all according to the Drawings and Specifications, commonly called "construction staking". 2. Incidental Items - Furnish all labor, stakes, templates, straightedges, surveying equipment, and other devices and materials necessary for establishing, setting, checking, marking, and maintaining points, benchmarks, lines, grades, and layout of the work called for on the Drawings and in the Specifications. L 3. Related items - The Engineer shall set temporary bench marks, and horizontal & vertical control for construction. 4. Units and Measurement - Construction Staking will be measured as a complete unit. Work completed and accepted shall be paid for at the contract lump sum price bid for Construction Staking. 5. Partial Payment Provisions - Allowable partial payments will be based on the percentage of the original Contract completed. C. Maintenance Of Traffic (Pay Item 3) 1. Description - Provide all signs, traffic drums, vertical panels, barricades, temporary pavement markings, and other traffic control devices in accordance with the Manual On Uniform Traffic Control Devices, latest edition. Provide dust free road surface, temporary asphalt, and temporary ' aggregate base, as needed. Provide continuous access to all residential and commercial properties. ' 2. Incidental Items - Relocating any existing sign within the project limits; providing all components of traffic control, including flagmen; and furnishing all equipment, labor, tools, and materials required to complete the work. 3. Related Items - None. 4. Units and Measurement - Maintenance Of Traffic will be measured as a complete unit. Work completed and accepted shall be paid for at the contract lump sum price bid for Maintenance Of ' Traffic. 5. Partial Payment Provisions - To be paid as a percentage of the amount bid, in proportion to the ratio of all other items included in a pay request to the total Contract Price. D. Tree Protection Fencing (Pay Item 4) 1. Description - Provide tree protection fencing per the detail in the Drawings at all the locations Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville June 27, 2005 Engineering Division Page 01025-3 I indicated on the Drawings and/or as directed by the Engineer. 2. Incidental Items - All items needed to furnish and install this protection fencing as indicated in the Drawings. All material, equipment, labor, and any other item necessary to complete the work. 3. Related Items - Site preparation. 4. Units and Measurement - Payment shall be at the unit price per linear foot furnished and placed and accepted by Engineer. 5. Partial Payment Provisions - None. E. Excavation Safety (Pay Item 5) 1 1. Description - Compliance with provisions of the Arkansas Excavation Safety Act, including management practices, construction techniques, personnel training, supervision, excavation site staffing, and other provisions required by Act 291 of 1993 and 29 CFR 1926 Subpart P. 2. Incidental Items - Any reporting required of the Contractor by Federal or State agencies is incidental. 3. Related Items - None. 4. Units and Measurement - Excavation Safety will be measured as a complete unit. Work completed and accepted shall be paid for at the contract lump sum price bid for Excavation Safety. 5. Partial Payment Provisions - To be paid as a percentage of the amount bid, in proportion to the I ratio of all other items included in a pay request to the total Contract Price. F. Clearing and Grubbing (Pay Items 6) 1. Description - Cutting & removal of trees, brush, and other objectionable growth; removal & disposal of logs, rubbish piles, and other objectionable matter; grubbing & removal of all stumps, roots, and other objectionable matter, regardless of the proposed fill height. 2. Incidental Items - Incidental items include furnishing all equipment, materials, and labor required to complete the work, and protection of adjacent trees which are not to be removed. 3. Related Items - Tree Protection Fencing shall be paid for under a separate pay item. 4. Units and Measurement - Clearing & Grubbing will be measured as a complete unit. Work completed and accepted shall be paid for at the contract lump sum price bid for Clearing & Grubbing. 5. Partial Payment Provisions - No partial payment will be made for this item. G. Demolition (Pay Items 7,8,9,10,11 & 12) I. Description - Remove & dispose (R & D) of existing pipes, flared end sections, concrete drainage structures, concrete curb & gutter, asphalt curb, retaining walls, brick/concrete entrance walls, traffic islands, asphalt/concrete sidewalks, asphalt/concrete pavement, and asphalt/concrete driveways. This pay item also includes saw cutting the existing pavement full depth where new construction, repair or widening is indicating on the drawings or in the specifications. 2. Incidental Items - Site restoration of all demolished & all disturbed areas, and furnishing all equipment, materials, labor and any other item necessary to complete the various items of this work. 1 Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 , Engineering Division Page 01025-4 I 3. Related Items - Site preparation, Section 02100. 4. Units and Measurement - Payment shall be at the unit price per each, per linear foot, per square yard, and per lump sum of item removed as indicated in the Bid Form. L5. Partial Payment Provisions - None. H. Removal & Disposal of Building Structure & Appurtenances (Pay Item 13) II. Description - Completely raze existing building including the foundation, building contents, utilities (including underground) and all appurtenances. All razed materials shall be removed from the project site and disposed of in a legal manner. After the building has been razed, the ground shall be scarified to a minimum depth of 12" and any unsuitable or objectionable materials removed. The entire disturbed area shall be covered with 4" of topsoil, and then shall he covered with seed & mulch. This pay item may be deleted, if the City chooses to have the buildings removed under a separate contract. 2. Incidental Items - Site restoration of all demolished & all disturbed areas, acquiring any necessary permits, coordination with utility companies, disposal fees, and all materials, equipment, and labor necessary to complete the work. 3. Related Items - Topsoil and Seeding & Mulching shall be paid under separate pay items: 4. Units and Measurement - Removal & Disposal Of Building Structure & Appurtenances will be measured as a complete unit. Work completed and accepted shall be paid for at the contract lump sum price bid for Removal & Disposal Of Building Structure & Appurtenances. 5. Partial Payment Provisions - None. L Unclassified Excavation (Pay Item 14) 1. Description - Removal of existing pavement, base, soil material and etcetera, at and possibly from the site as required to construct the subgrade of the proposed road bed, and to obtain the lines, grades, and slopes indicated on the Drawings. This item essentially is material excavated to the elevation required to begin the 24" select "hillside" material installation. At this elevation, if further excavation is required to accommodate the density requirements of the select material, said excavation and backfill of suitable material will be paid for under the pay item of "Undercut & Backfill". 2. Incidental Items - It is required to vertically saw cut all existing asphalt/concrete pavement designated to remain before beginning excavation so that the remaining pavement will be left with a relatively straight, vertical, clean edge. If saw cutting of existing payment is not designated in another pay item, such as Demolition, then this work will be considered incidental to Excavation. Disposal of all unsuitablelexcess material, and all equipment, labor, and materials necessary to complete this work. 3. Related Items - Demolition, Section 02050 and Site Preparation, Section 02100. 4. Units and Measurement - Payment shall be at the unit price per cubic yard of unclassified excavation completed and accepted by Engineer. Payment will be at the plan quantity indicated on the Rid Form, unless Contractor has reason to believe those numbers are not representative. If so, the Contractor, at his option and expense, can ground survey the project after clearing and grubbing and site preparation, and survey again after excavation. This information will be processed in an acceptable computer software program that can compute quantities by using either the end area or grid method. Otherwise the plan quantity will be used for payment. 5. Partial Payment Provisions - No partial payment will be made for this item. Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-5 I J. Compacted Subgrade - Select Hillside Material (Borrow) (Pay Item 15) 1 1. Description - Construction of roadway subgrade/embankment using select "hillside" material (off -site material) to the lines, grades and compaction requirements as indicated on the Drawings and Specifications. 2. Incidental Items - Hauling of "hillside" material, and all equipment, labor, and materials necessary to complete the work. 3. Related Items a. Site Preparation, Section 02100. b. Unclassified Excavation, and Undercut & Backfill are separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each cubic yard of compacted subgrade/embankment completed and accepted by Engineer. If determined by Engineer, payment for completed units will be delayed until proof of construction testing has been completed. Payment will be at the plan quantity indicated on the Bid Form, unless Contractor has reason to believe that those numbers are not representative. If so, the Contractor, at his option and expense, can ground survey the project after the subgrade material has been compacted in accordance with the specifications and the subgrade's elevation is ready for Class 7 base. The total quantity paid for will be the in -place and compacted quantity determined by the average -end method with cross sections at typically 50 foot intervals with some lesser intervals used when necessary. This information will be processed by an acceptable computer software program. Otherwise, the plan quantity will be used for payment. 5. Partial Payment Provisions - No partial payment will be made for this item. K. Undercut & Backfill (Pay Item 16) 1. Description - Excavating existing materials that are unsuitable below the depth of the anticipated typical section shown on the Drawings. This potential subgrade or sub-subgrade material that is to be removed cannot be compacted to proper density for the placement of the specified depth of select hillside material. The material backfilled in the excavated areas shall be select hillside material compacted to the required density. Excavation for this item shall be approved by the Engineer. 2. Incidental Items - Disposal of unsuitable material, hauling of select hillside material, and all equipment, labor, and materials necessary to complete the work. This pay item also includes removal & disposal of existing asphalt & base material from "soft spots" in the existing roadway as field located by.the Engineer (See note on Typical Section Sheet 2 of 43). 3. Related Items - Unclassified excavation, compacted subgrade, compacted embankment and borrow are separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each cubic yard of material excavated as approved by the Engineer. Measurement will be by measuring the volume of the area excavated. This measurement will be agreed to by the Engineer and the Contractor. 5. Partial Payment Provisions - No partial payment will be made for this item. L. 7" Aggregate Base Course (Class 7) (Pay Item 17) 1 1. Description - Construct aggregate base course to the lines and grades under pavement, curb & gutter, one (1) foot beyond the curb & gutter, driveways, and driveway aprons as indicated on the typical sections and details in the Drawings. I Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-6 I 2. Incidental Items a. Scalping in areas that are not excavated or which do not have compacted embankment constructed over them. b. Blading and shaping subgrade, scarifying and compacting subgrade, maintaining subgrade shape and moisture until base course is placed. c. Equipment, labor, and materials necessary to complete the work. 3. Related Items a. Site preparation, Section 02100. b. Unclassified excavation, and compacted subgrade/embankment are separate pay items. C. Aggregate base course used in storm sewer pipe trenches and other drainage structures under pavement, whether proposed or existing, is a separate pay item. 4. Units and Measurement - Payment shall be at the unit price square yard of aggregate base course furnished, installed and accepted by Engineer. If determined by Engineer, payment for completed units will be delayed until proof of construction for installed units is complete. Payment will be at the plan quantity indicated on the Bid Foim, unless Contractor has reason to t believe that those numbers are not representative. If so, the Contractor, at his option and expense, can provide detailed calculations that prove that the bid quantity is in error. Otherwise, the plan quantity will be used for payment. 5. Partial Payment Provisions - None. M. Aggregate Base (Class 7) (Trenches Under Pavement) (Pay Item 18) I. 1. Description - Furnish & install aggregate base course used in storm sewer pipe trenches and other drainage structures under pavement, whether proposed or existing, to the lines and grades as indicated on the typical sections and details in the Drawings. 2. Incidental Items a. Scalping in areas that are not excavated or which do not have compacted embankment constructed over them. b. Blading and shaping subgrade, scarifying and compacting subgrade, maintaining subgrade shape and moisture until base course is placed. c. Equipment, labor, and materials necessary to complete the work. 3. Related Items a. Site preparation, Section 02100. b. Unclassified excavation, and compacted embankment are separate pay items. c. 7" Aggregate Base Course (Class 7) for pavement construction is a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each ton of aggregate base course furnished, installed and accepted by Engineer. If determines( by Engineer, payment for completed units will be delayed until proof of construction for installed units is complete. Measurement will be based on truck weight tickets. All quantities shall be documented. I lowever, any quantity exceeding the bid amount shall have full documentation by Contractor and approval by Engineer. 5. Partial Payment Provisions - None. Happy Hollow Rd & Huntsville Rd Intersection improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-7 I N. Concrete Curb and Gutter (Pay Item 19) 1. Description - Construct concrete curb and gutter to the lines and grades and in accordance with the details indicated on the Drawings. 2. Incidental Items - Base fine grading & preparation, saw cutting, curing compound, expansion I. material, joint sealant and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Aggregate Base Course is a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per linear foot of curb and gutter installed and accepted by Engineer. 5. Partial Payment Provisions - None. O. ACHM Binder Course (PG 70-22) (Pay Item 20) 1. Description - Furnish and install the four inch (440 lbs/SY) asphalt binder course at the lines and I grades indicated on the typical sections, profiles and other Drawings. 2. Incidental Items - Furnishing prime coat, tack coat, blotter course material, and anti -strip additives; furnishing acceptable mix designs; preparing, hauling, diluting and applying asphalt material @rime & tack coats), and blotter course material, when required; cleaning or scarifying and compacting the surface; performing quality control and acceptance sampling and testing; heating, mixing, hauling, placing, rolling, and finishing; and all labor, equipment, materials, tools, and any other item necessary to complete the work. 3. Related Items - Aggregate Base Course under the ACHM Binder Course shall be paid under a separate pay item. ACHM Surface Course shall be paid under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per ton of ACHM Binder Course furnished, installed and accepted by the Engineer. Measurement shall be based on truck weight tickets of the ACHM Binder Course. 5. Partial Payment Provisions - No partial payment will be made for this item. P. A CHM Surface Course (PG 70-22) (Pay Item 21) 1. Description - Furnish and install the two inch (220 lbs/SY) asphalt surface course at the lines and grades indicated on the typical sections, profiles and other Drawings. This item also includes furnishing and installing the asphalt tonnage required to construct any asphalt driveways as shown on the drawings. 2. Incidental Items - Furnishing tack coat and anti -strip additives; furnishing acceptable mix 1 designs; preparing, hauling, diluting, and applying asphalt material (tack coat); cleaning the surface; performing quality control and acceptance sampling and testing; heating, mixing, hauling, placing, rolling, and finishing; and all labor, equipment, materials, tools, and any other item necessary to complete the work. 3. Related Items - ACHM Binder Course under the ACHM Surface Course and shall be paid under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per ton of ACHM Surface Course furnished, installed and accepted by the Engineer. Measurement shall be based on truck weight tickets of the ACHM Surface Course. 5. Partial Payment Provisions - No partial payment will be made for this item. Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-8 I Q. Reinforced Concrete Pipe (Pay Items 22, 23, 24 & 25) I. Description - Furnish and install reinforced concrete pipe storm sewers as indicated on the Drawings. 2. Incidental Items - Trench excavation, bedding material, gaskets, underdrain pipe, backfill, compaction of bedding and backfill, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Aggregate base course installed in trenches under proposed road beds shall be paid for under the Aggregate Base pay item. 4. Units and Measurement - Payment shall be at the unit price per linear foot furnished and installed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet incorporated into the work, as approved by Engineer. R. Flared End Sections (Pay Item 26) 1. Description - Furnish and install the reinforced concrete flared end sections in the sizes and at the locations indicated on the Drawings. • 2. Incidental Items - Excavation, trenching, bedding material, gaskets, backfill, compaction of bedding and backfill, concrete toe wall at the end of the flared end section and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Reinforced Concrete Pipe shall be paid under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each flared end section furnished, installed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet incorporated into the work, as approved by Engineer. S. Reinforced Concrete Headwalls, Wingwalls & Aprons for Double 48" RCP (Pay Item 27) I. Description - Construct reinforced concrete headwalls, complete with wingwalls and concrete aprons as indicated on the Drawings. 2. Incidental Items - Incidental items include excavation, backfill, equipment, labor, and materials necessary to complete the work. 3. Related Items — Box Culvert construction is a separate payment item. 4. Units and Measurement - Reinforced Concrete Headwalls, Wingwalls & Aprons for Double 48" RCP will be measured as a complete unit. Work completed and accepted shall be paid for at the contract lump sum price bid for Reinforced Concrete Headwalls, Wingwalls & Aprons for Double 48" RCP. 5. Partial Payment Provisions - None. T. Reinforced Concrete Box Culvert & Connection Box (Pay Item 28) 1. Description - Construct reinforced concrete box culvert & connection box as indicated on the Drawings. Substitution of a precast box culvert must be approved in writing by the AHTD. 2. Incidental Items - Incidental items include excavation, bedding, forms, rebar, backfill, filter gravel, equipment, labor, and all materials necessary to complete the work. 3. Related Items — Concrete Headwalls, Wingwalls & Aprons for Double 48" RCP is a separate 1. payment item. Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-9 1 4. Units and Measurement - Payment shall be at the unit price per linear foot installed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet incorporated into the work, as approved by Engineer. I U. Drop Inlets, Grate Inlets & Junction Boxes (Pay Items 29, 30, 31, 32, 33, 34, 35, 36 & 38) 1. Description - Construct drop inlets, grate inlets and junction boxes, complete with manhole covers and/or grates and frames as indicated on the Drawings. 2. Incidental Items - Excavation, backfill, reinforced concrete, and all equipment, labor, and materials necessary to complete the work. I 3. Related Items - Pipe installation is a separate payment item. Depressed gutter section upstream and downstream of inlet will be paid for as part of the curb and gutter item. 4. Units and Measurement - Payment shall be at the unit price per each structure constructed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made at percentages of completion, I approved by the Engineer. V. Drop Inlet Extensions (4 ft) (Pay Item 37) 1. Description - Furnish and install reinforced concrete extensions in the lengths and at the locations indicated on the Drawings. 2. Incidental Items - Excavation, backfill, reinforced concrete, and equipment, labor, and materials I necessary to complete the work. 3. Related Items - Drop Inlet is paid under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each length extension furnished, (� installed and accepted by Engineer. 5. Partial Payment Provisions - Partial payment will be made at percentages of completion, as 1 approved by Engineer. W. Convert Drop Inlet to Junction Box (Pay Item 39) 1. Description - Reconstruct existing drop inlet into a junction box as indicated in the Drawings. 2. Incidental Items - Demolition, excavation, forming, backfill with base material, concrete, reinforcement, ring and cover, pipe connections, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Reinforced concrete pipe shall be paid for under separate item. I 4. Units and Measurement - Payment shall be at the unit price per each structure reconstructed and accepted by the Engineer. 5. Partial Payment Provisions - None. K Adjust Manhole To Finished Grade (Pay Item 40) 1. Description - Adjust manhole ring and cover to the proposed grade and line as indicated in the Drawings. 2. Incidental Items - Demolition, excavation, backfill, concrete, grout, and all equipment, labor, and materials necessary to complete the work. This work only includes existing manholes and does not include the newly constructed manhole. I Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-10 I 3. Related Items- Concrete manhole is paid under a separate item. 4. Units and Measurement - Payment shall be at the unit price per each adjustment of manhole or junction box completed and accepted by Engineer. 5. Partial Payment Provisions - None. Y. Adjust Water Valve To Finished Grade (Pay Item 41) 1. Description - Adjust existing water valve box or furnish & install a new valve box extension, as necessary, to the proposed grade and line of surrounding items constructed as indicated in the Drawings. 2. Incidental Items - Excavation, backfill, concrete or concrete collar, and all equipment, materials, and labor necessary to complete the work. 3. Related Items - None. 4. Units and Measurement - Payment shall be at the unit price per each valve box adjustment furnished, installed and accepted by Engineer. 5. Partial Payment Provisions - None. Z Relocate Flashing Advance Crossing Sign (Pay Item 42) 1. Description - Furnish and install all necessary equipment & materials to relocate existing Advance Crossing Sign and flashing warning lights as indicated on the Drawings. 2. Incidental Items - Circuit breakers, electrical permits, coordination with local Utility, electrical conduit, conduit fittings, wiring, ground rod, testing, and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - None. 4. Units and Measurement - Relocate Flashing Advance Crossing Sign will be measured as a complete unit. Work completed, tested and accepted shall he paid for at the contract lump sum price bid for Relocate Flashing Advance Crossing Sign. 5. Partial Payment Provisions - None. AA. Concrete Outlet Structure Top (5') (Pay Item 43) I. Description - Construct concrete top over existing drainage structure as indicated in the Drawings. 2. Incidental Items - Demolition, excavation, forming, concrete, reinforcement, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - None. 4. Units and Measurement - Payment shall be at the unit price per each structure constructed and accepted by the Engineer. 5. Partial Payment Provisions - None. BB. Concrete Sidewalk (4") with Aggregate Base (4") (Pay Item 44) I. Description - Construct concrete sidewalks including aggregate base to the depth and in the locations indicated on the Drawings and as required by site conditions. 2. Incidental Items - Preparation of subgrade, furnishing aggregate base, adjusting width as required by drainage structures, tool joints, saw joints, expansion joints with expansion joint material, joint sealant, curing compound, broom finish, and all equipment, labor, and materials necessary II I Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025 -II I to complete the work. 3. Related Items - Concrete Access Ramp shall be paid for under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per square yard of concrete sidewalk ' constructed and accepted by Engineer. 5. Partial Payment Provisions - None. CC. Concrete Access Ramp (4") with Aggregate Base (4") (Pay Item 45) 1 I. Description - Construct concrete access ramps including aggregate base in the locations and per the details as indicated in the Drawings. 2. Incidental Items - Preparation of subgrade, furnishing aggregate base, adjusting configuration as needed to accommodate structures, tool joints, joint sealant, curing compound, concrete finish, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Concrete Sidewalk and Detectable Warning Surfaces shall be paid for under separate pay items. 4. Units and Measurement - Payment shall be at the unit price per square yard of concrete access 1 ramp constructed and approved by Engineer. 5. Partial Payment Provisions - None. I DD. Detectable Warning Surface (Pay Item 46) 1. Description - Furnish and install a surface of truncated domes on each concrete access ramp in compliance with the ADA Accessibility Guidelines. 2. Incidental Items - Preparation of concrete surface, adhesives, and all equipment, labor, and materials necessary to complete the work. I 3. Related Items - Concrete Access Ramp shall be paid for under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per square foot of detectable warning surface installed and approved by Engineer. 5. Partial Payment Provisions - None. EE. Concrete Driveways (6") (Pay Item 47) I 1. Description - Construct concrete driveways and concrete driveway aprons to the depth and in the locations indicated on the Drawings and as required by site conditions. 2. Incidental Items - Preparation of subgrade, tool joints, saw joints, expansion joints with expansion joint material, joint sealant, curing compound, broom finish, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Aggregate Base Course and Concrete Sidewalk shall be paid for under separate pay items. 4. Units and Measurement - Payment shall be at the unit price per square yard of concrete driveway or concrete driveway apron constructed and accepted by Engineer. 5. Partial Payment Provisions - None. ! FF. Seeding and Mulching (Pay Item 48) 1. Description - Furnish and place seed & mulch to cover all disturbed areas as result of construction. Erosion matting will be required for slopes steeper than 3:1. 2. Incidental Items - Site preparation, water, fertilizer, and all equipment, labor, and materials Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-12 F1 necessary to complete the work. 3. Related Items - Topsoil, Solid Sodding and Erosion Control Devices are paid for under separate pay items. ' 4. Units and Measurement - Payment shall be at the unit price per acre of seeding & mulching completed and accepted by Engineer. 5. Partial Payment Provisions - 75 percent of the unit price shall be paid upon completion of initial seeding and mulching, with remainder held until a suitable viable grass stand is established. GG. Solid Sodding (Pay Item 49) 1. Description - Furnish and place approved Bermuda sod, fertilizer and water according to the specifications at locations as field directed by the Engineer. ' 2. Incidental Items - Site preparation, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - Topsoil, and Seeding & Mulching are paid for under separate pay items. 4. Units and Measurement - Payment shall be at the unit price per square yard of solid sodding completed and accepted by Engineer. 5. Partial Payment Provisions - 75 percent of the unit price shall be paid upon completion of initial solid sodding, with remainder held until healthy sod is established. HH. Imported Top Soil (Pay Item 50) I. Description - Furnish and place topsoil at a minimum thickness of 4" in the locations as noted and described in the specifications and/or Drawings or as field directed by the Engineer. 2. Incidental Items - Fine grading, raking, removing any non -specified material from the soil and/or any preparation work, and all equipment, labor, and materials, necessary to complete the work. 3. Related Items - Seeding & Mulching, and Solid Sodding are separate pay items. 4. Measurement and Payment - Payment shall be at the unit price per cubic yard of imported topsoil furnished, placed and accepted by the Engineer. No separate payment shall be made for on -site topsoil that was salvaged and reused. Measurement shall be by verifying the 4 -inch thickness and taking average horizontal measurements and computing the cubic feet thus the cubic yard measurement. ' 5. Partial Provisions - None. II. Baled Straw Ditch Check (Type E-3) (Pay Item 51) I1. Description - Provide Baled Straw as indicated in the detail drawing and per the specifications at the locations indicated on the Drawings or as field directed by the Engineer. 2. Incidental Items - Stakes, rebar, and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - When straw bales are used in conjunction with silt fence, the silt fence shall be ' paid for as a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each straw bale furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-13 I JJ. Silt Fence (Type E-1) (Pay Item 52) 1. Description - Provide silt fence as indicated in the detail drawing and per the specifications at location indicated on the Drawings or as field directed by the Engineer. 2. Incidental Items - Stakes, and all equipment, labor, materials and any other item necessary to complete the work. 3. Related Items - When straw bales are used in conjunction with silt fence, the straw bales shall be paid for under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per linear foot of silt fence furnished, installed and accepted by Engineer. 5. Partial Payment Provisions - None. KK. Drop Inlet Silt Fence (Type E-2) (Pay Item 53) I. Description - Furnish and install drop inlet silt fence as indicated in the detail drawing and per the specifications at locations indicated on the Drawings or as field directed by the Engineer. 2. Incidental Items - 2" x 4" wood frame, and all equipment, labor, materials and any other item necessary to complete the work. 3. Related Items - When straw bales are used in conjunction with drop inlet silt fence, the straw bales shall be paid for under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each drop inlet silt fence furnished, installed and accepted by Engineer. 5. Partial Payment Provisions - None. LL. Thermoplastic Pavement Markings (Pay Items 54, 55 and 56) 1. Description - Furnish and install traffic striping, stop bars, diagonals, and etcetera on the pavement at the widths and color as per the details and at the locations indicated on the Drawings and per the Manual on Traffic Control Devices. 2. Incidental Items - Surface preparation, and all material, equipment, and labor necessary to complete the work. 3. Related Items — Thermoplastic Pavement Markings (Arrows & Words) shall be paid for under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per linear foot of pavement markings furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. MM. Thermoplastic Pavement Markings (Arrows & Words) (Pay Items 57 & 58) 1. Description - Furnish and install pavement marking arrows and words at the locations indicated on the Drawings and per the Manual on Traffic Control Devices. 2. Incidental Items - Surface preparation, and all material, equipment, and labor necessary to complete the work. 3. Related Items - Thermoplastic Pavement Markings (Striping) shall be paid for under a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each pavement marking arrow furnished, installed and accepted by the Engineer. I I I I I Li n Li I I I I H H I I H Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-14 fI 5. Partial Payment Provisions - None. NN. Plowable Pavement Marker (Pay Items 59 & 60) II. Description - Furnish and install plowable pavement markers on Portland cement concrete and/or asphalt concrete pavement in conformance with the Section 722 of the AHTD specifications and at the locations shown on the Drawings or as directed by the Engineer. • 2. Incidental Items - Sawing pavement, epoxy, adhesive, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - None. ' 4. Units and Measurement - Payment shall be at the unit price per each plowable pavement marker furnished, installed and accepted by Engineer. 5. Partial Payment Provisions - None. OO. Standard Signs (Pay Item 61) ' I . Description - Furnish and install traffic signs at the locations indicated on the Drawings or as directed per the "Manual on Traffic Control Devices" and per AHTD Standards. 2. Incidental Items - Sign post assembly with fasteners and all special framing required to attach signs to the post assembly as shown in the detail drawings and in accordance with the specifications, and all equipment, labor, and materials necessary to complete the work. 3. Related Items - None. ' 4. Units and Measurement - Payment shall be at the unit price per square foot of signs furnished, installed and accepted by Engineer. Dimensions used for payment shall be the dimensions of the ' sign as per the MUTCD. 5. Partial Payment Provisions - None. PP. Service Point Assembly (2 Circuits) (Pay Item 62) 1. Description - Furnish and install a distribution panel, circuit breakers, lightning arrestor, weatherhead, clamps, conduit, wiring, treated timber pole, ground rod, and miscellaneous fittings as indicated in the detail drawings and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - Treated wood pole, enclosure(s), circuit breaker(s), main breaker, distribution panel, steel conduit, conduit fittings, wiring and ground rod, testing and all equipment, materials, tools, labor, and any other item required to complete the work. ' 3. Related Items - Other Traffic Signal equipment. 4. Units and Measurement - Service Point Assembly will be measured as a complete unit. Work completed, tested and accepted shall be paid for at the contract lump sum price bid for Service '• Point Assembly. 5. Partial Payment Provisions - None. ' QQ. Traffic Signal Controller & Video Detection (Pay Items 63, 64, & 65) 1. Description - Furnish and install an actuated controller, video detectors (mast mount), and a video processor unit as indicated in the detail drawings and per the specifications at the locations ' indicated on the Drawings. 2. Incidental Items - Furnishing the controller cabinet, construction of the mounting pad (concrete 1 foundation), mounting the controller, wiring and testing the controller, wiring and testing the Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville June 27, 2005 Engineering Division Page 01025-1S I video detectors, aligning the zones; wiring, configuring, and testing the video processor, furnishing and installing wiring and wiring harness from the video processor unit to the traffic signal controller; and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Video Cable and Traffic Signal Cables shall be paid for as separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each actuated controller, video detector, and video processor furnished, installed, tested, and accepted by the Engineer. 5. Partial Payment Provisions - None. RR. Miscellaneous Traffic Signal Parts (Pay Items 66, 67, 68, 69, 70, 71,& 82) 1. Description - Furnish and install a MDS Radio, Astron Power Supply, Yagi Antenna, Polyphaser Arrestor, Pelco Tube Riser, Pelco Flasher Controller and Coax Connectors as indicated in the detail drawings and per the specifications at the locations shown on the Drawings. 2. Incidental Items - Installation, wiring, configuring and testing all signal related parts; and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Traffic Signal Controller, Video Detectors, Video Processor Unit, Video Cable and Traffic Signal Cables shall be paid for as separate pay items. 4. Units and Measurement - Payment shall be at the unit price per each item furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. SS. Non -Metallic Conduit (Pay Items 72 & 73) 1. Description - Furnish and install PVC (polyvinyl chloride) or PE (polyethylene) conduit at the size and location indicated on the Drawings. Conduit materials shall meet the requirements of Section 710 "Non -Metallic Conduit" of the Standard Specifications for Highway Construction, Edition of 2003. Please note that the exact location of the PVC may vary from the Plans, therefore those locations shall be determined and verified by the Engineer. 2. Incidental Items - Trench excavation and/or directional boring under the pavement and/or landscaping areas (if applicable), conduit fittings, drag rope, backfill, compaction, flowable fill (when applicable), and all labor, equipment, tools, materials, and incidentals necessary to complete the work. 3. Related Items - None. , 4. Units and Measurement - Payment shall be at the contract unit price bid per linear foot of Non -Metallic Conduit furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. TT. Concrete Pull Box (Type 2) (Pay Item 74) , 1. Description - Furnish and install concrete pull box as indicated in the detail drawing and per the specifications at the locations indicated on the Drawings or as directed by the Engineer. 2. Incidental Items - Excavation, backfill, compaction, removal of surplus materials, replacement of the existing surface, bedding material, and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Other Traffic Signal equipment. 4. Units and Measurement - Payment shall be at the unit price per each concrete pull box furnished, 1 Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-16 I ' installed and accepted by the Engineer. 5, Partial Payment Provisions - None. ' UU. Traffic Signal Wires, Cables & Conductors (Pay Items 75, 76, 77, 78, 79, 80, 81, & 83) 1. Description - Furnish and install feeder wire, video cables, traffic signal cable, electrical conductors for luminaires and electrical conductors for power supply to the controller cabinet as indicated in the detail drawing and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - Pulling wire; making all splices and connections; installing video, power ' supply and data cables from the Video Processor to the Video Detector; and all equipment, materials, tools, labor, and any other item required to complete the work. ' 3. Related Items - Other Traffic Signal components are paid as separate pay items. 4. Units and Measurement - Payment shall be at the unit price per linear foot of wires, cables or conductors furnished, installed and accepted by the Engineer. Multiple conductors shall not be ' measured singularly and added together. Video cable shall not be measured separately, but as one unit per Detector. 5. Partial Payment Provisions - None. VV. Traffic Signal Heads & Pedestrian Signal Heads (Pay Items 84, 85, 86 & 87) 1. Description - Furnish and install Traffic Signal I leads & Pedestrian Signal I leads of the type ' indicated in the detail drawings and per the specifications at the locations indicated on the Drawings. Note: 5" Back Plates are not required. 2. Incidental Items - 12" LED vehicle traffic signal modules; 16"x 18" LED pedestrian signal ' modules; Pedestrian Pushbuttons; Signs; all mounting brackets & hardware; and all equipment, materials, tools, labor, and any other items required to complete the work. ' 3. Related Items - Traffic Signal Poles and Pedestrian Poles are paid as separate pay items. Street Name Signs will be furnished and installed by the City of Fayetteville. 4. Units and Measurement - Payment shall be at the unit price per each traffic & each pedestrian ' signal head furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. WW. Traffic Pole with Foundation (Pay Item 88, 89, 90, 91, 92 & 93) I. Description - Furnish and install steel traffic signal mast arms and poles with foundations and steel traffic signal pedestal poles with foundations as indicated in the detail drawings and per the ' specifications at the locations indicated on the Drawings. 2. Incidental Items - Excavation, backfill, compaction, removal of surplus material; furnishing and placing reinforcing steel and concrete; and all equipment, materials, tools, labor, and any other ' item required to complete the work. 3. Related Items - Other Traffic Signal equipment. ' 4. Units and Measurement - Payment shall be at the unit price per each Traffic Signal Mast Arm and Pole With Foundation of the arm length specified; and per each Traffic Signal Pedestal Pole With Foundation furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. I Happy Hollow Rd & Huntsville Rd Intersection Improvements ' City of Fayetteville Engineering Division June 27, 2005 Page 01025-17 XX. Luminaire Assembly (Cutoff Type) (Pay Item 94) 1. Description - Furnish and install luminaire assembly on traffic signal pole as indicated in the detail drawings and per the specifications at the locations indicated on the Drawings. 2. Incidental Items - Ballast, photocell and all equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - Traffic Signal Mast Arm and Pole With Foundation shall be paid for as a separate pay item. 4. Units and Measurement - Payment shall be at the unit price per each luminaire assembly furnished, installed, tested and accepted by the Engineer. 5. Partial Payment Provisions - None. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used End of Section 01025 Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville June 27, 2005 Engineering Division Page 01025-18 I ' Section 01027 APPLICATIONS FOR PAYMENT IPart I - GENERAL ' 1.1 SUMMARY A. Comply with procedures described in this Section when applying for progress payment and final ' payment. 13. Related work: I. Documents affecting work of this Section include, but are not necessarily limited to, the General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. ' 2. The Contract Price and the schedule for payments are described in the General Conditions. 3. Payments upon Substantial Completion and Final Completion of the Work are described in the General Conditions and in Section 01700 of these Specifications. 4. Engineer's approval of applications for progress payment and final.payment may be contingent ' upon Engineer's approval of status of Project Record Documents as described in Section 01700 of these Specifications. ' 1.2 QUALITY ASSURANCE A. Prior to start of construction, Contractor shall secure Engineer's approval of the schedule of values ' required to be submitted under Paragraph 2.07 of the General Conditions, and further described in these Specifications. ' B. During progress of the Work, Contractor shall modify the schedule of'values as approved by Engineer to reflect changes in the Contract Price due to Change Orders or other Modifications. IC. Contractor shall base requests for payment on the approved schedule of values. 1.3 FORMAT ' A. Contractor shall submit a request for payment by filling in the agreed data, by typewriter or neat lettering in ink, on "Application for Payment" form provided by Engineer, plus continuation sheet or sheets. 1.4 PREPARATION OF APPLICATIONS A. Present required information in typewritten form. 13. Contractor shall date and sign the Application for Payment in ink. ' C. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item work. ' City of Fayetteville May 30, 2003 Engineering Division Page 01027-I I 1.5 SUBMITTAL PROCEDURES A. Contractor shall submit the original of the Application for Payment, plus two identical copies including continuation sheet(s) to Engineer. B. Engineer shall review submittal and, either: I. Return the Application for Payment to Contractor indicating in writing the reasons for refusing ' to recommend payment. Contractor shall re -submit revised Application For Payment. 2. Engineer will sign the Application for Payment and present to Owner for payment. , C. Owner shall review Application for Payment and either: 1. Give immediate notice of any portions of the recommended amounts withheld from payment in accordance with the General Conditions paragraphs 14.02.D.1.a through 14.02.D. 1.d. 2. Sign Application For Payment and make disbursement to Contractor. D. Engineer will distribute signed copies of Application for Payment to Contractor, Owner and Engineers file. Additional copies of Application for Payment will be distributed by Engineer to the appropriate funding agency or agencies, if required. 1.6 SUBSTANTIATING DATA A. If payment request is for materials and for equipment, or when Engineer requires substantiating information, Contractor shall also submit copies of invoices or documentation as set forth in paragraph 14.02.A of the General Conditions. B. Provide one copy of data with cover letter for each copy of submittal. Show application number and , date, and line item by number and description. Part 2- PRODUCTS Not used. , Part 3- EXECUTION , Not used. End of Section 01027 I I City of Fayetteville Engineering Division May 30, 2003 Page 01027-2 Section 01035 MODIFICATION PROCEDURE Pan 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: 1. Documents affecting work of this Section include, but are not necessarily limited to, General ' Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Changes in the Work are described further in the General Conditions. 3. Section 01027 - Applications for Payment. 4. Section 01700 - Project Record Documents. 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. Ill. 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: FJCDC 1910-8-13. 13. Work Change Directive Form: EICDC 1910-F. ' C. Field Order Form: Engineer's letter. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT PRICE AND CONTRACT TIME ' A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. I. ' City of Fayetteville May 30, 2003 Engineering Division Page 01035-I I B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. I C. On request, provide additional data to support computations: I 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from the Work, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 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 A. Engineer will authorize, in writing, minor changes in the Work not involving an adjustment to Contract Price or Contract Time as authorized by Paragraph 9.05 of the General Conditions by issuing a Field Order. 1.6 WORK CHANGE DIRECTIVE A. Engineer may issue a Work Change Directive, signed by Owner, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The Work Change Directive will describe changes in the Work, and will designate method of determining any change in Contract Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on notice of change and Contractor's fixed price quotation and subsequent negotiations. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Work Change Directive, or based on negotiation and an executed Change Order. [H r City of Fayetteville May 30, 2003 Engineering Division Page 01035-2 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. 13. Engineer will determine the change allowable in Contract Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on time and material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.10 EXECUTION OF CHANGE ORDERS A. Engineer will provide Change Order forms for signatures of parties as provided in the General Conditions in the number of copies indicated in the Supplementary Conditions. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order. as a separate line item and adjust the Contract Price, B. Promptly revise progress schedules to reflect any change in Contract 'lime, 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 - PRODt1ClS Not Used. Part 3 - EXECUITON Not Used. End of Section 01035 City of Fayetteville May 30, 2003 Engineering Division Page 01035-3 7I I I I I I Section 01040 COORDINATION AND MEETINGS Part I - GENERAL 1.l SUMMARY A. This Section expands upon requirements regarding coordination, conferences and meetings, described to permit direct reference from individual product specification Sections. Coordination 1 2. Preconstruction conference 3. Progress meetings 1.2 RELATED SECTIONS IA. Documents affecting work of this Section include, but arc not necessarily limited to General Conditions, Supplementary Conditions, and Section in Division I of these Specifications. ' 1.3 COORDINA'T'ION I [1 I I J A. Coordinate construction activities with other contractors working in the same vicinity on other projects. It is anticipated that other utilities may he relocated during the same time, in the same area as this project. B. The Contractor, on the basis of the schedule and progress meetings shall notify the appropriate property owners of trenching, pipe laying, cleanup, or other activities scheduled to occur on, or adjacent to, their property during the coming week. The individual property owner, or tenant thereof, shall be notified at least 48 hours in advance of occupying, storing materials on, or performing work on any right-of-way or easement. It shall be the responsibility of the Contractor to provide a minimum of 72 hours advance notice to the Engineer, Traffic department, Police Department, and Fire Department prior to cutting or blocking any public street or roadway. All planned interruptions of water service shall be coordinated with the Engineer and the Fayetteville Water department. A minimum of 48 hours notice shall be required. Service interruptions, when allowed by the Engineer, shall be scheduled between 8:00 a.m. and 5:00 p.m. and shall be limited to a maximum time of 4 hours for each individual meter unless specifically approved otherwise. All work that the Contractor will do that is related to traffic control devices or other related items shall be coordinated with the Traffic Department superintendent, Mr. Perry Franklin. That telephone number is 575-8228. C. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. ' City of Fayetteville May 30, 2003 Engineering Division Page 01040-I 1.4 1.5 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. PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference within 20 days after the Contract Times start to run, but before , any Work at the site is started. B. Attendance Required: Authorized representatives of Owner, Engineer, and Contractor. C. Agenda: , I. 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, Schedule of Values, and proposed schedule. 5. Designation of personnel representing the parties in Contract, and the Engineer. 6. Procedures and processing of field decisions, shop drawings, submittals, substitutions, applications for payments, Change Orders and Contract closeout procedures. 7. Construction schedule, including sequence of critical work. 8. Channels and procedures for communication. , 9. Rules and regulations governing performance of the Work. 10. Procedures for safety and first aid, security, quality control, and related matters. 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. 11 1l II 1 City of Fayetteville May 30, 2003 Engineering Division Page 01040-2 C. Attendance Required: Job superintendent, major Suhcontractors and suppliers, Owner. Engineer, and others as appropriate to agenda topics for each meeting. I). 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. S. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. Part 2 - PRODUCTS Not Used Part 3 - EXECUTION Not Used End of Section 01040 City of Fayetteville May 30, 2003 Engineering Division Page 01040-3 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, General Conditions, Supplementary Conditions, and Sections in Division l of these Specifications. ' C. Definitions II. "Control Stakes" are the original reference points set by the Engineer for the construction work, i.e. centerline staking at the PI's, PC's, & PT's and TBM's. 2. "Construction Staking" is all other staking necessary, as thcjob progresses, to construct the project according to the drawings and specifications which is the responsibility of the Contractor. ' 1.2 REQUIREMENTS IA. Enginccr shall provide the following staking: I. Set temporary bench marks. ' 2. Set horizontal and vertical control as noted. 3. Reset control stakes 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, property comers, marks or pins lost due to Contractor's operations. ' 1.3 CONTROL STAKING ' A. Notification I. Notify Engineer, in writing, at least five days in advance of the date when control staking services are desired. 2. Engineer shall provide control staking. ' B. Checking Stakes 1. Examine stakes before commencing operations. ' 2. Notify Engineer, if validity of any control stake is questionable. 3. Engineer will check stake or stakes in question. 4. Any control stakes found to be in error will be reset by the Engineer. 5. If stakes are valid, Contractor shall pay for cost of checking stakes. I City of Fayetteville Engineering Division May 30, 2003 Page 01051-I C. Preservation of Stakes 1. Contractor shall inform his employees, subcontractors and vendors of importance of control stakes and the necessity of their preservation. 2. Contractor shall pay for resetting any control stakes, property comers, marks, or pins lost due to Contractor's operations. 1.4 CONSTRUCTION STAKING A. Provide all construction staking as needed to complete the Work. Part 2 - PRODUCTS Not Used Part 3 - EXECUTION Not Used End of Section 01051 City of Fayetteville May 30, 2003 Engineering Division Page 01051-2 Sect ion 01060 REGULATORY REQUIREMENT'S Part I - GENERAI. 1.1 SECTION INCLUDES: A. Listing of certain applicable local, state, and federal regularity requirements applicable to the project. 13. Discussion of specific implementation of certain regulatory requirements. 1.2NOT 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 RELATEI) SECTIONS A. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 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 FAYETI'EVII.I,E WATER AND SEWER STANDARDS A. Water standards are available from the City of Fayetteville Engineering Department. Sewer standards in an unapproved drab form should he obtained by Contractor and referred to when applicable. 1.6 ARKANSAS HIGHWAY AND T'RANSPORTAT'ION A. Construction standards as listed in individual Specification Sections. 1.7 ARKANSAS DEPARTMENT OF HEALTH A. Project has been submitted to ADOH for approval with applicable design standards. B. Do not deviate from ADOH approved Drawings and Specifications without approval of Engineer. C. Deviations requested by Contractor which require re -submittal to ADOH - Contractor will reimburse Owner for cost of re -submittal and obtaining approval. City of Fayetteville May 30, 2003 Engineering Division Page 01060-I 1.8 NPDES STORM WATER DISCHARGE PERMIT , A. NPDES Permit - Apply to the State of Arkansas for storm water discharges during construction at this site to be covered by General NPDES Permit No. ARRIOA000. This application includes filing a Notice of Intent (NOI) and preparing a Storm Water Pollution Prevention Plan. B. Permit Activities: Manage the discharge of storm water from the project areas in accordance with the NPDES permit and the following provisions. 1. Minimum requirements for storm water construction permit compliance. Cohtractor will develop and place in field office file a storm water pollution prevention plan (Plan) for this construction site. The objective of this Plan is to identify all potential pollution sources on -site, and, devise management and physical measures which reduce pollution and prevent such pollution from leaving the permit site. Plan shall include methods and timing for prevention of storm water pollution by the construction process, equipment and materials. This includes a description of both structural and non-structural control measures. Plan shall include flow diversion, erosion control, sediment containment, and re -vegetation consistent with the specified work and the storm water permit. Plan shall specify the Contractor's supervisory personnel who shall conduct the required inspections of the site and control facilities and who shall file the written reports for each such inspection. , Plan shall require such inspection of the control facilities after each rain of 0.5 inches per day as specified in the permit. Such inspections are of particular importance in evaluating control structures and non-structural methods or procedures. Failure or ineffectiveness of control measures or procedures must be documented with corrective actions specified. 2. Conduct sampling and analysis of storm water run-off in accordance with the NPDES permit , and the following provisions. Analysis shall be performed by a laboratory approved by Owner. 3. Complete compliance reports required by the permit in a timely manner and provide Owner , with copies of all data on storm water management activities and monitoring. C. Permit Compliance: Conduct storm water management practices in accordance with the permit. Contractor shall be responsible for any enforcement action taken or imposed by federal or state agencies, including the cost of fines, construction delays, and remedial actions, resulting from Contractor's failure to comply with the permit provisions. Monitor the suitability of the designated management practices to achieve the storm water quality provisions of the permit, and notify Engineer of the any changes made to management practices. If changes are ordered by Engineer, an adjustment in Contract Price shall be considered in accordance with the General Conditions. However, Contractor's failure to monitor or report deficiencies to Owner will result in Contractor being liable for fines and construction delays resulting from any federal or state agency enforcement action. I I I City of Fayetteville May 30, 2003 , Engineering Division Page 01060-2 I Part 2 - PRODUCTS Not Used Part 3 - EXECUTION ' Not Used 1 ' End of Section 01060 1 1 1 1 1 ' City of Fayetteville May 30, 2003 Engineering Division Page 01060-3 Section 01090 REFERENCE STANDARDS AND ABBREVIATIONS Pan I - 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. AASI ITO American Association of State I Iighway and'fransportation 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, II 60612 G. ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 City of Fayetteville May 30, 2003 Engineering Division Page 01090-1 I H. AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 I. EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, NW , Washington, DC 20005 J. FS Federal Specifications General Services Administration, Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Building 197 Washington, DC 20407 , K. MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 L. PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 M. UL Underwriters' Laboratories, Inc. 333 Pfringston Road Northbrook, IL 60062 1.4 ABBREVIATIONS Whenever the following abbreviations and acronyms are used, they shall have the corresponding meaning as follows. AGA - American Gas Association AHTD - Arkansas Highway and Transportation Department AHTD - Arkansas Highway and Transportation Department AISC - American Institute of Steel Construction APA - American Plywood Association ASA - American Standards Association , AWG - American Wire Gage AWPA - American Wood Products Association AWS - American Welding Society GSA - General Services Administration, U.S. Government NHBA - National Builders Hardware Association NEC - National Electric Code NEMA - National Electric Manufactures Association NFPA - National Fire Protection Association NPT - National Pipe thread SBC - Standard Building Code (also SSBC) SPA - Southern Products Association City of Fayetteville May 30, 2003 , Engineering Division Page 01090-2 IA - Ampere cfm - cubic feet per minute CGMP - corrugated galvanized metal pipe ' DIP - ductile iron pipe gpm - gallons per minute lip - horsepower MGD - million gallons per day N.C. - normally closed N.O. - normally open ' ppm - pails 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 PART 2 -PRODUCTS Not Used ' PART3-EXECUTION Not Used 1 End of Section 01090 1 1 I. ' City of Fayetteville May 30, 2003 Engineering Division Page 01090-3 II I I I Section 01300 SUBMITTALS Part I-GENERAI. 1.1 SUMMARY 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: I. Section 01400 - Quality Control: Manufacturers' field services and reports. 2. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates, and closeout submittals. 1.2 SUBMITPAL PROCEDURES A. Transmit each submittal with form accepted by Engineer. B. Sequentially number the transmittal forms. Re -submittals to have original number with an alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. I). Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction \York, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. 1{. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate submission of related items. P. 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. 11. Revise and resubmit submittals as required, identity all changes made since previous submittal. 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. City of Fayetteville Engineering Division May 30, 2003 Page 01300-1 1 13. Update in accordance with Section 01310 and resubmit with each pay request. C. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. E. Indicate estimated percentage of completion for each item of Work at each submission. 1.4 1.5 F. Indicate submittal dates required for shop drawings, product data, and samples. I SHOP DRAWINGS A. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. B. Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. C. Unless otherwise specified, make submittals in groups containing all associated items to assure that 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 I receipt of the submittal. F. Submittal log: I. Maintain an accurate submittal log for the duration of the Work, showing current status of all submittals at all times. 2. Make the submittal log available to the Engineer for the Engineer's review upon request. G. After review distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700 - Contract Closeout. PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus two copies which will be retained by the Engineer. 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. I 1 C II I1 II II City of Fayetteville May 30, 2003 1 Engineering Division Page 01300-2 [1 ' 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. 13. Submit samples of coatings or finishes for Engineer's selection. ' C. Include identification on each sample, with full product information. II). Submit (lie number or samples specified in individual specification Sections; one of which will be retained by Engineer. E. Reviewed samples which may he 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 A. When specified in individual specification Sections, submit manufacturers' certiftcateto Engineer for review, in quantities specified for Product Data. 13. Indicate that material or product confomts to or exceeds specified requirements. Submit supporting reference data affidavits, and certifications as appropriate. C. Certificates may he recent or previous test results on material or Product, but oust be acceptable to Engineer. Part 2 - PRODUCTS Not Used Part 3 - EXECUTION Not Used End of Section 01300 City of Fayetteville May 30 2003 Engineering Division S S Page 01300-3 Sect ion 01310 PROGRESS SCHEDULES Pan I - GENERAL SUMMARY This Section includes procedural requirements for preparation, submittal, and updating of Contractor's construction progress schedules. Related Work: Documents affecting work of this Section include, but are not limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specification. Section 01027 - Applications for Payment. Section 01300 - Submittals: Shop drawings, product data, and samples. Prepare Schedules as a horizontal bar chart with separate bar for each major portion of Work or operation, identifying first work day of each week. Sequence of Listings: The chronological order of the start of each item of Work. Scale and Spacing: To provide space for notations and revisions. Sheet Size: Minimum multiples of 8 '/2 x II inches. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. Identify each item by specification Section number. Identify work of separate stages and other logically grouped activities. Provide sub -schedules to define critical portions of the entire Schedule. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. Show accumulated dollar value of each item, and total dollar value of Work completed, as of the first day of each month. Provide separate schedule of submittal dates for shop drawings, product data, and samples, and dates reviewed submittals will be required from Engineer. City of Fayetteville June 24, 2004 Engineering Division Page 01310-1 H. Coordinate content with Schedule of Values specified in Section 01370. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal with associated revisions to the dollar values, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within fifteen (15) days after date of Notice of Award. After review, resubmit required revised data within ten (10) days. B. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.6 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. Part 2- PRODUCTS Not Used Part 3- EXECUTION Not Used End of Section 01310 City of Fayetteville June 24, 2004 Engineering Division Page 01310-2 II Section 01410 TESTING LABORATORY SERVICES ' Part I - GENERAI. '• 1.1 SUMMARY A. This Section describes testing and inspecting to be provided by Contractor, plus cooperation ' required from Contractor with Owner's selected testing agency and others responsible for testing and inspecting the Work. 1. 13. Related work: I. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Requirements for testing may be described in various Sections of these Specifications. 3. Where no testing requirements are described, but Owner decides that testing is required, ' Owner may require such testing to be performed under current pertinent standards for testing. Payment for such testing will be made as described in this Section. C. Work not included: Selection of testing laboratory: Owner and Contractor will each select a pre -qualified independent testing laboratory for the testing services required by each. Neither Owner nor Contractor shall utilize a testing laboratory against which the other has a reasonable objection. 1.2 QUALITY ASSURANCE A. The testing laboratory will he 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 IIANDI.ING A. Comply with pertinent provisions of Section 01620. B. Promptly process and distribute required copies of test reports and related instructions to assure necessary re -testing and replacement of materials with the least possible delay in progress of the Work. City of Fayetteville May 30, 2003 Engineering Division Page 01410-1 Part 2- PRODUCTS I 2.1 PROOF OF MATERIALS TESTING A. Materials to be incorporated into the work shall be tested, using suitable laboratory and source , quality control tests, as indicated in individual specification Sections, to prove their compliance with the Specifications. B. Proof of materials testing shall be paid for by Contractor. 2.2 PROOF OF CONSTRUCTION TESTING , A. Completed construction shall be tested, using suitable in -situ and laboratory tests, as indicated in ' individual specification sections or as recommended by Engineer or required by Owner, to prove compliance of completed work with Specifications. B. Initial proof of construction testing will be paid for by Owner. C. When initial tests indicate non-compliance with the Contract Documents, the costs of all tests associated with that non-compliance will be borne by Contractor. 2.3 CODE COMPLIANCE TESTING A. Inspections and tests required by codes or ordinances, or by a plan approval authority, and which t 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. 2.3 CONTRACTOR'S CONVENIENCE TESTING A. Inspecting and testing performed exclusively for Contractor's convenience shall be sole ' responsibility of Contractor. Part 3 - EXECUTION 3.1 COOPERATION WITH TESTING LABORATORY , A. Representatives of the testing laboratory shall have access to the Work at all times and at all locations where the Work is in progress. Provide facilities for such access to enable the laboratory to perform its functions properly. 3.2 TAKING SPECIMENS , A. Specimens and samples for testing, unless otherwise provided in the Contract Documents, shall be taken by testing personnel. Sampling equipment and personnel will be provided by the testing laboratory. Deliveries of specimens and samples to the testing laboratory. I I City of Fayetteville Engineering Division May 30, 2003 Page 01410-2 3.3 SCHEDULES FOR TESTING A. Establishing schedule: By advance discussion with testing laboratory selected by Owner. determine the time required for laboratory to perform tests and to issue findings. 2. Provide all required time within the construction schedule. 13. Revising schedule: When changes of construction schedule are necessary during construction, coordinate all such changes with the testing laboratory as required. C. Adherence to schedule: When the testing laboratory is ready to test according to the established schedule, but is prevented from testing or taking specimens due to incompleteness ofthe 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 City of Fayetteville Engineering Division May 30, 2003 Page 01410-3 I E L Section 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Part 1 - 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 are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Except that equipment furnished by subcontractors shall comply with requirements of pertinent safety regulations, such equipment normally furnished by the individual trades in execution of their own portions of the Work are not part of this Section. 3. Permanent installation and hookup of the various utility lines are described in other Sections. 1.2 REQUIREMENTS 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: Bathers, 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. Part 2- PRODUCTS 2.1 MAINTENANCE OF TRAFFIC 1. Keep existing roads open to all traffic. Detour routes are not required for this project. Keep the portion of the project being used by public traffic, either through or local traffic, in such condition to permit safe, continuous two-way traffic at all times. Where the nature of the work temporarily restricts or prohibits two- way flow, one-way operation may be maintained by use of flaggers. 2. 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. Keep roads dust free by applying water or by other acceptable measures. Maintain relatively smooth transitions from existing road surfaces to areas under construction with the use of temporary asphalt or by other acceptable measures. City of Fayetteville Engineering Division June 24, 2005 Page 01500-1 I 3. Maintain existing roads from the date work is begun until the project has been completed and accepted. 4. 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 1 A. Water 1. Provide necessary temporary piping and water supply and, upon completion of the Work, remove such temporary facilities. 2. Provide and pay for water used in construction, including water used to flush and test pipelines and appurtenances. B. Electricity 1. Provide necessary temporary wiring and, upon completion of the Work, remove such temporary facility. 2. Provide area distribution boxes so located that the individual trades may furnish and use 100 ft. maximum length extension cords to obtain power and lighting at points where needed for work, inspection, and safety. 3. Provide and pay for electricity used in construction. C. Heating 1. Provide and pay for heat devices and heat necessary to maintain specified conditions for construction operations needed in the Work. D. Telephone I. Make necessary arrangements and pay costs for installation and operation of telephone service to the Contractor's office at the job site. 2. Make the telephone available to the Engineer for use in connection with the Work. E. Temporary Ventilation 1. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 2. Provide equipment as required to maintain proper ventilation construction operations. F. Temporary Sanitary Facilities , 1. Provide temporary sanitary facilities in the quantity required for use by all personnel. 2. Maintain in sanitary condition at all times. City of Fayetteville June 24, 2005 Engineering Division Page 01500-2 Ii 2.3 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow f'or Owner's use of site, and Ito protect existing facilities and adjacent properties from damage from construction operations and demolition. ' B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 2.4 WATER CONTROL 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 1 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. 2.7 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. ' 2.8 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site periodically and dispose off -site. II L City of Fayetteville June 24, 2005 Engineering Division Page 01500-3 I 2.9 FIELD OFFICES AND SHEDS A. Contractor's facilities: (applicable when included as a bid item) 1. Provide a temporary field office building and sheds adequate in size and accommodation for t Contractor's offices, supply, and storage. 2. Within the Contractor's facilities, provide enclosed space adequate for holding project meetings. Furnish with table, chairs, and utilities. B. Locate offices and sheds a minimum distance of 30 feet from existing and new structures. 2.10 ENCLOSURES A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, 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. 2.11 TEMPORARY FENCING A. Provide and maintain for the duration of construction a temporary fence of design and type needed to prevent entry by the public onto the open excavation areas of the Work. B. Fencing shall be international orange in color, 4' high, have maximum 6 inch square opening and be supported by 6 foot posts located 10 feet to 12 feet on center and imbedded 18 inches into the ground. C. Provide and maintain temporary cattle fencing to restrict movement of cattle into work areas both during regular work hours and during nighttime and weekends. Part 3 - EXECUTION 3.1 MAINTENANCE AND REMOVAL 1 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 1 City of Fayetteville June 24, 2005 Engineering Division Page 01500-4 Section 01620 STORAGE AND PROTECTION IPart I -GENERAL 1.1 SUMMARY A. Protect products scheduled for use in the Work by means including, but not necessarily limited to, those described in this Section. B. Related work: I. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Additional procedures also may be prescribed in other Sections of these Specifications. 1.2 QUALITY ASSURANCE A. Include within the Contractor's quality assurance program such procedures as are required to assure full protection of work and materials. 1.3 MANUFACTURERS' RECOMMENDATIONS A. Except as otherwise approved by the Engineer, determine and comply with manufacturers' recommendations of product handling, storage, and protection. 1.4 PACKAGING A. Deliver products to thejob site in their manufacturer's original container, with labels intact and legible. I. Maintain packaged materials with seals unbroken and labels intact until time of use. 2. Promptly remove damaged material and unsuitable items from the job site, and promptly replace with material meeting the specified requirements, at no additional cost to the Owner. B. Engineer may reject as non -complying such material and products that do not bear identification satisfactory to Engineer as to manufacturer, grade, quality, and other pertinent information. 1.5 STORAGE A. Store materials, supplies and equipment in an orderly fashion at the site of the work as will not unduly interfere with the progress of his work or of other contractors. 1.6 PROTECTION A. Provide the necessary care in unloading procedures to prevent damage to materials and equipment delivered to the job site. B. Provide necessary security fencing and measures to prevent damage through vandalism or theft. City of Fayetteville May 30 2003 Engineering Division g gPage 01620-1 I 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 are 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 I direct, direct Subcontractors to carefully protect the Work and materials against damages or injury from the weather. 1.7 REPAIRS AND REPLACEMENTS A. In event of damage, promptly make replacements and repairs to the approval of Engineer and at no additional cost to Owner. B. Additional time required to secure replacements and to make repairs will not be considered by Engineer to justify an extension in the Contract Times. I End of Section 01620 I I I I I I I I City of Fayetteville Engineering Division May 30, 2003 Page 01620-2 U Section 01630 PRODUCT OPTIONS AND SUBS ITUTIONS IPart I - GENERAL 1 1.1 SUMMARY A. This Section describes product options available to the Contractor, plus procedures for securing approval of proposed substitutions. B. Related work: 1 I. Documents affecting work of this Section include, but arc not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Make submittals in accordance with pertinent provisions of Section 01300. 1.2 PRODUCT OPTIONS A. The Contract is based on standards of quality established in the Contract Documents. ' 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. 1 2. Neither Owner nor Engineer has agreed to the substitution of materials or methods called for in the Contract Documents, except as they may specifically otherwise state in writing. B. Materials and/or methods specified by name: 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 arc needed to help Engineer determine suitability of the proposed substitution. C. Where materials and/or methods are specified by name and/or model number, followed by the words "or equal": I. The material and/or method specified by name establishes the required standard of quality; 2. Materials and/or methods proposed by Contractor to he 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. City of Fayetteville May 30, 2003 Engineering Division Page 01630-1 I D. The following products do not require further approval except for interface within the Work: 1. Products specified by reference to standard specifications such as ASTM, AW WA, 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. 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 I • 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 1 I LI I I I City of Fayetteville Engineering Division May 30, 2003 Page 01630-2 I Section 01700 CONTRACF C1..OSEOUT Pan I-GENERAE. 1.1 SECTION INCLUDES A. Description of an orderly and efficient transfer of the completed Work to Owner. B. Expands upon requirements regarding project closeout procedures, final cleaning, adjusting, project record documents, operation and maintenance data, and warranties described to permit direct reference from individual product specification Sections. C. Related work: Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE 1 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 1.3 PROCE.I)URES 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, Engineer will inspect to determine status of completion. 3. Should Engineer determine that the Work is not substantially complete: a. Engineer promptly will so notify Contractor, in writing, giving reasons therefore. b. Remedy the deficiencies and notify Engineer when ready for reinspection. c. Engineer will reinspect the Work. 4. When Engineer concurs that the Work is substantially complete: a. Engineer will prepare a "Certificate of Substantial Completion", accompanied by Contractor's list of items to be completed or corrected, as verified by Engineer. b. Engineer will submit the Certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them in the Certificate. B. Final Completion: Prepare and submit the notice required by the first sentence of Paragraph 14.06 of the General Conditions. Verify that the Work is complete including, but not necessarily limited to, the items mentioned in Paragraph 14.07.A of the General Conditions. Certify that: a. Contract Documents have been reviewed: h. 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 City of Fayetteville May 30, 2003 Engineering Division Page 01700-1 e. Work is completed and ready for final inspection. 4. Engineer will make an inspection to verify status of completion. 5. Should Engineer determine that the Work is incomplete or defective: a. Engineer promptly will so notify Contractor and Owner, in writing, listing the incomplete or defective work. b. Remedy the deficiencies promptly, and notify Engineer when ready for reinspection. 6. When Engineer determines that the Work is acceptable under the Contract Documents, he will request Contractor to make closeout submittals. C. Closeout submittals include, but are not necessarily limited to: 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, as specified in Section 02261. 1.5 ADJUSTING A. Adjust operating equipment to ensure smooth and unhindered operation. 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; protect from deterioration and from loss and damage until completion of the Work; record actual revisions to the Work. Do not use the record documents set for any purpose except entry of new data and for review by Engineer. 1. Contract Drawings. 2. Specifications. City of Fayetteville May 30, 2003 Engineering Division Page 01700-2 U 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 13. Store Record Documents separate from documents used for construction. II I C. Record information concurrent with construction progress. Failure to promptly make notations on Record Documents will be considered in evaluating requests for progress payments. 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Date all entries. 3. Call attention to the entry by a "cloud" drawn around the area or areas affected. 4. In the event of overlapping changes, use different colors for the overlapping changes. D. Specifications: Legibly mark and record at each product section description of actual products installed, including the following. I. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. F. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: I. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. F. Submittal, Review, and Approval 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. 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 ANI) MAINTENANCE DATA 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. 1). 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. City of Fayetteville Engineering Division May 30, 2003 Page 01700-3 U F. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification 1 section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: I. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for cleaning methods, materials, and special precautions identifying detrimental agents. G. Part 3: Project documents and certificates, including the following: 1. Shop Drawings and product data. 2. Certificates. 3. Photocopies of warranties. H. Submit one copy of completed volumes in final form fifteen (15) days prior to final inspection. This copy will be returned after final inspection, with Engineer's comments. Revise content of documents as required prior to final submittal. 1. Submit final volumes revised, within ten (10) days after final inspection. 1.8 WARRANTIES I. A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, Suppliers, and manufacturers. C. Provide Table of Contents and assemble in three ring binder with durable plastic cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual 1 specification Sections. 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. I City of Fayetteville Engineering Division May 30, 2003 Page 01700-4 Pan 2 - PROI)UCI'S Not Used Part 3 - EXECUTION Not Used End of Section 01700 City of Fayetteville May 30, 2003 Engineering Division Page 01700-5 I Section 02050 DEMOI.TI'ION 1 Part I - GENERAL i1.1 SECTION INCLUDES A. At all locations where existing pavement is to be removed, neatly saw cut existing pavement full depth before removing. Edges are to be left neat, vertical, and in a straight line. B. Remove and dispose existing pavement to provide for select "hillside" material, base material, curb and gutter, select backfill material and/or asphalt pavement, whatever may he applicable as indicated on the Drawings. C. Remove and dispose of existing concrete drainage structures, pipes, flumes, inlets, guardrail, chain link fence, retaining walls, sidewalks, driveways, and curb & gutter as shown on the Drawings. Disposal and removal of miscellaneous pipe and other type items in the construction area that are not specifically paid for under other bid items shall be considered incidental to Excavation. D. All items that are included in demolition (preparing the site for new construction), which may or may not be enumerated in this section, and not paid for under a separate item shall be paid for under Excavation. • 1.2 SEQUENCING AND SCHEDULING A. Demolition work may be scheduled to be completed prior to other work to be performed in the area, but not so far in advance that the general public is inconvenienced any more than is necessary. Demolition of any item on the AHTD right of way shall be coordinated with AI ITD and the City of Fayetteville Traffic Department. Part 2 - PRODUCTS Not Used Part 3 - EXECUTION 3.1 EXAMINATION A. Verify with Engineer the limits of pavement removal. I B. Examine all demolition material. Remove and dispose of in accordance with all local, state, and • federal laws. II II City of Fayetteville May 30, 2003 Engineering Division Page 02050-1 3.2 DEMOLITION A. Saw cut and remove pavement where indicated on the Drawings. Take care to avoid damage to adjacent pavement. B. Existing base material shall be removed to subgrade and removed from the site. Removed base material shall not be reused as base course at other locations on site. 3.3 CLEANING A. Clean demolished areas. Restore area per Section 02261, unless other construction is scheduled to take place in that area. End of Section 02050 City of Fayetteville May 30, 2003 Engineering Division Page 02050-2 Section 02100 SI'Z'E PREPARA'T'ION Part I - GF.NFRAL 1.1 SECTION INCLUDES A. Clearing B.. Grubbing C. Preserved Vegetation D. Scalping F. Isolated Tree Clearing F. Miscellaneous 1.2 RELATED SECTIONS A. Measurement and payment for work under this section is specified in Section 01025. B. Demolition is specified in Section 02050. C. Excavation and embankment are specified in Section 02220. D. Roadbed preparation is specified in Section 02230. 1.3 UNIT PRICES A. Unit prices for work covered under this section are defined in Section 01025, if any, including incidentals, related work, method of measurement, and partial payment provisions. 1.4 QUALITY ASSURANCE A. Work under this section shall be performed by workers trained and experienced in this type of work. 13. Vegetation preservation work shall be accomplished by qualified tree surgeons, landscape architects or contractors, or horticulturalists. 1.5 SUBMITTALS A. If requested, submit evidence of permission to dispose of site preparation debris on private property. Pan 2 - PRODUCT'S Not Used. City of Fayetteville May 30, 2003 Engineering Division Page 02100-I U Part 3 - EXECUTION 3.1 GENERAL A. The limits of construction for the Work shall be prepared for excavation and embankment and road I construction by a combination of clearing & grubbing, vegetation preservation, or any other miscellaneous item of work needed to prepare the site for construction of other pay items. Each item of work is considered a separate type of site preparation defined as follows: I. Clearing - The cutting and removal of all trees, brush, and other objectionable growth, and the removal and disposal of logs, rubbish piles, refuse dumps, sawdust piles, lumbering slash, and other objectionable matter from the surface of the ground in the areas shown on the plans or designated by the Engineer. 2. Grubbing - The grubbing and removal of all stumps, roots, and other objectionable matter, lying wholly or in part below the surface of the ground. 3. Preserved Vegetation - Areas of the right-of-way containing trees and brush that are not to be disturbed except for trimming above the roadbed or to protect vegetation from nearby construction. 4. Scalping - Removal and disposal of material such as saplings less than 4 inches in diameter measured 12 inches above ground, logs, brush, roots, grass, residue of agricultural crops, refuse dumps, and decayed matter. 5. Isolated Tree Clearing - The cutting, grubbing, and removal of individual, isolated trees and stumps greater than 4 inches diameter measured 12 inches above ground, in areas that are otherwise to be scalped; isolated tree clearing does not apply to areas that are cleared and grubbed. 6. Miscellaneous - Demolition, removal, relocation, repair, or any item that is temporarily or permanently in conflict with the proposed items of work. Typically any item that is not specifically noted as a pay item. It may or may not be indicated on the Drawings. 3.2 CLEARING & GRUBBING I A. The right-of-way shall be cleared of stumps, brush, logs, rubbish, trees, and shrubs, with the exception of such trees, shrubs, and areas designated on the plans or by the Engineer for preservation. Grubbing of stumps shall be required regardless of the fill height. B. Low -hanging, unsound, or unsightly branches shall be removed from trees or shrubs designated to remain. Branches of trees extending over the roadbed shall be trimmed to give a clear height of 20' above the roadbed surface. Trimming shall be done by skilled worker and according to good tree surgery practices. 3.3 PRESERVED VEGETATION A. Carefully protect vegetation to remain from abuse, marring, or damage during construction operations. B. In case of injury to bark, limbs, or roots of vegetation designated to remain, repair such damage by corrective pruning or other appropriate methods. C. Remove low -hanging, unsound, or unsightly branches from trees or shrubs designated to remain. Trim branches of trees extending over the roadbed to give a clear height of 20 feet above roadbed surface. Accomplish trimming with skilled workers and in accordance with good tree surgery practices. 11 I1 I City of Fayetteville May 30, 2003 1 Engineering Division Page 02100-2 I 1 D. Parking and servicing equipment under branches of trees designated to remain is not allowed. 3.4 SCALPING A. Scalp areas where excavation or embankment is to be made. Store topsoil material. •I B. Place suitable topsoil material resulting from scalping operations on finished slopes, adjacent to the area from which it is obtained, after excavation or embankment operations are complete. 3.5 ISOLATED TREE REMOVAL A. Cut and clear and grub isolated trees designated for removal and grub stumps from previously cleared trees as required for clearing and grubbing. 3.6 MISCELLANEOUS A. Any item not noted under another pay item that mayor may not be indicated on the Drawings that needs to be removed or relocated to prepare the site for other items of work that have been noted as a pay item will be included in Site Preparation. Examples include but are not limited to; Removing and disposing of existing pipes, removing and disposing of existing pavement(gravel and asphalt), removing and disposing of existing concrete, removing and reconstructing any existing structure that may need to be modified fbrconstruction. Relocating mailboxes, fencing, guardrails, signs or any other item that will require relocation or reconstruction. 3.7 DISPOSAL OF EXCESS MATERIALS A. Merchantable timber in the site preparation area that has not been removed from right-of-way prior to the beginning of construction shall become the property of Contractor, unless otherwise provided. 13. Burning is not permitted. C. Remove from the site materials and debris, and dispose at locations of7=site, in accordance with applicable laws and regulations. If a private disposal site is utilized for disposal, provide evidence when requested by Owner that the selected disposal site meets applicable laws and regulations for such disposal. End of Section 02100 City of Fayetteville May 30, 2003 Engineering Division Page 02100-3 Section 02161 EXCAVATION SAFETY PARTI- GENERAL 1.1 SECTION INCLUDES Excavation safety measures, including materials and methods, required by 29 CFR 1926 Subpart P. 1.2 RELATED SECTIONS 01025 Measurement and Payment 01500 Construction Facilities and Temporary Controls 02221 Trenching, Backfilling and Compacting 1.3 REFERENCE STANDARD 29 CFR 1926 Subpart P - Occupational Safety and Health Standards - Excavations A copy of the Reference Standard follows this page. The Contractor is responsible for the interpretation and compliance with this standard. PART 2 - MATERIALS Not Used PART 3 - EXECUTION Not Used City of Fayetteville June 24, 2005 Engineering Division Page 02161-I I I I This page intentionally blank. I I 1 I I I 1 l End of Section 02161 1 I I I City of Fayetteville June 24, 2005 Engineering Division Page 02161-2 I Li I I I I I I L Li [1 I I I I II Occupational Safety and Health Admin., Labor If it is necessary to stand at the Out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming. or other protection ex- ists. all employees shall be provided with a suitable means of protection against, falling front the deckloatl. (d) First aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure 'that there is in the vicinity of each barge in use at least. one U.S. Coast. Guard -ap- proved 30 -inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier. the employer shall furnish it during the time that. lie is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject. to subpart T of part 1910, §§ 1910.401-1910.441. of this chapter. 139 FR 22801. .June 24. 1974. as arnendcd at 42 FR 37674..July 22. 19771 § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (h) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605. means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P —Excavations AUTHORITY: Sec. 107. Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4, 6. 8. Occupational Safety and Health Act. of 1970 (29 U.S.C. 653. 655. 657): Secretary of Labor's Order No. 12-71 (36 FR 8754), 8 76 (41 FR § 1926.650 25059). or 9-83 (48 FR 35136). as applicable, and 29 CF12 part 1911. SOURCE: 54 FR 45959. Oct.. 31. 1989. urdess otherwise noted. 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum l'lydraulic Shoring means a pre-engineered shoring system coin - prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (waler:s). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps. usually with vertical or near vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system. and its sudden movement. into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings. or working conditions which are unsan- itary. hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 369 I, I § 1926.650 Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- mova I. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective sys- tems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in 29 CFR Ch. XVII (7-1-04 Edition) accordance with §1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 370 1 I I I I I L] I L] I I 11 1 I I fl 1 I I I I I C I C1 I I I I Occupational Safety and Health Admin., Labor (measured at. the bottom of the exca- vation). the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact. With the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides hear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as t.o create a hazard to employees shall be removed or supported, as necessary. to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone. Fuel. electric, water lines, or any other un- derground installations that reason ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations. the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. § 1926.651 (4) While the excavation is open. un- derground installations shall be pro- tected. supported or removed as nec- essary to safeguard employees. (c) Access and egress- (1) .Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design. and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall he provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder. ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 in) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall he permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling [mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped. in accordance with §1926.601(6)(6), to provide adequate protection for the op- erator during loading and unloading operations. 371 [1 I Occupational Safety and Health Admin., Labor (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact - each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. § 1926.651 (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress —(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with §1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 371 I I I I I I I J I I I I 1 I I I I I I I I C1 I I Li I I I I I § 1926.651 (f) 14arrning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation. a warning system shall be uti- lized such as barricades, hand or me- chanical signals. or stop logs. If pos- sible, the grade should be away front the excavation. (g) hazardous atmospheres --(I) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions. the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby. the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet. (1.22 rn) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els. testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket. stretcher, shall be readily available where hazardous at - 29 CFR Ch. XVII (7-1-04 Edition) mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation.'I'his equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep arate front any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not. work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment.. the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject. to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (I) Stability of adjacent structures. (1) Where the stability of adjoining build- ings. walls, or other structures is en- dangered by excavation operations. support systems such as shoring, brac- ing. or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 372 1 [] Occupational Safety and Health Admin., Labor expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements. -and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. 0) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout § 1926.652 the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with §1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. 154 FR 45959, Oct. 31. 1989, as amended by 59 FR 40730. Aug. 9, 19941 § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1) —Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 373 I I I I I I I I I I I I I I I I I I I I Occupational Safety and Health Admin., Labor expected to pose a hazard to employees shall riot be permitted except when: (i) A support system. such as under- pinning. is provided to ensure the safe- ty of employees and the stability of the structure: or (ii) The excavation is in stable rock: or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to he unaffected by the excavation activity: or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided t.o protect employees from the possible collapse of such structures. (i) Protection of employees front loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial: installation of protective barri caries at intervals as necessary on the face to stop and contain falling mate- rial: or other means that provide equiv- alent protection. (2) Employees shall be protected front excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a corn- bination of both if necessary. (k) Inspections. (I) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall he conducted by the competent person prior to the start of work and as needed throughout § 1926.652 the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with §1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. 154 FR 45959, Oct. 31. 1989. as amended by 59 FR 40730. Aug. 9. 1994) § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock: or (it) Excavations are less than 5 feet (I_52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tents. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1): or. In the alternative. paragraph (b)(2): or. in the alternative, paragraph (b)(3), or, in the alternative. paragraph (b)(4), as follows: (1) Option (1) —Allowable configurations and slopes. (I) Excavations shall be sloped at an angle riot steeper than one and one-half horizontal to one vertical 373 I § 1926.652 (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) —Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3) —Designs using other tab- Llated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a registered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; 29 CFR Ch. XVII (7-1-04 Edition) (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretaryuponre- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1) —Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c) (2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2) —Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 374 I I I ,I I I I Li H I r I I I I1 I i I I I. •i I I I ri II II I Occupational Safety and Health Admin., Labor be made available to the Secretary upon request. (3) Option (3) —Designs using other tab- ulated data. (i) Designs of support sys t.ems, shield systems, or other protec tive systems shall be selected from and he in accordance with tabulated data. such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite. but a copy of the data shall be made avail able to the Secretary upon request. (4) Option (4) —Design by a registered professional engineer. (i) Support sys- tents, shield systems, and other protec tive systems not utilizing Option 1. Op- tion 2 or Option 3, above, shall be ap proved by a registered professional en- gineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types. and configurations of the materials to be used in the protective system; and (13) The identity of the registered professional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the Jobsite. but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man- § 1926.652 ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall he re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port --(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing. kickouts. or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses. or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from. the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support .systems for trench excavations. (i) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only it' the system is designed to resist the forces calculated for the full depth of the trench, and 375 It I Pt. 1926, Subpt. P. App. A there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (F) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(1) General. (1) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P OF PART 1926 —SOIL CLASSIFICATION (a) Scope and application —(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements. and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in § 1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C 29 CFR Ch. XVII (7-1-04 Edition) to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in §1926.652(c), and the use of the data is predicated on the use of the soil clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below are based on, in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System, The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS -121. Cemented soil means a soil in which the par- ticles are held together by a chemical agent, such as calcium carbonate, such that a hand - size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil, with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 376 I I I I I I' I 11 I [I I I I L1 I fl I I El I I I I I Occupational Safety and Health Admin., Labor N. 1926, Subpt. P. App. A Soil rl:rssifiration system means. for the pur- pose of this subpart. a method of catego rizing soil and rock deposits in a hierarchy of Stable Rock. Type A. Type B. and Type C. in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 tun per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay. sandy clay, clay loam and, in some cases. silty clay loam and sandy clay loarn. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (I) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving. or similar effects: or (iii) Tire soil has been previously disturbed. or (iv) The soil is part of a sloped, layered system where the layers dip into the exca. vation on a slope of four horizontal to one vertical (4)1: IV) or greater: or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined coon pressive strength greater than 0.5 rsf (48 kPa) but less than 1.5 tsf (144 kPa): or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock). silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require ment.s for Type A. but is fissured or subject to vibration: or (v) Dry rock that is not stable, or (vi) Material that is part of a sloped. lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:IV), but only if the material would otherwise be classified as Type B. Type C means: (I) Cohesive soil with an unconfined coin- pressive strength of 0.5 tsf (48 kPa) or less: or (ii) Granular soils including gravel, sand. and loamy sand: or (iii) Submerged soil or soil from which water is freely seeping: or (iv) Submerged rock that is riot stable, or (v) Material in a sloped. layered system where the layers dip into the uxcavatiun or a slope of lour horizontal to one vertical (411IV) or steeper. Unconfined compressive strength me:uts the load per unit area at which a soil will fail in compression. It can Iw determined by labora- tory testing. or estimated in the field using a pocket penetrometer. by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more nro i5tu re than moist soil, but in such a range of' values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements — (I) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock. Type A. Type B. or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) fiasis of classifrcation. The classification of the deposits shall be made based on the re- sults of at least one visual and at. least unc manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S Department of Agriculture textural classi- fication systen I. (3) Visual and nruuua/ analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix. shall be designed and conducted to provide sufficient quantitative and quali- tative informs ti on as may be necessary to identify properly the properties. fac tots. and conditions affecting the class fi cat. ion of' the deposits. (4) Layered Systems. In a layered system. the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a (Ie- posit, the properties, factors. or conditions affecting its classification change in any way, the changes shall be evaluated by a competent. person. The deposit shall be re- classified as necessary to reflect the changed ci rcurnstances. (d) Acceptable visual and manual tests. —(I) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent, to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples front excavated material. (I) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 377 C1 Pt. 1926, Subpt. P, App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as '/s -inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of '/s -inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand. or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard 29 CFR Ch. XVII (7-1-04 Edition) designation D2488 —"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926 -SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in § 1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely I I I I Il II I II I aI II I I I I [_1 I i I is I I I It II I II II Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation: the slumping of material from the face or the bulging or heaving of material (runt the bottom of an excavation: the spalling of ma- terial from the face of an excavation: and ravelling. i.e.. small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements —(1) Soil classifiration. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. (2) Afaximoin allowable slope. -1'he maximum allowable slope for a soil or rock deposit shall be determined from Table 13-1 of this appendix. (3) Actual slope. (i) The actual slope shall not he steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least 'h horizontal to one vertical ('h1iIV) less steep than the maximum allowable slope. (iii) When surcharge loads from stored ma- terial or equipment. operating equipment. or traffic are present, a competent. person shall determine the degree to which the actual slope must. be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads front adjacent structures shall be evaluated in ac- cordance with § 1926.651(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B -I. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MAXIMUM ALLOWABLE SLOPES(H:V)(11 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (9QO) TYPE A 12) 3/4:1 (53°) TYPE 6 1:1 (450) TYPE C 1h: 1 (346) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maxtmuu allowable slope of 1/211:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:IV (53'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 379 II Pt. 1926, Subpt. P. App. B 29 CFR Ch. XVII (7-1-04 Edition) Figure B -I Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of �:1. 20' Max. Al 3/4 SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of 'h:l. 12' Max. A 1 1/2 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/4 to I and maximum bench dimensions as follows: 380 I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. B SIMPLE 13FNCIf i 1 i L -L I i 20' Max. 5' IMax. � 3/4 4' Max. // MULTIPI.F. BENCH 3. All excava t. ions 8 feet or less in dept h which have unsupported vertically sided lower pun bons shall have a maxirnwn vertical side of 3'/z feet. Al 8' Max. 3/4 3i' Max. IINSIIPPf1RTED V!NIICALLY SIDPD I .OWEIR PORTION MAXIMUM 8 FFE'i IN DEPIII All excavations more than 8 feet hilt not more than 12 feetin depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1*1 and a maxinrurn vertical side of 3'/z feet. I I � 1 2' Max. 1 I 3½' Max. I 381 I N. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-04 Edition) UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of/.:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. 20' Max. / A 1 3/4 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 382 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B This bench allowed in cohesive soil only. 20,1 Max 41 N Max. SINGLE BENCH This bench allowed in cohesive soil only I , 20' Max. 4' l Max, ♦ L 4' Mlax. MUl:rIPLE I3ENCII 3. All excaval ions 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least IS Inches above the top of the vertical side. All 51K: I) excavations shall have a maxi rnum allowable slope of 1:1. Support or shield system 20' Max, f—�4.1 8" Min. Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). 81.3 EXCAVATIONS MADE IN TYPE C SOIL 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of Vh:l. 383 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-04 Edition) 20' Max. 15 SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 16 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1'/z:l. Support or '"%'N%N%S.S. shield system r ,_ 20' Nax. hi�' 18" Min. 'otal height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. Occupational Safety and Health Admin., Labor Pt. 1926, Subpf. P, App. B S OVER .A c 1' (4 3/4 C OVER A C OVER d 385 Pt. 1926, Subpt. P, App. C A OVER B A OVER C 29 CFR Ch. XVII (7-1-04 Edition) B �I c 4 I B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). APPENDIX C TO SUBPART P OF PART 1926 —TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- ins In trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with § 1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and §1926.652(c). (b) Soil Classification. In order to use the data presented in. this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C -I.!, C-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 9%111 I I I I I I I I I A Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C the excavation is made The data arc ar- ranged to allow the user the flexibility to Se- lect front among several acceptable configu- rations of members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore. no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (1) of this appendix. (5) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables C-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data.— (1) Di- mensions of timber mcmben. (i) The sizes of the timber members listed in Tables C-I.I through C 1.3 are taken front the National Bureau of Standards (NBS) report. "Rec- ununended 'Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the men,- bers listed in Tables C 1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under § 1926.652(c)(3), and are referred to The Corps of Engineers. The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (I) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced in the field. These data were developed to apply to the situations that are most. commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data in this appendix roust be designed as specified in § 1926,652(c). (Ii) When any of the following conditions are present, the members specified in the ta- bles arc not. considered adequate. Either are alternate timber shoring system must be de- signed or another type of protective system designed in accordance with § 1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - loot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. (13) When vertical loads imposed nn cross braces exceed a 240 -pound gravity load dis- tributed on a one -foot. section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20.000 pxnmds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the nternbers are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fied for use in different types of soil. There are six tables of Information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table. the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crussbraces. Instances where a choice of horizontal spac- ing of crossbracing is available. the hori- zontal spacing of the crusshraces roust be chosen by the user before the size of any member can be determined. When the soil type. the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crussbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (1) Examples to Illustrate the Use of Tables C - l. I through C 1.3. (I) Example I. A trench dug in Type A soil is 13 feet deep arid five feet wide. From Table C-1.1. for acceptable arrange- ments of timber can be used. Arrangement #B1 Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are riot required. Space 3x8 uprights at six feet horizontally. This arrangement Is commonly called "skip shoring." Arrangement #132 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. Pt. 1926, Subpt. P, App. C Space 2x6 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 8xl0 wales at four feet vertically. Space 24 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. _ Arrangement #Bl Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #62 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space IOx10 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #Bl Space 8x8 crossbraces at six feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space 8x10 crossbraces at eight feet hori- zontally and five feet vertically. 29 CFR Ch. XVII (7-1-04 Edition) Space 12x12 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8x10 crossbraces at six feet hori- zontally and five feet vertically. Space 12xl2 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c). "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet. uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the vertical spacing of crossbraces is four feet. place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. I I I I I I I I I I I 1' I I I H I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C N H V Cl W L E W L V L J O N W Y I. - La N m r £_ r H N ti G V W J £ S m Q t- O N ti • O A Z 6 Z Q IJ K W r O. W (_o J O r N C, x V N 6 N J Q V to O Q - x x N N O N Lu O1 2 W u W n - -a--- a O J x J fl Q z x • • X C '0 .0 .0 Q X X X C, OCl 7— Z _ U W > C. ... cc W^. V V O O O 0 O N= Y J C) m OC o X o x x x (0 x x N,+ Z Z N Z. C)O ,o t0 O C ti U• c W Q LL < v O O v < O v O V >0 ---- In 0 Li t- to '0 to .o m m w C ill x x X x x x x >C x x x G YI 'O te to ,O '0 b ,O (O O H H W 'O to to tO to Q m OJ (0 O C) W D, x X x x x x X X x X x 4 J 'O to to to tO to 'O to '0 to O (O i O CL) H to to 'C to to to ,O to ,O b 2 X x )C X X x X X x x m 0. d v < .O y ,o ,O ,o ,O b m C J LL O O ,- O P ,O d •0 in ,O to to X X X X x x x X X 6In v v v v v v m m to o O 3 C v O 'O v 'O 10 b 10 toa. X 'C x x X X X '0 X X K v e v a vto t0 'o to m ... W - N i z O O O O O O O O O O ti W O O O 2 U W N 00-a_ 0. 0. 6 .+ 6 0. 0 0. a C. 6 d _ O J J p J J O W NV O J J 7 N 1 -LL U1 0-0LAJ 14Th O O O O In O La 0 W W W y ^ H N > N O o 2 1r - v V 0 t-•0 044 L Y J C � O V 9 V X C CR I. • Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-04 Edition) U a U, FQ U, n F o O F >0 m N o w N a—.... aN >m4' >m" x N N N m x U' Y >4 d >4i % >C IC u to en en Ii 0 .zr' 4iU m V1 on N in V1 V1 in ✓1 ✓1 CLaJ m Lan O O O N O N N NI -I 'Z -I X X x >C >C >C X >4 X U)'-' '0 m O m O O m O N FIII4] In in m In in In In on m6 win N O O F '0 m m m m m W '0 0 '0 'x0 0 0 O 0 O- [O -I N '0 m m m m Cm m - x x x x x > x x x IsJA4 '0 'O •O '0 mcc m U)'-- Ia U O 0 F >4 q >>4 X % >4 >4 > >4 >4 >4 'O 'O o '0 'O a0 'O m m U)- 0 O OE '0 '0 'O 'O m m m m -. 'D x x x x x x x x U 0 'O 'O 'D C 'O m m S O '0 '0 '0 '0 m m m m — v x >4 x x x >< x x x m '0 '0 'O m '0 m m -v O NZH 0 0 0 O 0 0 .+ O 0 0 -+Z HH 41 w KU W '0 0 O 'O CC C W '0 m O y 4] 0< 12. .+ v w Y -. w Y w M1 "" a_ a. w_ w W_ a_ W wow_ W_ P. wo m m m _ m Z m Z x r' p.I4ZIs] Lao ID O W w in O O O 0 n I n O O > N o W H -+ -+ H -+ .r F N 0 E H'-' 390 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C t V N 00 F I. 4 V W u e ] — N W u n W 6 ry W m w M N Y n C- F "♦ 7 U r .] z m Z H I % 00 r s x N 9 L _ U Z U W - m Y W m a ]' u u O H N U Z r V N 6 V N u O .-J7. -4; Z V O N N 5 S W r W W 0- 0 .W.1 • - �S Cl) ,O .O •O x x x x x x x x 3i ', N N ry N N ('1 u a. a.KU W Wald Jl N N N N N >0-I'. o C J W N Z O N N ry N ry ti N _ _ x _ X x x x P O N O N (N _ O U mV W6 W N N N N N >LLLL N I 0 O O O O O C _ O X X x X x CO m O C O O W O F O CJ O W ry mx LL„ X X X X N'— J m m m m W Ox Y U Z 0 H O O O m W m m — m 0- N H "J .O C N m m N oLi. 2 0 O F Or O O N m N 2 �' % x x x x C m m m m m O M 3 O O O O a m m m % x % X X x •O N N N C C • V I- Ir. NZO _ O _ r _ _ N 1'• F F- Y F• 1-• 'r Uw. U W •O C O V J C V V •O t V O a LL - V u V u IJU I4 414j VU W S 6v 6 D. WO D- p. • O V O 6 V V O WO W Z N% = 1 N'J. NZ ) N' NZ NZ N T. ~ Z W nfl O 0 0 0 In O W O W W M' H M• W O O X LL >' 1+.. O 391 Pt. 1926, Subpt. P, App. C Y W H W 60 W F. m H u a w w pj N Z V H N a • 0 N N N. U Z N ♦1 W £ a IX 0 �n Z N H a e 0 W N a x U W 6 a w N F m 29 CFR Ch. XVII (7-1-04 Edition) 0 N W x o v N O O W .t V V O N H W a H O H z x w >4o N x x N w w V V a N a m 0 . N N n n m a - n • y 'O 'O V F F O v '. O' O O O W Q Z0 ZaN V V Z0 V V V C O > w w v a v Ng Y- Y- V 0 0 N • F 00 O• W W O P W W •-i W m .- `" za za m m za n m m e m Co m U .Zr H F W6 Iwi] •t .t V O O V .T V v V .t > w W W a p0., .D .D .D .D '0 '0 .D .D 'D .o Co x x x x x x x x x x x x V • 'D 10 ID 10 '0 '0 '0 •O ID '0 O N O W py .t 'D 'D 'O 'D 'O .O 'D 'O 'D 'D Co x x x x x x x x x x x x Is y o e 'D 'D 'D .D 'O .D 'D 'D .D .D w 0 0 Q V e 'D 'D .t 'D 'D '0'D 'D 'D .D Gmi w x x x x x x x x x x x x W O .t .t . V V 'O V 'D 'O 'O 'O F W W a 0 H v v .D .D a .D .D 'D .D .D .D m o x x x x x x x x x x x x O .t .t .t V O 'O 'D 'O W W 'D HO v H 3 O F V e '0 W a '0 'O .O .D '0 .D .O V x x x x >C x x x x x x x t .t O d .t .1 m 'D 'D 'D 'D W • C> O O O 0 0 0 0 0 0 0 0 0 0 N Z F F H F H F F H F F H F Z H H F O a W `D Co C '0 W O N �D W O N xww a w w ti w w ra a4 w� w� w wy wy (ai o a a a z z E F U F F W 2 W in o n O O w 0 W O W w F - F .-4 — F N O N a a w o H v 392 II Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C In u F Z 4 W 0 L t W V Si 4 J VI LI K u m Wf N .. i M W F e N 6 N N i � r U nI W r � 1 % F 1 U J W IJ Or % m C W F Pa K 1+ m J •+ O F N U Z ry N U J S P J Q .f m F x % J O M S W N rm m W x x W W nJ J O O O O n d J J W Y o u •o .o 'n .o .n J x X x % x x u n n n J .f J Y ♦ V I- (0 F u Is N, N 'a N J1 N, in N in W W 6Is i N O O N a ry O r r m m m - In'—' X % % X x x X X x •O m m cc O O m O Z Or, a. r a V W v. in in v. ... n ... ... u. W .('- o >0-'-' $ N O N .O .O m m m m m (O m 3 0.^ X X x x X x % x X N J .O .O •O •0 m m m m m O N W 4' N .p .O .O m m m m m m In LL a.. x x x % % x x x x C- O •O `G .O m m •O m m O: 0 _____ _____ _____ _____ _____ _____ _____ _____ _____ V F J. P W W •O .O ,O m m m m m % x >4 x X X x x x x u .O .O .o .O C •O .O m 0 O F u .o .o .o m m m m m Ta.0 % X x >4 % x X x x x J .f J .O .O •O .O m 30 _ .O •O •O 'n m m m m c0 a x x % x x X X x x J J J .O •O •O 'O .O m 4, O 0 O 0 0 O O O F .1z—' ^ F F F ^ F F F 0 -I.-.!-. % U W .O m O V •O m O ^+ •O m O V Vu 20.4. 6 O. A. (10 O. A. L^ VO O. O. 0. VO W Nv J J J NZ 0 J Inz :) J In2 V1 5 X e' F I_,_ Ida W O W W In O O O 0 N U, 0 0 >C. o LL F ^ ^ F -- - F ry O 393 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-04 Edition) ' U Z M U , P. N Z N N , N a� F 0E - C, W aa� 6 # O. 0 ' N W O z m n n m c v v o q # V V H W U U a H Z G } N V L y.1 N J1 V1 V1 J1 V1 V V ' V N N u W a u W N N 0 m£ v W O N O N N M Co x x X x X o a F 1 6 O N m O O O N O G ' .v ..� .r .-n .n en V L Oeq on T Z + a U W WE .£. x > w m H 2 Co H N % X X % % X v u - 0 j~ Co Co Co m Co G M w o e N G OH O N N m >O m m Co Co >4 o 'O Xm m mX 4-i> U 'H •i W H L F X .O Co Co Co Co V W X X X x X X .e .o Co .o Co Co W w µa N O 0 F N U m .O O '0 Co Co Co J W '0 '0 b b Co w d 6 2 O O 9 al X X X X X X r W J 'O 'O 'o 'O m W y F -('---O F F F O ,.. O OO 0 0 ' H h1 W H H .r .-. F .. .r .. ZQfs1 '0 W O 6 P. m O y y m d d .O N d N W 00 WV WV NV dV IJU W OX N NZ ? WO ao a Wo OO W O m NZ mZ J N NZ N # # x z W wO W W n0 O O O h N o O Wo , G F v H -+ -+ H r .- F N O N APPENDIX D TO SUBPART P OF PART do not exceed 20 feet (6.1m) in depth. This ap- 1926 —ALUMINUM HYDRAULIC SHOR- pendix must be used when design of the alu- ING FOR TRENCHES minum hydraulic protective system cannot be performed in accordance with ' (a) Scope. This appendix contains informa- §1926.652(c)(2). tion that can be used when aluminum by- (b) Soil Classification. In order to use data draulic shoring is provided as a method of presented in this appendix, the soil type or protection against cave-ins in trenches that types in which the excavation is made must ' 394 [l [I I I I I I I L I I I I I G Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D fits be determined using the soil classifica- t ion met hod set fors If in appendix A of sub- part P of part 1926. (c) Presentation of lnfrnnration. I nformat ion is presented in several forms as follows: (1) Information is presented in tabular form in Tables D -I.1. D-1.2. D-1.3 and E 14. Ear ii table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and U- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and DI.4 are fur horizontal wafer systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information ilhis Lrat in g the use of the tabular data is presented in paragraph (1) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D -I.1 through U-1.4 ire pre- sented in paragraph (g) of this appendix. (6) Figures. illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminurn I hydraulic Shoring: Typ. ical Installations." (d) Basis and lirnitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Mod- ulus requirements in the D -I Tables. Alu- minum material is 61)61 -TG or material of equivalent st rength :,id properties. (2) Hydraulic cylinders specifications. (i) 2 - inch cylinders shall be a minimum 2 -inch in- side diameter with a minimum safe working capacity of no less than 18.000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product rnanufaturer. (ii) 3 -inch cylinders shall he a minimum 3 - Inch inside diameter with a safe working ca- pacity of riot less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are mostcommonly experi- enced in current trenching practice. Shoring systems for use in situations that are riot covered by the data in this appendix must be otherwise designed as specified in § 1926.652(c). (ii) When any of the following conditions are present. the members specified in the Ta- bles are not considered adequate. In this case. an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with § 1926.652. (A) When vertical loads Imposed oil cross braces exceed a 100 Pound gravity Iliad dis- tributed on a one foot section of the center of the hydraulic cylinder. (13) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion Is sloped at an angle less steep than three horizontal to one vertical: or the members are selected from the tables for use at a depth which is determined front the top of the overall trench, and not from the toe of the sloped port ion. (e) Use of Tab/es D-1.1, D-/.2. D -I.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders. and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables U-1.1 and U- 1.2 for vertical shores are used in Type A and B soils that do riot require sheeting.'1'ype B soils that. may require sheeting, and 'Iype C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- cordance with the soil classification system described in appendix A to subpart- P of part. 1926. Using the appropriate table, the selec- tion of the size and spacing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the wafer system tables. and In the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (I) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures I & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting. 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet. o.c. horizontally and 4 feet o.c. vertically. (See Figures I & 3 for typical installations.) (3) A trench is dug in Type B soil that, does not require sheeting, but does experience some minor raveling of the trench face. The 395 II Pt. 1926, Subpt. P. App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-11. D -1.Z. D-1.3. and D-1.4. (1) For applications other than those listed in the tables, refer to §1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet. refer to §1926.652(c)(2) and § 1926.652(c)(3). 29 CFR Ch. XVII (7-1-04 Edition) (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.5x0. 1875) oversleeves, or structural oversleeves of manufacturer's specification. extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 inch cylinders shall be a minimum 2 -inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3 -inch cylinders shall be a minimum 3 - inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply. arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. 396 I I I I LI I E I I I [1 I I I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 vE Ar cAA AAYMMIY FIGURE NO. 2 •.auuc — nllrcu YY YAM 40T VY(JItO MWLWL Y4Y f-lM Arw0003 MORILOMTAL SPACING / ■0[IIEI SPACINNGa VERTICAL SPACING L' MAN. �M1LA'4 I' NAA. FIGURE NO. 3 VLM,C4 NVWM MO4KC a.c tACalDI OA tt / 11 VERTICAL SPAC I MG 4' MAX. 2' MAX. EXTICAL RAIL YDRAULIC CYLINDER Y [IIICAL RAIL IQA MAX. VERTICAL SPACING 4 I' MAX. FIGURE NO. 4 ML.* AIAC YgIVc WALI• ItITs L/ MORIIOMIAL SPACING 4 VERTICAL RAIL 2' MAX. NYDRAULIC r CT L INOEM VERY ICAL SPACING 397 NYORAULIC CIL I NOER PLYODOD UPRI GMI $MEETING MYDRAUL IC CTIIXDER Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-04 Edition) a a W 1v UHF WO ?� n ¢ O 0 w Z N S v ap z 0 W N ¢ Z O O A z m E A 8 z Q a x C OF z a —y ¢ ¢ U�aCi z n C 7 S N c ¢cnF an WAn U w a c z> to A U u w 0 x > W u O a O ' z z w = — — — U o0 00 E E Q a n uto c v ' n c c c . � u y p a ¢ Q � u u 0 > 6OF. O ? a ≥ N W U V1 v) ...... o gZZ Occupational Safety and Health Admin., Labor N. 1926, Subpt. P, App. D I I I I I z 1 O 0 Z y • • N V Y w O < y ~ LUga., ' < •1 If v0 .L 1 < a N v ow :[ C w rnC O w a C ^ w F ?i0 > E N a 0 0 O a Z C 0 w C C. V N a V a < _JV S Q W a > 0 z �aV rz Z 'd vi iO"' JS HF O w O z w w o w o FO w'. FO o N w LU 0 a 0 5 O V > 0 399 E ci r z Co ^ ^ N v O E E U - u Y C a . �b X X % Ac << N Y n a m a a r 00 o r V h Y N N o N C 800 00 LLZZ Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-04 Edition) U ry Nz en m U Q oz I I m oa z z z z z z z z z [-+ - ,n to m 'n M to en m to Vq N U a az o 0 0 0 0 0 .n 00 cn oti 0' tV '0 00 O n'� 0' m m oIu a v 3 u pj f V N N N N pj z ? o z zzz z zW z z z z z ci F- , NONQ to NQ .n cn NO n u z a z z z z x a `o rn (n m Q^-1 m U Ya O O O O O O In O O Q 0 > = S oo U V to O vi ° Oi O Q >* O O Ti [i1 N Z z z z z z z z z z u y [Qw Q O pp N N M N M to N en to p 7 a K U 00 000 00 vi O O W 00 of atV 'G m On 'G O' F ._ 0 xy ^ zz m u N + Z N O O h 00 h O o p' en en I-. V Hl t` O v r ... II, ^0 v9 .1K CEEC 3 uz F ._ . k F a < a v p O n V a a c C • uaaE ..LU N u u 8 0. QQuFt Q � O � O 000 .ZZ* X11 I Occupational Safety and Health Admin., Labor N. 1926, Subpt. P. App. D en ' OZ Q N x 0 K I-. x en r m ' h K µ�I O in - •< eel en m fn en m fn (n en a �S o N �(� Z O r OR .n O r 00 > d b '09 v .n = en .n b m u H y 3 V. C W N c-i N N - a z J A n1 9? z� z? ?� ? Z o } !"' J� NONO N1 NQ fn In NO en M .q z V D Uo Z 7 z z v C ""flu J m p tL P UI U o r 00 r Own o o C. O O S a b b d v .ri o� m vi .6 ' 4 y } C ti Z z z 'L z 7. z z z y W }J Q N N fn N fn N1 N fn fn 3 0 z U 0 m 1 C — G J v t C < O< O .n 00 .n O fl 00 n °� S i d b c o r oe m vi a 0 w O M V ' A • J n h O 'J h O O h O O C p ti m r .n t� t� __ - g m m a w FG uEEe � Cx v C 9 9 C W C C A —<<U OMI ' O a 0 O O >O '- na-C .ZZ. I 401 Pt. 1926, Subpt. P. App. E 29 CFR Ch. XVII (7-1-04 Edition) APPENDIX E TO SUBPART P OF PART 1926 -ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" VER1 SPA( 4' MA :RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 402 1 I. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Figure 3. Trench Jacks (Screw Jacks) I ____ -i is: Figure 6. Trench Shields 1 APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet. or less in 1926 -SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vat. ions more than 20 feet in depth must be designed by a registered professional engi- The 1 following figures are a graphic sum- neer in accordance with § 1926.652 (h) and (c). mary of the requirernents contained in sub- , 403 I 1 Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-04 Edition) , Is the excavation more than 5 feet in depth? I Is there potential NO YES Is the excavation , for cave-in? entirely in stable rock? NO Excavation may. be YES ' made with vertical sides. , 1 YES Excavation must be NO sloped, shored, or shielded. Sloping Shoring or shielding selected, selected. Go to Figure 2 Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS , 1 1 I 1 404 , 1 I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. F ' Sloping selected as the method of protection Will soil classification ,be made in accordance with 31926.652 (b)? YES NO Excavation must comply with Excavations must comply one of the following three withf1926.652 (b)(1) which options: requires a slope of 1¼H:1V (34°). • Option 1: .1926.652 (b)(2) which requires Appendices A and B to be followed I Option 2: §1926.652 (b)(3) which requires other tabulated ' data (see definition) to be followed. FIGURE. 2 - SLOPING OPTIONS Option 3: ' $926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. I 1 405 El Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVI1 (7-1-04 Edition) Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 $1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 31926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 1i C1 I I I I I I I I LI I I ISection 02220 EXCAVATION AND EMBANKMENT IPan I - GENERAL 1.1 SECTION INCLUDES A. Excavation, construction of embankments, and disposal or compaction of all material that is encountered within the limits of the Work. B. Earthwork required for construction of pipelines and appurtenances, including excavation, backfilling, and compaction of backfill above embedment around pipes and appurtenances. 1.2 RELATED SECTIONS A. Measurement and payment for work under this section is specified in Section 01025. B. Clearing, grubbing, and scalping are covered in Section 02100 - Site Preparation. C. Excavation Safety is covered in Section 02161 - Excavation Safety, D. Roadbed preparation and base course placement are covered in Section 02230 - Granular Base Course. E. Erosion control procedures are covered in Section 02270 - Erosion Control. IF. Pipelaying is covered in Section 02600 - Pipe Laying. I13 REFERENCES A. AASHTO T 99, "The Moisture -Density Relations of Soils Using a 5.5 -lb Ratnnter and a 12 -in. Drop". B. AASHTO T ISO, "The Moisture -Density Relations of Soils Using a 10 -lb Ranuner and an I 8 -in. Drop" C. AASHTO T 191, "Density of Soil In -Place by the Sand -Cone Method". D. AASIITO T 224, "Correction for Coarse Particles in the Soil Compaction Test". E. AASHTO T 238, "Density of Soil and Soil -Aggregate In -Place by Nuclear Methods". 1.4 QUALITY ASSURANCE A. All excavation, embankment, and trenching work shall he accomplished by workers skilled and experienced in this kind of work. Equipment used shall he of a size and design suitable to accomplish the construction required. B. Quality control testing shall conform to the requirements of this section and section 01410. I L I City of Fayetteville Engineering Division May 30, 2003 Page 02220-I u 1.5 SEQUENCING AND SCHEDULING , A. Sequence and schedule work to avoid double handling of materials. Prepare embankment areas to receive fill prior to beginning excavation of materials that will be used in embankments, so that the material can be immediately used to construct embankments. Part 2 - PRODUCTS , 2.1 CLASSES OF EXCAVATION A. Common Excavation: all excavation not included as rock excavation or excavation not otherwise classified. Removing of existing asphalt pavement necessary for constructing new pavement connections is considered demolition. B. Rock Excavation: igneous, metamorphic, and sedimentary rock that cannot be excavated without blasting or the use of rippers, and all boulders or other detached stones each having a volume of %2 cy or , more. C. Unclassified Excavation: the excavation and disposal of all materials of whatever character encountered in the work. D. Unsuitable Excavation: material excavated from cut areas that cannot be utilized on any part of the project due to the poor qualities of the material and must be hauled off -site, and materials that cannot be stabilized in place through normal drying and compactive efforts when satisfactory weather and ground conditions exist. , E. Trench Excavation: is excavation required to construct a trench for utility or storm sewer piping. Trench excavation is incidental to pipelaying. Part 3- EXECUTION 3.1 PREPARATION A. Prepare areas to be excavated or where embankment is to be constructed in accordance with Section , 02100. 3.2 EXAMINATION DURING CONSTRUCTION , A. As excavation, embankment, and trenching work proceeds, examine the work area for evidence of prehistoric people's dwelling sites or artifacts of historical or archeological significance. If any of these are encountered, suspend construction in the affected area until Owner or Engineer contacts archeological authorities to determine the disposition thereof. 3.3 GENERAL CONSTRUCTION REQUIREMENTS A. Excavation and embankments shall be finished to reasonably smooth and uniform surfaces according to the lines, grades, thicknesses and typical cross sections indicated on the Drawings. I City of Fayetteville May 30, 2003 1 Engineering Division Page 02220-2 I B. Do not waste materials unless they are unsuitable for construction of embankments and they exceed the amount that can be spread on cut or embankment slopes. •L C. Common excavation materials that are surplus to the needs of the project shall be stockpiled at locations indicated on the Drawings or as directed by Engineer. ' 1). Complete site preparation work in accordance with Section 02100 and demolition work in accordance with Section 02050 prior to beginning excavation and embankment work. E. Conduct grading operations, as far as practicable, so that the most suitable soil is placed in the top layer of the embankment. Where both suitable and unsuitable materials arc encountered in the same general excavation area, control grading to keep materials separated. F. Exercise care and discretion in locating and using haul lanes near trees to be preserved. Haul lanes near trees shall be approved by Engineer. 3.4 ROADWAY EXCAVATION A. Excavate cut areas to approximate subgrade elevations to reasonably smooth and uniform surfaces in ' accordance with the lines and grades indicated on the Drawings. B. Excavate rock to a minimum depth of 12 inches below subgrade elevation, not CO exceed a maximum '• depth of 18 inches below subgradc elevation within the limits ofthe roadbed, including sidewalks, and the excavation backfilled with material designated on the Drawings. Take care that un-drained pockets shall not he left in the surface of the rock. C. Remove or stabilize, to (lie Engineer's satisfaction, rock on the cut fact that is loose, hanging, or that creates a potentially dangerous situation during or upon completion of excavation in each lift. Ripping of ' the next lift will not be allowed until this work has been completed. D. Except in solid rock, trim all slopes to the slopes shown in the cross section drawings, and exercise care so that no material shall be loosened below the required slopes. Remove or cut roots, stumps, and other foreign matter in the sides of ditches or drainage outlets to conform to the slope, grade, and shape of the section shown. 1 3.5 EMBANKMENT CONSTRUCTION A. Embankment construction consists of constructing roadway embankments, including preparation of the ' areas upon which they arc to be placed; construction of dikes within or outside the right-of-way; placing and compacting approved material within roadway areas where unsuitable material has been removed; and placing and compacting embankment material in holes, pits, and other depressions within the roadway area. Use only approved materials in construction of embankments and back611s. 13. Remove sod and vegetable matter from the surface upon which embankment is to be constructed in 1 accordance with Section 02100. Completely break up cleared surface by plowing, scarifying, or discing to a mini mum depth of 6 inches, and then recompact as specified in Paragraph 3.6.C. C. Whenever a compacted road surface containing asphalt or granular material lies within 3 feet of the subgrade, remove the old road surface to a depth of at least that shown on the typical section. Provide select material "hillside" under the proposed road limits and either "hillside" or acceptable common excavation (when available) in the slope areas and the areas behind the curb. ' City of Fayetteville May 30, 2003 Engineering Division g g Page 02220-3 D. Place roadway embankment material in parallel layers not exceeding 8 inches, loose measurement, over the full width of the embankment and compact as specified before the next layer is placed. Use effective spreading equipment on each lift to obtain uniform thickness prior to compacting. As compaction of each layer progresses, continuously level and manipulate material to assure uniform density. Add water or dry, if necessary, in order to obtain the required density. Route compaction equipment uniformly over the entire surface of each layer. E. When embankment is to be placed and compacted on hillsides, continuously bench slopes as the work is , brought up in layers. Make benching of sufficient width to permit operations of placing and compacting equipment. Start each horizontal cut at the intersection of the original ground and the vertical sides of the previous cuts. Recompact material thus cut out. No additional payment will be made for this. F. When excavated material consists predominantly of rock fragments of such size that the material cannot ' be placed in layers of the thickness specified, place such material in the embankment in layers not exceeding in thickness the approximate size of larger rocks, up to 12 inches maximum. Reduce size of rock or boulders too large to permit placing in 12 inch layers as necessary to permit this placement. The 12 inches of embankment immediately below finished subgrade may be placed in one layer with no rock exceeding 6 inches in its greatest dimension. Construct each layer so that rock voids are substantially filled with rock fines and earth. Place and manipulate rock in uniform layers with rock fines or earth distributed throughout the layer. Do not end dump rock over the edges of the layer being constructed. Deposit rock on the layer being constructed and move the rock ahead so as to advance the layer with a mixture of rock fines and earth. G. Casting material directly into place with draglines, cableways, or other similar machines will not be ' permitted. H. Control embankment construction so that partially constructed embankments remain stable at all times. Replace portions that have become displaced due to carelessness or negligent work; no extra payment will be made for such embankment repair. I. For those portions of embankments immediately adjacent to structures or which are for other reasons , inaccessible to compaction equipment in use, construct with only suitable material in successive parallel layers of not more than 6 inches thickness, loose measurement. Uniformly mix each layer and compact to the requirement of the specific item by the use of mechanical equipment. Hand tamping will not be permitted. J. Construct embankments in sections of not less than 200 feet in length, or the full length of the embankment if less than 200 feet. 3.6 COMPACTION REQUIREMENTS I A. Accomplish compaction by any satisfactory method or methods that will achieve the specified density. B. Maintain compaction equipment, tools, and machinery in good operating condition. , C. Compact each layer of embankment to 95 percent of maximum density at optimum moisture content per AASHTO T 99, Method A with correction for coarse particles retained on the #4 sieve not to exceed 10 percent by weight as determined by AASHTO T 224. If I1-30 percent is retained on the #4 sieve, compact to 95 percent of maximum density at optimum moisture content per AASHTO T 99, Method C using Note 7. Specified density of 90 percent with the same previous conditions is required immediately next to wingwalls and similar structures. City of Fayetteville May 30, 2003 , Engineering Division Page 0222011 I • D. During compaction, maintain moisture content substantially at optimum throughout each layer. Maintain moisture content by adding and thoroughly mixing water or by aeration or other drying methods, as necessary. ' E. Maintain specified density of embankment layer prior to placing a subsequent layer. F. Construct embankment to grade over the full width in uniform layers parallel to the finished surface. G. Density requirements will not apply to portions of embankment constructed of material so rocky that it cannot be satisfactorily tested as specified. In such cases, determine extent ofcornpaction effort by rolling based upon the amount of breakage and consolidation that can be accomplished. This can only he done with the direction of the Engineer. l -I. Roadbed Compaction I. Excavate or fill to subgrade lines and grades indicated on the Drawings. 2. Loosen top 6 inches within full width of roadbed. 3. Adjust moisture content to bring substantially to optimum. 4. Compact as specified for embankment. 5. Reshape section as part of compaction effort to conform to typical section. 3.7 TRENCH EXCAVATION IA. General I. Notify property residents 48 hours prior to beginning excavation on property. 2. Protect trees unless designated by Owner or Engineer for removal. I a. Erect protective barricade around trees as approved by Engineer. b. Minimize pedestrian and vehicular traffic over root zone of trees to be saved. c. Use clear distance to tree equal to I foot for each 2 inches of tree diameter, measured ' 4 feet above highest ground surface at base of tree, or 2 feet, whichever is greater. 3. After tree protection barricades are installed, cut and remove unprotected natural growth from planned location of trench. Dispose of cleared material in compliance with applicable laws and regulations. 4. Where the existing ground cover contains grasses such as 13enuuda, Zoysia, or other grasses not included in the prescribed seed mixture: cut, remove, and stockpile existing sod on thejob site. After backfill of trench has settled, the sod shall be replaced to a condition equal to or better than that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, provide and install new ground cover of the existing type. 5. Excavate with caution so that location of underground conduits and structures can he ' determined and protected. 6. Excavate every type of material encountered to the lines and elevations necessary to complete the project. ' 7. Relocate surface water before excavating and protect excavated trench from entrance of surface water. 8. Provide and install bracing and shoring necessary for safety of personnel, protection of work, and compliance with government agencies. B. Utilities I. Call "ARKANSAS ONE CALL" at 1-800-482-8998 two working days before starting excavation. 2. The location and/or elevation of existing utilities as shown on the Drawings is based on records of the various utility companies and, where possible, measurements taken in the field. ' City of Fayetteville May 30, 2003 Engineering Division Page 02220-5 I The information is not to be relied upon as being exact or complete. Call each utility owner at least 48 hours before any excavation to request exact field location of utilities. 3. Protect utilities encountered during excavation. 4. Do not interrupt service in utilities encountered during excavation without approval of utility owner. 5. If utilities are damaged or utility service is interrupted by work under this section, utility owner has the first right to repair. If public health or safety is at risk, take appropriate prudent action to repair damage and service interruption. Costs of utility protection and repair shall beat no additional cost to Owner. 6. If existing utilities are found to interfere with the permanent facility being constructed, notify Engineer for resolution. 7. Do not proceed with permanent relocation of encountered utilities without written instructions from Engineer. C. Trench Depth I. Excavate to the elevation necessary to provide the depth of bedding material under the barrel of the pipe, noted on the Drawings or in these specifications, while at the same time providing I the minimum pipe cover. 2. Backfill over -excavation up to 2 feet with bedding material in 6 inch layers, and tamp to achieve a bearing capacity equal to the adjacent undisturbed earth. Over -excavation greater than 2 feet will require excavation operations to stop until an engineered backfill is determined. D. Trench Width ' 1. Excavate to a width ample to permit pipe jointing, bedding placement, and compaction as specified. Specified width dimensions must be maintained from trench bottom to an elevation 12 inches above barrel of pipe. 2. For Water Line construction, minimum trench width shall be either 18 inches or the outside diameter of the pipe at the bell plus 12 inches. Maximum trench width shall be the outside diameter of the pipe plus 2 feet. E. Trench Length: Excavate to a maximum distance of 75 feet from the pipejointing operation. Longer distances will be considered by Engineer when requested by the Contractor and conditions warrant. The Contractor is responsible for the proper restoration of open trenches damaged by the weather or by other means. If, because of such trench damage, a different type of pipe bedding system is required to provide proper pipe support, the extra expense of such revised bedding shall be borne by the Contractor at no cost to the City. F. When rock is encountered, excavate to an elevation 9 inches below the pipe installation depth. , G. Excavation In Unstable Soil: Where the planned bottom of trench is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, excavation shall stop until an engineered subgrade stabilization is determined. In general, excavation depth shall increase a minimum of 12 inches. H. Excavation In Wet Conditions I. Where the planned bottom of trench contains water or the trench bottom is soft from excess water, excavation depth shall increase a minimum of 6 inches. 2. The Contractor shall provide sufficient pumps and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and City of Fayetteville Engineering Division May 30, 2003 Page 02220-6 I muddy, the Contractor shall remove all such soft material and replace it with bedding materials. Under no conditions shall pipe he laid in a trench that has not been property dewatered. Remove water to an elevation below bottom edge of pipe joint or structure base. • 3. Trench dewatering system shall discharge to natural drainage channel or storm sewer. Obtain permit for this discharge, if required. • L Excavation At Unforeseen Structure 1. Preserve unforeseen structures encountered in excavation. 2. Advise Engineer when unforeseen structure interferes with planned work. Engineer will determine if plan will change or if structure will be abandoned and removed. J. Unauthorized Excavation I. Unauthorized excavation is removal of materials beyond specified elevations or dimensions, undertaken by Contractor without prior authorization by Engineer. 2. Unauthorized excavation and the hauling and placement of any fill material to create proper trench conditions will not result in extra payments to Contractor. K. Unsuitable and Excess Excavated Material: Dispose of excavated material not suitable for backfill and excess excavated material in compliance with applicable laws and regulations. L. Piping in embankment areas shall not be installed on top ofthe ground and then backfilled around the pipe. Instead, construct embankment to a minimum of 12 inches above the top of the pipe, and then a trench excavated in the compacted embankment. 3.8 TRENCH BACKF'ILI,INC AND COMPACTION A. Backfilling shall closely follow pipe laying and shall he to within 5 feet of the end of the last pipe at the end of workday. t13. Backfill around the pipe (pipe embedment) is specified section 02600. C. Backfill where ground surface is not graveled or paved for vehicle or pedestrian use. I. Initial backfill, for a depth of l8 inches above the pipe embedment shall be free of rock, organic material, man-made debris, and frozen lumps with a dimension greater than 6 inches measured in any direction. This also applies to excavated areas around valves, fittings, fire ' hydrants, and other appurtenances. 2. Backfill for the remainder of trench shall he free of rock, organic material, man-made debris and frozen lumps with a dimension greater than 8 inches measured in any direction. ' 3. In no case shall rock material from blasting operations he allowed in the trench. 4. Backfill above pipe embedment shall be mechanically compacted to a density at least equal to adjacent ground. Backfill trench settlement until Engineer determines additional backfill is not required. 5. Heavy compaction equipment shall not be used closer than 2 feet to the top of the pipe. 6. In areas to be topsoiled, the density of the backfill material shall be tested at a depth of 12 to 18 inches below the finished grade prior to the placement of the topsoil. 7. In open fields and other areas where deemed appropriate, the trench may be overfilled and allowed to settle prior to final surface replacement. Trenches may be flooded to promote settlement in areas where it is deemed appropriate. I ' City of Fayetteville May 30, 2003 Engineering Division Page 02220-7 I D. Where ground surface is graveled for vehicle use or paved for pedestrian use only, backfill shall be as specified in Paragraph 3.6.C except that all backfill above pipe embedment shall be placed in 8 inch layers loose measurement and compacted to 90 percent of standard proctor density. E. Where ground surface is paved for vehicle use, including streets, parking lots, future or planned streets, , or driveways, place aggregate base course material (AHTD Class 7) above pipe embedment in 6 to 8 inch layers loose measurement and compact as specified in Paragraph 3.6.C. F. Backfill unstable trench bottom with AHTD Class 7 crushed aggregate, compacted to 95 percent of maximum proctor density, to bottom elevation of pipe embedment. G. Backfill wet condition trench bottom with crushed coarse aggregate that is typically used for concrete rock. It shall be reasonably well graded from coarse to fine and shall conform to the following grading requirements when tested in accordance with AASHTO T 27: ' Sieve Percent Passing 1-1/4" 100 3/4" 35-75 3/8" 10-30 #4 0-5 3.9 FIELD QUALITY CONTROL , A. Take in place density measurements as required to assure that compaction efforts are achieving the specified density. Determine in -place density by AASHTO T 191 or T 238. B. One density test per crossing shall be required. Where the trench runs parallel to the driving or paved surface one density test shall be required per 100 feet or portion thereof. An additional test will be made for each test failure at approximately 100 feet either side of failing test. C. If the result of any test shows that the required minimum density has not been obtained, corrective action , shall be taken. Such corrective action may include, but is not limited to, additional compactive effort; scarifying, adjusting moisture content and recompacting; or removal of unsuitable material and replacement with suitable material. Except for removal and replacement of unsuitable material below finished subgrade elevation in cut sections or below natural ground in fill sections, all corrective actions shall be performed by the Contractor at no cost to the City. 3.10 ADJUSTING ' A. Make adjustments to finished grade to leave the right-of-way and grading easements in a neat and presentable condition at the completion of the grading work. , I I 1 City of Fayetteville May 30, 2003 , Engineering Division Page 02220-8 L 3.11 STRUCTURAL., or SUBGRADE FILL (Select Fill Material) A. Native or imported material free from roots, organic matter, trash, debris, with maximum particle size of 4 inches after compaction. No warranty, expressed or implied, is made concerning the availability ' construction. Acquiring, transporting, and placement of acceptable imported material shall be the responsible of the Contractor and shall be paid under the appropriate pay item. A minimum of twelve inches of select material (GC) shall be provided under the pavement. This material shall be what is of sufficient quantities of satisfactory subgrade fill from the excavations made. Therefore, the Contractor shall provide imported material of acceptable quality, if required, to accomplish the meeting GC classification with a plastic index less than 30. All structure and suhgrade fill shall be provided and compacted as required by these specifications. B. The pay item for this select material is Compacted Embankment Suhgrade Fill (Select Hillside Material). End of Section 02220 I I I I' I I I I I I I City of Fayetteville Engineering Division May 30, 2003 Page 02220-9 I II II C 11 Section 02230 ROAD BED PREPARATION Part I - GENERAL 1.1 SECTION INCLUDES A. Preparing the subgrade of the roadbed and/or sidewalk to receive the Class 7 aggregate base course and/or the concrete pavement. B. Furnishing and installing the aggregate base course on top of the prepared subgrade. Furnishing and installing the concrete sidewalk on top of the prepared suhgrade. C. Furnishing and installing of granular material to fill over -excavations or to replace removed unsuitable material. 1.2 REI.A7'ED SECTIONS ' A. Site preparation is covered under Section 02100. In. Excavation and embankment are specified in Section 02220. C. Concrete paving is specified in Section 02520. ID. Miscellaneous Concrete Work is specified in Section 03316. [1 II II 1.3 UNIT PRICES Unit prices for work covered under this section are defined in Section 01025, including incidentals, related work, method of measurement, if any, and partial payment provisions. 1.4 REFERENCES A. AHTD "Standard Specifications for Highway Construction", 1996 Edition. B. AASFITO 1. 'f 96, "Resistance to Abrasion of Small Size Coarse Aggregate by Us of the Los Angeles Machine". 2. T 99, "The Moisture -Density Relations of Soils Using a 5.5 -lb Rammer and a 12 -in. Drop". 3. T 180, "The Moisture -Density Relations of Soils Using a 10 -lb Rammer and an 18 -in. Drop". 4. T 191, "Density of Soil In -Place by the Sand -Cone Method". 5. 1224, "Correction for Coarse Particles in the Soil Compaction rest". 6. T 238, "Density of Soil and Soil -Aggregate In -Place by Nuclear Methods". 1.5 SUBMITTALS A. Submit data concerning source and quality of granular materials being furnished. Indicate frequency of quality control testing by the source supplier. I City of Fayetteville Engineering Division May 30, 2003 Page 02230-1 I 1.6 QUALITY ASSURANCE A. Work under this section shall be accomplished by workers skilled and experienced in this kind of work, using equipment designed for this kind of work. Maintain equipment in good operating condition. , 1.7 DELIVERY, STORAGE, AND HANDLING A. Granular base material shall be delivered in trucks from the source and directly placed in the location , required for construction, with no intermediate storage or stockpiling required, as far as practical. B. Delivery of materials to be paid for by weight or volumes measured in haul trucks shall include a truck , ticket delivered to Engineer. Part 2- PRODUCTS ' 2.1 GRANULAR BASE COURSE MATERIALS I A. Aggregate base course shall be crushed stone so proportioned as to meet the requirements for Class 7 material as specified in Table 1. B. Granular material for over -excavation areas shall be either crushed stone and/or gravel so proportioned to meet the requirements for either Class 1, Class 2, or Class 7 material as specified in Table 1. C. Percent of wear for Class 7 material, measured by AASHTO T 96, shall not be greater than 45. D. When it is necessary to blend two or more materials, each material shall be proportioned separately 1 through mechanical feeders to ensure uniform production. Premixing or blending to avoid separate feeding will not be permitted. Blending materials on the roadway in order to obtain a mixture that will ' comply with the requirements specified will not be permitted. E. Shale and slate are not considered to be gravel or stone. Material furnished shall be reasonably free , from shale, slate, and other objectionable, deleterious, or injurious matter. • F. For Class 1 and Class 2 material, the fraction passing the #200 sieve shall not be greater than 3/4 of the , fraction passing the #40 sieve. For Class 7 material, the fraction passing the #200 sieve shall have a liquid limit not greater than 25. G. When the material contains aggregate larger than that specified for the class required, it must be I removed by screening or by screening and crushing. Removal of large size aggregate by hand methods will not be permitted. I I I City of Fayetteville May 30, 2003 , Engineering Division Page 02230-2 Li I I I I I I I ii I CJ I 1] Table I Classes of Granular Material Grading and Crushing Requirements SIEVE Class I Class 2 Class 7 Percentg 3 inch 100 _Passing 100 2 inch 95-100 95-100 1'/a inch 100 '/.inch 60-100 60-100 50-90 '/. inch 40-80 40-80 #4 30-60 30-60 25-55 #10 20-50 20-50 #40 10-35 10-35 10-30 #200 3 -IS 3-15 3-10 Max Plasticity Index (minus #40 material) 13 10 6 Min percent crusher -run material 90 2.2 SOURCE QUALITY CONTROL A. Granular materials for aggregate base course and filling over -excavation areas shall be obtained from a quarry permanently established to furnish the materials specified, having a standard quality control and testing procedure in place. 13. If requested, provide reports of standard quality control tests for the types of materials being furnished, such reports to include gradation of the completed mixture, Los Angeles hardness, plasticity index, and liquid limit. C. If requested by Engineer or Owner, provide source quality control testing of the actual material being furnished. Such tests will be requested if material as delivered on site does not appear to match the specifications, or if the compacted material does not seem to compact as specified. Such tests will include any which measure the properties specified, and will be required for every 1,000 tons of granular material. City of Fayetteville May 30, 2O03 Engineering Division Page 02230-3 J Part 3 - EXECUTION , 3.1 EXAMINATION A. Examine excavation and embankment work for accuracy and adequacy of construction prior to starting I subgrade construction. 3.2 SUBGRADE CONSTRUCTION , A. Prepare subgrade in such a manner as to ensure that the base, surface course, sidewalk or pavement will be placed on a firm foundation that is stable and reasonably free from dust pockets, wheel ruts, or other defects. B. Scarify subgrade area to such depth as is necessary for shaping. Shape and compact to the required I grade and section. C. Compact the top 8 inches of subgrade to a density of not less than 95 percent of maximum density at optimum moisture content obtained by AASHTO T 99, Method A with correction for particles retained on the #4 sieve at 10 percent maximum; AASHTO T 99, Method C using Note 7 with 11-30 percent retained on the #4 sieve; or AASHTO T 180, Method D using Note 8 with 31 percent minimum retained on the #4 sieve. Correction for coarse particles shall be determined according to AASHTO T 224. The moisture content shall be determined by AASHTO T 239 or AHTD Test Method 347 of 348. D. Accomplish compaction by any satisfactory methods that will obtain the required density. ' E. Adjust moisture content by the addition of water or by manipulation and aeration as necessary under conditions encountered. F. Compaction operations maybe omitted when an old stone or gravel roadbed is used as a foundation or subgrade for a base course or pavement where scarifying for shaping is unnecessary and its stability is approved by Engineer. G. Remove soft and yielding materials and other portions of the subgrade that will not compact readily I when rolled or tamped. Fill holes or depressions made by this removal with approved material. Bring the entire subgrade to the lines, grade, and cross sections indicated on the Drawings. Compact to , specified density. H. If the succeeding course is not placed immediately after subgrade has been prepared and subgrade becomes cut up, rough, or unstable, re -shape and recompact subgrade as previously specified. I I. Proof roll subgrade prepared for road, curb and gutter, and sidewalks, prior to placement of base course or concrete. Proof rolling vehicle shall be either a roller or loaded truck or scrapers, of sufficient weight to identify soft and yielding portions of compacted surface. Proof rolling pattern shall be approved by Engineer. 3.3 AGGREGATE BASE COURSE CONSTRUCTION , A. Place base course material on completed and approved subgrade or existing base that has been bladed to substantially conform to the grade and cross sections indicated on the Drawings. I City of Fayetteville Engineering Division May 30, 2003 Page 02230-4 I I 13. Suhgrade shall be free from excess or deficiency of moisture at the time of placing base coursc material. Ihcre shall be no standing water on subgrade. Do not place base course material on frozen subgrade. • C. Place aggregate on subgrade or other base course material and spread uniformly to such depth and lines that when compacted it will have the thickness, width, and cross section indicated on the Drawings. If specified compacted depth of base course exceeds 7 inches, constrict base in two or more layers of approximately equal thickness. D. Thoroughly mix each base course layer for the full depth of the course and compact by any satisfactory method that will produce specified density. Maintain aggregate substantially at optimum moisture content during mixing, spreading, and compacting operations. Add water or aerate to dry as necessary. Maintain specific grade and cross section by blading throughout compaction operation. ' E. Compact material in each layer to a density of not less than 98 percent of maximum density unless noted otherwise on the Drawings at optimum moisture content in accordance with AASI ITO T 180, Method D. Compact aggregate across full width of application. 1 P. Spread base course material the same day that it is hauled. Perform spreading in such a manner that no segregation of coarse and fine particles nor nests or hard areas caused by dumping aggregate on 1 subgrade will exist. Take care to prevent mixing of subgrade with base course material in blading and spreading. G. When base course is placed adjacent to an existing or newly constructed asphalt surface course do not dump or mix aggregate on the pavement surface. Use mechanical spreading equipment, if necessary, to place base course on subgrade. IH. If sufficient working space is not available to allow proper aeration or addition of water to base course material, mix the base course material by any satisfactory method prior to placement. 1. Maintain base course in a satisfactory condition until accepted. 3.4 FIELD QUALITY CONTROL A. Owner will employ a testing laboratory to test the density of the base course in place and for thickness, at intervals determined by Engineer. Density testing will be by AASHTO T 191 orT 238. Correct any deficiencies by scarifying, placing additional material, mixing, reshaping and rccornpactmg as necessary to obtain the specified density and the required lines, grades, and cross sections. End of Section 02230 I [ I C I City of Fayetteville Engineering Division May 30, 2003 Page 02230-5 I II IPart I - GENERAL Section 02261 SITE. RESTORATION 1.1 SCOPE A. This section includes restoration of areas disturbed by this project. "Disturbed by this project" is defined as the excavation area plus any area in project vicinity disturbed by Contractor's operations, I. including operations of Subcontractors and suppliers, and utility owner operations necessary to complete this project. B. Work areas shall be kept clean and neat as practicable. Lawns, gardens, and vehicle and pedestrian crossings shall have excess quantities of supplies, excavated material, man made debris, and organic matter removed from the area immediately following construction. ' C. All property improvements shall be restored in kind or as nearly as practicable as determined by Engineer. 1.2 RELATED WORK Trenching, Backfilling and Compacting is specified in Section 02220. 1.3 QUALITY ASSURANCE Adequate equipment and qualified personnel shall be applied to this phase ofthe work from the very beginning of the project. Pan 2 - PRODUCTS 3.1 TOPSOIL A. Topsoil shall be placed on disturbed areas equal to the better material on each side of the disturbed area. 3.2 FERTILIZER A. Fertilizer shall be 10-20-10 (nitrogen -phosphorous -potash) delivered to the site in labeled containers conforming to Arkansas fertilizer laws and bearing the name and warranty of the producer. 3.3 SEED A. Seed mixture per Class of Restoration Class I Restoration seed mixture shall be 40 percent Lawn Fescue, 30 percent Rye Grass (annual), and 30 percent Blue Grass. 2. Class 2 Restoration seed mixture shall be 40 percent Field Fescue, 40 percent Rye Grass (annual), and 20 percent White Clover (common). City of Fayetteville May 30, 2003 Engineering Division Page 02261-I I 3. Class 3 Restoration seed mixture shall be 40 percent Tall Fescue (Kentucky 31), 40 percent Rye Grass (annual), and 20 percent White Clover (common). B. Seed shall be labeled according to current requirements of the Arkansas State Plant Board. C. Seed shall be 95 percent pure and 85 percent germination by weight. 50 noxious weed seeds shall be the maximum amount allowed per pound. The following types of seed are not allowed in any amount: , Johnson grass, wild onion, wild garlic, field bindweed, or nut grass. D. Fescue seed shall be certified endophyte free. 3.4 SOD A. Sod shall consist of a densely rooted growth of Bermuda grass, Zoysia, etc. and shall be substantially , free from noxious weeds and undesirable grasses. The sod shall be cut in uniform strips with a minimum of 2 inches of root depth approximately 12 inches in width and not less than 12 inches in length but not longer than can be conveniently handled and transported. B. Sod for replacement of disturbed sodded areas shall be approved by Engineer before cutting. 3.5 STRAW MULCH I A. Straw mulch shall be good grade clean straw, free of weeds or seed, and of a quality approved by Engineer prior to use. 3.6 WATER I A.. Water shall be of irrigation quality, free of impurities which are detrimental to plant growth. Part 3 - EXECUTION 1 3.1 RESTORATION WHERE GROUND SURFACE IS NOT GRAVELED OR PAVED FOR VEHICLE I OR PEDESTRIAN USE. A. Class I Restoration - Areas of construction within lawns, gardens, or other well -kept areas, including I street rights -of -way that are kept as lawns by adjacent landowners. I. After trench settlement is complete, replace topsoil to same depth as adjacent undisturbed areas. ' 2. Trim and remove all damaged limbs on trees, trim limbs of shrubs or, if necessary, cut damaged shrub just below ground surface. 3. Hand rake disturbed area to remove all rocks 1/2 inch or larger measured in any direction, all man made debris, and all organic material. Debris and excess material shall be disposed of in a manner approved by the Engineer and applicable government regulations. 4. After raked area is accepted by Engineer for seeding, a. apply 250 pounds of fertilizer per acre. b. apply 0.50 pounds of seed per 100 square feet. c. apply 4,000 pounds of mulch per acre. City of Fayetteville May 30, 2003 1 Engineering Division Page 02261-2 5. Apply straw mulch using a non -asphalt tackifier. Apply tackifier to straw in sufficient quantity to bind mulch together. Top spraying of straw with asphalt is not acceptable. ' 6. As an alternate method of seeding, seed may be applied by hydro mulching. The seed shall be mixed with water and wood cellulose fiber. The wood cellulose fiber shall he composed of natural wood chips and shall contain no growth or germination inhibiting factors and shall contain a water soluble, nontoxic coloring agent. Other alternate methods will be considered by Engineer but shall not he utilized until expressly authorized by Owner and Engineer. 7. Where ground cover adjacent to disturbed areas contains grasses such as Bermuda grass, Zoysia, or other grasses not included in the prescribed seed mixture, Contractor shall remove and stockpile the existing sod on thejob site. After trench settlement is complete, the sod shall he replaced to a condition equal to, or better than, that prior to construction. In the event that ' insufficient sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible for providing and installing new ground cover of the existing type. 1 B. Class 2 Restoration - Areas ot'construction within fields, meadows, and street rights -of -way which are mowed or cultivated (gardens excepted). I. Tree and shrub treatment shall be as specified in Section 3.1.A.2. 2. After trench settlement is complete, machine rake to remove rock, man made debris, and organic material to a condition equal to existing surface on the better side of the adjacent property. 3. Remove all excess excavated material from the site, including excess material which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it were a part of the actual trench excavation. 4. After raked area is -accepted by Engineer for seeding, a. apply 250 pounds of fertilizer per acre. b. apply 0.15 pounds of seed per 100 square feet. c. apply 4,000 pounds of mulch per acre. 5. Mulching and seeding methods shall be as specified in Section 3.I .A. 6. Where existing field grass adjacent to disturbed areas contains grasses such as Bermuda, etc. grasses not included in the prescribed seed mixture, Contractor shall place such topsoil as required and seed with the existing type grass so that an equivalent ground cover will he provided. IC. Class 3 Restoration - Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it is not practical for the area to be cultivated. ' I. Tree and shrub treatment shall he as specified in Section 3.1.A.2. 2. Site raking shall be as specified in Section 3.1.6.2. I City of Fayetteville Engineering Division May 30, 2003 Page 02261-3 3. Seeding shall be as specified in Section 3.1.8.3. 4. Mulching and seeding methods shall be as specified in Section 3.1.A. 3.2 RESTORATION WHERE GROUND SURFACE IS GRAVELED FOR VEHICLE USE OR PAVED FOR PEDESTRIAN USE ONLY. A. Restoration shall be per cross sections on the Detail Sheet in the plans. 3.3 RESTORATION OF SLOPES A. Terrace slopes where, in the opinion of Engineer, erosion problems may arise after construction. 3.4 RESTORATION BY SODDING A. Area to be sodded 1. Place 3 inches of topsoil before installing sod. 2. Apply 250 pounds of fertilizer per acre and work into top 1 inch of topsoil. 3. Make surface of top soil moist and firm (not compacted) at the time sod is placed. B. Sod 1. Moisten sod before placing. 2. Lay by hand along contour lines beginning at lowest elevation. 3. Stagger transverse joints. 4. Make tight joints between sod pieces. 5. Cut sod into existing surface and backfill with topsoil to provide a smooth transition from sodded areas to non -sodded areas. 6. Apply thin layer of topsoil over sod and overseed with 45 pounds of annual rye grass per acre. C. Maintenance of Sod I. Water overseeded areas as directed by Engineer. 2. Apply water to sod for 3 weeks as directed by Engineer. 3.5 RESTORATION WHERE GROUND SURFACE IS HARD SURFACED FOR VEHICLE OR PEDESTRIAN USE. A. Pavement: Restore damaged pavement sections to existing joints or a sawed joint. City of Fayetteville May 30, 2003 , Engineering Division Page 02261-4 I B. Asp/salt Surfaces I. Asphaltic Pavement Repair. After the trench has been hackfilled and compacted, as specified • elsewhere in these Specifications or backfilled with flowable fill, permanent repair shall be made as follows. The existing pavement shall he saw -cut and removed to a point 18 inches beyond the trench edge, or as directed by the Engineer, and brought to grade a minimum of II inches below the surface of the existing pavement. This area shall then he resurfaced by applying 9 inches ofconcrete with 6"x 6"/6-6 W.W.M. and then applying asphaltic tack coat at the rate of 0.03-0.10 gallons/square yard, followed by a minimum of 2 inches of hot -mixed, hot -laid asphaltic concrete laid to an elevation matching the existing finished grade. The hot - mixed, hot -laid asphaltic concrete shall be compacted to 92 percent of theoretical density. I. 2. One nuclear density test per asphaltic patch or repair shall he performed. 3. Any unacceptable patch or repair shall be recompacted and retested without additional expense to Owner. C Concrete II. Concrete is specified in Section 03316. 2. Plowable fill is specified in Section 03316. 1 D. Stone Base I. Crushed stone base shall be AIITD Class 7 compacted in 8 inch lifts to 95 percent modified proctor density. if. Traffic Maintenance I. Carry on the work in a manner which will cause the least interruption to traffic. If allowed by Owner, close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, provide suitable bridges at street intersections and driveways. 2. When allowed to temporarily close street from Owner, post suitable signs indicating that a street is temporarily closed and necessary detour signs for a proper maintenance of* traffic. Receive permission from the proper authority to temporarily close the street and notify all emergency agencies of the temporary closing. 3. Provide adequate personnel to direct traffic when working in the street right-of-way. 4. Traffic control devices and methods shall be in strict accordance with the latest issue of the Manual of Uniform Traffic Control Devices. 5. Provide three days written notice to the Mayor's office, the Fire Department, and the Police Department prior to closing or partially closing any street. Closing of State I Iighway requires approval of the City and the Highway Department. End of Section 02261 City of Fayetteville May 30, 2003 Engineering Division Page 0226I-5 I Section 02270 SLOPE PROTECTION AND EROSION CONTROL. Part I - (GENILRAL L1.1 SECTION INCLUDES A. Temporary erosion control systems. 13. Slope Protection Systems. 1.2 RELATED SECTIONS A. Section 02100- Site Preparation 13. Section 02220 - Excavation and Compaction ' C. Section 02900 - Landscaping 1.3 ENVIRONMENTAL. REQUIREMEN7:S ' A. Protect adjacent properties and water resources from erosion and sediment damage throughout from the beginning of the work until final acceptance. Part 2 - PRODUCTS 2.1 MATERIALS A. Quick germinating acrd growing grasses such as wheat, rye, oats, barley, brown top millet, or sudan grass, meeting the requirements of the Arkansas State Plant Board. 13. Fertilizer is specified in Section 02900. C. Straw hales shall consist of bales of rice, oats, barley, wheat, or rye straw, orofavailable grasses, free of an excessive amount of noxious weeds. Bales shall each weigh approximately 35 pounds. Straw in an advanced state of decomposition will not be acceptable. D. Fencing for siltation control shall be filter fabric supported by posts and woven wire. The Drawings denote two types of silt fence with this type of application. They are Silt Fence (E-3) and Buried Edge Silt Fence (F-4) using Type 4 fabric. Fencing for siltation Silt Pence on R/W Fence (F-5) shall have Type 3 fabric with fasteners similar to the E-3 and E-4 fence. Type 3 Filter fabric shall be a permeable woven fabric that has high strength, high dimensional stability even when wet, good soil filtration characteristics, and high resistance to tear propagation in all direction ' meeting or exceeding the characteristics of Type 3. This fabric shall he listed on the Al-ITD qualified products list. Type 4 Filter fabric shall be a permeable woven fabric that has high strength, high dimensional stability ' City of Fayetteville May 30, 2003 Engineering Division Pagc 02270-1 I even when wet, good soil filtration characteristics, and high resistance to tear propagation in all directions with the following characteristics: Property Test Method Min Avg Roll Values Grab Tensile Strength ASTM D 4632 120 x 100 lbs. Grab Elongation ASTM D 4632 10% Mullen Burst Strength ASTM D 3786 300 psi Puncture Strength ASTM D 4833 60 lbs. Trapezoidal Tear Strength ASTM D 4533 60 lbs. Apparent Opening Size ASTM D 4651 20 Permittivity ASTM D 4491 0.2 sec -I Flow Rate ASTM D 4491 20.0 gpm/sq ft UV Resistance ASTM D 4355 70% Strength Retained I The fabric shall be approved by the Engineer. He or she may allow fabric that has some similar but not the exact same characteristics as the above. Any Type 3 fabric shall be on the AHTD qualified products list. Temporary wire fence shall be commercial woven wire with sufficient strength to provide the service intended. This wire shall be 32" wide galvanized commercial woven wire having 8 line wires. Top and bottom wires shall be 0.135 in size with an average breaking strength of 75,000 psi and the middle wires shall be 0.099 in size with an average breaking strength of 74,000 psi. The wire shall be accordance with ASTM A 116-88 for Commercial Woven Wire. The fence shall be approved by the Engineer. Posts for temporary wire fence shall be steel material of sufficient strength to support the wire fence and fabric when loaded with silt for the time the barrier is needed for service. They shall be a minimum of 5 feet long with a minimum weight of 1.33 lb per foot with the steel fence posts produced in accordance with ASTM A 702-89. Posts shall be approved by the Engineer. Type of fastener and manner of attaching wire fencing to posts and fabric to wire fence shall be approved by Engineer. E. Silt fence used for Drop Inlet Silt Fence (E-6) shall be a orange Type 3 meeting the specifications of a Belton Industries Style 810, or approved equal. F. Erosion control matting, if required, shall be Curlex blankets by American Excelsior Company or approved equal. Slopes in excess of 3:1 shall have erosion matting. G. Bale stakes for each bale shall be a minimum of 4 feet in length and shall be either two #4 rebars, two steel pickets or two 2x2 inch hardwood stakes driven 1'-6" to 2'-0" into ground. H. Temporary mulches such as loose hay, straw, netting, wood cellulose or agricultural silage. J. Fence stakes shall be metal stakes a minimum of 5 feet in length. PART 3- EXECUTION 1 City of Fayetteville May 30, 2003 , Engineering Division Page 02270-2 I 3.1 GENERAL A. Obtain an NPDES permit for the construction site from ADEQ. Prepare a Storr Water Pollution • Prevention Plan, complete with a description of best management practices to he followed, and submit to Engineer. B. The Drawings may indicate approximate locations for erosion control devices such as straw bales and erosion control fencing. If so indicated, these should be considered minimum requirements at approximate locations. Provide erosion control measures required to control erosion and siltation based on site conditions encountered and the nature of the construction. The erosion control plan and implementation shall he the responsibility of the Contractor. 3.2 PREPARATION A. Review site erosion control plans. 1 B. Deficiencies or changes in the erosion control plan as it is applied to current conditions will he brought to the attention Engineer for remedial action. 3.3 EROSION CONTROL ANI) SLOPE PROTECTION IMPLEMENTATION A. Place erosion control systems at, all locations necessary to control work area from erosion during construction. B. Owner may limit the surface area of erodible earth material exposed by clearing and grubbing, • excavation, borrow and embankment operations and direct that permanent or temporary pollution control measures be provided immediately. Incorporate all permanent erosion control features into the project at the earliest practical time to minimize the need for temporary controls. Permanently seed and mulch cut slopes as the excavation proceeds to the extent considered desirable and practical. C. Temporary erosion control systems shall be maintained to control siltation at all times during construction operations. Pal lure to maintain erosion control systems in satisfactory condition may result in a deduction from pay requests. D. Respond to any maintenance or additional work ordered by Owner within a 48 hour period. Ii. Any additional material and work required and authorized by Owner which is beyond the extent of the adopted erosion control plan and is not covered by unit prices shall be considered a modification to the Contract Documents. F. Slopes that erode easily shall be temporary seeded as the work progresses with a wheat, rye or oats application. G. E-3 and E-0 Silt Fence shall have fence posts placed at six foot centers with a minimum embedment of • two feet. The woven wire support shall be attached to the upstream side of the fence posts using manufacturer recommended clips with a minimum of three clips per post, evenly spaced. Attach the synthetic filter fabric to the upstream face of the wire support backing using manufacturer recommended 1 pig rings placed on two foot centers in three evenly spaced horizontal rows. The bottom twelve inches of the Synthetic Filter Fabric shall be embedded in a six by six inch trench at the toe of the fence. IEnd of Section 02270 ' City of Fayetteville May 30, 2003 Engineering Division Page 02270-3 Section 02581 'I'llERMOPLAST'IC PAVEMENT MARKINGS Part I - GENERAL 1.1 SECTION INCI..l1DES A. Furnishing and placing thermoplastic pavement markings including lines, words, arrows, and emblems, of the color and type specified, in accordance with the Specifications and at the locations indicated on the Drawings. 1.2 RELATED SECLIONS A. Asphaltic concrete hot mix pavement is specified in Section 02500. B. Signage is specified in Section 02840. 1.3 REFERENCES A. Arkansas Highway and Transportation Department (AIITD) I. Test Method 702 2. Test Method 703 13. Federal Highway Administration (FHWA) I . Manual on Uniform Traffic Control Devices (MUTCD). C. American Association of State Highway and Transportation Officials (AASHTO) I. M 247, Type I Gradation. I). American Society for Testing and Materials (ASTM) I. F.28. 1.4 SUBMITTALS A. Submit product information of thermoplastic materials and glass beads to be used. 1.5 QUALITY ASSURANCE A. Pavement markings shall be accomplished by workers who are experienced in installing thermoplastic pavement markings conforming to the MUTCD. 1.6 DELIVERY, STORAGE, AND IIANI)LING A. Thermoplastic materials shall be stored according to manufacturer's recommendation. City of Fayetteville Engineering Division May 30, 2003 Page 02581-I I Part 2- PRODUCTS 2.1 MATERIALS A. The material used shall be a product especially compounded for traffic markings. Each container shall 1 be clearly and adequately marked to indicate the color, weight, batch or lot number, and type of material. B. White thermoplastic material, after drying, shall be pure white and free from dirt or tint, and shall comply with the Federal Highway Administration's standard white. The white color is to have a minimum reading of 75% relative to magnesium oxide when tested. according to AHTD Test Method 703. When called for on the plans, other colored thermoplastic material shall comply in color with the Federal Highway Administration's standard for that color. The material shall not change appreciably in its color and brightness characteristics after prolonged exposure to sunlight. C. The material, when placed as a stripe, shall not be slippery when wet and it shall not lift from the pavement in freezing weather. D. In the plastic state, the material shall not give off fumes that are toxic or otherwise injurious to persons or property. The material shall not break down or deteriorate if held at the plastic temperature for a period of 4 hours nor by reason of 4 re-heatings to the plastic temperature. E. The material shall not deteriorate by contact with sodium chloride, calcium chloride, or other chemical formations on the roadway or streets, or because of the oil contact on pavement material, or from oil droppings from traffic. F. The temperature -viscosity characteristics of the thermoplastic material shall remain consistent through 4 ' re-heatings and shall be the same from batch to batch. There shall be no obvious change in the color of the material as a result of up to 4 re-heatings or from batch to batch. G. The pigmented binder shall be well dispersed and free from all skins, foreign objects, or other ingredients that will cause bleeding, staining, or discoloration. The pigment shall be evenly dispersed throughout the material. After application and proper drying time, material shall show no appreciable deformation nor discoloration under local traffic conditions and in air or road temperatures ranging from -I 8O C (0 ° F) to 71 0 C (160° F). The material shall not smear or spread under normal traffic conditions at temperatures below 71 ° C (160° F). H. The material shall not soften at 82° C(180° F) when tested by ASTM E 28. I. Under this specification, the term "drying time" shall be defined as the minimum elapsed time after application when the stripe shall have and retain the characteristics required in the preceding paragraphs. In addition, the drying time shall be established by the minimum elapsed time after application when traffic will leave no impression or imprint on the applied marking. The drying time shall not exceed a characteristic straight-line curve, the limits of which are 2 minutes at 10° C (50° F) and 15 minutes at 320 C (90 ° F), measured at a maximum relative humidity of 70%. 1 J. The stripe shall maintain its original dimension and placement. The exposed surface shall be free of tack. Cold ductility of the material shall be such as to permit normal movement with the road surface without chipping or cracking. City of Fayetteville May 30, 2003 Engineering Division Page 02581-2 IHl • K. The marking shall have a uniform cross section. The density and character of the material shall be uniform throughout its thickness and shall be completely reflectorized both internally and externally. L. During manufacture, rellectorizexl beads shall he mixed into the material to the extent of not less than 40% nor more than S0% by weight of the material. The glass beads used in the intermix formulation and for the drop -on application shall meet AASIITO M 247 with a Type I gradation. The beads for intermix shall be uncoated. The drop -on beads shall be suitably treated to resist moisture and retain free 'flow properties. M. Moisture resistance will be tested by Al ITD Test Method 702. Beads shall not he specially treated to enhance flotation. The beads shall be automatically applied at a minimum uniform rate of 39 kg (8 pounds) of glass beads to every 100 sq m (100 square feet) of surface. 2.2 SOURCE QUALITY CONTROL A. Manufacturer shall maintain a regular quality control program that ensures that the specified I requirements for the thermoplastic materials are met. The written quality control program, as well as documentation concerning its continuing implementation, should be available to the for review by Engineer and Owner. 1 Part 3 - EXECUTION 3.1 EXAMINATION A. Examine pavement to be marked. Verify that the paving work is complete, requiring only cleaning and preparation before application of the thermoplastic compound. 3.2 PREPARATION A. On pavements where no pavement markings exist or where the existing pavement markings are paint or thermoplastic and do not conflict with the proposed pavement markings, blasting with water or sand or a 1 combination thereof will be required to remove any curing compound, oxidized paint or thermoplastic, or dirt to ensure a good bond. B. Conflicting pavement markings that exist shall be removed by blasting with water and/or sand or by • grinding. 3.3 APPLICATION A. Apply thermoplastic compound in the locations and of the type (lines, words, arrows, and emblems) and color indicated on the Drawings and as per the Manual On Uniform Traffic Control Devices (MUTCD). B. The thermoplastic compound shall be screed or ribbon extruded to the pavement surface unless a specific application method is specified. C. The equipment used to apply the thermoplastic compound onto the pavement shall he suitably equipped ' for heating and controlling the flow of the material. The equipment shall be constructed to provide continuous mixing and agitation of the material. The conveying parts of the equipment, between the main material reservoir and applicator, shall be so constructed as to prevent accumulation and clogging. The equipment shall be constructed so that all mixing and conveying parts, up to and including the ' City of Fayetteville May 30, 2003 Engineering Division Page 02581-3 I applicator, maintain the material at the plastic temperature. The thermoplastic material shall be dispensed at a temperature recommended by the manufacturer. The applicator shall include a cutoff device remotely controlled to provide clean, square stripe ends and to provide a method for applying skip lines. D. The thermoplastic reservoir shall be insulated and equipped with an automatic thermostatic control to maintain the proper temperature of the material. E. The thermoplastic machine shall comply with the requirements of the National Board of Fire Underwriters. F. Beads applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are immediately dispensed upon the completed line. The bead dispenser shall be equipped with an automatic cutoff control, I synchronized with the cutoff of the pavement marking equipment. G. Thermoplastic markings shall not be applied to the pavement surface when the pavement surface temperature is less than 100 C (50 ° F) or when the pavement surface shows evidence of moisture. H. The thickness of all thermoplastic markings above the roadway surface shall be 2.3 mm (90 mils) ( a minimum of 446 kg/km [ 1584 pounds per mile] of 100 nun [4"] line). The thickness of the plastic will be measured by a device supplied by the Contractor during the course of the project capable of measuring the thickness of the plastic as installed on the pavement. The minimum thickness, as required above, will be measured in the center of the line when gauged by the equipment described above. The minimum thickness 12 mm (1/2 ") from the edges shall not be less than 75% of the thickness required in the center. Maximum thickness of markings is 5 mm (3/16"). On concrete pavements, paint pavement markings according to Section 02580 shall be applied as a primer for the thermoplastic markings, except where thermoplastic marking s are to be applied over existing thermoplastic markings. A primer other than paint may be used when recommended by the thermoplastic manufacturer. J. A primer is not required for asphalt pavements, but paint pavement markings complying with Section 02580 may be used as a primer at no cost to the City. K. Spotting of the center line and lane line locations, if required, shall be the responsibility of the Contractor. Edge lines shall not be broken for driveways. The trace of the thermoplastic line shall be uniform. L. The finished lines shall have well defined edges, shall be uniform in thickness, and shall be straight and true. No stripe shall be less than the specified width. Any corrections of variations in width or alignment of the stripes shall not be made abruptly. M. Line removal as specified on the plans shall be performed in such a manner that no conflicting pavement marking will be left in place. Removal of the pavement marking by a means that will gouge the surface will not be permitted. End of Section 02581 ii I I I I I I City of Fayetteville May 30, 2003 Engineering Division Page 02581-4 Section 02600 PIPE LAYING Part I - GENERAL 1.1 SECTION INCLUDES A. Installation of water, wastewater, and storm sewer pipe and appurtenances. 1.2 RELATED WORK A. Trenching, Backfilling and Compacting is specified in Section 02220. B. Reinforced concrete pipe and fittings are specified in Section 02720. C. Corrugated metal pipe and fittings are specified in Section 02720. D. Performed plastic tubing is specified in Section 02720, E. Testing of installed pipe is specified in Section 02720. F. Concrete is specified in Section 03316. G. Ductile iron pipe and fittings are specified in Section 02615. H. Plastic pipe and fittings arc specified in Section 02622. 1.3 REFERENCES A. AASHTO I. T 99. "Standard Method of Test for the Moisture -Density Relations of Soils Using a 5.5 -lb. Ramnier and a 12 -in. Drop" 2. T 180, "Standard Method of Test for the Moisture -Density Relations of Soils Using a I0 -lb. Rammer and a 18 -in. Drop". B. AIITD Standard Specifications for Highway Construction I. Section 303, "Aggregate Base Course". C. ASTM I. D 448, "Standard Classification for Sizes of Aggregate for Road and Bridge Construction". 2. D 2774, "Recommended Practice for Underground Installation of Thermoplastic Pressure Piping". 3. D 2922, "Standard "Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). D. AWWA 1. C600, "Installation of Ductile -Iron Water Mains and Their Appurtenances' 2. C605, "Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water". City of Fayetteville May 30, 2003 En ineerin Division EngineeringPage 02600-1 I 1.4 QUALITY ASSURANCE A. Provide skilled workers to insure proper handling, jointing, and embedment of pipe. B. Methods of Testing I. Moisture density relations of material shall be determined in the laboratory in accordance with AASHTO T 99 or T 180, as specified. 2. Field density of backfill shall be determined in accordance with ASTM D 2922. Part 2- MATERIALS 2.1 BEDDING MATERIALS Bedding materials, used for bedding, haunching, and initial backfill in the locations indicated on the Drawings, shall conform to one of the following materials. A. Grit: a local designation for a crushed stone material, available from quarries in northwest Arkansas, and is specified by City of Fayetteville for use in pipe embedment (bedding, haunching, and initial backfill) where groundwater is not encountered. Approximate gradation of grit is: 100 percent passing a 3/8th sieve, and 0 to 10 percent passing a No. 200 sieve. This material is to be used for water line, sewer line, and any storm sewer installation designated NIP -I or P -l. B. Class 7 or Class 8 Base material per AHTD, Section 303, Table 303-1 as an alternative for grit, subject to approval of Engineer. Class 8 only for waterline or sewer line. C. Materials meeting eitherASTMD 448 Size No 67 or ASTMD 2774 as an alternative to grit, subject to approval of Engineer. D. Concrete rock for storm sewer installation only meeting the gradation requirements of Section 802.02 Materials (c) Coarse Aggregate. This material is to be used when groundwater is encountered. The storm sewer installation will be designated N/P-2 or P-2. Part 3- EXECUTION 3.1 GENERAL A. All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. B. Examine pipe and appurtenances for compliance with specifications I 1 [I 1 I I I 1 I I I Li I C. Reject pipe and appurtenances not in compliance with specifications. 1 D. A ten (10) foot separation shall be maintained between water lines and sewer lines where those lines run approximately parallel to each other. Water mains which cross sewers shall be laid so that the bottom of the water line will be at least 18 inches above the top of the sewer line. At all crossings, the water line pipe shall be adjusted to provide one full length of water line pipe over the sewer line with both joints located as far as possible from the sewer line. If this distance must unavoidably be reduced, the water line or the sewer line must be encased in a watertight pipe with sealed watertight ends extending at least ten feet either side of the crossing. The encasement may be vented to the surface if carrying water or sewer under pressure. Where a water line must unavoidably pass beneath the sewer line, at least 18 I I City of Fayetteville May 30, 2003 Engineering Division Page 02600-2 Li • inches of separation must he maintained between the outside of the two pipes in addition to the preceding encasement requirement. Exceptions to this must he approved in writing by the Arkansas Department of l leahh. E. Remove foreign matter from pipe and appurtenances before lowering into excavated area. ' 3.2 PIPE IIANDLING A. Pipe shall be off loaded at site as close to location of installation as possible, subject to constraints of traffic control and availability of land for construction. Pipe shall not he dropped from carrier deck. Stack pipe according to manufacturer's recommendations. The bedding shall be hand tamped in the ditch prior to pipe installation and shall he hand tamped around and over the pipe. 13. Lower pipe into trench after placement of bedding using slings and mechanical equipment. Workers shall be present in trench, in accordance with safety practices, to direct pipe into place. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the ' pipe. 3.3 PIPE BEDDING, IIAUNCIIING, AND INITIAL BACKFILLING A. Water and sewer line pipe, regardless of type, shall be laid on 6 inches of bedding material and shall be covered to a depth of 6" over the top of the pipe with the same material. The bedding shall be hand ' tamped in the ditch prior to pipe installation and shall he hand tamped around and over the pipe. B. For reinforced concrete pipe designated as storm sewer installation NIP -I or P -I and appurtenances, place 4 inches of grit between the excavated trench bottom or stabilized trench bottom and bottom of pipe or appurtenance as bedding. Provide depression in grit for joints so that barrel of pipe or appurtenance rests on grit. No haunching is required for reinforced concrete pipe. Initial backfill shall be ' job excavated select material. C. For reinforced concrete pipe designated as stout sewer installation N/P-2 or I'-2 and appurtenances, place a minimum of 4 inches of concrete coarse aggregate between the excavated trench bottom or stabilized trench bottom and bottom of pipe or appurtenance as bedding. Initial backfill shall he this coarse aggregate to a minimum of eighteen inches above the four inch diameter underdrain pipe. This underdrain pipe shall be laid at the flow line elevation of the concrete pipe and capped at the upstream end. The downstream end shall terminate into the drainage structure. 3.4 JOINTING A. Place pipe and appurtenance to planned line and elevation. ' I . Place sewer pipe from low end to high end with pipe bells facing upstream. 2. Place potable water pipe with bells facing the direction of laying. 3. Cover open end of laid pipe whenever pipe laying is interrupted to prevent rodents and debris from entering pipe. 13. Prepare pipe before jointing operations in accordance with manufacturer's recommendations. Place ' gasket in location marked. C. Shove pipe home info joint using mechanical equipment as recommended by manulacturcr. Pipe barrel shall be inserted into joint to appropriate mark, if available on pipe. City of Fayetteville May 30, 2003 • Engineering Division Page 02600-3 I D. Care shall be taken not to exceed the manufacturer's recommendations on the degree of deflection allowed per joint of pipe. A pipe bend shall be installed where necessary to maintain conformance to those recommendations. 3.5 WATER LINES A. The transition from 6 -inch pipe to 2 -inch pipe shall be by means of a tapped 2 -inch plug. B. All valves, bends, hydrant shoes and fittings (including in -line valves) shall have Megalug style retainer glands or approved equal. Valves, bends, reducers and other hardware near bends shall be positively bolted, all -threaded, or mechanically joined to each other. Bolted includes single and double flanged adapters (such as Foster Adapters or Swivel Adapters) which provide a solid bolted or mechanical joint type connection. C. For all -thread attachments, eye -bolt style attachments are not acceptable. Romac "Ductile Lug" style attachments or approved equal shall be used. All -threads shall be made of 316 stainless steel. D. Ninety degree (90°) bends shall only be used on a by -exception basis, and must each be specifically approved by the City. Forty-five degree (45°) bends shall be used in locations where.90" bends would otherwise be considered. E. Where ductile iron pipe is being laid, polyethylene encasement shall be installed in accordance with ANSI/AWWA Cl 05, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. All ductile iron, brass, cast iron or stainless steel pipe, fittings and/or adapters shall have polyethylene encasement. F. A trace wire shall be laid adjacent in all trenches and shall be looped around the pipe at least once per joint and connected to all valves and fittings. The trace wire shall provide a continuous electrical circuit, and shall have splices that are 3M DBY-6 connectors or approved equal. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details such that the water line can be traced from the meter/valve box. A tracing test shall be required prior to final acceptance. G. Pipe detection tape shall be provided in all trenches for water line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. 3.6 BACKFILLING A. Pipe Covering 1. Place minimum 12 inch of grit over top of PVC pipe and fittings. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. 2. Place minimum 6 inch of grit over top of iron pipe and fittings. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. 3. Place job excavated select material from bedding of reinforced concrete pipe and compact to 90 percent of standard proctor density when groundwater is not encountered. 4. When groundwater is encountered in storm sewer pipe construction, place concrete rock for a minimum of 18 inches above the underdrain pipe as initial backfill. B. See Section 02220 for remainder of backfill. LI 11 I I I I I I I L1 I I I I I City of Fayetteville May 30, 2003 , Engineering Division Page 02600-4 I L I I r r I 1 I I I I I I I L Li C. For Water Lines: Maximum pipe cover shall be 60 inches under normal conditions. Cover greater than 60 inches shall be allowed for short distances where required by field conditions. No hydrants shall he allowed where lines are greater than 60 inches deep. Minimum pipe cover shall he 36 inches. Cover shall be measured from the top of the pipe barrel and shall he further defined as: I. Land Level Normal to the Direction of the Pipeline: ,line: Cover shall he measured from the top of the barrel of the pipe to the top of the existing natural ground surface. 2. Cut Sections: Cover shall be required and shall he measured from the top of the pipe barrel to the planned grade. 3. Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted prior to laying the water line. 4. Along and Under Streets: The Cover along streets shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. Cover under streets shall he measured from the top of the subgrade. D. Existing Utility Crossings: Expose utilities located between two manholes 24 hours minimum before the downstream manhole is constructed. Wherever possible sewer will he adjusted to provide necessary clearance. 3.7 THRUST BLOCKING A. Construct thrust blocking at all pipe fittings, including bends and reducers, as indicated on the Drawings. B. Concrete for thrust blocking is specified in section 03316 C. Construct thrust blocking between pipe and undisturbed earth. If trench conditions do not exist, either extend thrust blocking or backfill over excavation and dig new trench to obtain trench conditions. D. All fittings shall be wrapped with 8 mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All bends, tees, etc. shall remain open until inspected by the City. End of Section 02600 ' City of Fayetteville Engineering Division May 30, 2003 Page 02600-5 Section 02720 STORM SEWER SYSTEM Part I - GENERAL 1.1 SECTION INCLUDES A. Storm sewer drainage piping, fillings, accessories, and bedding. B. Storm water drainage structures, including curb inlets and junction boxes. C. Filter fabric. D. Perforated Plastic Drain Pipe. 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Storm Sewer Piping. 1.3 RELATED SECTIONS A. Measurement and payment provisions are specified in Section 01025. B. General quality control provisions and the division of responsibility for laboratory testing services are specified in Section 01410, C. Excavation safety is specified in Section 02161. D. Restoration of disturbed areas is specified in Section 02261. E. Pipe installation is specified in Section 02600. 1.4 UNIT PRICES A. Unit prices for work covered under this section are defined in Section 01025, including incidentals, related work, method of measurement, and, partial payment provisions, if any. 1.5 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) I. M 36, "Metallic (Zinc or Aluminum) Coated Corrugated Steel Culverts and Underdrains". 2. M 198, "Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets". B. American Society for Testing and Materials (ASTM) I. A 48, "Standard Specification for Gray Iron Castings". 2. C 76, "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe". 3. C 443, "Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets". City of Fayetteville May 30, 2003 Engineering Division Page 02720-1 I 1.6 SUBMITTALS A. Product Data: Provide data on pipe materials, pipe fittings, and accessories. 1.7 QUALITY ASSURANCE ' A. Materials furnished shall be manufactured by a manufacturer regularly engaged in providing storm water drainage piping and appurtenances complying with the specified standards. 1.8 DELIVERY, STORAGE, AND HANDLING A. Pipe sections shall be received at site and immediately inspected for damage and defects, and, if grading work is essentially complete, shall be distributed in the approximate locations where they will be installed. If grading work is not complete, handle and store in such a way to minimize damage. ' Part 2- PRODUCTS 2.1 STORM SEWER PIPE MATERIALS A. Reinforced Concrete Pipe: Comply with requirements of ASTM C 76, Class III, unless another class is indicated on the Drawings. Joints shall be bitumen type, such as "Ram-Nek", or equal. B. Corrugated Steel Pipe: Galvanized with bituminous coating, or aluminized complying with AASHTO M 36, Type 1, 16 gage unless another gage is indicated on the Drawings. Joints to be any of the types specified in AASHTO M 36. This pipe material is to be used only where indicated on the Drawings. 2.2 ACCESSORIES A. Flared End Sections: Manufactured of reinforced concrete, to similar strength and dimensions as for pipe supplied in accordance with ASTM C 76, for Class III pipe. Joints to be as required for reinforced concrete pipe. 2.3 METAL CASTINGS A. Manhole Lids and Frames: Cast iron, conforming to ASTM A 48, Class 30A. Bearing surfaces between rings and covers or frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter of the contact area. Paint with a rust inhibitive paint after installation. 2.4 PERFORATED PLASTIC DRAIN PIPE A. The four inch diameter perforated plastic drain pipe shall be corrugated polyethylene tubing, heavy duty type, conforming to AASHTO M 252. Minimum pipe stiffness shall be 30 psi at 10 percent deflection. Sizes are indicated on the Drawings. Pipe shall be perforated to allow water that would collect in the trench to enter the drain pipe and flow to the nearest drainage structure. Perforation shall be slits, not holes. Locations of these pipes may be determined by Engineer based on field conditions. However, plastic drain pipe shall be provided on all storm sewer installations, unless otherwise noted by the Engineer. The Combination Storm Sewer and Trench Drain Detail, for paved or non -paved areas, and the Underdrain (Trench Drain) detail indicate on the Drawings the pipe and associated construction. C I I I I City of Fayetteville May 30, 2003 Engineering Division Page 02720-2 I • 2.5 FICI'ER FABRIC A. The filter fabric shall he a nonwoven geotextile meeting the requirements of AASIITO M 288. This fabric shall comply with the requirements of Type I for Subsurface Drainage, Class A. Such fabric shall have a permeability of 0.34 cm/sec or greater. ' 2.5 SOURCE QUALIFY CONTROI. A. Manufacturing plant shall have a standing quality control program in place. B. Factory testing of the specific units to be supplied for this project is not required, except as they maybe tested as part of standing quality control policy. Engineer may require testing of specific units to be supplied for this project if there evidence that the units supplied do not conform with the specified ' standards. ' Part 3 - EXECUTION 3.1 STORM SEWER PIPING A. Install storm sewer piping as described in Section 02600. ' 3.2 FILTER FABRIC A. When required ( for underdrain detail and the retaining wall detail ), the filter fabric shall be installed as shown on the Drawings. Care shall be taken during the placement of the granular filter material operation, as well as pipe installation, to prevent damage to the fabric. The granular filter material shall he compacted by the use of a vibratory compactor to the satisfaction of the Engineer before making the ' filter fabric closure at the top of the trench. 3.3 PERFORATED PLASTIC DRAIN PIPE A. Provide perforated plastic drain pipe within pipe trench to assure proper drainage of embedment material. The location of plastic drain pipe shall be called out on the Drawings on the Combination Storm Sewer and Trench Drain detail oras underdrain installation with filter fabric. 'The retaining wall detail indicates plastic drain pipe and shall be provided in accordance with these Specifications. B. Upstream end of drain pipe shall be fitted with a cap to prevent embedment material or soil material from entering. The downstream end shall terminate into a drainage structure. The pipe shall be installed in such a manner that continuous outflow is provided during construction. Drain pipe shall be installed according to the details indicated on the Drawings. Only granular material such as concrete ' rock or other similar material approved by the Engineer, having good drainage characteristics, shall be used in trenches where plastic drainage pipe is used. End of Section 02720 I I ' City of Fayetteville May 30 2003 Engineering Division Page 02720-3 I Section 02840 SIGNAGE ' Part I -GENERAL 1.1 SECTION INCLUDES A. Furnishing and installing signs of all types required, complete with bases, posts, and fastening hardware. 1.2 REI.ATEI) SECTIONS A. Provisions for measurement and payment are specified in Section 01025. B. Concrete is specified in Section 03316. ' 1.3 UNIT PRICES A. Unit prices for work covered under this'section are defined in Section 01025, including incidental items, ' related work, method of measurement, and partial payment provisions, if any. 1.4 REFERENCES ' A. Manual of Uniform Traffic Control Devices (MUlCD). II). American Society for Testing and Materials (ASTM). 1. B 209, "Specification for Aluminum and Aluminum -Alloy Sheet and Plate". 2. B 221, "Specification for Aluminum and Aluminum -Alloy Extrude d bars, Rods, Wire, Shapes, ' and Tubes". C. Arkansas Highway and Transportation Department (AllTD) "Standard Specifications for Highway Construction", 1993 Edition, referencing the following specific sections. II. Section 723, "General Requirements for Signs". 2. Section 725, "Guide Sign". 3. Section 726, "Standard Sign". 4. Section 729, "Channel Post Sign Support". 1.5 SUBMITTALS A. Submit shop drawings showing arrangements and spacing of letters, symbols, and borders for each type of sigh; support to be used with each different type of sign; and proposed method of attaching sings to supports. 13. Certified test reports covering sign panels, reflective sheeting, and prismatic reflectors will be required ' only if Engineer believes signs delivered to the site or installed do not conform to the specified requirements. I ' City of Fayetteville May 30, 2003 Engineering Division Page 02840-I I 1.6 QUALITY ASSURANCE I A. Signage materials shall be manufactured by a manufacturer regularly engaged in producing signage materials complying with the specified standards. B. Installation of signs shall be accomplished with workers experienced in construction of the type of signage specified. Part 2- PRODUCTS 2.1 MATERIALS 1 A. Signs shall meet the requirements of the MUTCD, Standard Highway Signs. B. Colors for signs shall match colors specified in the MUTCD. Color and size of letters, symbols, borders, and background on signs shall be as specified in the MUTCD. C. Signs shall be made of aluminum and shall be reflectorized. D. Standard signs shall be fabricated without stiffeners on the back, of aluminum alloy conforming to ASTM B 209, Alloy 5052 H38, and shall consist of a single sheet of aluminum. Sign blank thickness shall be 0.100 inch for signs 5 square feet or less; and 0.125 inch for a sign size greater than 5 square feet. Sign blanks shall be flat and straight and within commercial tolerances established by the aluminum industry. E. Fabricate signs from either one piece extruded aluminum panels or extruded and welded panels. One piece extruded aluminum panels shall be fabricated of aluminum alloy conforming to ASTM B 221, Alloy 6063 T6. Extruded and welded aluminum panels shall be fabricated of sections of extruded aluminum alloy stiffeners conforming to ASTM B 221, Alloy 6063 T6 welded to flat sheet aluminum alloy conforming to ASTM B 209, Alloy 3003 H 18. Welds shall be spot welds approximately 9 inches apart. F. One piece extruded aluminum panels shall be a minimum of 12 inches wide, except one 6 inch panel , may be used per sign face when necessary to construct sign as indicated on the Drawings. G. Extruded and welded sign panel sections shall be either 2 feet of 3 feet in width. Exceptions to this are defined in AHTD Section 723.02. H. Panels to which reflective sheeting is to be applied shall be degreased, etched, and alodized. Degreasing shall be done by either vapor method or alkaline method. Vapor degreasing shall be accomplished by total immersion of sign panels in a saturated vapor of trichloroethylene or perchloroethylene. Alkaline degreasing shall be accomplished by immersion of the sign panels in a tank containing alkaline solutions, controlled and titrated to the solution manufacturer's recommendations. Immersion time shall depend upon amount of soil present and the gage of the metal. Trade mark printing shall be removed with lacquer thinner or by a controlled alkaline cleaning system. I. Etching shall be done by the acid method, in accordance with the requirements of AHTD Section 723.02. J. Sign panels shall be treated by alodizing process to uniformly provide a chemically formed light and tight amorphous coating that becomes an integral part of the aluminum alloy. This process shall be City of Fayetteville May 30, 2003 Engineering Division Page 02840-2 accomplished in accordance with the recommendation oft he manufacturer of the coating. K. Fabrication, including cutting and punching of holes shall be completed prior to degreasing, etching, ' alodizing, and the application of reflective sheeting. L. Panels shall be free of buckles, warp, dents, cackles, burrs, and defects resulting from fabrication. Surface of panels shall be flat. M. Reflective sheeting shall conform to AHTD Section 723.02. N. Legend, which includes letters, numerals, symbols, arrows, and border, shall conform to AliTD Section 723.02. ' O. Post sign supports shall be made of a U -section channel or galvanized steel pipe and support as indicated on the Drawings. Part 3 - EXECUTION 3.1 EXAMINATION A. Examine sign materials upon receipt at the site. Remove damaged sign materials. ' 3.2 ERECTION A. Erect signs at the locations indicated on the Drawings. B. Erect signs plumb and to the indicated vertical and horizontal dimensions and clearances. C. Minimum horizontal clearance to any ground mounted sign shall be as specified in the MUTCD. D. Erect signs so that sign face is vertical and at 93 degrees away from center of the lane which the sign serves and away from the direction of travel. Where lanes divide and on curves, orient sign faces so as to be most effective both day and night, and to avoid possibility of spccular reflection. E. Field drill holes in sign support structure only when specified in the Drawings or as directed by Engineer. 11 IJ II 3.3 ADJUSTING A. After signs have been installed, Engineer will inspect signs at night. lfspecular reflection is apparent on any sign, adjust sign position to eliminate this condition. 3.4 CLEANING A. Clean installed signs of any construction dirt or dust. End of Section 02840 ' City of Fayetteville May 30, 2003 Engineering Division Page 02840-3 I I Section 02842 SERVICE POINT ASSEMBLY DESCRIPTION: This item consists of furnishing and installing a distribution panel, circuit breakers, lightning arrestor, weatherhead, clamps, conduit, wiring, treated timber pole, ground rod and miscellaneous fittings at locations designated on the plans and in accordance with the latest version of the National Electrical Code. ' CONTRACTOR shall perform all necessary liaison with local power companies in order to ascertain such specific requirements as the power company may apply to each location. ' MATERIALS AND CONSTRUCTION REQUIREMENTS: The pole shall be a Class VI treated timber and shall be treated in accordance to the Standard Specifications for "Timber Bridges", Section 817. The pole shall have a type of preservative , be of proper size and be installed to the satisfaction of the local power ' company. Height of the service riser weatherhead shall be 12 feet or greater depending on street crossings or other obstructions. ' The required weatherhead, steel conduit, conduit nipples, couplings, clamps and other fittings exposed to the weather shall be hot dipped galvanized steel and shall he attached to the pole in such a manner as to facilitate the final steel conduit connecting weatherhead, service disconnect, distribution cabinet, photocell, and tying into ' underground circuits is considered subsidiary to service point assembly. CONTRACTOR shall furnish and install service feeder wire from the distribution cabinet to the main breaker ' and from the main breaker past the weatherhead. Tic -in and splicing of the service feeder wire to the secondaries supplied by the local utility will be performed by others and shall not be considered a part of this contract. Grounding shall be as shown on the Detail Sheet. ' Mounted on the pole shall be NEMA 4X enclosure(s), circuit breaker(s), distribution panel and main breaker of a design and model number suitable to the local power company and as approved by ENGINEER. The circuit ' breaker(s) shall be magnetic trip only and sized in accordance with the plans. If required, a meter base provided by the utility company shall be installed above the distribution panel. All enclosures and circuit breakers shall be rated for 480 V.A.C. or greater, unless otherwise designated on the plans sheets. IA Service Point Assembly, with two or more circuits, shall consist of a main breaker in a weatherproof cabinet and separate distribution panel with breaker(s), lightning arrestors, and other auxiliary equipment, in a weatherproof cabinet of the size and type specified in the plans. Where plans specify a circuit as "Photo" (Photo Controlled), a 2 -pole contactor with photocell, wiring and manual switching shall also be provided as outlined on the detailed sheet. ' Service Point Assembly, with two or more circuits, shall also include a 15 Amp, 120 V.A.C. breaker and duplex receptacle (ground fault interrupter) mounted on a separate line from the lighting branch circuits, but in the same enclosure. Where 120 V.A.C. is not available, receptacle will be of a suitable type acceptable to ' ENGINEER, to prevent connection of 120 V.A.C. standard plugs, and shall be clearly marked as to rating. An auxiliary breaker and receptacle is not required for single (1) circuit service point assemblies. I I City of Fayetteville May 30, 2003 Engineering Division Page 02842-I .L J Plans Plans may require fewer circuits to be utilized than the number specified for a Service Point Assembly. For each unused circuit, vacant space and terminal facilities shall be available for future addition of a 40 amp two pole breaker (or greater). Where designated in the plans as "Vacant" and "Photo", space shall also be available for addition of a photo controlled contactor assembly. Lightning arrestor shall be of a type approved by ENGINEER. A single (1) circuit Service Point Assembly shall not require auxiliary distribution panel or breaker. Only the main breaker and surge suppressor is required for single circuit designated units with no separate enclosure for a distribution panel. End Of Section 02842 I I I I I I I I I I I I j [i E II City of Fayetteville May 30, 2003 , Engineering Division Page 02842-2 I I L I Section 02843 LtJMINAIRE ASSEMBLY (Cutoff Type) I. Description. This work shall consist of furnishing and installing luminaire assemblies on traffic signal poles, including the accessories, in accordance with these specifications and at the locations shown on the plans or as directed. 2. Materials and Construction Requirements: A. Luminaire. Each luminaire assembly shall consist of a "Cobra Head", power door style; "Cutoff' type flat glass refractor, 250 -watt high-pressure sodium lamp with 27,500 lumens, and optics to produce a Medium Cutoff Type -III light distribution. As a minimum, 40% of Light Flux values shall be maintained on the Downward Street Side; with greater than 0.002 foot-candles per 1000 lamp lumens at a point of " I x 4" mounting heights on the downward street side. The luminaries shall be all aluminum die cast hinged construction with an "Alzak" aluminum reflector, single element refractor or sealed optical system design for tilted or level operation. Each luminaire assembly shall have a photocell and receptacle in top of the luminaire housing near the center and shall meet the requirements of the local utility company. All luminaries shall contain built-in ballasts with power door assembly, and be of an approved streamlined ' design. Ballasts shall be of the auto regulated, 10 KV BIL type, multi -tap wired for line voltage as indicated on the plan sheets (plus or minus 10% line voltage, variation), 60 -cycle, single phase, multiple circuit operation, with high power factor (90% or higher). The ballast shall be suitable for the proper operation of one ' 250 -watt high pressure sodium lamp with a minimum open circuit voltage as specified on the plan sheets, and shall be an easily replaceable pan of the luminaire assembly. I II L] I I I I luminaire assemblies (with accessories) shall be supplied in one style or model number from one manufacturer only. The contractor shall submit manufacturer's brochures with illustration and data to the City of Fayetteville for approval of luminaries, accessories and installation details. B. Photo Cell. Each luminaire assembly shall have a photocell and receptacle in the top of the luminaire housing. Photocell shall he Fisher -Pierce Model #7790-B (105-285 VAC) or as approved. Photocell shall operate at the same voltage rating as the luminaire ballast. End of Section 02843 I City of Fayetteville May 30, 2003 En ineerin Division K K Page 02843-1 ' Section 02844 ELECTRICAL CONDUCTORS -IN -CONDUIT 1. Description. This item consists of furnishing and installing electrical conductors from point to point ' as indicated on the plan sheets. 2. Materials. The electrical conductors shall consist of cables of the gauge and number of conductors specified on the plan sheets, and shall be USE rated (single conductor) or OF rated, suitable for underground duct installation in wet or dry locations. Electrical conductors shall be solid or stranded copper unless otherwise approved by the Engineer. Where specified "Equipment Ground Conductor" (EGC), conductor shall he a copper safety ground of either bare copper or green insulated of the size and quantity shown. 3. Construction Requirements. Splices are allowed at pole bases or as approved by the Engineer. Unless waterproof quick disconnects are used, Splicing methods considered acceptable are: Soldered, compression connectors of proper size employing cyclic crimping devices, terminal strips, or other method ' approved by the Engineer. Splices on terminal strips shall utilize proper spade lugs. All splices shall be waterproof. When taping is required, the wire shall be covered with six (6) layers of plastic electrical tape and scaled with "Scotch -Coat" or other similar electrical sealing material. Where wire nuts are used, ' soldering, taping and sealing is still required. Electrical insulating putty may be used to round off sharp comers of wire or connectors before applying tape. Slack cable (3 ft. min.) shall remain at each splice location. 1 H II End of Section 02844 City of Fayetteville May 30, 2003 Engineering Division Page 02844-1 I I I I I Section 02845 ELECTRICAL, CONDUCTORS FOR LUMINAIRES 1. Description. This item consists of furnishing and installing electrical conductors as noted on the plans. This shall include conductors from the luminaire service point to the luminaire disconnect point and from the luminaire disconnect point to luminaires mounted on the traffic signal poles. Circuit breakers and weatherproof breaker boxes are considered subsidiary to "Electrical Conductors for Luminaires" and shall be provided and installed by the Contractor at the luminaire disconnect point. 2. Materials. The electrical conductors shall consist of two conductor cables (012 AWG). Electrical conductors shall he stranded or solid copper OF rated 600 volt, suitable for underground duct installation in wet or dry locations. Electrical conductors shall comply to ASTM Specification L33. The insulation and sheath shall comply to ASTM Specifications 1)754 and D752. Circuit breakers shall be rated at 20 amps. 3. Construction Requirements. The Contractor shall furnish and install a luminaire disconnect (20 amp circuit breaker assembly and weatherproof box) at the location designated on the plans that meets the requirements of the local utility company. The Contractor shall connect the circuit breaker assembly to the line side of the service point supplying the controller. Conductors for luminaires shall run directly from load side of luminaire disconnect to luminaires mounted on signal poles. Disconnect or trip of luminaire disconnect shall not effect power to controller. I.umm:ure disconnect shall be clearly labeled as "Street Light" circuit. Splices arc allowed at pole bases or as approved by the Engineer. Splicing methods considered acceptable are: Soldered, compression connectors of proper size employing cyclic crimping devices, terminal strips, or other method approved by the Engineer. Splices on terminal strips shall utilize proper spade lugs. All splices shall be waterproof. When taping is required, the wire shall be covered with six (6) layers of plastic electrical tape and sealed with "Scotch -Coat" or other similar electrical sealing material. Where wire nuts are used, soldering, taping and sealing is still required. Electrical insulating putty may be used to round off sharp comers of wire or connectors before applying tape. Slack cable of 2 ft. (min.) shall remain at each splice location or at end of luminaire ann when luminaire is not to be installed by contractor. Final connection of power from the local utility to the service point will be made by others. End of Section 02845 City of Fayetteville May 30, 2003 Engineering Division Page 02845-1 I Section 02846 LED TRAFFIC SIGNAL MODULES (12") ' 1. Description. This item consists of furnishing and installing 12" LED Vehicle Traffic Signal Modules and 16"x18" LEI) Pedestrian Signal Modules in the traffic and pedestrian signal heads as noted on the plans. LEI) • traffic signal modules are considered subsidiary to "Traffic Signal Flead" and "Pedestrian Signal Head". No separate payment will be made for this item. 2. Materials. The Contractor shall furnish the following LEI) modules manufactured by GELCORE Corporation: ' 12" Green Ball, Clear Lens............................................................................ DR6-GCFB-20A-40 12" Yellow Ball................................................................................................... DR6-YTFB-23A 12" Red Ball................................................................................................... DR6-R'1'1.B-20A-40 12" Green Arrow, Clear Lens.......................................................................... DR6-GCAAN-21A 12" Yellow Arrow............................................................................................DR6-YTAAN-21A 16"x18" Pedestrian Overlay, Full Iland, Outline Person......................................PS7-CFI,2-01A 3. Construction Requirements. The Contractor shall install the LED Traffic Signal Modules in compliance with the manufacturer's instructions and recommendations. I End of Section 02846 I I J I I I. City of Fayetteville May 30, 2003 Engineering Division Page 02846-I [1 Section 02900 LANDSCAPING PART I - GENERAL 1.1 SECTION INCLUDES A. Furnish and install all materials and perform all landscaping work in accordance with the Specifications, Drawings, and any instructions provided. All work completed and materials furnished and installed shall be of the best quality and shall be in strict accordance with the intention of the Drawings, Specifications and samples. B. In addition to other standard provisions, also provide the following. I. Maintenance necessary during Establishment Period. 2. Replacement in kind, or with a substitute acceptable to Engineer, of all plant materials not in a healthy growing condition or that has died back to the crown or beyond normal pruning limits. 3. Repair or replace any damage caused by construction; dispose of all rubbish and excess soil. ' 1.2 RELATED SECTIONS A. Section 02100 - Site Preparation ' B. Section 02161 - Excavation Safety C. Section 02220 - Excavation and Embankment • 13 REFERENCES A. American Association of Nurserymen, Inc.: American Standard for Nursery Stock 1.4 SUBMITTALS A. If requested, provide samples of landscaping materials to Engineer for approval. L B. Submit certification tags from trees, shrubs and seed verifying type and purity. 1.5 QUALITY ASSURANCE A. Plants shall be measured when branches are in their normal position. B. Shrubs shall meet the requirements for spread, height or container size indicated in the Plant List on the Drawings. The measurements are to be taken from the ground level to the average height of the shrub and not to the longest branch. Height and spread dimensions specified refer to the main body of the trees (measured from the crown of the roots to the tip of the top branch) shall be not less than 24 inches or as required by city ordinance. IC. Caliper measurements shall he taken at a point oil the trunk 6 inches above natural ground line for trees up to 4 inches in caliper, and at a point 12 inches above the natural ground line for trees exceeding 4 inches in caliper. D. If a range of size is given, no plant shall be less than the minimum size, and not less than 50 percent of the plants shall be as large as the upper half of the range specified. E. Measurements specified are the minimum size acceptable and, where pruning is required, are the measurements after pruning. ' City of Fayetteville May 30, 2003 Engineering Division Page 02900-I 11 1.6 DELIVERY, STORAGE, AND HANDLING A. Notify Engineer at least 48 hours in advance of the anticipated delivery date of any plant materials. Furnish a legible copy of the invoice, showing kinds and sizes of materials included for each shipment, to Engineer. ' B. Plants transported to the project in open vehicles shall be covered with tarpaulins or other suitable covers securely fastened to the body of the vehicle to prevent injury to the plants. Closed vehicles shall be adequately ventilated to prevent overheating of the plants. 1.7 GUARANTEE A. The condition of all new plant materials is the responsibility of Contractor and shall be approved by , Engineer. B. Until final approval, replace plant materials if necessary at no additional expense of Owner. 1.8 MAINTENANCE OPERATIONS BEFORE APPROVAL A. Plant care shall begin immediately after each plant is satisfactorily installed and shall continue throughout the life of the contract until final acceptance of the project. B. Care shall include, but not be limited to, replacing mulch that has been displaced by erosion or other means, repairing and reshaping water rings or saucers, maintaining stakes and guys as originally installed, watering when needed or directed, and performing any other work required to keep the plants in a healthy condition. C. Remove and replace dead, defective and/or rejected plants as required before final acceptance. , D. Restore grassed areas damaged during the process of the work to a condition satisfactory to Engineer. This may include filling to grade, fertilizing, seeding and mulching. PART 2 - MATERIALS 2.1 PLANTS A. The types and sizes of plants to be furnished are indicated in the Planting List on the Drawings. B. Plant shall conform with requirements of the American Standard for Nursery Stock adopted by the American Association of Nurserymen, Inc., and with the following additional requirements. C. Unless specifically noted otherwise, plants shall be of selected specimen quality, exceptionally heavy, , symmetrical, tightly knit, so trained or favored in development and appearance as to be superior in form, number of branches, compactness and symmetry. Plants shall have a normal habit or sound, healthy, vigorous plants with well developed root system. , D. Plants shall be free of disease, insect pests, eggs or larvae. E. Plants shall not be pruned before delivery. F. Trees with abrasion of the bark, sun scalds, disfiguring knots or fresh cuts of limbs over 1-1/4 inches which have not completely calloused shall be rejected. G. Plants shall be typical of their species or variety and shall have a normal habit of growth and be legibly tagged with the proper name. Plants shall have been grown under climatic conditions similar to those in the locality of the site of the project under construction or have been acclimated to such condition for at least 2 years. City of Fayetteville May 30, 2003 Engineering Division Page 02900-2 I II. The root system of each shall be well provided with fibrous roots. All parts shall he sound. healthy, vigorous, well -branched and densely foliated when in leaf ' I. Plants designated ball and burlap (B&B) must be moved with the root systems as solid units with balls of earth firmly wrapped with burlap. The diameter and depth of the balls of earth must be sufficient to encompass the fibrous root feeding systems necessary for the healthy development of the plant. No plant shall be accepted when the ball of earth surrounding its roots has been badly cracked or broken preparatory to or during the process of planting. The balls shall remain intact during all operations. Plants that cannot be planted at once must he heeled -in by setting in the ground and covering the balls with soil or mulch and then watering. hemp burlap and twine is preferable to treated. If treated burlap is used, all twine is to be cut from around trunk and all burlap is to be removed. ' J. The trunk of each tree shall be a single trunk growing from a single unmutilated crown of roots. No part of the trunk shall be conspicuously crooked as compared with normal trees of the same variety. K. "thickness of each shrub shall correspond to the trade classification "No.I ". Single stemmed of thin plants will not be accepted. The side branches must be generous, well -twigged, and the plant as a whole well -branched to the ground. The plants must be in moist condition, free from dead wood, bruises or other root or branch injuries. 2.2 LOAM OR TOPSOIL A. Place topsoil in areas indicated on the drawings or as specified herein. ' B. Exterior ground within the limits of construction, except surfaces occupied by buildings and structures, paving, and except areas indicated to be undisturbed, shall be topsoiled. C. Place no topsoil until subgrade has been approved. Before placing topsoil, rake subsoil surface clear of stones, debris, and roots. Compact topsoil to form a layer with minimum depth of 4 inches in lawn areas and 12 inches in shrub beds. Topsoil shall he placed so that after final settlement there will be good drainage and conforming to elevations indicated on the Drawings. Maintain surfaces and place ' any additional topsoil necessary to replace that eroded before acceptance. D. Disk, drag, harrow or hand rake subgrade to a depth of 3 inches to provide bond for topsoil. Topsoil which must be transported across finished walks shall he delivered in such a manner that no damage p will be done to the walks. Repair of such damage. E. Topsoil: natural, friable, fertile, fine loamy soil possessing the characteristics of representative • topsoils in the vicinity which produces a heavy growth; free from subsoil, objectionable weeds, litter, sods, stiff clay, stones larger than I inch in diameter, stumps, roots, trash, toxic substances, or any other material which maybe harmful to plant growth or hinder planting operations. Verify amount ' stockpiled and supply any additional as needed. 2.3 FERTILIZER A. Fertilizer shall be delivered to the site, mixed as specified, in the original unopened standard size bags 1 showing weight, analysis and name of manufacturer. Containers shall bear the manufacturer's guaranteed statement of analysis or a manufacturer's certificate of compliance covering analysis shall be furnished to Engineer. Store fertilizer in a weatherproof place and in such a manner that it shall be ' kept dry and its effectiveness shall not be impaired. B. Percentages of nitrogen, phosphorus and potash shall be based on laboratory test recommendations as approved by Engineer. For the purpose of bidding, assume 10 percent nitrogen, 6 percent phosphorus and 4 percent potash by weight. At least 50 percent of the total nitrogen shall contain no less than 3 percent water -insoluble nitrogen. At least 60 percent of the nitrogen content shall be derived from ' super -phosphate containing not less than 18 percent phosphoric acid or bone meal containing 25 to 30 ' City of Fayetteville May 30, 2003 Engineering Division Page 02900-3 I percent phosphoric acid and 2 to 3 percent nitrogen. Potash shall be derived from muriate of potash containing 55 to 60 percent potash. 2.4 SHREDDED HARDWOOD BARK MULCH A. Shredded hardwood bark mulch or approved equal shall be used as a 4 inch top dressing in plant beds , and around trees planted in this project. Single trees or shrubs shall be mulched to the outside edge of the saucer. Mulch shall be of sufficient character as not to be easily displaced by wind or water 1 runoff. 2.5 STAKING MATERIAL A. Stakes shall be 2" x 3" x 8' pressure treated wood. Three stakes per tree. , B. Wire tree staking shall be pliable No. 12 galvanized soft steel wire. C. Hose shall be two-ply fiber -bearing rubber garden hose, not less than 2 inch inside diameter, black or green, and of suitable length. 2.6 WATER A. Water shall be free of any substances that might be harmful to plants. It is not necessary to use potable water; however, if non -potable water is used, take precautions to avoid human consumption. 2.7 LAWN SEED ' A. Lawn seed mixture shall be fresh, clean new crop seed. Furnish to Engineer the supplier's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Seed mixture shall be as indicated on the Drawings. 2.8 WEED MAT A. Weed mat shall be "Dewitt Weed Barrier" or equal. Weed mat shall be placed under all planting , areas not to be seeded, or as indicated on the Drawings. The mat shall be covered with mulch and secured in place by soil anchors. 2.9 EROSION CONTROL BLANKET/FABRIC NETTING , A. Furnish and install where indicated on drawings "Curlex" blankets: by American Excelsior Company; "Polyjute" Style 465 GT: by Synthetic Industries or equal. B. The area to be covered shall be properly prepared, fertilized, and seeded before blanket is applied. When blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. In ditches the blanket shall be applied in the direction of the flow of water, butted snugly at ends and side and stapled. On slopes, the blankets shall be applied either horizontally or vertically to the slope. Ends and sides shall be butted snugly and stapled. Staple to manufacturer's recommendations. 2.10 MISCELLANEOUS LANDSCAPING PRODUCTS A. Provide other landscaping products referred to on the Drawings. Such products shall be new and of good quality for the purpose intended. PART 3 -PLANTING PROCEDURES 3.1 WEATHER CONDITIONS A. Work must be carried out only during weather conditions favorable to landscape construction and to the health and welfare of plants. City of Fayetteville May 30, 2003 Engineering Division Page 02900-4 I 3.2 PROTECTION OF EXISTING PLANTS A. Before commencing work, trees and shrubs which are to be saved must be protected from damage by the placement of fencing flagged for visibility or sonic other suitable protective procedure approved by Engineer. No work may begin until this requirement is fulfilled. B. In order to avoid damage to roots, hark or lower branches, no truck or other equipment shall he driven I or parked within the drip line of any tree, unless the tree overspreads a paved way. C. Use precautionary measures when performing work around trees, walks, pavements, utilities. D. Adjust depth of earthwork and loaning when working immediately adjacent to any of the aforementioned features in order to prevent disturbing tree roots, undermining walks and pavements, and damage in general to any existing or newly incorporated item. •' E. Evidence of inadequate protection following digging, carelessness while in transit, or improper handling or storage shall be cause for rejection. All plants shall be kept moist, fresh, and protected. Such protection shall encompass the entire period during which the plants arc in transit, being handled, or are in temporary storage. F. Where excavating, fill, or grading is required within the branch spread of trees that are to remain, the work shall be performed as follows. ' I. Trenching: When trenching occurs around trees to remain, the tree roots shall not be cut but the trench shall be tunneled under or around the roots by careful hand digging and without injury to the roots. ' 2. Raising Grades: When the existing grade at tree is below the new finished grade, and fill not exceeding 16 inches is required, clean, washed gravel graded front I to 2 inches in size shall be placed directly around the tree trunk. The gravel shall extend out from trunk on all sides a minimum of 18 inches and finish approximately 2 inches above the finished grade at tree. Install gravel before any earth fill is placed. New earth fill shall not be left in contact with the trunks of ' any trees requiring fill. Where fill exceeding 16 inches is required, a dry laid tree well shall be constructed around the trunk of the tree. The tree well shall extend out from the trunk on all sides a minimum of 3 feet and to 3 inches above finish grade. Coarse grade rock shall be placed directly around the tree well extending out to the drip line of the tree. Clean, washed gravel graded from 1 to 2 inches in size shall be placed directly over the coarse rock to a depth of 3 • inches. Approved backfill material shall be placed directly over the washed gravel to desired finished grade. 3. Lowering Grades: Existing trees in areas where the new finished grade is to he lowered shall have regrading work done by hand to elevation as indicated. Roots as required shall he cut ' cleanly 3 inches below finished grade and scars covered with tree paint. 4. Trees marked for preservation that are located more than 6 inches above proposed grades shall stand on broad rounded mounds and be graded smoothly into the lower level. Trees located more than 16 inches above proposed grades shall have a dry laid stone wall, or other retaining structure as detailed on the plans, constructed a minimum of 5 feet from the trunk. Exposed or broken roots shall be cut clean and covered with topsoil. ' 3.3 PLANTING COORDINATION A. Inform Engineer of the date when the planting shall commence and of the anticipated delivery date of the material. B. Failure to notify Engineer in advance of order to arrange proper scheduling may result in loss of time or rejection of a plant or plants not installed as specified or directed. I. City of Fayetteville May 30, 2003 Engineering Division g g Page 02900-5 L! 3.4 DIGGING AND HANDLING A. Bare rooted shrubs shall be dug with adequate fibrous roots. Roots of these plants shall be covered with a uniformly thick coating of mud by being puddled immediately after they are dug, or packed in ' moist straw, or moss. B. Balled and burlapped plants shall be dug with firm natural balls of earth of sufficient diameter and depth to include most of the fibrous roots. C. Roots or balls of all plants shall be adequately protected at all times from the sun and from drying winds. D. All balled and burlapped plants which cannot be planted immediately upon delivery shall be set on , the ground and shall be well protected with soil, wet moss or other acceptable material. Bare rooted plants which cannot be planted immediately shall be heeled -in upon delivery. All shall be kept moist. E. Bundles of plants shall be opened and the plants separated before the roots are covered. Care shall be taken to prevent air pockets among the roots. During planting operations, bare roots shall be covered with canvas, hay or other suitable material. No plant shall be bound with wire or rope at any time so as to damage the bark or break the branches. 3.5 FERTILIZING A. Grass or sodded areas shall have fertilizer applied in two applications with a thorough watering I immediately following application. The first application shall be one week before the seeding at the rate of 35 pounds per 1,000 square feet harrowed into the top 2 inches of seed bed. The second , application shall be done at the rate of 25 pounds per 1,000 square feet, immediately following the second mowing. 3.6 TREES AND SHRUB PLANTING OPERATIONS A. Planting operations shall be performed at a steady rate of work unless weather conditions make it impossible to work. No plant material shall be planted in frozen ground. B. Provide sufficient tools and equipment required to carry out the planting operation. 1 C. Plants too large for two men to lift in and out of holes shall be placed with a sling. Do not rock trees in holes to raise. D. Soil mix for plant holes is specified in Paragraph 2.2. E. If rock or other underground obstruction is encountered, Engineer may require plant pits to be , relocated, the pits enlarged or the plants deleted from the Work. F. Locations containing unsuitable subsoil shall be treated in one of the following manners. 1. Where unsuitability within the construction site is deemed by Engineer to be due to excessive compaction caused by heavy equipment or by the presence of boards, mortar, concrete or other construction materials in sub -grade, and where the natural subsoil is other than AASHTO classification of A6 or 7, loosen such areas with spikes, dicing, or other means to loosen the soil to a condition suitable for planting. Remove all debris and objectionable material. Soil should be loosened to a minimal depth of 12 inches with additional loosening as required to obtain adequate drainage. Introduce peat moss, sand, or organic matter into the subsoil to obtain adequate drainage if desired. Such remedial measures shall be considered as incidental to the work and no extra payment shall be made for this part of the work. 2. Where sub -grade is deemed by Engineer to be unsuitable because the natural subsoil falls into an AASHTO classification of A6 or 7 and contains moisture in excess of 30 percent, then such a condition shall be rendered suitable by installation of a sub -drainage system or by other means I City of Fayetteville May 30, 2003 1 Engineering Division Page 02900-6 I described elsewhere in these specifications. Where such conditions have not been known or revealed prior to planting time and where they have not been recognized in the preparation of Contract Document, then Engineer shall issue a change order to install the proper remedial measures. G. Adjustments in locations and outlines shall be made as directed. In the event that pits or areas for planting are prepared and hacktilled with topsoil to grade prior to commencement of lawn operations, ' they shall be so marked that when the work of planting proceeds, they can be readily located. In case underground obstructions such as ledges or utilities are encountered, location shall he changed under the direction of Engineer without charge. H. Holes for trees shall be at least 2 feet greater in diameter than the spread of the root system and as deep as the root ball. Holes for shrubs and vines shall be at least 12 inches greater in diameter than the spread of the root system and at least as deep as the root ball. 1. To the topsoil in the backfilling of tree holes and slutrb beds, there shall be added as the progress of the work permits, manure as herein specified, ground limestone if soil tests indicate it is needed, and ' commercial fertilizer at the rate of 3 pounds for tree up to 3 inches in caliper, I pound per I inch in caliper for larger trees, 6 ounces for small shrubs and 8 ounces for each shrub 4 feet or greater. Ground limestone and manure shall he omitted in the case of acid soil plants. The manure, limestone and fertilizer shall be thoroughly mixed with the topsoil in the planting operation, care being taken that the manure does not come in immediate contact with the roots. J. Plants shall be planted in the center of the holes and at the same depth as they previously grew. Loam ' shall he backfilled in layers of not more than 8 inches and each layer watered sufficiently to settle before the next layer is put in place. Loam shall be tamped under edges of balled plants. Enough topsoil shall be used to bring the surfaces to finish grade when settled. II. A saucer shall be provided around each plant as shown on the Drawings. 2. Plants shall be soaked with water twice within the first 24 hours of time of planting. Water shall be applied with low pressure so as to soak in thoroughly without dislodging the topsoil. r3. Approved weed mat shall be placed under all areas to be covered with mulch. Secure weed mat in place with a soil anchor, then cover with mulch. 4. A 3 inch layer (after settlement) of mulch or approved equal shall be applied directly on top of • weed mat to the entire area of each saucer or planting bed. 3.7 PLANT BED EXCAVATIONS ' A. Excavate tree pits and plant beds to the depth indicated on the Drawings. 3.8 MAINTENANCE DURING CONSTRUCTION ' A. Maintenance shall begin immediately after planting. Plants shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated, and otherwise maintained and protected until provisional acceptance. Settled plants shall be reset to proper grade and position, planting saucer restored and dead material removed. Stakes and wires shall be tightened and repaired. Defective work shall be corrected as soon as possible after it becomes apparent and weather and season permit. 11. If a substantial number of plants are sickly or dead at the time of inspection, acceptance shall not be granted. Maintenance of plants shall then be extended until replacements are made. C. Replacements shall be plants of the same kind and size indicated on the Plant List on the Drawings. They shall be furnished and planted as specified above at no additional cost to Owner. Replacements resulting from removal, loss, or damage due to occupancy of the project in any part, vandalism, physical damage by animals, vehicles, etc., and losses due to curtailment of water by local authorities City of Fayetteville May 30, 2003 Engineering Division Page 02900-7 shall be approved and paid for by Owner. D. Plants shall be guaranteed for a period of one year after inspection and provisional acceptance. E. At the end of the Establishment Period, inspection shall be made again. Any plant required under this contract that is dead or unsatisfactory to Owner shall be removed from the site. These shall be replaced during the normal planting season. 3.9 SEEDING A. All exterior ground within the limit of contract, except surfaces occupied by buildings and structures and paving, except areas indicated to be undisturbed, shall be seeded or planted as indicated on the , Drawings. B. Furnish topsoil, finish grading, prepare seed bed, seed and maintain areas as indicated on the Drawings. Special attention must be given to those areas of slope greater than 3:1. Notify Engineer if extreme slopes present difficulty in bed preparation, top soil placement or materials prescribed. C. Seed Bed Preparation - Grade areas to finish grades, filling as needed or removing surplus dirt and floating areas to a smooth, uniform grade as indicated on grading plans. All lawn areas shall slope to drain. Where no grades are shown, areas shall have a smooth and continual grade between existing or fixed controls (such as walks, curbs, catch basin, elevational steps or building) and elevations shown on the Drawing. Roll, scarify, rake and level as necessary to obtain true, even lawn surfaces. Finish grades shall meet approval of Engineer before grass seed is sown. Loosen soil to a depth of 6 inches in lawn areas by approved method of scarification and grade to remove ridges and depressions. Remove stones or foreign matter over 2 inches in diameter from the top 2 inches of soil. Float lawn areas to approximately finish grades. D. Seed beds should be permitted to settle or should be finned by rolling before seedings are made. E. Seeding shall not be performed in windy weather. , F. Seeding shall be done in two directions at right angles to each other. G. Lawn areas shall be seeded by sowing evenly with an approved mechanical seeder at the rate of a , minimum of 5 pounds per 1,000 square feet. Culti-packer or approved similar equipment may be used to cover the seed and to form the seed bed in one operation. In areas inaccessible to culti-packer, the seeded ground shall be lightly raked with flexible rakes and rolled with a water ballast roller. After rolling, seeded areas are to be lightly mulched with wheat straw. Wheat straw shall not be secured in place with an asphalt emulsion or other petroleum based product. H. If the project completion date prohibits in -season planting, prepare for out -of -season seeding or I sodding so that lawns shall be completed and ready for acceptance at time of project completion, without additional cost to Owner. Lawn maintenance shall be the same as for other planting. I. Maintain lawns for at least 30 days after sodding and 60 days after seeding, or as long as is necessary 1 to establish a uniform stand of the specified grasses, or until substantial completion of the project or until acceptance of lawns, whichever is later. J. In the event that lawn operations are completed too late in the Fall for adequate germination and growth, maintenance shall continue into the following growing season or until a uniform stand of the specified grasses has been established. K. Water seeded areas twice the first week to a minimum depth of 6 inches with a fine spray and once per week thereafter as necessary to supplement natural rain to the equivalent of 1 inch or to a 6 inch depth. , L. The surface layer of soil for seeded areas must be kept moist during the germination period. After first cutting, water as specified above. City of Fayetteville Engineering Division May 30, 2003 Page 02900-8 I M. Make weekly inspections to determine the moisture content of the soil and adjust the watering schedule established by the irrigation system installer to fit conditions. N. After grass growth has started, all areas or parts of areas which fail to show a uniform stand of grass for any reason whatsoever shall he reseeded in accordance with the Drawings and as specified herein. Such areas and parts of areas shall be reseeded repeatedly until all areas are covered with a satisfactory growth of grass at no additional cost to Owner. O. Watering shall be done in such a manner and as frequently as is necessary to assure continued growth of healthy grass. Water in such a way as to prevent erosion due to excessive quantities applied over small areas and to avoid damage to the finished surface due to the watering equipment. P. Water for the execution and maintenance of this work shall be provided by the Contractor. Q. Mowing of the seeded areas shall be initiated when the grass has attained a height of 12 to 2 inches. Grass height shall be maintained between I and 12 inches at subsequent cuttings depending on the time of year. Not more than 1/3 of the grass leaf shall be removed at any cutting and cutting shall not occur closer than 10 days apart. R. When the amount of grass is heavy, it shall be removed to prevent destruction of the underlying turf. If weeds or other undesirable vegetation threaten to smother the planted species, such vegetation shall be mowed or, in the case of rank growths, shall be uprooted, raked and removed from the area. ' S. Protect seeded area against trespassing while the grass is germinating. Furnish and install fences, signs, harriers or any other necessary temporary protective devices. Damage resulting from trespass, erosion, washout, settlement or other causes shall he repaired at no expense to Owner. T. Remove fences, signs, barriers or other temporary protective devices after final acceptance. I End of Section 02900 I I F I I I I I City of Fayetteville Engineering Division May 30, 2003 Page 02900-9 I I I I I I I I I I I I C I I Section 401 PRIME AND TACK COATS AND EMULSIFIED ASPHALT IN BASE COURSE 401.01 Description. this item shall consist of a single application of asphalt material and blotter material, if required, applied to the completed and approved subgrade, to the base course, or on the existing asphalt or concrete surface according to these specifications and in reasonably close conformity with the lines shown on the plans or as directed. 401.02 Materials. Materials shall conform with the requirements provided under Section 403. A medium curing cutback asphalt or an asphalt penetrating prime will be used for prime coat and a rapid curing cut -hack or an emulsified asphalt will be used for tack coat. Emulsified asphalt conforming to grades SS -1, SS -I h, CSS-I, or CSS- I h shall be used for emulsified asphalt in base course. Dependent upon the texture of the base and the season of the year that work is being performed, the Engineer will select the particular grade of the type of asphalt material that will be used. 401.03 Construction Requirements. The methods employed in performing the work, and all equipment, tools, and machinery used in handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started, and whenever found unsatisfactory, shall be changed and improved as required. All equipment, tools, and machinery used shall be maintained in a satisfactory working condition and shall meet the requirements of Section 403. The surfaces of all structures shall be protected by some satisfactory method to prevent their being disfigured by the application of asphalt material. Objectionable asphalt discoloration, caused by the Contractor's operations, shall be removed from all roadway and bridge structures at no cost to the Department. (a) Cleaning. If needed, the surface to be treated with prime or tack coat shall be cleaned of dust, dirt, and loose or foreign material by sweeping with mechanical brooms immediately preceding the application of the prime or tack coat. Care shall be taken to clean but not loosen or dislodge the embedded aggregate in base courses. Patches of asphalt, dirt, or other material that do not form an integral part of the surface to be treated shall be removed. When directed, the surface shall be sprinkled with water and given an additional sweeping. The cleaning operations shall be carried only far enough in advance of the application of the asphalt material to ensure the surface being properly prepared at the time of application. When the existing surface is an old concrete pavement, excess joint and crack filler shall be removed from the surface. (b) Application of Prime Coat. After the surface to be treated has been prepared as outlined above, the asphalt material for the prime coat shall be sprayed uniformly over the surface by means of an approved mechanical pressure distributor at the rate of application indicated on the plans, or as directed. Surplus asphalt material collected in surface depressions shall be removed. Following the application of the prime coat, the road will he closed to traffic, if practicable, for a period of time sufficient to allow the proper curing of asphalt coating. Prime coat shall be allowed to cure a minimum of 3 days before any successive application of asphalt material. However, the minimum three day curing time maybe waived when, in the opinion of the Engineer, the prime has sufficiently cured to allow placement of successive courses . No material for a succeeding course shall be placed on a primed base course until the prime coat has cured sufficiently to prevent damage by hauling operations. When shown on the plans or directed by the Engineer, the prime coat shall be applied in half widths in order to allow free passage of public traffic at all times. Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0401-I I Prime coat shall not be applied when the air temperature is below 45° F (7° C), nor shall it be applied to a surface , having excess moisture, nor when general weather conditions, in the opinion of the Engineer, are not suitable. Special precautions shall be observed to ensure a uniform distribution of the asphalt material. The distributor shall be so adjusted and operated as to distribute evenly the material being applied. Deposits of asphalt material upon the road surface in excess of the quantity specified, caused by stopping or starting the distributor, by overflow, leakage, or otherwise, shall be removed. The asphalt material shall be applied at the temperature specified in Section 403. The distributor shall be operated at a pressure of not less than 30 psi (200 kPa) nor more than 70 psi (500 kPa). The Contractor shall provide the necessary facilities for determining the temperature of the asphalt material in the heating equipment and in the distributor, for determining the rate of application, and for securing uniformity of distribution at longitudinal and transverse joints. If the primed surface becomes damaged, such areas shall be cleaned or patched and re -treated at no cost to the Department. At the Contractor's option, Emulsified Asphalt in Base Course, constructed according to the provisions of Subsections 401.02 and 401.03(d), may be substituted in lieu of Prime Coat. Payment for this substitution will be made as Prime Coat. I (c) Application of Tack Coat. When an asphalt course is to be laid on an asphalt or concrete surface, a tack coat shall be applied prior to placing the course. The tack coat shall be applied by means of a pressure distributor in the same manner as outlined above for the application of prime coat. When emulsified asphalt is used it shall be diluted with water as directed. The asphalt material shall be applied at the temperature specified in Section 403. The rate of application shall be from 0.03 gallon to 0.10 gallon per square yard (0.1 Usq m to 0.5 Usq m) as designated by the Engineer. The tack coat shall be applied sufficiently in advance of the asphalt course to allow the proper curing of the asphalt material but shall not be applied so far in advance as to lose its adhesiveness as a result of being covered with dust or foreign material. If the tack coat becomes damaged or covered with foreign material, such areas shall be cleaned as necessary and re -treated at no cost to the Department. (d) Application of Emulsified Asphalt in Base Course. Construction of the base course shall be according to the provisions of Division 300 for the applicable type of base course. Emulsified asphalt shall be incorporated into the top 2" (50 nun) of the base course in a manner that will produce a uniform distribution of the asphalt at the plan designated rate. To facilitate uniform application and distribution, the emulsified asphalt may be added to water at a rate dictated by job conditions. When an existing base course is to be treated, the top 2" (50 mm) of the existing material shall be scarified, treated , as described above, and spread and compacted. At the Contractor's option, prime coat, constructed according to the provisions of Subsections 401.02 and 401.03(b), may be substituted in lieu of Emulsified Asphalt in Base Course on shoulders, driveways, turnouts, islands, detours, temporary roadways, and parking or small, irregular areas. Payment for this substitution will be made as Emulsified Asphalt in Base Course. 401.04 Blotter Course. (a) General. When directed, the fresh prime coat shall be covered by a blotter course in order to permit immediate use of the road by traffic without undue damage to the work or inconvenience to the traveling public. t Arkansas State Highway & Transportation Department Edition of 2003 , Standard Specifications for Highway Construction Page 0401-2 I ' (h) Material. The material for the blotter course may be an approved, clean, sandy material from a local source or may be a commercially processed sand. Material used shall be free from lumps, roots, sticks, or other foreign matter. (c) Construction Requirements. Before the primed surface is opened to traffic, the blotter course shall be distributed evenly over the primed surface in such quantity as may be necessary to blot the surplus asphalt and prevent it from picking up under traffic. The surface shall then be dragged with an approved type of drag broom, supplemented as necessary by hand brooming, so as to distribute the material evenly. 401.05 Method of Measurement. Refer to Section 01025, Measurement and Payment. 401.06 Basis of Payment. Refer to Section 01025, Measurement and Payment. IEnd of Section 401 I L] I L I I I I I I: 1 Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0401-3 I ISection 403 MATERIALS AND EQUIPMENT FOR PRIME, TACK, AND ASPIIAI:I' SURFACE'IREATMENTS 403.01 Mineral Aggregate. The various classes of Mineral Aggregate shall conform to the grading requirements of Subsection 403.02. Composition shall be as follows: Class 1, Class 2, and Class 4 shall he crushed stone, crushed gravel, or crushed steel slag in which at least 90% by weight of the coarse particles have been produced from larger particles by crushing operations and shall contain no more than 5% novaculite. Class 3 shall be crushed or uncrushed gravel, crushed steel slag, or crushed stone. Class 5 shall be composed of material meeting the requirements of either Class 1, Class 2, or Class 3 at the ' option of the Contractor. Crushed stone shall consist of tough durable fragments of rock of uniform quality, and shall not contain more than 5% soft particles (Al-lTD -test Method 302). When subjected to 5 cycles of the Sodium Sulfate Soundness Test (AASH-1'O T 104), it shall have a loss not to exceed 12% and shall have a percent of wear by the Los Angeles Test (AASHTO T 96) not greater than 35. Gravel shall consist of hard, durable aggregate and shall not contain more than 5% soft particles (MI ID Test Method 302) and shall have a percent of wear by the Los Angeles Test (AASI ITO T 96) not greater than 35. ISteel slag shall consist of hard, durable aggregate and shall not contain more than 5% soft particles (Al ITD Test Method 302). When subjected to 5 cycles of the Sodium Sulfate Soundness Test (AASI ITO T 104), it shall have a loss not to exceed 12% and shall have a percent of wear by the Los Angeles Test (AASI-ITO 1'96) not greater than 35. Fine aggregate is that portion passing the #10(2.00 mm) sieve, and shall consist ofclea n, sound, hard, and durable particles of natural sands, stone sand, and other inert substances of similar characteristics. Coarse aggregate is that portion retained on the #10(2.00 mm) sieve. All mineral aggregates shall be uniformly well graded from coarse to fine and free from lumps or foreign material. They shall also he free from adherent films of clay that will prevent thorough coating with asphalt material. ' 403.02 Aggregate Gradation. Requirements in the following table are given in percent passing by weight. U I L I Class 3/4" (19.0) 100 Sieve, 1/2" 3/8" (12.5) (9.5) 90-100 -- (mm) #4 (4.75) 0-15 #10 (2.00) 0-3 #16 (1.18) -- 1 2 -- 100 100 80-100 -- 0-15 0-15 0-3 _ 0-3 3 -- 80-100 -- 4 -- -- 100 50-90 0 -IS 0-8 5 May be either Class I, 2, or 3 Sieve analysis will he determined by AASI ITO T 27. [1 Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0403-I The decantation loss as determined by AASHTO T II shall not exceed 1.5% for any class of mineral aggregate. 403.03 Asphalt Materials. Asphalt materials shall include cutback asphalt, emulsified asphalt, and asphalt binder. Samples of asphalt material will be tested according to applicable AASHTO or ASTM methods. (a) Rapid Curing Cut -back Asphalt. Rapid Curing Cut -back Asphalt shall conform to the requirements of AASHTO M 81. (b) Medium Curing Cut -back Asphalts. to the requirements of AASHTO M 82. (c) Anionic Emulsified Asphalt. Anionic Emulsified Asphalt shaU conform to the requirements of AASHTO M 140. (d) Cationic Emulsified Asphalt. Cationic Emulsified Asphalt shall conform to the requirements of AASHTO M 208. In addition, CRS -2 shall have: 1) A minimum Saybolt Furol Viscosity at 122° F (50° C) at the point of manufacture and/or origin of 200 seconds, and a maximum Saybolt Furol Viscosity of 500 seconds. The Saybolt Furol Viscosity at 122°F (50° C) on destination field samples shall be within the limits of 100-500 seconds. If the asphalt being tested begins to drip at 122° F (50° C) test temperature, the test shall be repeated at 160°F (70° C) and shall be within the limits of 90-200 seconds; and 2) the minimum residue from distillation by weight shall be 68%. (e) Polymer/Latex Modified Cationic Emulsified Asphalt. Polymer Modified (CRS -2P) and Latex Modified (CRS -2L) Cationic Emulsified Asphalt shall conform to the requirements of AASHTO M 316. In addition, CRS -2P and CRS -2L shall have : 1) A minimum Saybolt Furol Viscosity at 122° F (50° C) at the point of manufacture and/or origin of 200 seconds, and a maximum Saybolt Furol Viscosity of 500 seconds. The Saybolt Furol Viscosity at 122° F (50° C) on destination field samples shall be within the limits of 100-500 seconds. If the asphalt being tested begins to drip at 122° F (50° C) test temperature, the test shall be repeated at 160° F (70° C) and shall be within the limits of 90-200 seconds; 2) the minimum residue from distillation by weight shall be 68%, and 3) the penetration on residue from evaporation test shall be a maximum of 250. (f) Asphalt Binder. Asphalt binder furnished shall conform to the requirements of AASHTO M except the Direct Tension requirement is deleted. (g) Asphalt Penetrating Prime. This material shall be produced by fluxing asphalt base with suitable solvents. Penetrating prime shall conform to the following requirements: Arkansas State Highway & Transportation Department Standard Specifications for Highway Construction ASPHALT PENETRATING PRIME Item Min. Max. Flash Point, Pensky Martens _ 1000 38° C -- Viscosity, Saybolt Furol at 122° F (50° C), seconds 40 120 Distillation AASHTO T 78: Over at 437°F (225°C) vol. percent total solvent 15 45 Over at 500°F (260°C) vol. percent total solvent 55 80 Over at 600°F (315°C) vol. percent total solvent 85 -- Residue from distillation to 680°F (360°C), volume percent 50 — Test of residue from distillation: Softening Point (R&B) 115°F 115°F 165°F (46°C)(74°C) Penetration at 77°F (25°C), mrm/10 10 90 10 90 Base shall be asphalt relined from petroleum crude oil 403.04 Application Temperatures. Asphalt material shall be applied at a temperature that provides proper and uniform distribution and within practical limits avoiding higher temperatures than necessary. Satisfactory application usually should be obtained within the recommended ranges shown below. No material shall he heated above the maximum allowable temperatures shown: Type and Grade Recommended Range Maximum Allowable °F 80-I50 100-175 160-225 °C °F °C RC -70 27-66 175 80 RC -250 38-80 71-107 200 250 93 RC -800 121 RC -3000 200-275 93-135 290 143 MC -30, MC -70 80-150 27-66 175 80 MC -250 100-200 38-93 230 110 135 MC -800 185-260 85-127 275 MC -3000 225-275 _ 107-135 290 143 RS -I, RS -2 125-185 52-85 185 85 Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0403-3 [I Type and Grade Recommended Range Maximum Allowable °F MS -2 70-16 21-71 160 71 SS-I,SS-lh 70-160 21-71 160 71 CRS -I, CRS -2, CRS -2P, CRS -2L 125-185 52-85 185 85 CMS -2h, CMS -2 70-160 21-71 160 71 CSS-1, CSS-lh 70-160 21-71 160 71 All Asphalt Binders 275-325 135-163 350 177 Asphalt Penetrating Prime 130-200 - 54-93 230 110 Note: Heating of asphalt materials (except emulsions) constitutes a fire hazard to various degrees. Proper precautions should be used in all cases and especially with rapid curing cut -backs, as the maximum allowable temperature may exceed the flash point. 403.05 Heating Equipment. Equipment for heating asphalt material in tank cars or storage tanks shall have adequate capacity to heat the material by steam coils, electricity, or other means such that no flame shall come in contact with the heating tank. The heating equipment shall be provided with an accurate thermometer to indicate the temperature of the asphalt material in the unit to which heat is being applied. Heating equipment that agitates the material will be prohibited if, in the opinion of the Engineer, it injures or in any way changes the characteristics of the material. The introduction of free steam directly into asphalt material will not be permitted. 403.06 Pressure Distributors. Each pressure distributor used for applying asphalt material shall be equipped with the following listed appliances or devices: 1) Tachometer devices registering traveling speed in feet per minute (meters per minute) or feet per second (meters per second). 2) A gauge, indicating pump pressure or output in gallons per minute (liters per minute) or gallons per second (liters per second) passing through the nozzles. 3) Thermometer well and accurate thermometer to indicate the temperature in degrees Fahrenheit (Celsius) of the asphalt material in the distributor. 4) Spray bars shall be of adjustable length and height and the distributor shall produce a 50% lap of the sprays from adjacent nozzles. 5) A power unit and pump system that will supply a uniform pressure through the entire length of the spray bar to provide equal output from all nozzles. 6) Calibrated metal measuring stick, marked in increments of not more than 10 gallons (50 L). 7) Easily removable dome cover. Ii I C I 1] I. I I I I I I I I I Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0403-4 J D El El I I. I1 I I I J ,I I I I I I I 8) Wind guard on ends of spray bars. Calibration of the distributor will he checked by the Engineer before being used on the work. Distributors previously calibrated as described above by the Department or by another state Department ofTransportation or the manufacturer, and certified in writing, will be accepted. Distributors will be kept free from sludge or other residue and at any time there is evidence of inaccuracy they will be subject to re -calibration. The Contractor shall provide, at no cost to the Department, all necessary equipment, materials, and assistance for any required calibration. 403.07 Aggregate Spreaders. The mechanical spreader for mineral aggregate shall be self-propelled and capable of accurately and uniformly spreading the material. Calibration of the spreader will be checked by the Engineer prior to the actual work, and as often as necessary, to assure that the openings are properly set to feed the aggregate at the designated application rate. 403.08 Rollers. (a) General. Rollers shall be equipped with approved devices to prevent adhesion of the surfacing material to the wheels. Rollers shall be maintained in good mechanical condition and operated to produce a surface course with satisfactory aggregate orientation and interlock. Rollers shall be equipped with a self-contained power unit adequate to maintain dependable forward and reverse working speeds. Rollers shall have a system for cleaning the tires for the full width of each tire. (b) Pneumatic Rollers. Pneumatic rollers shall be mounted 0117 or more wheels, a minimum of 3 leading wheels and 4 drive wheels. The wheels shall be mounted at right angles to the axles, shall maintain this position through the full revolution, and shall afford a continuous and complete rolling width of not less than 60 inches (1.5 in). The tires shall have a smooth tread. All tires on an individual roller unit shalt he of equal size and diameter and shall he so arranged that the gap between the tires of one axle is covered by the tires of the other axle. Tires shall be uniformly inflated so that the air pressure of the several tires shall not vary more than 5 psi (35 kPa). Pneumatic rollers shall be capable of exerting a minimum ground contact pressure of 45 psi (310 kPa). The Contractor shall furnish to the Engineer charts or tabulations showing the contact area and contact pressure for the full range of tire inflation pressures and for the full range of tire loadings for each type and size compactor tire furnished. The tires shall he inflated and the roller loaded with ballast, as required, to obtain the average ground contact pressure necessary to obtain proper compaction. (c) Steel Wheel Rollers. Steel wheel or combination steel wheel/pneumatic rollers may be either three wheel or tandem type, shall weigh not less than 200 pounds per inch (35 kg/10 min) width of roller, and shall have a complete rolling width of not less than 36" (I m). End of Section 403 I Arkansas State highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0403-5 I Section 404 DESIGN AND QUALITY CONTROL OF ASPIIALT MIXTURES 404.01 Design of Asphalt Mixtures. (a) General. The Contractor shall furnish one mix design for each of the particular asphalt mixtures listed on the plans or in the Contract. The mix design shall he performed by a laboratory that is on the Department's QPL of approved asphalt mix design laboratories and shall include the following: • Type of mix (e.g., ACI JM Base, Binder, and Surface Course). • Design values for asphalt hinder content, air voids, voids in mineral aggregate, gradation, and wheel tracking test. • Source of each material to be used in production of the mix. • Designation of the asphalt plant to be used for production of the mix. • Name(s) of individual(s) who performed the sampling, testing, and preparation of the mix design and the name of the laboratory used. • Optimum laboratory mixing and compacting temperatures. • Temperature viscosity curves for the asphalt binder to be used in the mix. I• Performance grade of asphalt binder to be used in the mix. • Copies of all test results and mix design work papers. • Nine (9) blended 4800 grant aggregate samples. 1 • A Certification by the Contractor that the mix design was prepared according to the specifications and that the materials to he used are from sources approved by the Engineer. The mix design shall be submitted to the Engineer of Materials for review. After completion of the review, the Engineer of Materials will accept or reject, in writing, the mix design. A mix design will be accepted only for a specific type of mix, materials sources, and the plant to be used. A change in any materials source will require a different mix design. The Engineer of Materials will accept a maximum of three (3) mix designs for a particular type mix, materials source, and plant combination at any time. Mix designs submitted in excess of three will not be considered until the number of accepted mix designs is reduced by declaring one or more of them invalid. All mix ` designs accepted by the Engineer of Materials become the property of the Department. The Contractor shall notify the Resident Engineer in writing of the accepted mix design proposed for use on a ' specific project and provide copies of the mix design to the Resident Engineer, The Resident Engineer will approve an accepted mix design for use on each project. Only one mix design for each type of mix will be active (approved for use on highway projects) at any one plant at anytime. A maximum of two other accepted mix designs for each type of mix will be considered inactive. If a change of mix design is desired, the Contractor shall notify the Resident Engineer and request permission to change the nix design. Arbitrary changes of the active mix design will not be approved. The Engineer will not perform any pre -bid testing of materials. It will be the Contractor's responsibility to obtain material sources approved by the Engineer unless sources are designated on the plans or in the Contract. Additives shall be selected from those on the Qualified Products List. If asphalt binder or aggregate sources proposed for use Lare not on the Qualified Products List, at least 10 business days must be allowed for sampling and testing before beginning the mix review process. At least five (5) business days shall be allowed for the review of the mix design. (b) Design Requirements. Each mix design shall be prepared by laboratory analysis according to the requirements of the specifications. Each mix design will establish a mix gradation for the aggregates (based on the weight of material passing specified screen sizes), an optimum asphalt binder content (expressed as a percentage of the total 1 ti ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0404-I I mix weight), an optimum laboratory mixing temperature, and an optimum laboratory compaction temperature. Optimum laboratory mixing and compaction temperatures shall be established based on temperature -viscosity curves of the asphalt binder to be used in the mix. The optimum asphalt content is the asphalt binder content at 4% Air Voids (AV) for PG 76-22 mixes and 4.5% Air Voids (AV) for PG 64-22 and PG 70-22 mixes. The mix design will be designed in accordance with the volumetric mix design procedures contained in AASHTO MP 2, its referenced standards, and the exceptions below: • PG 64-22 and PG 70-22 mixes will be designed using 4.5% air voids; , • the fine aggregate angularity will be determined in accordance with AASHTO TP33 Method A using the aggregate blend specific gravity of the minus No. 8 (2.36 mm) sieve through plus No. 100 (0.15 mm) sieve material; • if any part of an ACHM Binder Course or an ACHM Base Course is within four inches (100 mm) of the pavement surface, the binder or base course lift shall comply with the angularity requirements for the top four inches (100 mm) of pavement; • the gyratory compactor used in design, quality control, and acceptance testing must be a type evaluated by a Superpave Center and must meet the testing protocols for gyratory compactors. Gyratory compactors shall be calibrated in accordance with AASHTO T 312 and the manufacturer's recommendations. Documentation of calibration shall be made available to the Engineer upon request. • the Voids in Mineral Aggregate (VMA) ranges will be as shown in Tables 405-1, 406-1, 407-1, or407-2, as appropriate; • the minimum requirement for one fractured aggregate face will be 98% and 80% for two fractured faces; • wheel tracking test results will be determined using AHTD Test Method 480. • water sensitivity will be determined using AHTD Test Method 455A. Copies of AHTD Test Methods are I available from the Department. The maximum number of gyrations (Nmax) will be shown on the plans. I Asphalt binder shall comply with the requirements of AASHTO M 320 Table 1, except the Direct Tension requirements are deleted, and shall be from sources that have executed a certification agreement with the Department. PG 70-22 and PG 76-22 asphalt binders shall be production straight run binders that are modified by using either a SB, SBS or SBR to achieve the specified grade. PG 70-22 and PG 76-22 asphalt binders shall meet a minimum elongation recovery of 40% and 50%, respectively, when tested on the original binder at 77° F (f 1°F) [25° C (± 0.5° C)], in accordance with AASHTO T 301. Additives shall be approved by the Engineer. If an anti - strip additive is needed, a heat stable liquid anti -strip additive from the Qualified Products List shall be added at the rate of 0.5% or 0.75% by weight of the asphalt binder as determined by laboratory analysis. The maximum theoretical density computed from the specific gravity as determined by the Rice method (AASHTO T 209) shall be included in the mix designs. The Contractor shall compute the effective specific gravity. A correction factor, accounting for the difference in the VMA(actual) determined by bulk specific gravity and the VMA(effective) determined by the effective specific gravity, shall be shown on the mix design. The mix design for each type of asphalt mix shall meet the design criteria for asphalt binder content, Air Voids (AV), Voids in Mineral Aggregate (VMA), fines to asphalt ratio, aggregate gradation, water sensitivity, and wheel tracking test. The Contractor certified mix design shall provide for the design requirements for asphalt binder content, AV, VMA, fines to asphalt ratio, aggregate gradation, and water sensitivity specified for the particular mix. The mix design gradation must fall within the master gradation limits for the specified type of mix. If an acceptable pavement is not produced and it is determined that the accepted mix design is at fault, paving operations shall be stopped and the Contractor shall prepare a new mix design. The processing of proposed changes or new designs shall follow the same procedures as the initial mix designs. Arkansas State Highway & Transportation Department Edition of 2003 1 Standard Specifications for Highway Construction Page 0404-2 Ii ' 404.02 Mixture Requirements. Asphalt mixtures will be designed and tested to meet the requirements specified in Sections 405, 406, and 407. 404.03 Mixture Substitutions. Substitutions of specified courses will be allowed only on shoulders, leveling, and incidental or temporary construction as follows: I) ACHM Base Course (1 -1/2" [37.5 mm]) may be replaced with: ACHM Binder Course (1" [25 mm)) ACHM Surface Course (1/2" 112.5 mm]) ACI IM Surface Course (3/8" [9.5 mm]) 2) ACI IM Binder Course (I" [25 mm]) may be replaced with: ACHM Surface Course (1/2" [ 12.5 mm)) ACHM Surface Course (3/8" [9.5 mm)) 3) ACHM Surface Course (1/2" [ 12.5 mm]) may he replaced with: ' ACIIM Surface Course (3/8" [9.5 ramp 'Mixture substitution will be at the planned rate for the material for which the substitution is being made and shall use the specified asphalt binder grade. Measurement for payment of all components of the mix will be based on the accepted mix design for the type specified on the plans or on the accepted mix design for the type used, whichever results in the lower cost per ton (metric ton) of mix to the Department. If no accepted mix design for the type specified on the plans is available, the mixture composition for payment will be based on the composition shown on the plans as the basis of estimate for the plan type or on the accepted mix design for the mix actually used, whichever results in the lower cost per ton (metric ton) of mix to the Department. 404.04 Quality Control of Asphalt Mixtures. 'Me Contractor shall perfonn all applicable quality control sampling and testing of the asphalt mixtures used on the project. The Contractor is responsible for product quality control during handling, blending, mixing, storing, transporting, and placement operations, and for necessary adjustments in proportioning of the materials to produce the accepted mix design within the tolerances specified for the mix. Adjustments to the accepted mix design to conform to actual production values without re -design of mixture shall be based on production of the mixture at a target value of 4.0% Air Voids (AV) for PG 76-22 mixes and 4.5% Air Voids (AV) for PG 64-22 and PG 70-22 in specimens and Ian asphalt binder content not less than that specified in the accepted mix design. The VMA shall be within the specified limits for the adjustment to he acceptable. The accepted mix design shall be field verified by the Contractor at the start of mix production or after an interruption of more than 90 calendar days. Verification will begin with testing mix that has been produced through the plant using the aggregate proportions shown on the accepted mix design. IIf necessary, adjustments may be made to the aggregate proportions to produce a mix with the gradations shown on the accepted design. The mix will he considered to be verified if test values for air voids and VMA are within compliance limits, when the accepted mix design has been produced within the gradation tolerances according to 404.04 and the asphalt binder compliance limits. 1 ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0404-3 I After verification of the initial design, the Contractor may elect to make adjustments in aggregate proportions to vary the accepted mix design gradations and bring the mix properties near the center of the compliance limits. If these adjustments are made and the plant produced mix has the desired properties, the Contractor may request that a field mix design be accepted by the Engineer. If this is acceptable to the Engineer, the Contractor will be notified in writing. If other changes to the accepted mix design are desirable, the Contractor must first produce another laboratory mix design, submit it to the Engineer for review and acceptance, and follow the verification procedures that are described above. The Contractor shall perform all applicable quality control sampling and testing required to ensure that the I completed asphalt pavement complies with all requirements of the specifications. Quality control sampling and testing by the Contractor shall be performed in a qualified laboratory by a certified technician. Requirements for technician certification and laboratory qualification are contained in the Department.s Manual of Field Sampling and Testing Procedures. Quality control sampling and testing shall be accomplished in a timely manner. Sampling and testing shall be planned and conducted so that a representative sample is obtained and tested. The Contractor shall determine the specific locations for samples and frequency of sampling for quality control, except the minimum frequency which is listed below for aggregate gradation shall be used. In addition, the Contractor shall be required to perform acceptance sampling and testing at specific times and/or locations specified by the Engineer according to Subsection 410.09. The Contractor may use the results of these required tests in their quality control program. ' If the accepted mix design is not being produced as defined by the accepted mix design, and if the mix cannot be adjusted within the tolerances of the accepted mix design to achieve the specified mix properties, production shall be discontinued. A new mix design shall be developed and submitted for review and acceptance. Sieve tolerances shall be as tabulated below. Mix Design Tolerances Sieve Size (mm) Tolerance (%) 1" (25.0) ±7.0 3/4" (19.0) ±7.0 1/2" (12.5) ±7.0 #4 (4.75) ±7.0 #8 (2.36) ±7.0 #16 (1.18) ±4.0 #30 (0.60) ±4.0 #50 (0.30) ±4.0 #100 (0.15) ±4.0 I `1 [1 1 Arkansas State Highway & Transportation Department Edition of 2003 , Standard Specifications for Highway Construction Page 04044 L Sampling shall he perfomed according to AASHTO T 168 and AHTD 465. except that the number and locations for sampling shall be as specified in this subsection and in Subsection 410.09. Test methods shall he as shown below: Property Test Method(s) (NOTE I) Aggregate Gradation AASHTO T 30, AHTD 460, or AASI ITO T 308 I per 750 metric tons (750 tons) minimum Asphalt Binder Content (NOTE 4) AHTD 449/449A or AASHTO T 308 Stability AASI ITO T 245 ' Air Voids (AV) (NOTE 2) AASHTO T 269 Voids in Mineral Aggregate (VMA) AHTD 464 • Density - Maximum Theoretical AASI {TOT 209 Density (Field) AASHTO T 166 or AHTD 461 Water Sensitivity (NOTE 3) All 455A Wheel Tracking Test AHTD 480 NOTE 1: Where alternate test methods are shown, the method used shall be at the Contractor's option. All testing for quality control and acceptance shall he performed on samples of the plant mixed product. Field densities and samples to investigate segregation shall he taken from the roadway after compaction; all other samples shall be taken from trucks at the plant. • NOTE 2: Test for AV on samples prepared by gyratory compactor according to the volumetric mix design procedures in AASHTO MP 2, NOTE 3: The Water Sensitivity shall be determined at least once during the first three days of production of each type mix; during the first three days of production of any new mix design; and/or during the first three days of production after an interruption of 90 calendar days or more. If the water sensitivity falls more than 10 percentage points below that specified for the type mix, production shall cease and a new mix design will be required. NOTE 4: Department test results for asphalt binder content will be deter mined by AHTD 449/449A (nuclear asphalt content gauge) exclusively. In the event of disagreement between the test results from a nuclear gauge and test results from an ignition oven, the nuclear gauge results shall take precedence over the ignition oven results. Sampling and testing for acceptance and adjustment of payment will he performed as specified in Subsection 410.09. The Contractor shall furnish a building for the use of the Department's plant inspector according to Subsection ' 409.03(h). This building shall be separate and independent of the Contractor's facilities and equipment for performing quality control sampling and testing. The "separate and independent" requirement may be met by space in a building that is also used by the Contractor or supplier, provided that the space otherwise meets all requirements of Subsection 409.03(h); is physically separated from the rest of the building by a solid wall; and has an outside entrance with all keys placed in the custody of the Engineer. The Contractor shall provide an opportunity for the Engineer to observe all quality control sampling and testing procedures. The Contractor's quality control personnel may observe the AHTD project personnel during acceptance sampling and testing for the purpose of comparing sampling and testing procedures. The Contractor shall maintain a daily plot of all test results, and make the plots available to the Engineer. Upon completion of work on the item these plots shall be furnished to the Resident Engineer for inclusion in the project 1 files. The Resident Engineer will make acceptance test results available to the Contractor's personnel. ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0404-5 I If the test results show that the material is outside the mix design limits, is widely varying, or is consistently marginal, corrective action shall be taken. Corrective actions taken shall be based on the Contractor's quality control test results. The Department's asphalt plant inspector will be notified of all proposed corrective actions before their implementation. Each individual aggregate cold feed maybe adjusted no more than an amount that is sufficient to produce the specified AV and VMA and that is within the tolerances for the accepted mix design. If excessive changes are required, production will be suspended and a new mix design shall be developed according to the applicable specifications. Use of nuclear asphalt content gauges is regulated by the Radiation Control and Emergency Management Programs of the Arkansas State Department of Health. If the Contractor elects to use a nuclear gauge in his quality control program, he shall be responsible for meeting and following all licensing and use requirements. 404.05 Method of Measurement and Basis of Payment. Design and Quality Control of Asphalt Mixtures will not be paid for separately, but full compensation therefor will be considered included in the contract unit prices bid for the various types of asphalt concrete hot mix used on the project. End of Section 404 1 I I I I I Ii Li I Arkansas State Highway & Transportation Department Edition of 2003 1 Standard Specifications for Highway Construction Page 0404-6 I Section 406 ASPHALT CONCRETE 11O7' MIX BINDER COURSE 406.01 Description. This item shall consist of an asphalt concrete binder course constructed on an accepted course ' according to these specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans. 406.02 Materials. The materials used shall comply with Section 409 and this subsection. The materials shall be proportioned to meet the design requirements for asphalt concrete binder course mixtures as shown in Table 406-I. The design and quality control of ACHM binder course mix shall he according to Section 404. 406.03 Equipment. The equipment used in this construction shall comply with Section 409. 406.04 Construction Requirements and Acceptance. Construction requirements and acceptance shall conform to the provisions of Section 410. When Binder is placed on shoulders constructed under Section 216 or on reconstructed base course under Section 305, the minimum density shall he 90% of the maximum theoretical density. The required density for ACI IM Binder Course placed in trench areas less than 6. (1.8 m) in width at levels below the existing pavement surface shall be 90% (0 96%. I Table 406-1 Design Requirements for Asphalt Concrete liot Mix Binder Course (1" [25 mnml) ' Control Points Sieve (mnm Percent Passing 1%) 1V2'(375) 100 I " (25.0) 90-100 //I (19.0) 90 max. No. 4 (4.75) No.8(2.36) (2.36) 19-45 No. 16 (1.18) No. 30 (0.60) No. 50 (0.30) No. 200 (0.075) I - 7 I I I Asphalt Binder Content % Air Voids Design Gyration Maximum Rut Minimum Water Sensitivity Ratio % Anti -strip Fines to Asphalt Ratio* Wheel Tracking Test (8000 cycles, 100 psi, 64°C) Design Value 4.0 (PG 76-22 mixes) & PG 70-22 mixes) 80.0 As Required 0.6. 1.6 Design Gyration 75 & 115 160 205 4.5 (PG 64-22 Maximum Rut 0.315 in. (8.000 mm) 0.197 in. (5.000 mm) 0.197 in. (5.000 mm) Arkansas State Highway & Transportation Department Standard Specifications for Highway Construction Edition of 2003 Page 0406-1 *Fines to asphalt ratio shall be defined as the percent materials passing the No. 200 (0.075 mm) sieve (expressed as a percent of total aggregate weight) divided by the effective asphalt binder content. 406.05 Method of Measurement. Refer to Section 01025, Measurement and Payment. 406.06 Basis of Payment. Refer to Section 01025, Measurement and Payment. End of Section 406 Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0406-2 I Section 407 ASPIIAI: f CONCRETE HOT MIX SURFACE 1 COURSE 1. 407.01 Description. This item shall consist of an asphalt concrete surface course constructed on an accepted course according to these specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans. I I I Li I I I I C I 1 I I I 407.02 Materials, The materials used shall comply with Section 409 and this subsection. The materials shall he proportioned to meet the design requirements for asphalt concrete surface course mixtures as shown in Table 407-1 or Table 407-2, as appropriate. The design and quality control of ACHM surface count mix shall he according to Section 404. 407.03 Equipment. The equipment used in this construction shall comply with Section 409. 407.04 Construction Requirements and Acceptance. Construction requirements and acceptance shall comply with Section 410. When Surface is placed on shoulders constructed under Section 216 or on reconstructed base course under Section 305, the minimum density shall be 90% of the maximum theoretical density. The required density for ACHM Surface Course placed in trench areas less than 6. (1.8 m) in width at levels below the existing pavement surface shall be 90% to 96%. Table 407-1 Design Requirements for Asphalt Concrete Hot Mix Surface Course (1/2" [12.5 mm]) Control Points Sieve mm Percent Passing (%) /"(190) 100 '//'(12.5) 90-100 3/8" (9.5) 90 max. No. 8 (2.36) 28 -58 No. 16 (1.18) No. 30 (0.60) No. 50 (0.30) No. 200 (0.075) 2 - 10 Asphalt Binder Content % Air Voids %VMA Minimum Water Sensitivity Ratio % Anti -strip Fines to Asphalt Ratios Whecl Tracking Test (8000 cycles, 100 psi, 64°C) Design Value 4.0 (PG 76-22 mixes) ; 4.5 (PG 64-22 & PG 70-22 mixes) 14.0. 16.0 80.0 As Required 0.6 . 1.6 Design Gyration Maximum Rut 75 & 115 0.315 in. (8.000 mm) 160 0.197 in. (5.000 min) 205 0.197 in. (5.000 mm) ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0407-1 I *Fines to asphalt ratio shall be defined as the percent materials passing the No- 200 (0.075 mm) sieve (expressed as a percent of total aggregate weight) divided by the effective asphalt binder content. Table 407-2 Design Requirements for Asphalt Concrete Hot Mix Surface Course (3/8" [9.5 mm]) Control Points I Sieve (mm) Percent Passing (%) %2" (12.5) 100 3/8" (9.5) 90- 100 No. 4 (4.75) 90 max. No.8(2.36) (2.36) 32-67 No. 16 (1.18) No. 30 (0.60) No. 50 (0.30) No. 200 (0.075) 2 - 10 I Asphalt Binder Content Design Value Air Voids 4.0 (PG 76-22 mixes) ; 4.5 (PG64-22 & PG 70-22 mixes) %VMA 15.0. 17.0 Minimum Water Sensitivity Ratio 80.0 % Anti -strip As Required Fines to Asphalt Ratio* 0.6 . 1.6 Wheel Tracking Test Design Gyration Maximum Rut (8000 cycles, 100 psi, 64°C) 75 & 115 0.315 in. (8.000 nun.) 160 0.197 in. (5.000 mm) 205 0.197 in. (5.000 mm) *Fines to asphalt ratio shall be defined as the percent materials passing the No. 200 (0.075 nun) sieve (expressed as , a percent of total aggregate weight) divided by the effective asphalt binder content. 407.05 Method of Measurement. Refer to Section 01025, Measurement and Payment. 407.06 Basis of Payment. Refer to Section 01025, Measurement and Payment. I End of Section 407 1 I U Arkansas State Highway & Transportation Department Edition of 2003 1 Standard Specifications for Highway Construction Page 0407-2 [1 Section 409 MATERIALS AND EQUIPMENT FOR ASPIIALT • CONCRETE PLANT' MIX COURSES 409.01 Mineral Aggregates. Mineral aggregate for Asphalt Concrete Hot Mix Base Course, Asphalt Concrete I lot ' Mix Binder Course, Asphalt Concrete I lot Mix Surface Course, and Asphalt Concrete Cold Plant Mix shall consist of combinations of coarse aggregate, fine aggregate and mineral filler as provided for in the respective mix dcsigis. Mineral aggregate shall consist of clean, hard, durable fragments of aggregate of uniform quality, free from an excess of soft particles, deleterious material and adherent films of clay. Eighty-five percent of the mineral aggregate shall be produced from larger particles by mechanical crushing operations. Coarse aggregate shall comply with'1'able 409-I. ITable 409-1 Coarse Aggregate Properties Coarse Aggregate Type Crushed Gravel; Crushed Stone; 1 Steel Slag Size Plus No. 8 (2.36 mm) Fractured Faces One Face 98 % min. Two Faces 80 % min. LA Abrasion (AASHTO T 96) 40 % max. Sodium Sulfate Soundness ' (AASHTO T 104, 5 cycle) 12% max. Flat, Elongated Particle 10% max. Wearing Surface Aggregate Limestone 60 % max. Other Note I 40 % min. ' NOTE 1: Crushed sandstone, crushed siliceous gravel, sycnite, novaculite, crushed steel slag, or mineral aggregate which has an insoluble residue not less than 85% when tested in a 1:1 solution of hydrochloric acid and water according to All IL) Test Method 306 shall be used as the remaining coarse mineral aggregate. The fine aggregate shall comply with Table 409-2. Table 409-2 Fine Aggregate Properties ' Fine Agregate Type °" 1 Manufactured Sand; ' Natural Sand Size Fine Aggregate Angularity "°'° 2 & Minus No. 8 (2.36 mm) Sand Equivalent as specified in AASHTO MP 2 Natural Sand Content 15% max. Coal and/or Lignite "°"' 2% max. ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0409-1 I NOTE 1: Manufactured sand shall be angular particles that have been produced from larger particles by mechanical crushing operations. NOTE 2: Test to be performed according to AASHTO TP33 Method A using the aggregate blend specific gravity 1 of the minus No. 8 (2.36 mm) sieve through plus No. 100 (0.15 nun) sieve material. NOTE 3: If any part of an ACHM Binder Course or an ACHM Base Course is used within 4 inches (100 mm) of i the pavement surface, the binder or base course lift shall comply with the angularity requirements for the top 4 inches (100 mm) of pavement. NOTE 4: The amount of coal and lignite shall be determined according to AASHTO T 113. 409.02 Asphalt Binder. Asphalt binder shall be according to AASHTO M 320 Table 1, except the Direct Tension requirement is deleted. If required, the asphalt binder shall contain a heat -stable antistripping additive. The additive shall be approved by the Engineer. It shall be added at the rate of 0.5% to 0.75% by weight of asphalt binder as determined by laboratory analysis and laboratory mix design procedures. The anti -stripping additive shall be added by an in -line blending process just before introduction of the asphalt binder to the mixer. 409.03 Mixing Plants. (a) General. The plant used in the production of the mixture shall be of the separate weigh batch type, the continuous mixing type, or the drum mixing type. The separate weigh batch type and the continuous mixing type may be operated without screens. (b) Requirements of All Plants. (1) Uniformity. The plant shall be so designed, coordinated, and operated as to produce mixtures within the job mix tolerances fixed by these specifications. (2) Storage Tanks for Asphalt Binder. Storage tanks shall be equipped to heat the asphalt binder, under effective and positive control at all times, to the temperature requirements set forth in the specifications. Heating shall be accomplished by steam or oil coils, electricity, or other means such that no flame comes into contact with the heating tank. A circulating system for the asphalt binder shall be provided of adequate size to ensure proper and continuous circulation during the entire operating period. Pipe lines and fittings shall be steam or oil jacketed or otherwise properly insulated to prevent heat loss. I Provisions shall be made for sampling storage tanks. The asphalt storage system shall be provided with signal devices and controls that will warn of low levels if the 1 asphalt storage level is lowered to the point of exposing the feed end of the asphalt suction line. (3) Mineral Filler and Dust Return. Dry storage shall be provided for mineral filler, when required, and , provision shall be made for accurate proportioning. If the asphalt plant is equipped with a baghouse dust collector, the fines, if elected to be reintroduced to the , mixture, shall be added to the mixture at the approximate rate at which collected. In addition baghouse fines may be stored in a silo for use in mixes. If baghouse fines from a silo are incorporated into a mix, the baghouse Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0409-2 I • fines shall he added at the rate that is shown on the mix design. Direct return from the baghouse to the hot elevator will he permitted only when it can be demonstrated that the flow can be controlled at a uniform rate. Intermittent feeding of baghouse fines into the mixture will not be pemtittexl. ' (4) Cold Feed Bins and Cold Fcedcr for Dryer. A minimum of 3 cold feed bins shall be used with weigh hatch and continuous mixing type plants, and a minimum of 4 cold feed bins shall be used with tit-un mixing '• type plants, weigh batch type plants without screens, and continuous mixing type plants without screens. The bins shall be of sufficient size to store the amount of aggregate that is required for continuous plant operations. The unit shall have a mechanical feeder control mounted under the cold feed bins capable of controlling cold ' aggregate feeds at the rates shown on the job mix design. A scalper screen of the dimensions necessary to remove oversize aggregates shall be provided. ' (5) Dryer. The plant shall heating and drying process. temperature requirements w discharged from the dryer. (6) Asphalt Control Unit. include a dryer or dryers that will continuously agitate the aggregate during the The dryer shall be capable of heating and drying the aggregate to the moisture and ithout leaving any visible unburned fuel or carbon residue on the aggregate when Satisfactory means, either by weighing, metering, or the taking of volumetric measurements, shall he provided to obtain the proper amount of asphalt binder in the mixture within the tolerance specified for the job mix. Suitable means shall be provided, either by steam jacketing or other insulation, for maintaining the specified temperature of asphalt binder in the system. ' (7) Thermometric Equipment. An armored automatic recording thermometer covering a range from 200° F to 400° F (90° C to 205° C) shall be fixed in the asphalt binder feed line at a suitable location near the discharge valve at the mixer unit. An armored recording thennometer shall be placed as to register and record automatically the temperature of the heated aggregates. ' (8) Pollution Control Equipment. Asphalt mixing plants shall be so designed, equipped, and operated that the quality and quantity of pollutants emitted will confomm to the requirements ofapplicable Federal, State, and local laws, ordinances, and regulations. ' (9) Storage Silos and Surge Bins. Storage silos or surge bins may be used to store production mixture provided that it is not detrimental to the quality of the mixture placed on the roadway. Open Graded Asphalt Base Course mixtures shall not be stored. Mixtures that are determined by visual observation to be segregated will be rejected. The system shall be capable of conveying the hot mix from the plant to the silo by means ofa drag -slat conveyor system or other approved system. The conveyor may be enclosed and heated to prevent a drop in the mixture temperature; however, hot air shall not be blown on the mixture. ' The atmosphere within the silo may be air or inert gas. The storage silo heating system shall be capable of maintaining the mixture temperature without localizing heating (hot spots). If inert gas is used, the inert gas system must be capable of purging the silo with an oxygen -free (inert) atmosphere and then sealing the silo to ' prevent loss of the inert gas. ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Constriction Page 0409-3 I Permissible storage times shall be as follows: Storage Time (Hours)* Maximum Aggregate Size '/4"(19.0mm) 1%:"(375mm) Air in bin 36 18 Inert gas in bin 144 72 •Note: Asphalt binder shall be treated with a silicone that is on the Department's QPL at the rate of! ounce/5000 gallons (I g/668 L). Longer storage times than those permitted above may be allowed based upon the results of tests on the mixture. All sampling and testing of the mixture shall be performed by an approved independent laboratory and certified correct. To qualify the silo or storage bin for longer storage times, the mixture must be sampled immediately after it is mixed and again after it has been stored at the requested longer time. Penetration loss in storage shall not exceed 20 percent. Comparative tests shall be performed according to AASHTO T 49. The minimum limits for Rolling Thin Film Oven (RTFO) residue when tested with a Dynamic Shear Rheometer (DSR) in accordance with AASHTO T 315, from samples of discharge from the surge or storage bin, shall be as follows: I I I J I I I GRADES MINIMUM PG 64-22 0.3 psi @ 147°F (2.2 kPa @ 64°C) PG 70-22 0.3 psi @ 158°F (2.2 kPa @ 70°C) PG 76-22 0.3 psi @ 169°F (2.2 kPa @ 76°C) Once a silo or storage bin has qualified for longer storage times for particular types of mixes, the requested longer storage times may be used on other jobs without additional testing. Testing of mixture for permitting longer storage time will be at no cost to the Department. If changes or alterations to a qualified surge or storage system are made, the Engineer shall be notified of the modifications. Any departure or alteration will require reevaluation. The storage silo or surge bin unloading gates shall not cause segregation or be detrimental to the mixture in any way. (10) Safety Requirements. Adequate and safe access to all parts of the plant shall be provided for plant inspection. Moving parts shall be shielded. A clean, free from drippings, and unobstructed passage shall be maintained at all times in and around the truck loading space (11) Anti -strip Additive Measuring System. An anti -strip additive measuring system shall be placed in the anti -strip additive line prior to introduction into the asphalt binder loading line. The meter shall be capable of handling the anti -strip additive at temperatures up to 162° F (72° C) and shall be capable of withstanding the corrosiveness of the anti -strip additive. Meters having working internal components exposed to the additive shall not be composed of aluminum, brass, bronze, or copper. Permanent provisions shall be made for checking the accuracy of the meter. The meter shall be designed so that the cumulative amount of anti -strip additive can be accurately determined. I I I J I I Li I Arkansas State Highway & Transportation Department Edition of 2003 I Standard Specifications for Highway Construction Page 0409-4 I ' The anti -strip additive pipe line shall be insulated. (12) Scales. All approved plant and truck scales shall be furnished by the Contractor according to Subsection ' 109.01((). (c) Additional Requirements for Batch Plants. (1) Hot Bins. The plants shall include hot bins of sufficient capacity to supply the mixer when it is operating at full capacity. Hot Bins shall be divided into at least three compartments unless otherwise specified. 1, Each compartment shall be provided with an overflow pipe that shall be of such size and at such location as to prevent any backing up of material into other bins. (2) Proportioning Equipment. Mineral aggregate shall he proportioned by weight. The weighing unit shall consist of one hopper or weigh box large enough to hold one batch without running over or without requiring manual placement. The weigh box or hopper shall be supported on fulcrums and knife edges so constructed that they will not he easily thrown out of alignment or adjustment. The gate shall close tightly when the hopper is empty so that no material will be allowed to leak into a hatch in the mixer during the process of weighing the next batch. (3) Scales. Scales for weigh box or hopper shall be of the digital or springless dial type and shall be of standard make and design. The capacity of the dial shall not exceed twice the full capacity of the mixer. The dials shall he of compounding ' type having full complements of index pointers. Scales shall he equipped with a tare hcam. Weight indicators shall be plainly visible and easily read by the operator. Pointers so placed as to give excessive parallax errors shall not be used. Scale indicators placed at locations other than the mixer platform shall be operated by a satisfactory electronic ' system. A mechanical arrangement such as cables and pulleys for operating the scale indicators will not be permitted. Asphalt shall be measured by weight in a heated bucket suspended from a springless dial scale. Scales for weighing asphalt shall confom to the specifications for the scales for aggregate, and shall read to the nearest pound (kilogram). In lieu of plant and truck scales, the Contractor may provide an approved automatic printer system that will print the weights of the material delivered, provided the system is used in conjunction with an approved automatic batching and mixing control system. Such weights shall be evidenced by a weight ticket for each load. (4) Mixer Unit. The plant shall include a batch mixer of an approved twin pugmill type and capable of ' producing a uniform mixture within the job mix tolerances. The mixer shall have an accurate time lock to control the operation of a complete mixing cycle by locking the weigh box gate. It shall lock the asphalt bucket throughout the dry mixing period and shall lock the mixer gate ' Arkansas State highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0409-5 Ii throughout the dry and wet mixing periods. The dry mixing period is defined as the interval of time between the opening of the weigh box gate and the start of introduction of asphalt material. The wet mixing period is the interval of time between the start of introduction of asphalt material and the opening of the mixer gate. The time control shall be capable of being set at intervals of not more than 5 seconds. (d) Additional Requirements for Continuous Mixing Plants. (1) Hot Bins. If hot bins are included as part of the design of the plant, they shall be of sufficient capacity to supply the mixer when it is operating at full capacity. Hot Bins shall be divided into at least three compartments unless otherwise specified. Each compartment shall be provided with an overflow pipe that shall be of such size and at such location as to prevent any backing up of material into other bins. (2) Mixer Unit. The plant shall include a continuous mixer of an approved twin pugmill type or rotary drum mixer and capable of producing a uniform mixture within the job mix tolerances Unless otherwise required, determination of mixing time shall be by weight method under the following formula: I I I I] I I I Mixing time (seconds) = pugmill dead capacity in lbs. (kg) pugmill output in lbs. (kg) per sec. The weights shall be determined for the job by tests made by the Engineer. (e) Additional Requirements for Drum Mixer Plants. The system shall provide a positive weight measurement of the cold aggregate feed by use of belt scales or other devices that will allow regulation of feed gates and permit correction for variations in load. The asphalt feed control shall be interlocked with the total aggregate weight measuring device in such manner as to automatically vary the asphalt feed rate as required to maintain proper asphalt content in the mixture. (I) Additional Requirements for All Plants Without Screens. Cold Feed Control. The cold feed control shall be considered acceptable when the results of tests conducted on these cold feed samples indicate that the individual aggregates have been combined within the allowable tolerances for the job mixture limits. (g) Additional Requirements for Batch Plants Without Screens. The discharge into the weigh hopper shall be made from I bin only, which shall discharge into the center of the weigh hopper. The amount of material stored in the bin at any one time shall be such that sloughing or segregation is minimized. (h) Plant Inspection. The Engineer shall have access to all parts of the plant. The Contractor shall provide and maintain a laboratory facility for the exclusive use of the Engineer. This facility shall be located at the plant site. The dimensions and other requirements specified herein are minimums. The facility may be built by the Contractor for the specific purposes stated. It is not intended, however, to preclude the use of commercially built trailers or prefabricated buildings that may deviate in minor dimension or detail from the requirements listed but may in some features exceed these requirements and in all major respects be entirely suitable for the purpose intended. The Contractor may furnish, in lieu of a separate building, a facility having sufficient space in a building, parts of which are used for other purposes, provided that the facility J I I I U I I I Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0409-6 I furnished meets all other requirements of this subsection; is physically separated from the remainder of the building; and has an outside entrance with unrestricted access allowed and reserved for the exclusive use of the Engineer. Adequate space shall be provided for parking of at least three Department vehicles in (he vicinity of the facility. The Engineer will determine the suitability of any facility furnished. General requirements for the laboratory facility arc: ' • 208 square feet (20 sq m) floor space, with a width of 8' (2.5 m) or greater and a ceiling height of 7' (2 m). • Floored, weatherproof, and reasonably dustproof. • At least two glazed windows capable of being opened and locked only from the inside. ' • At ]cast one door with a substantial lock and all keys placed in the possession of the Engineer. • Windows and doors shall he screened. • Adequate electric lights and power outlets suitable for the purposes intended. At least one power outlet shall • provide 220 VAC. •• Adequate heating in cold weather and air conditioning in hot weather. Heating, cooling, and utility service shall be provided at no cost to the Department. • Suitable toilet facilities in reasonably close proximity to the facility. Detailed requirements: ' • A work counter approximately 30" (750 mm) high built-in along one wall and across one end. Total length of the work counter shall he approximately 20' (6 m). ' • A single sink, approximately 20" (500 nun) square, with outside drain, suitable for washing samples, installed in the end section of the work counter. • A water supply providing a minimum of 50 gallons (20(1 liters) storage capacity (or connected to a public or private water system), discharging through a faucet above the sink. U. Adequate shelves and/or cabinets for storage of testing equipment. • A storage area for storing nuclear equipment, complete with a substantial lock and all keys to this area placed in the possession of the Engineer. • A desk or table approximately 24" x 36" (600 mm x 900 rum), with at least two drawers, each approximately • 13" x 13" x 18" (330 mm x 330 mm x 450 mm) for storing records. • At least three chairs. ' • At least one Type C fire extinguisher (10 -pound size minimum). • An exhaust fan shall he installed over the equipment clean up area. The exhaust fan shall be rheostatically controlled and capable of exhausting in one minute a volume of air equal to the volume of the entire laboratory. ' The exhaust fan shall he maintained operational. • A local access touchtone telephone line (with access to toll free telephone numbers but otherwise blocked for outgoing long distance calls), with a landline modular jack and touchtone telephone, shall be provided in the ' laboratory facility for use by Department personnel. The local landline telephone service will be furnished at no cost to the Department. ' The field laboratory for asphalt mixing plants will not be paid for directly, but will be considered a part of the asphalt mixing plant. 409.04 (a) Mechanical Spreading and Finishing Equipment. Mechanical spreading and finishing equipment shall consist ofa self -powered paver, capable of spreading and finishing the mixture true to line, grade, and cross section. The paver shall he capable of laying a uniform mixture to the full width being laid. The paver shall be equipped with mechanical devices such as equalizing runners, straightedge runner, evener arms, or other compensating devices to adjust the grade and confine the edges of the mixture to true lines. The paver shall be equipped with hoppers and distributing screws adequate to place the mixture evenly ahead of the screed for the Arkansas State I lighway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0409-7 I1 full width being laid. I Pavers used for shoulders and similar construction shall be capable of uniformly spreading and finishing courses of asphalt material to the full width being laid. The paver shall be equipped with a receiving hopper and distribution system to place the mixture uniformly across the entire width of the screed. The term "screed" shall include any strike -off device, operated by cutting, crowding, or other practical action that effectively places and spreads the mixture without tearing, shoving, gouging, or segregating. Screeds shall be adjustable to crown and grade and shall have an indicating level attached. The paver shall be equipped with an automatic screed control system for the control of grade and slope. The sensor , for grade control may be operated from a reference stringline, from a ski -type grade reference system, or by any other appropriate method that will produce the desired results. Final approval of spreading and finishing equipment will be based upon satisfactory performance during actual construction. If equipment becomes unsatisfactory, it shall be replaced before proceeding with the work. (b) Materials Transfer Device (MTD) / Materials Transfer Vehicle (MTV). A Materials Transfer Device or Materials Transfer Vehicle (MTD/MTV) shall be used on all State, US, and Interstate highways for the placement of all ACHM courses. ACHM quantities exempt from this requirement are projects or phases of work with less than 1000 tons of hot mix, leveling, parking lots, driveways and turnouts, temporary pavements (such as detours and crossovers), and ACHM placement in trench widening areas less than 11' (3.3 m) in width. At the Engineer's discretion, isolated portions of a project may be exempted from use of the MTD/MTV if the weight or operation of the MTD/MTV is detrimental to the roadway. Exemptions will not be made prior to the beginning of paving operations and initial use of the MTD/MTV. The MTD/MTV may not be removed from the project during the paving operations over the exempted location; rather it must be on -site and available to resume work once the paving operation moves out of the isolated area. The ACHM mixture shall be transferred mechanically to the paver by means of a MTD/MTV. The material shall be continuously remixed or reblended either internally in the transfer vehicle, in a paver hopper insert, or in the paver's hopper. Remixing/reblending shall be accomplished by the use of remixing augers, paddles or screens capable of continuously blending the hot mix asphalt. The MTD/MTV, haul units, and paver shall work together to provide a continuous, uniform, segregation free flow of material. The number of haul units, speed of the paver, plant production rate, and speed of the MTD/MTV shall be coordinated to avoid stop and go operations. The wings of the paver receiving hopper shall not be raised (dumped) at any time during the paving operation. If a MTD/MTV or remixing/reblending unit malfunctions during lay -down operations, the Contractor may continue hot mix lay -down operations until any hot mix asphalt in transit or stored in a silo (up to a maximum of 500 tons [500 metric tons]) has been laid and until such time as there is sufficient hot mix placed to maintain traffic in a safe manner. Lay -down operations shall cease thereafter, until such time as the equipment is operational. The Engineer will evaluate the performance of the MTD/MTV and remixing/reblending equipment by measuring the temperature profile of the mat immediately behind the screed of the paver during placement of the rolling pattern test strip. The ACHM to be placed for the temperature profile test shall be held in the haul truck(s) for at least.45 minutes, measured from the time of loading to the time of discharging into the MTD/MTV. If the bed of the haul truck is covered, the cover will be removed once arriving at the test strip location. The temperature profile measurements shall be taken of the surface of the mat at six 50 ft. (13 m) intervals during test strip construction using a non -contact thermometer. Each temperature profile shall consist of three surface temperature measurements taken transversely across the mat in a straight line at a distance of 1 foot to 3 feet (0.3 m to I m) from the screed Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0409-8 ' while the paver is operating. The three temperature measurements in each profile shall be taken approximately one foot (0.3 in) from each edge and one in the middle of the mat. The difference between the maximum and minimum temperature of each individual profile shall not be more than 10°F (6° C). If any two temperature measurement profiles within the test strip do not comply with the 10°F (6° C) temperature differential requirement, the paving operation shall be halted and adjustments made to the MTD/MTV or remixing/reblending equipment to ensure that the hot -mix placed by the paver is within the above temperature requirements. Once adjustments are made, the Engineer will repeat this procedure to verify that the mix placed by the paver is within specifications. ' Additional surface temperature profile measurements may be taken transversely across the mat at any time during the project to determine if the MTD/M'FV and remixing/reblending equipment are working properly. During this verification testing, if two consecutive temperature measurement profiles do not comply with the I0°F (6° C) temperature differential requirement, the paving operation shall be halted and adjustments made to the M'1U/MTV or remixing/reblending equipment to ensure that the hot -mix placed by the paver is within the above temperature requirements. ' 409.05 Rollers. Rollers shall be of the size and type to produce the density required and a surface that is smooth and free from check cracking. Rollers shall have a system for moistening the full width of each tire or drum and ' devices for cleaning the tires or drums. Petroleum products shall not be used on the surfaces of the roller that will be in contact with the pavement. I End of Section 409 I I C C C� C I ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Pagc 0409-9 I I I I I I Section 410 CONSTRUCTION REQUIREMENTS AND ACCEPTANCE OF ASPHAI; I' CONCRETE PLANT MIX COURSES 410.01 Description. The methods employed in performing the work shall be at the Contractor's option. The plant and equipment shall comply with the requirements of Section 409. When the production and/or placement of the material does not comply with the specifications, the Contractor shall make the changes necessary to bring the work into compliance. 410.02 Pre -Placement Conference. Unless waived by the Engineer, prior to the start of paving operations the Contractor shall conduct a Pre -Placement Conference involving the Contractor's personnel and the Department's personnel. The Contractor's proposed plant, delivery, laydown, compaction, and equipment shall be discussed and, if deemed necessary by the Department, all the equipment inspected. The accepted mix designs and materials to be used shall be discussed. The proposed mixing and compaction temperatures, sampling and testing plan, haul route, rolling pattern, and other pertinent information shall be discussed. The Pre- Placement Conference and all items discussed shall be documented by the Contractor and furnished to the Resident Engineer within ten calendar days after the Pre -Placement Conference. 410.03 Preparation of Mixture. The aggregates, mineral filler, and asphalt binder shall be measured separately ' and accurately mixed in the proper proportions according to the mix design. The aggregates shall be thoroughly coated and the mixture shall not show an excess or deficiency of asphalt binder, injury or damage due to burning or overheating, or an improper combination of aggregates. The continuous production of AC! IM shall be within plus ' or minus 25° F (14° C) of the mixing temperature shown on the approved mix design. Momentary temperature spikes shall be kept to a minimum. I I I I I I I 410.04 Preparation of Subgrade. Unless the course is to be placed on an existing base or pavement, the subgrade shall he prepared in conformity with the provisions of Section 212, and shall conform to the typical cross section as shown on the plans, and primed if specified. Additional material obtained from preparing the subgradc shall be bladed to the shoulders and evenly spread, with excess material being distributed evenly on the slopes. 410.05 Preparation of Existing Base or Surface. Newly constructed base or surface courses shall be prepared as set forth in the specification item covering such courses. Before placing asphalt base, binder, or surface courses, all required corrections of the existing pavement or old base, such as filling pot holes, sags, ruts, and depressions, or alterations of the existing pavement crown, shall he made. Such corrections shall he accomplished by placing asphalt binder or surface course mixtures at the location and in a manner as directed by the Engineer. Asphalt material used for wedging or leveling courses, or for filling holes, may be placed by hand, blade grader, or mechanical spreader methods. The mixture shall be featheredge) to a smooth and even surface around the edges of these areas. Before placing asphalt material, the base or existing surface shall be primed or tacked as applicable. Unless otherwise specified, no direct payment will be made for cleaning the surface of existing pavement. Before arrival of the mixture on the work, the prepared surface, primed or tack coated as specified, shall be cleaned of all loose and foreign materials. The mixture shall not he placed on a surface that shows evidence of free moisture. ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-1 I Contact surfaces of curbing, gutters, manholes, and other structures shall be painted with a thin coating of rapid curing cutback asphalt or emulsified asphalt. No direct compensation will be made for this work. For foreign material, or when the time lapse between courses is more than 72 hours, the earlier course shall be cleaned and given a tack coat before placing the succeeding course. When directed, the tack coat shall be applied and paid for under Section 401. If directed by the Engineer, a tack coat shall be used even though the elapsed time has been less than 72 hours. 410.06 Transporting. The mixture shall be transported from the mixing plant to the work in vehicles with clean tight beds. No loads shall be sent so late in the day as to interfere with spreading and compacting the mixture during daylight hours unless adequate artificial lighting is provided. Sufficient haul vehicles and plant production rate shall be maintained for the project to provide a continuous operation on the roadway. Only non -petroleum release agents listed on the QPL shall be used in haul trucks. 410.07 Spreading and Finishing. The mixture from all types of plants shall be delivered to the paver at no more than 25° F (14° C) above the mixing temperature shown on the approved mix design. In no case shall binder or surface course be placed at a temperature less than 250° F (125° C). The mixture shall be placed on an approved surface, spread, and struck off to the line, grade, and elevation ' established. The mixture shall be placed only on a base that shows no evidence of free moisture, and only when weather conditions are suitable. The Engineer may, however, permit work of this character to continue when overtaken by sudden rains to utilize materials that may be in transit from the plant at the time, provided the mixture is within the temperature limits specified and provided the finished pavement otherwise meets specification requirements. Water shall not be applied to the ACHM courses to speed cooling of the mat. The longitudinal joint in one layer shall offset that in the layer immediately below by approximately 6" (150 mm), however, in general, the joint in the top layer shall be at the centerline of the pavement if the roadway comprises two lanes in width, or at lane lines if the roadway is more than two lanes in width. On roadways with a center turn lane, the Contractor may, at his option, elect to place a joint at the crown (i.e., middle of the center turn lane) of the roadway and eliminate the joints on the lane lines of that lane. The slight excess of asphalt at a longitudinal joint, generated by overlapping during placement of an adjacent mat to a previous mat, shall not be scattered across the ' mat. This material shall be stacked over the joint. The first pass of the steel wheel roller shall be entirely on the new mat, with the edge of the drum 6" (150 mm) away from the longitudinal joint. The second pass of the steel wheel roller shall be made with 6" to 8" (150 mm to 200 mm) of the drum overhanging onto the older mat. , General casting back of material or hand raking material onto the surface will not be permitted. Hand spreading will be permitted only in areas inaccessible to the paver. On roads under traffic, the mixture shall be spread and finished in full lane widths where practicable. The paver shall alternate between the lanes with such frequency that the adjacent lane shall be laid no later than the next working day after the first lane is laid. A transition area from the new pavement down to the existing pavement will be constructed at the beginning and ending of each day's paving operation. The length of the transition will be based on the thickness of the ACIB4 course being placed: I 1 Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-2 I 1 ' Ro 7'y 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 lilt Hil lira Oil Spi Short Term Temporary Temporary Permanent (In -place for (In place for adwav less than 7 over 7 days) pe calendar days) .rstates & divided 4 ft. (1.2 m) length for 10 ft. (3.0 m) length for 100 ft. (30.5 m) length ,hways with speed each 1" (25 mm) of each I" (25 mm) of for each 1" (25 mm) of .its > 55 mph thickness thickness thickness mer highways with 3 ft. (0.9 nn) length for S ft. (1.5 m) length for 50 ft. (15.2 m) length for .ed limits ≤ 55 mph each I" (25 mm) of each I" (25 mm) of each I" (25 mm) of thickness thickness thickness The paver shall uniformly distribute and compact the mixture in front of the screed for the full width being paved. The finished surface shall he smooth and of uniform texture. The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. When laying mixtures, the paver shall he operated at forward speeds consistent with satisfactory laying of the mixture. The speed of the paver shall he matched with the plant production rate and number of hauling units. Stop and go operation of the paver shall be held to a minimum. The edge of the Binder or Surface Course shall be established by a string or chalk line for a distance of not less than 500' (150 m) ahead of the spreading operation. 410.08 Rolling and Density Requirements and Joints. At the beginning of placement of each mix design, the Contractor shall establish an optimum rolling pattern for the mix being placed. A strip of approximately 500' (I50 m) of the mat being placed shall be used to establish the rolling pattern. A sufficient number of coverages of the entire mat by the rollers proposed to be used by the Contractor during production paving operations shall be made to achieve the maximum density possible. The Engineer will observe the Contractor's use of a nuclear density gauge to verify that the maximum densities possible are obtained. The established rolling pattern shall be used for compacting all mix placed. If a change in the accepted mix design occurs, or if the compaction method or equipment is changed, or if unacceptable results are obtained, a new optimum rolling pattern shall be established. If for any reason a rolling pattern cannot be established to produce the specified density, a new mix design will be required. The Contractor shall establish an optimum rolling pattern that will produce the maximum density using the new mix design. Continuous production of the mix shall not begin until an optimum rolling pattern that produces the specified density within the allowable range has been established. Rolling shall start longitudinally at the low edge and proceed toward the higher portion of the mat. When paving in echelon or abutting a previously placed lane, the longitudinal joint shall be rolled first followed by the regular rolling procedure. Alternate passes of the roller shall be terminated at least 3' (1 m) from any preceding stop. Rolling on superelevatc d curves shall progress from the low side. Rollers shall not be stopped perpendicular to the centerline of the traveled way. Arkansas State Ilighway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-3 I The speed of the roller shall be slow enough to avoid displacement of the hot mixture, and shall in no case be more than 3 mph (5 km/h). The roller shall be operated in such a manner that no displacement of the mat will occur. Rolling shall proceed continuously until all roller marks are eliminated and the required density attained. To prevent adhesion of the asphalt mixture to the rollers, the rollers shall be kept moist for the full width of the rollers, but an excess of water will not be permitted. Upon completion of the rolling operations, the surface shall be smooth and of uniform texture. If the asphalt binder content varies from the value used to calculate the specific gravity, the maximum theoretical density will be adjusted accordingly. If the Contractor elects to verify the specific gravity or to establish a different specific gravity, he shall perform the test under AASHTO T 209 on production mix and furnish the results to the Engineer. The Contractor and the Engineer will use the specific gravity that best represents the material that is being sampled for acceptance of the pavement. If either quality control or acceptance density tests indicate that the established maximum theoretical density may be in error, the Engineer may require that the specific gravity be redetermined from production mix. If production has been interrupted for 90 calendar days or the mix design has changed a new maximum theoretical density shall be established. Rollers shall not pass over the unprotected end of a freshly laid mixture. Transverse joints shall be formed by cutting back on the previous run to expose the full depth of the course. A brush coat of asphalt material shall be used on contact surfaces of transverse joints just before additional mixture is placed against the previously placed material. 410.09 Acceptance of the Pavement and Adjustments in Payment. (a) General. The accepted mix design shall be verified by the Contractor at the start of mix production for that design or after an interruption of more than 90 calendar days. A maximum of 200 tons (200 metric tons) of material may be placed on the roadway during the verification process. If the mix produced does not verify the mix design, the material placed on the roadway shall be declared a partial lot and a new mix design submitted. Verification shall consist of test results showing that the values for air voids, VMA, and asphalt binder content are within the compliance limits. If necessary, adjustments will be made to the plant to produce mix within the specified property limits. All mixes produced shall be within the gradation tolerances of the accepted mix design according to Section 404.04. The adjusted mix shall become the new accepted mix design. Acceptance and adjustment in payment will be by lot. The standard lot size for acceptance and adjustment in ' payment will be 3000 tons (3000 metric tons), with each standard lot divided into four sublots of 750 tons (750 metric tons) each. The Engineer may establish a partial lot at any time. The Engineer will determine the size of any partial lots established and the number and size(s) of the sublots, if any. Although there are no specified limits for the size of such partial lots, they normally will be not less than 300 tons (300 metric tons) nor more than 3300 tons (3300 metric tons). Field density tests shall be performed on the compacted mat on the roadway as soon as possible, preferably not later than the day after placement. The Contractor shall obtain and test one sample taken at random from each sublot. The Department will determine the location for each sample in the sublot by AHTD Test Method 465. The Department's inspector shall be provided an opportunity to witness all Contractor sampling and testing. The test reports of all Contractor acceptance tests shall be provided to the Engineer by the end of the first working day following production of the material. The Department will obtain and test a minimum of one sample taken at random from each lot, including partial lots, i to be used both for verification and for acceptance. Verification testing will be conducted in accordance with Subsection 106.11 and the Department's Manual ofField Sampling and Testing Procedures. The location of the lot sample will be determined by the Department using AHTD Test Method 465. If core samples are used for field density testing, they shall be obtained by the Contractor at locations selected by the Engineer and at no cost to the Department. The samples shall be obtained using a diamond blade pavement saw or a diamond bit core drill to Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-4 Li remove a sample of compacted pavement for the full depth of the course(s). The holes made in taking the sample ' shall be repaired by the Contractor at no cost to the Department. I I I I I I I I I I I `J' II I I The Contractor's acceptance sampling and testing procedures, equipment, and results will be subject to independent assurance sampling and testing conducted by the Department. Independent assurance sampling and testing will he conducted at the frequencies indicated in the Department's Manual ofField Sampling and Testing Procedures. The Contractor shall he required to make changes to the equipment and/or procedures used if the results of the independent assurance tests do not correlate with the Contractor's test results. The Department will perform all tests for acceptance and adjustment in payment on material used to replace unacceptable material removed by the Contractor. The number of tests and the location(s) for sampling will be determined by the Engineer using the same procedures used for the original material. The results of these tests will he used for acceptance and adjustment in payment for the lot or sublot, as applicable. Acceptance sampling and testing by the Contractor shall he performed in a qualified laboratory by a certified technician. Requirements for technician certification and laboratory qualification are contained in the Department's Manual of Field Sampling and Testing Procedures. All sampling and testing for acceptance and adjustment in payment shall be performed using the test methods specified in Subsection 404.04 for quality control sampling and testing. This includes performing a'maxinmm theoretical specific gravity test (AASHTO T 209) for each acceptance and adjustment in payment test. The VMA (effective) as determined by the effective specific gravity shall be calculated. The VMA (actual) shall be determined by reducing the VMA (eftixtive) by the correction factor shown on the mix design. Samples for all properties except density and the investigation of segregation shall be obtained from trucks at the plant. Samples shall be maintained at or near the optimum mixing temperature until the testing procedure begins. Specimens for air voids shall be compacted at or near the optimum compaction temperature. In no case shall the sample be allowed to cool below the compaction range specified by the accepted mix design. (b) Acceptance of the Pavement. Acceptance of ACHM courses will be based on the following criteria: • The results of tests for the properties listed in Table 410-I, • Pavement smoothness, and • Segregation. (1) Properties in Table 410-1. Acceptance with respect to the properties listed in Table 410-1 will be by lot. Acceptance of a standard lot will be based on the average of the five (5) tests performed on the lot. Acceptance of a partial lot will be based on the average of the actual number of tests made on that partial lot. Acceptance of a sublot will be based on the results of the lest(s) performed on samples from that sublot. In Table 410-1, the term "specification limit(s)" refers to those limits and/or values shown in the tables ofdesign values for the various types of mix. The term "mix design value" refers to the value shown in the accepted mix design. When the average of the test results for a lot fall within the range shown in Table410- I as "Compliance Limits", the lot will be accepted with no price reduction for those properties. If the average of the test results for a lot for any single property listed in the table falls within the limits shown as "Price Reduction Limits", the material may be left in place at a reduced price as specified in Subsection 410.09(d). If the average of the test results for a lot for any single property listed in the table falls outside the limits shown as "Lot Rejection Limits", the entire lot shall be removed and replaced at no cost to the Department. Sampling and testing of the replacement material will be according to Subsection 410.09(a). I Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for I lighway Construction Page 0410-5 For any single property except density, if the result of the single test in a sublot falls outside the limits shown as , "Sublot Rejection Limits", that sublot shall be removed and replaced at no cost to the Department. In the sublot containing the Department's lot test, if the result of either the Contractor's sublot test or the Department's lot test fall outside the sublot rejection limits, the two tests will be averaged and the average of the two test results used to determine acceptance or rejection of the sublot. The average of the two test results will also be used as a single value to compute the average for the lot for acceptance and adjustment. For density, if a test for a sublot is more than 2.0 percentage points above or below the specification limits for ' the type of mix, that sublot will be further evaluated as follows: Two additional density tests will be performed by the Department on a statistically random basis within that , sublot, except that only one additional test will be performed if the sublot contains both a Contractor sublot test and a Department lot test. If the average 9f the three tests is within 2.0 percentage points above or below , the compliance limits, the sublot will be accepted. The average of the three test results will be used as a single value to compute the average for acceptance and adjustment of the lot. If the average is outside the sublot rejection limits, the sublot shall be removed and replaced at no cost to the Department. In that case, the result of a density test performed on the replacement material will be used to calculate the average for acceptance and adjustment of the lot. (2) Pavement Smoothness. The finished surface, when checked with a 10' (3 m) straight -edge parallel to the centerline, shall show no variation more than 3/16" (5 mm) for binder courses and not more than 1/8" (3 mm) for surface courses when the profile grade line is shown on the plans. If the profile grade line is not shown on the plans, the variations shall be not more than ''4" (6 nun) for binder courses and not more than 3/16" (5 mm) for surface courses. When surface tests indicate surface tolerances do not meet these requirements, corrections to the pavement and changes to the paving operations shall be made before beginning the next day's operations. All transverse joints shall be straightedged immediately following rolling of the joint. Paving will not continue until the transverse joint meets the applicable surface tolerances shown above. The Engineer will test the finished surface of each course on main lanes and ramps with a rolling straightedge immediately following the final rolling as conditions permit. All testing will be made in a longitudinal direction and at least one pass shall be made for the full length of each lane. Areas not meeting the above surface test requirements for all except the final surface course maybe corrected by skin patching, featheredging, or other methods that would provide the required smoothness. I Areas not meeting the above surface test requirements for the final surface course shall be corrected in such a manner as to maintain a quality pavement having the same uniform texture and appearance as the adjoining surface. Skin patching will not be permitted. Featheredging will be permitted only at the beginning and the end of the job. When the corrective action involves removing and replacing a section of the final surface, the minimum area to be removed shall be 50 linear feet (15 m) of length for the full width of the course placed. Replacement of the final surface shall be accomplished using a paver. Grinding will be allowed, if necessary, to correct surface tolerance deficiencies. The grinding equipment shall be power driven and specifically designed to smooth and uniformly texture the pavement by means of diamond blades. All corrective work and material necessary to correct surface tolerance deficiencies for binder or surface courses , shall be at no cost to the Department. •1 Arkansas State Highway & Transportation Department Edition of 2003 ' Standard Specifications for Highway Construction Page 0410-6 11 I I I I I I II I I I I I I I C1 I u E O u u° E L E ` • 4n V 1.. l' 1. V C V K O ° �. .. O O ° OO ° O ° ° O O ° O '-O op Ce •Ci E O O O O J O O p O p V o 00 0 m u o to -41 C O Vi C x 0 CE U J O U y N Z N 0 VI L y ti v O O O too O O e A -E '—E " E -c vE -E °'E O O O O O O O C U u II M O 0 O O O O O •2 v Q a v o O O 0 O. -. ° u X y! t v N n o e r o n - a t O - - - O U O Ii. C 0 FE ° 00 C a o f .0 v o o o e > oo o a vJ o o > o n e-; '; _�� ar; .., .- C M h .-. - .-. - .-. - a x a` C C W V ,•; OO O O OO O O O O O O O O n _ O r u 1 o e o > Wi fl-. N - - - - - - W - - O� tW a z L v z E 2 O > s U En C Co u o e o o e e c O J 0 O O 0 O O O •-i a �c r; �o •c u " E o a C O O O O O O O U 0 0 0 0 0 r o o a E M n _ - - o* - - O' U W U U u z u a ¢v v-' �� �� -„ a E C E E E m u j o E o f o f o f tEn o U h U U U h _ c U .V.. yVj r` N N U fV u O� V p �JA o '.: CL '-' W W C `cC � U Q O' o O U VI > V1 a Q Q 4n Q W N u 4°n 'O �.W aW C O2vt O J a N V a s a > 9•U.fls. C ¢¢ ' Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-7 r i (3) Segregation. Segregation in asphalt concrete hot mix paving is the non -uniform distribution of aggregate that results in non -uniform surface texture. If a pattern of segregation develops, or if segregation occurs over a large area (3 square yards [3 sq m] or more), paving shall cease until the problem has been corrected. Visual inspection of the compacted pavement will be made to determine the extent of any segregation. In addition to the visual inspection, objectionable areas may be tested. Samples will be obtained from the areas identified as objectionable by the Engineer. Gradation, density, and asphalt binder content of the samples will be determined according to the test methods in Section 404.04. The test values obtained shall be within the tolerances for gradation in Section 404.04 and within the compliance limits for asphalt binder content and density in Section 410. If any of the test results do not meet the requirements, the area/areas will be considered non -complying. If the non -complying material is deemed reasonably acceptable according to Subsection 105.04, it may be left in place at a reduced cost to the Department. In the event the material is found unacceptable relative to segregation and it is determined that the material must be removed, the area(s) of segregation shall be removed full depth of the course paved. Replacement of the material by dumping and spreading by hand or motor grader will be permitted on base and binder courses for areas less than 50 linear feet (15 m) in length. Replacement of larger areas of base and binder and replacement of any surface course will be accomplished with a paver. On surface course, the minimum area to be removed shall be 50 linear feet (15 m) of the full width of the mat paved. (4) Pavement that is determined to be non -complying for any reason other than the properties listed in Table 410- I will be evaluated under Subsection 105.04. The Engineer will determine whether the non -complying pavement must be corrected, removed and replaced, or may be left in place at a reduced cost to the Department. Price reductions determined under Subsection 105.04 will be in addition to the price reductions, if any, determined under Subsection 410.09(d). If the total price reduction is determined to be greater than 50% for any lot, that lot will not be accepted. When two consecutive lots or any three out of five lots fail to qualify for full payment for any reason, work will be stopped until corrective action is taken. (c) Unacceptable Pavement. Any lot or sublot of any ACHM course that is not accepted for any reason shall be removed and replaced by the Contractor at no cost to the Department. Payment for sections where removal and replacement is required will be withheld or recovered, and released after replacement has been acceptably completed. The quantity for payment will be the original quantity and measurement of the quantity used in replacement operations will not be considered. (d) Adjustments. Adjustments will be made by reducing the contract price of the lot according to the schedules below. Price reductions will be computed from the schedules below for each property, and reductions for each property added together to obtain the total price reduction for the lot. The total price reduction will be applied to all components of the course for the entire quantity of the lot. Price reductions will be accomplished by Change Order and will be shown on progress and final estimates as a separate item deduction. When the number of deviations for any property shown exceeds the maximum specified, or when the total price reduction for a lot is greater than 50%, that lot will not be accepted. Continuous production of material not qualifying for full payment will not be allowed. (1) For Asphalt Binder Content, the contract price of the entire lot will be reduced by 12% for each deviation outside the compliance limits, up to a maximum of 3 deviations. One deviation is 0.1 percentage point. (2) For Air Voids, the contract price of the entire lot will be reduced by 10% for each deviation outside the compliance limits, up to a maximum of 5 deviations. One deviation is 0.1 percentage point. (3) For VMA, the contract price of the entire lot will be reduced by 10% for each deviation outside the compliance limits, up to a maximum of 5 deviations. One deviation is 0.1 percentage point. (4) For Density, the contract price of the entire lot will be reduced by 4% for each deviation outside the compliance limits up to a maximum of 10,deviations. One deviation is 0.1 percentage point. I I I L1 [1 I I I I I I I I I I I Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-8 Li 1 1 C1 I I I I 1 I I I 410.10 Incentives. It is the intent of this specification to produce a pavement that is durable and consistently exceeds the minimum test values established in these specifications. To that end, incentives will he included in the pay schedule for ACIIM Binder Course and/or AC14M Surface Course. Incentive pay will be according to the following guidelines. When the entire quantity of either the ACIIM Binder Course or ACI IM Surface Course meets the following criteria, an incentive of the percentage designated will he applied to the dollar amount for all the components of the designated mix. For the purpose of incentives, the only tests to be considered shall be the average test results for each lot. Incentive payments will be accomplished by Change Order and will be shown on the final estimate as a separate item increase. An accumulated maximum 6.0% incentive payment is available as follows: (a) An incentive payment of 3.0% will be added if: • the asphalt binder content is within ±0.2 percentage point of the mix design value, and • the total variation, low to high, in air voids is no more than 0.6%, with none outside of the compliance limits, and • all densities fall between 92.0%and 96.0%, and • there arc no areas of segregation outside of the compliance limits as verified by testing according to Subsection 410.09(b)(3) 'When the minimum specification density is 90.0%, this value is changed to 90.0% (b) An additional incentive payment of 2.0% will be added if the requirements of (a) above arc met and if the VMA are within the compliance limits. (c) If the Contractor elects, an additional incentive payment of 1.0% of the total ACIIM Surface Course quantities used on the project will be added if: • the pavement smoothness incentive criteria are met, and • there arc no corrective patches', and • the requirements of both (a) and (h) above are met. 'Note: Any repaved section of 1000' (300 m) or greater in length for a full lane width will not he considered a 'patch. To achieve the smoothness incentive payment, the Contractor shall furnish and operate a California -style profilograph meeting the specifications of ASTM E 1274 or an automated lightweight profilomcter complying • with ASTM E 950, Class I and calibrated to the California -style profilograph scale, and: (1). The finished surface shall have a maximum profile index of 3"/mile (± 0.1" blanking band) per0.l mile section (50 mm/km [± 2.5 mm blanking band] per 200 m section), or portion thereof, for the entire project. Individual sections will not be considered for the incentive. In addition to the above requirements for profile indices, on the final surface course, no areas representing high or low points having a deviation greater than 0.3" in 25' (7.5 mm in 7.5 m) as determined by the ' profilograph shall be present. (2). The Contractor shall take all profiles required by this subsection under the observation of the Engineer. ' All data obtained from the profiling operations will be furnished to the Engineer to be considered for any incentive payment. I. Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-9 I The Engineer will verify the calibration of the profilograph equipment as frequently as necessary to assure proper operation. The profile will be taken near the center of each main traffic lane using a California -style profilograph or lightweight profilometer. For daily operations, the profile shall begin 10' (3.25 m) back onto the previous day's run and shall be continuous to within 10' (3.25 m) of an existing structure or existing pavement, or the end of the pavement. The profile may also be determined upon completion of the project by a trace that shall run continuously to within 10' (3.25 m) of an existing structure or existing pavement, or the end of the pavement. In either case, the incentive payment will be determined at the completion of the project and when all profile traces have been submitted to the Engineer for the project files. Scheduling and testing will be coordinated with the Engineer. The Contractor shall provide all traffic control associated with the surface testing operations. 410.11 Widening and Overlay Operations. When pavement construction results in vertical differentials at the lane lines or at the edge of the traveled lanes, the Contractor shall comply with the requirements of Subsection 603.02(d). When asphalt hot mix material is to be placed in a trench for widening an existing pavement and the trench is inaccessible to normal rolling operations, compaction both of the subgrade and of the asphalt material shall be accomplished by means of a trench roller or by other approved methods. 410.12 Seasonal and Temperature Limitations. Hot mix asphalt materials shall not be mixed or placed when the surface temperature is below 40° F (5° C), or when there is frost in the base or subgrade, or at any other time when weather conditions are unsuitable for the type of material being placed. Placement of ACHM Base Course and ACHM Binder Course shall be scheduled to minimize exposure to inclement weather. The amount of ACHM Base and/or Binder exposed at any time between December 1 and March 14 shall be limited to the area that can be covered with binder and/or surface course in one (1) day's normal production. Placing additional ACHM Base or Binder will not be allowed until the exposed course has been covered with binder and/or surface course. The succeeding course shall be placed as soon as weather and ground conditions allow. End of Section 410 I I I I I I 11 I I I I I 11 [1 I Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0410-10 1 Section 710 II NON-METALLIC CONDUIT I I I 17 L d Li I LI J 1 I I I 710.01 Description. This item shall consist of furnishing and installing PVC (polyvinyl chloride) or PF (polyethylene) conduit according to these specifications and at the locations shown on the plans or as directed. The Contractor may elect to use either type of conduit where non-metallic conduit is shown on the plans; however, each run of conduit (from pull box or pole base to the next pull box or controller) shall consist of conduit, fittings, and accessories of one type of material. 710.02 Materials. (a) PVC Conduit. Conduit, fittings, and accessories shall be PVC suitable for underground, encased, and exposed applications as approved by Underwriters Laboratories according to the National Electric Code. Conduit shall he Schedule 40 rigid PVC. (b) PE Conduit. Conduit, fittings, and accessories shall be polyethylene, suitable for underground, encased, and exposed applications as approved by Underwriters Laboratories according to the National Electric Code. Conduit shall be Schedule 40, meeting the requirements of ASTM 1) 2447-99, utilizing test procedure ASTM D 1248. 710.03 Construction Requirements. Conduit shall be installed in trenches or predrilled tunnels not less than 18" below final grade except where otherwise indicated on the plans or as directed. Standard bends should he used wherever possible, but when the bend is formed, the longest possible bending radius shall he used and shall not be less than 6 times the nominal diameter of the conduit. Upon completion of each conduit run, a device having a diameter of at least 85% of the nominal diameter of the conduit shall be pulled through the conduit run. If the device does not pull through, the cause of the obstruction shall be determined and corrected. A'/." nylon pull rope shall be pulled through each conduit and left in place for later use if the conduit is to he left empty. "french excavation, backfill, compaction, and removal of surplus material shall he performed to the satisfaction of the Engineer. Compaction shall be accomplished to the extent necessary to prevent future settlement of the trench. Disturbed surfaces shall he returned to the original condition. 710.04 Method of Measurement. Refer to Section 01025, Measurement and Payment. 710.05 Basis of Payment. Refer to Section 01025, Measurement and Payment. End of Section 710 I Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0710-1 Li I I I I F C I I C I I I I I I Section 722 PLOWABLE PAVEMENT MARKER 722.01 Description. This item consists of furnishing and installing plowable pavement markers on Portland cement concrete and/or asphalt concrete pavement according to these specifications at the locations shown on the plans or as directed by the Engineer. 722.02 Materials. The plowable pavement marker shall consist of an iron casting to which is attached a replaceable prismatic retroreflector for reflecting light. Both ends of the casting shall be shaped to deflect a snowplow blade. The bottom of the casting shall incorporate two parallel keels and an accurately shaped web designed to fit into a grooved surface. The markers shall conform to the shape and dimensions shown on the plans. A Type I marker shall reflect light in one direction. A Type II marker shall reflect light in opposite directions. 722.03 Construction Requirements. Installation shall be as recommended by the manufacturer and shall consist of: • Sawing the pavement with a concrete saw to match the bottom contour of the marker housing plus a 1/8" (3 mm) clearance side -to -side; • Cleaning the dry, sawed area and tilling with a standard set epoxy to within approximately 3/8" (10 mm) ofthe. pavement surface, insuring a slight overflow of epoxy when the marker is placed; and • Placing the marker into the grooves with the leveling lugs resting on the pavement and all four leading tips of the marker below the surface of the roadway. The reflector shall be attached to the housing with a suitable adhesive as recommended by the manufacturer, and may be placed before or after the housing is in place. The marker housing shall not be installed when the temperature is below 50° F (10° C), the relative humidity is above 80%, or when the pavement is wet. All existing non -plowable raised pavement markers and all conflicting plowable pavement markers shall be removed. 722.04 Method of Measurement. Refer to Section 01025, Measurement and Payment. 722.05 Basis of Payment. Refer to Section 01025, Measurement and Payment. Payment will be made under: Pay Item Plowable Pavement Marker (Type ) End of Section 722 Pay Unit Each I Arkansas State Highway & Transportation Department Edition of 2003 Standard Specifications for Highway Construction Page 0722-1 1 Section 03210 REINFORCING STEEL PART!- GENERAL ' 1.1 SCOPE A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and ' welded wire fabric. 1.2 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. • ' 1.3 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division I, GENERAL REQUIREMENTS. II. Bending Lists 2. Placing Drawings ' PART 2 -MATERIAL S ' 2.1 DEFORMED REINFORCING BARS A. Deformed billet -steel bars conforming to ASTM A61 5, Grade 60, unless otherwise noted. ' 2.2 WELDED WIRE FABRIC A. See Drawings to determine size used, if applicable. ' 2.3 ACCESSORIES A. Tie wire shall he 16 -gauge, black, soil -annealed wire. Bar supports shall be of proper type for ' intended use. Bar supports in beams, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same strength concrete being placed around them. Use concrete supports for reinforcing in concrete placed on grade. Conform to requirements of "Placing Reinforcing liars" published by CRSI. PART 3- EXECUTION 3.1 GENERAL A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. ' B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient time for this inspection prior to casting concrete. 1 City of Fayetteville May 30, 2003 Engineering Division Page 03210-I F1 3.2 DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform ' to CRSI publication "Placing Reinforcing Bars". 3.3 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. , 3.4 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. 3.5 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL , A. Conform to the current edition of the ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.6 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing ' Steel Institute and to the Details and Notes on the Drawings. 3.7 SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. 3.8 TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.9 REINFORCEMENT AROUND OPENINGS , A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develop bond in each bar. Where welded wire fabric is used, provide extra reinforcing using fabric or , deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, I and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC , A. Welded wire fabric shall be placed at mid -depth of slab. Do not leave on ground. 3.12 FIELD BENDING ' A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. City of Fayetteville May 30, 2003 Engineering Division Page 03210-2 3.13 PAYMENT A. Payment for the work in this Section will he included as part of the applicable Concrete structure hid item stated in the Contractor's Proposal. No separate payment will be made of reinforcing steel. End of Section 03210 'City of Fayetteville May 30, 2003 Engineering Division Page 03210-3 This section covers cast in place concrete and reinforcing steel used in the construction of drop inlets, headwalls, drainage structures, curb and gutter, sidewalks and access ramps, ditch paving, manhole adjustments, water valve adjustments, thrust blocks, pipe bedding, concrete pads around valve and meter boxes, guard rail footings, and concrete encasement. This section also includes flowable fill for pipe Quality control is specified in Section 01400. Cast -in -place manholes are specified in Section 02601. Fire hydrant blocking is specified in Section 02644. Pipe laying and encasement is specified in Section 02600. Storm sewer system is specified in Section 02720. Utility sleeves is specified in Section 02605. A 185, "Steel Welded Wire Fabric, Plain, for Concrete Reinforcemwnt" A 615, "Deformed and Plain Billet Steel for Concrete Reinforcement" C 31, "Standard Method of Making and Curing Concrete Test Specimens in the Field" C 33, "Concrete Aggregates" C 39, "Standard Test Method for Compressive Strength of Concrete" C 143, "Standard'I'est Method for Slump of Portland Cement Concrete" C I50, "Standard Specification for Portland Cement" C 172, "Standard Method of Sampling Fresh Concrete" C 231, "Standard Test Method for Air Content of Freshly Mixed Concrete by (he Pressure Method" C 260, "Air Entraining Admixtures for Concrete" Submittals arc not required for concrete work unless requested by 1{ngineer. If requested, submit drawings and data as follows. It is anticipated that these will only be required to be submitted if field observations indicate to Engineer that the Work is not progressing according to the Contract Documents. Manufacturer's data for reinforcing steel. City of Fayetteville Engineering Division I 2. Manufacturer's data for admixtures and curing compound. 3. Mix design for concrete and flowable fill. 4. Reinforcing placement drawings. ' 1.5 QUALITY ASSURANCE A. Concrete shall be provided by a ready mix plant that has been in operation sufficient time to have a proven record of supplying concrete mixtures that perform satisfactorily. Ready mix plant shall have a current AHTD approval. B. Concrete work, including formwork and reinforcing steel placement, shall be accomplished by workers experience in the type of work being performed. ' PART2-PRODUCTS -PRODUCTS ' 2.1 CEMENT A. Cement shall be Portland Cement conforming to the requirements of ASTM C 150, Type I or IA. Type I III or IIIA Portland Cement, high early strength, may be used if approved by Engineer; any extra cost will be borne by Contractor. 2.2 AGGREGATE A. Coarse aggregates shall consist of crushed stone or gravel and shall comply with the following grading requirements when tested according to AASHTO T 27: Class A, B, or Special Concrete: , Sieve Percent Passing 1'/<" 100 1" - '/" 35-75 :" - 10-30 #4 0-5 #8 B. Fine aggregates shall consist of clean, sound, sand conforming to ASTM C 33, and graded as follows: Sieve Percent Passing 100 #4 95-100 #8 70-95 #16 45-85 #30 20-60 #50 5-30 #100 0-5 I City of Fayetteville Engineering Division May 30, 2003 Page 03316-2 I ' 2.3 WATER A. Water used in mixing concrete and mortar shall be potable water and shall be free from injurious amounts of acids, alkalies, oils, sewage, and organic matter. 2.4 REINFORCING STEEL IA. Reinforcing steel shall he either deformed bars or welded wire fabric, as indicated on the Drawings. 7-hc steel shall conform to the following. Deformed bars ASTM A 615, Grade 60 Welded wire fabric ASTM A 185, Grade 65 2.5 CURING COMPOUND A. W.R. Meadows 1600 White, or an approved equal. 1 2.6 CONCRETE COMPOSITION AND STRENGTH REQUIREMENTS IA. Concrete shall be either Class A or Class B, and shall be composed of Portland cement, fine and coarse aggregate and water proportioned in keeping with the following: Note: Concrete other than Class A or Class B are not listed below and shall be noted on the drawings and those mixes shall have a mix design submitted that will meet the specified minimum compressive strength and/or other specified requirements. ' Class „An Concrete Class „A„Concrete Class "B" Concrete (Sidewalks) Minimum Sacks of Cement 5.5 5 5 I Ll I [1 Li (per Cubic Yard) Max Water (gallons per sack) Slump (inches) Air Entrainment (percent) 6 2 -4 (w/ vibration) I-2(for construction with extrusion machine) Water -cement ratio shall not exceed 0.49. 5.5 +/- 1.5 Plowable Fill 5 2 -4 (w/ vibration) I — 2 (for construction with extrusion machine) 6.0 +/- 2.0 Material for one cubic yard, absolute volume, shall be as follows: a7 2 - 4 (w/ vibration) I - 2 (for construction with extrusion machine) 5.5 +/- 1.5 IMinimum Cementious Material . Cement (80-100 Ibs) / Fly Ash (220-300 Ibs) I Sand Variable to equal one cubic yard Water Approximately 65 gallons I City of Fayetteville Engineering Division May 30, 2003 Page 03316-3 I B. Air -entraining agents, if used, shall conform to ASTM C 260. The total air content (entrained and entrapped air) shall be 5.5 percent plus or minus 1.5 percent for concrete, 6.0 percent plus or minus 2.0 for sidewalks, and 15 percent plus or minus 1.5 for flowable fill. C. Proportioning of concrete shall be by weight except that water may be measured by volume. A one cubic I foot sack of Portland Cement will be considered as weighing 94 pounds. D. Class A concrete made with ordinary Portland cement shall have a minimum compressive strength at 28 , days of 3500 psi, except for sidewalks which shall have a minimum compressive strength at 28 days of 4000 psi. Class B concrete made with ordinary Portland cement shall have a minimum compressive strength at 28 days of 3000 psi. If made with high early strength cement, those strengths shall be attained at the end of 7 days. Other strengths may be specified on Drawings or in these specifications. Flowable fill shall have.a minimum compressive strength at 28 days of 200 psi and shall meet the requirements of AHTD Section 206. I 2.7 JOINT COMPOUNDS A. Expansion joints: asphalt impregnated fiberboard, meeting requirements of AASHTO M 213. Expansion joints shall be left %z" lower than grade or trimmed %z" lower and filled with silicone sealer or other sealer approved by the Engineer to finish grade. B. Contraction (i.e. saw cut) joints: one part silicone formulation that does not require a primer for bond to concrete. Compound shall be compatible with concrete. Acetic acid cure sealants are not acceptable. Provide product of a manufacturer listed on the AHTD approved materials provider list. PART3-EXECUTION -EXECUTION ' 3.1 REINFORCING STEEL A. Steel reinforcing shall be free from rust, scale, and from mortar, dirt, or other objectionable coatings. It shall be placed accurately in accordance with details shown on the Drawings and with rebar detail ' drawings, and properly secured in position. 3.2 READY -MIX CONCRETE A. Ready -mix concrete shall be delivered and placed within one hour after all materials, including mixing water, shall have been placed in the mixing drum. Each batch shall be accompanied by a load ticket with a copy for Engineer showing the concrete type, mixing proportions, and time mixing began. , 3.3 VIBRATION A. Structural concrete shall be compacted by vibration as it is placed. The use of form vibrators is not acceptable. Internal vibrators shall be capable of transmitting vibration to the concrete at frequencies not less than 4,500 impulses per minute. Duration of vibration shall be limited to the time necessary to provide satisfactory consolidation without causing segregation. The vibrator shall not be inserted into lower courses previously vibrated. Vibrators shall be applied in a substantially vertical position and at uniformly spaced points not further apart than the visible effectiveness of the vibrator. Vibration shall be supplemented by such spading as Engineer may require. Concrete in pipe foundations need not be vibrated if other methods produce satisfactory results. Slump of concrete shall be the minimum practical. When vibration is used to consolidate concrete, slump shall not exceed 4 inches. City of Fayetteville May 30, 2003 Engineering Division Page 033161 3.4 F-INISIIING A. Surface finishes shall he classified as follows: Class I. Ordinary Surface finish. Class 2. Rubbed finish. ' Class 3. Sprayed finish. Class 4. Exposed Aggregate finish. Class 5. Tined Concrete pavement. ' Class 6. Broomed finish. B. All concrete shall be given a Class I finish. Immediately following the removal of forms, fins and irregular projections shall be removed from all surfaces. On all surfaces, the cavities produced by form ties and all other holes, broken comers or edges, and other defects shall be thoroughly cleaned, and patched. In addition, further finishing may be required as specified. C. All exposed surfaces of structures shall be given a Class 2 finish. D. Curb and gutter, integral curb, drop inlet tops, sidewalk, access ramps, driveways, medians and ditch ' paving shall be given a Class 6 finish. E. Concrete pavement shall be given a Class 5 finish. F. Drive and street repairs shall be finished to match existing drives and streets. 3.5 CURING A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Cure concrete for at least 7 consecutive days. Cure unfonned surfaces by one or the following methods. I. Cover surface with moist fabric so that a film of water remains on the surface throughout the curing period. 2. Cover surface with curing paper and seal with tape. 3. Apply a uniform coat of liquid curing and sealing compound in accordance with manufacturer's instructions. 3.6 CURB AND GUTTERS IA. Shape subgrade to required depth below finished surface, and compact to a firm, even surface. Remove soft and yielding areas and replace with suitable material and compact. Proof roll as specified in section 02220. Spread base course material as indicated on the Drawings. B. Construct forms of metal or wood, free from warp, and of sufficient strength to resist springing during concrete pouring. Stake and brace and hold firmly to required lines and grades. Clean and oil fors before concrete is placed. Face forms or templates matching the shape of the planned curb are required when an extrusion machine is not used. C. Curb and gutters shall be poured as a monolithic structure, according to the lines and grades and details indicated on the Drawings. A combination of extrusion machine and hand pouring shall be used as best suits the Work. Extrusion machine shall be the type that can be adjusted to provide the types and ' City of Fayetteville May 30, 2003 Engineering Division Page 03316-5 I dimensions of curbs indicated on the Drawings. D. Vibrate and spade until mortar entirely covers the surface. Finish smooth and even by means of a wooden float. Round edges as indicated on the Drawings while concrete is still plastic. Remove face forms as soon as practicable. Finish face by rubbing with a wood float until it is smooth, then brush finish with a broom. Plastering will not be permitted. Fill minor defects with cement mortar applied with a wood float. E. Install expansion joints in curb and gutters at stationary structures and at ends of curb returns. Expansion ' joints shall be 2 inch thick and shall be filled with joint filler shaped to the cross section of the curb and constructed at right angles with the curb line. Saw cut contraction joints every 15 feet, to be '/s to % inch by I %: inches. Saw cut at right angles to curb line. Fill with joint seal. F. Cure as described elsewhere in this section. G. Maximum variation from indicated grades shall be' inch in 10 feet. I 3.7 SIDEWALKS AND ACCESS RAMPS A. Excavate and/or fill subgrade to the required elevation; compact to a firm, even surface; proof roll as specified in Section 02220; remove soft and yielding material; replace with suitable material; and compact entire subgrade. I B. Construct forms of metal or wood, free from warp, and of sufficient strength to resist springing during concrete pouring; stake, brace and hold firmly to required lines and grades; clean and oil forms before concrete is placed; face forms or templates matching the shape of the planned curb which are required when an extrusion machine is not used. C. Construct concrete sidewalks and access ramps according to the lines, grades, and details indicated on the 1 Drawings. As far as practical, sidewalks shall be continuously poured. Access ramps shall be poured monolithically. Consolidate concrete material to prevent honeycombing. Strike off top with a straightedge ' and tamp or vibrate sufficiently to bring mortar to surface. D. Sidewalks and access ramps shall have a non -slip broom finish. E. Provide tool joints, saw joints, and expansion joints where indicated on the Drawings. Expansion joints shall be at least %z inch wide, spaced as indicated on the Drawings and between sidewalk and all stationary structures. Fill with joint filler. Provide'/2 inch expansion joint material (AASHTO M 213) between curb and sidewalk, and between curb and access ramp. 3.8 DRAINAGE STRUCTURES I A. Reinforced box culverts, retaining walls, drop inlets, junction boxes, drop inlet extensions, headwalls, and other drainage structures shall be constructed with reinforced concrete, as shown on the Drawings. B. Concrete shall not be placed until the Engineer or Engineer's representative has observed the forms and placement of reinforcement. C. The concrete floors of nonmonolithic structures shall be placed at least 24 hours before beginning construction of the walls. A longer period of time may be required if weather conditions make it City of Fayetteville May 30, 2003 ' Engineering Division Page 03316-6 I necessary. D. Curing is described in 3.5. ' 13. Walls shall be constructed to fort a tight joint with the floor and around pipes. Pipes shall be cut flush with the inside surfaces of the wall. IF. Faces of drop inlets and drop inlet extensions shall match the curb face slope and alignment. Box culverts headwalls shall be parallel with the road centerline. Box culvert wingwall alignment and/or dimensions may vary from the Plans to best fit field conditions. G. The rings or frames shall be set accurately to the finished elevations so that subsequent adjustments will be not necessary. ' F1. Backfill for drop inlets, extensions, and headwalls may he permitted after concrete has cured for48 hours and concrete has attained 75% of the minimum compressive strength, if the Contractor takes ' responsibility for the structure maintaining its integrity. Otherwise, backfill may commence when concrete test cylinders attain the minimum compressive strength for that structure. Backfill within the roadway embankment and immediately adjacent to bridge abutments, culverts, retaining walls, or other places inaccessible to rollers, shall be placed in approximately 6" horizontal layers, loose measurement, at near optimum moisture content and compacted with mechanical equipment to 95% of the maximum density as determined by AASHTO T 99. The specified density will not be required immediately adjacent to wingwalls of box culverts. The backfill in front of such units shall be placed first to prevent the possibility of forward movement. Special precautions shall be taken to prevent wedging action against the concrete, and the slope bounding the excavation for abutments and wingwalls shall be stepped or roughened to prevent wedge action. No backfill shall be placed against abutments, retaining walls, or box culverts until the concrete has cured ( for at least 14 days or until test cylinders show the minimum strength has been obtained. 1. Structures shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind, and shall be reasonably free of such accumulations during construction and at job completion. J. Drop inlets shalt steps when height measurement form the footing to the top the structure (top of ring and lid) is four feet or more. These steps shall be ICM S-700 (Polypropylene Plastic), or approved equal. 3.9 DRIVEWAYS & MEDIANS A. Portland cement concrete driveways and medians shall he constructed in one course on the prepared subgrade or on a completed and accepted base course or asphalt course in accordance with these specifications and in conformity with the lines, grades, thickness, and detail/typical cross section shown on the Drawings. B. Expansion material shall he placed between the curb and driveway and any existing portion of driveway. ' Thejoint filler shall be''/] inch thick and meet the requirements of AASH'I'O M 213. The top % inch of the expansion Joint shall be filled with silicone sealer, or other scaler approved bythe Engineer flush, with the surface. ' C. Curing is described in 3.5. City of Fayetteville May 30, 2003 Engineering Division Page 03316-7 ri D. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. E. The concrete shall be deposited in the forms upon a wetted subgrade to such depth that when it is , compacted and finished, the top will be the required elevation. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The top shall be struck off with a straightedge after which it shall be finished with a float to a smooth and even surface. Edges shall be rounded with a %2 inch radius edger. 3.10 DITCH PAVING ' A. Concrete ditch paving shall be accordance with these specifications and in conformity with the locations, lines, and grades shown on the Drawings, or as directed. , B. The subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted. I C. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. D. The concrete shall be deposited in the forms upon a wetted subgrade to such depth that when it is compacted and finished, the flow line shall be at the required elevation and the sides at required widths, slopes, and thicknesses. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The flow lines and sides shall be struck off with a straightedge and tamped sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. The final surface shall be broomed. Edges shall be rounded with a 2 inch radius edger. E. Transverse joints shall be sawn at ten foot intervals measured longitudinally along the flow line. The depth of the joints shall be % of the slab thickness. F. Immediately after the forms have been removed, the spaces on each side of the paving shall be backfilled with suitable material and compacted with mechanical equipment. Two feet of solid sodding shall be placed adjacent to the ditch. G. When a section of ditch paving terminates at a structure, a'/2 inch thick expansion joint conforming to AASHTO M 213 shall be provided. Expansion material shall be provided at 50 foot intervals. This expansion material shall be constructed a %2 inch below surface and this '/2 inch shall be filled with concrete joint sealant. 3.11 UNDERDRAIN OUTLET PROTECTORS i A. The foundation shall be prepared to the required depth, forms set rigidly to the line and grade designated, and the concrete place, spaded, vibrated, and finished with a wood float to a true and even surface. When completed, the concrete shall be cured as specified. B. The outlet protector shall be placed in such a manner that the underdrain lateral has a uniform slope to , ensure proper drainage. Abrupt changes in slope along any portion of the lateral will not be permitted. City'of Fayetteville May 30, 2003 Engineering Division Page 03316-8 L 3.12 FIELD QUALITY CONTROL A. Testing of concrete in the field, either as poured or after setting or curing shall he as required by Engineer. The cost of all testing to demonstrate compliance with the specifications shall as indicated in Section 01400. ' B. Cooperate with testing laboratory personnel to take and properly handle field samples. C. Composite samples shall be obtained in accordance with ASTM C 172 ' D. Mold and laboratory cure three specimens from each test required in accordance with ANSUASTM C 31. E. Measure air content in Class A concrete or other specified concrete mix in accordance with ASTM C 231. 1 F. Test the specimens in accordance with ANSUASTM C 39. Two specimens shall be tested at 28 days for acceptance and one specimen shall be tested at 7 days for information. For concrete compressive strength tests less than the 7 day (such as for backfilling structures, etc.), the Contractor will be responsible for these tests. 1G. The slump of the normal -weight concrete sample for each strength test shall he determined in accordance with ANSI/ASTM C 143. H. Failure of concrete and flowable fill is defined as the average compressive strength of the tested specimens. The strength level of the concrete or flowable fill shall be considered satisfactory if both of the following requirements are met: I. The average of all sets of three consecutive strength tests equal or exceed the specified compressive strength. 2. No individual strength test (average of two cylinders) falls below required compressive strength by more than 500psi. I. Should the test cylinders fail to demonstrate compliance with the specifications, reconstruct the concrete ' structure at no additional cost to Owner. Contractor shall then be responsible for the expenses involved in re -testing the concrete. Ii. Testing will be required for every 50 cubic yards of concrete or flowable fill placed or for each days pour and/or placement whichever is least or as directed by the Engineer or his representative. The cost of all testing made at the request of the Owner will be as indicated in Section 01400. Engineer shall furnish ' Owner with copies of concrete testing required by Engineer during the course of the Work. 3.13 CLEANING ' A. Clean work areas and all concrete formwork and waste. Waste concrete shall not be disposed of on site except as approved by Engineer. ' 3.14 WEATHER AND TEMPERATURE LIMITA'T'IONS A. No concrete shall he placed unless the temperature of the concrete is more than 50 degree F when placed. If heating of the ingredients is necessary to meet this criterion, it shall be accomplished by a method such as dry heat or steam. Water shall not be heated to more than 180 degree F, and shall be combined with the aggregate before the addition of cement. Frozen aggregates may not be used. ' City of Fayetteville Engineering Division May 30, 2003 Page 03316-9 B. After concrete is placed, it shall be protected by insulated forms, blankets, enclosing and heating, or any approved method that will maintain 50 degree F temperature for at least 5 days. The Contractor shall have available and ready for immediate use sufficient materials and equipment for maintaining the temperature of the concrete. C. Concrete that has been frozen or damaged due to weather conditions shall be replaced at no additional cost to the Owner 3.15 SCHEDULE A. Cast -in -place concrete class is generally indicated on the Drawings for each type of usage. The following schedule will govern where no concrete class is indicated on the Drawings. Class A Class B Curb and Gutter x Sidewalks & Access Ramps x Drainage Structures x Ditch concrete paving x Driveways x Manholes x Manhole adjustments x Water valve adjustments x Guard rail post holes x Concrete pads x Flared end section wall x Underdrain outlet protector x Thrust blocks x Encasement x Pipe bedding x Reinforced Concrete for Box Culverts, Retaining Walls, Sidewalks, and other Special Structures shall be 4000 psi. End of Section 03316 City of Fayetteville May 30, 2003 Engineering Division Page 03316-10 g E5 • City of Fayetteville • cP / 3 Staff Review Form 5eua15Et (Z^ kNdZVII City Council Agenda Items /yc 46//no or Contracts November 1, 2005 City Council Meeting Date Paul LibertiniO. Engineering Operations Submitted By Division Department Action Required: A resolution awarding a construction contract to Sweetser Construction, Inc. in the amount of $1,228,413.00 for ippy Hollow Rd. & Huntsville Rd. (Hwy. 16) Intersection Improvements; approving a project contingency of 22,841.00; and approving a budget adjustment in the amount of $843,330.00. $ 1, 396, 254.00 Cost of this request 4470.9470.5809.00 Account Number 04011 Project Number Budgeted Item $ 649,999.98 Category / Project Budget 97 Funds Used to Date $ 552,925.00 Remaining Balance Budget Adjustment Attached o• os Department irector Date City Attorney Date Finan a and I ternal Service Director Date Mayor Huntsville & Happy Hollow Intersection Program Category / Project Name Street Improvements Program / Project Category Name Capital Improvement Const Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office I;n,zi.IIIY n.1flhJil((- VZa7flg 7 7771 i City of Fayetteville Engineering Division 113 West Mountain Fayetteville, AR 72701 ph: 479-575-8206 ARKANSAS fax: 479-575-8202 Date: October 13, 2005 To: Fayetteville City Council Thru: Dan Coody, Mayor Gary Dumas, Director of Operations-" Ron Petrie, City Engineer From: Paul Libertini, Staff Enginee/ Subject: Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements RECOMMENDATION: Staff recommends approval of a resolution awarding a construction contract to Sweetscr Construction, Inc. in the amount of $1,228,413.00; approving a project contingency of S 122,841.00; and approving a budget adjustment in the amount of $843,330.00. BACKGROUND This intersection improvement project is part of the 2004-2008 Capital Improvements Program. A conceptual plan which showed the total reconfiguration of this intersection was presented to and approved by the Street Committee. The original intersection is four -legged with four-way stop control. The proposed design is for a three-legged intersection ("T"- intersection) with signal control. The proposed construction will also change the main route of travel. The new traffic flow will direct westbound traffic from Hwy 16 south to Happy Hollow Rd, then west to 15'h St to Hwy 71 B. This will keep the main flow of traffic on State Hwy 16. The existing main route for westbound traffic from Hwy 16 is to continue west on Huntsville Rd to Archibald Yell or College. Since this project is on the State Highway System, a construction permit has been applied for with the AHTD. The City has received a letter from the AHTD which states that they will issue a permit for construction as soon as all the necessary right-of-way has been acquired for this project. On October 6ih, the Street Committee recommended forwarding the construction contract to the full City Council for approval. DISCUSSION / STATUS The contract bids were opened on October 6, 2005. Only one construction bid was received from Sweetser Construction, Inc. The project engineer has reviewed the bid and recommends awarding the contract to the low bidder, Sweetser Construction, Inc., in the amount of $1,228,413.00 as it was only +4.8% above the engineers estimate (see the attached bid tabulation sheet). The estimated total project costs including the project contingency for unforeseen project expenditures and estimated land acquisition costs are as follows: Contractor Bid Amount $ 1,228,413 10% Contingency $ 122,841 Materials Testing $ 5,000 In-house Management & Inspection $ 20,000 Land Acquisition $ 20.000 CONSTRUCTION TOTAL $ 1,396,254 BUDGET IMPACT: Project Budget $ 649,999.98 Funds Used to Date $ 97,074.98 Remaining Balance $ 552,925.00 This project has a shortfall of S843,330 which will be covered by transferring the remaining balances from other Street Improvement Projects which have been completed or are not viable in the foreseeable future. The detailed list of those projects are attached to the Budget Amendment Form. PDUpdI Attachments: Bid Tabulation Form Budget Amendment Form Contract Agreement Purchase Requisition Form RESOLUTION NO. A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $1,228,413.00 FOR HAPPY HOLLOW ROAD & HUNTSVILLE ROAD INTERSECTION IMPROVEMENTS; APPROVING A PROJECT CONTINGENCY OF $122,841.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $843,330.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards a construction contract to Sweetser Construction, Inc. in the amount of $1,228,413.00 for Happy Hollow Road & Huntsville Road Intersection Improvements. 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 of $122,841.00. Section 3. That the City Council of the City of Fayetteville, Arkans s hereby accepts approves a budget adjustment in the amount of $843,330.0/ 1, J PASSED and APPROVED this 15t day of Novembe 00 i. APPROVEW: A, r _ DAN 1JODY, May> G From: Clarice Pearman To: Libertini, Paul Date: 11/2/05 1:38PM Subject: Sweetser Construction Paul, The City Council passed a resolution November 1, 2005 for the Hapy Hollow Road & Huntsville Road improvements. However I don't have a signed agreement to continue the processing of the resolution. Please see that I get a signed agreement to process with the resolution. Thanks. Clarice From: dance Pearman To: Libertini, Paul Date: 11/2/05 2:31 PM Subject: Re: Sweetser Construction Iia iil:T? >>> Paul Libertini 11/02/05 01:57PM >>> Yes, I will obtain a signed agreement, the performance & payment bonds, and the certificate of insurance from Sweetser and then forward them to you for processing. Thank you. >>> Glance Pearman 11/02/05 01:38PM >>> Paul, The City Council passed a resolution November 1, 2005 for the Hapy Hollow Road & Huntsville Road improvements. However I don't have a signed agreement to continue the processing of the resolution. Please see that I get a signed agreement to process with the resolution. Thanks. Glance I Section 00500 AGREEMENT BETWEEN CITY OF FAYETI'EVILLE AND CONTRACTOR TIlIS AGREEMENT is dated as of the day of in the year 2005 by and between the City of Fayetteville, Arkansas and Sweetser Construction, Inc. (hereinafter called Sweetser). City of Fayetteville and Sweetser, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. Sweetser shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of reconstructing & reconfiguring the existing four legged intersection into a "T" intersection. The improved intersection will be signalized with video detection. The demolition work will involve the obliteration of portions of the existing roadway, sidewalks, drainage structures, parking lot, & etc. The construction work will involve placing hillside material, aggregate base, asphalt binder, and asphalt surfacing with the associated earthwork, drainage pipes, inlets, sidewalks, traffic signalization, and other items indicated in the Drawings and Specifications. Article 2. ENGINEER. The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 who is hereinafter called Engineer and who is to act as City of Fayetteville's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1. The Work shall be substantially completed within 180 consecutive calendar days after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.8 & C of the General Conditions within 210 consecutive calendar days after the date when the Contract Time commences to run. 3.2. Liquidated Damages. City of Fayetteville and Sweetser recognize that time is of the essence of the Agreement and that City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayettevil le and Sweetser agree that as liquidated damages for delay (but not as a penalty), Sweetser shall pay City of Fayetteville One thousand dollars ($1,000.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Sweetser shall neglect, refuse or fail to complete Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville October 13, 2005 Engineering Division Page 00500-1 the remaining Work within the time specified in paragraph 3.1 for completion and payment or any proper extension thereof granted by City of Fayetteville, Sweetser Fayetteville One thousand dollars (S1,000.00) for each day that expires after the paragraph 3.1 for completion and readiness for final payment. Article 4. CON'I'RAC'I' PRICE. readiness for final shall pay City of time specified in City of Fayetteville shall pay Sweetser for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1. for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements PAY ITEMS Item No. Description Unit Estimated Quantity Unit Price Extended Price I Mobilization LS 1 $25,000.00 $25,000.00 2 Construction Staking LS I $9,500.00 $9,500.00 3 Maintenance of Traffic LS I $95000.00 $95,000.00 4 Tree Protection Fencing LP 300 $1200 $3,600.00 5 Excavation Safety IS I $3,500.00 $3,500.00 6 Clearing and Grubbing LS I $12000.(10 $12,000.00 7 R& DCurb& Gutter LP 1266 $10.00 $12,660.00 8 R & D Drainage Pipes LF 384 $ 15.00 $5,760.00 9 R & D Concrete Pavement & Driveways SY 915 $12.00 $10,980.00 10 R & D Concrete Sidewalk SY 600 $12.00 $7,200.00 II R & D Drop Inlet/Junction Box EA 3 $500.00 $1,500.00 12 R & D Concrete Flume EA I $500.00 $500.00 13 R & D Building Structure & Appurtenance LS I $ 18 000.00 $18,000.00 14 Unclassified Excavation CY 7,388 $18.50 $136,678.00 15 Compacted Sub mde-Select Hillside Material (Borrow) CY 5,100 $14.50 $73,950.00 16 Undercut and Backfill CY 500 $16.00 $8,000.00 17 7" Aggregate Base Course Class 7) SY 7,850 $7.70 $60,445.00 18 Aggregate Base Course (Class 7 Trenches Under Pavcmt TN 100 $16.00 $1,600.00 19 Concrete Curb and Gutter LF 2,500 $10.50 $26,250.00 20 ACHM BinderCourse PG 70-22 TN 1500 $67.00 $100,500.00 21 ACHM Surface Course PG 70-22) TN 740 $69.00 $51,060.00 22 18 -inch Reinforced Concrete Pipe RCP LF 624 $50.50 $31,512.00 Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville Engineering Division October 13, 2005 Page 00500-2 23 24 -inch Reinforced Concrete Pipe (RCP) 1-F 110 $73.50 $8,085.00 24 36 -inch Reinforced Concrete Pipe (RCP) LF 45 $162.50 $7,312.50 25 48 -inch Reinforced Concrete Pipe RCP LF 240 $249.00 559,760.00 26 24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall EA 1 $1,356.00 $1,356.00 27 Concrete Headwalls, Win walls & Aprons for Double 48 -inch RCP LS 1 $7,900.00 $7'900.00 28 Dial 8'x4' Conc Box Culvert & I8'x6' Conc Connection Box IS 159 $547.00 $86,973.00 29 Drop Inlet T 'C' 4'x4' or MO' 4' Dia.) EA 10 $1,900.00 $19,000.00 30 Drop Inlet T 'C' 4'x5' EA I $2,200.00 $2,200.00 31 Drop Inlet T 'C4'x6' PA I $2,500.00 $2,500.00 32 Drop Inlet 'f 'C' 4'x20') EA I 57,500.00 57,500.00 33 Drop Inlet T 'C' 5'x5' PA I 52,500.00 $2,500.00 34 Drop Inlet T 'C' 5516' LA 1 $7100.00 $7,100.00 3S Grate Inlet (4'x4') EA 1 $2,900.00 $2,900.00 36 Grate Inlet 5'x13' EA 1 $7,100.00 $7,100.00 37 Drop Inlet Extension (4') EA 12 $600.00 $7,200.00 38 Junction Box 4'x4' or 'MO 4' Dia, EA 1 $1,700.00 $1,700.00 39 Convert Drop Inlet to Junction Box EA I $900.00 $900.00 40 Adjust Manhole to Finished Grade EA 3 5750.00 $2,250.00 41 Adjust Water Valve to Finished Grade PA 3 $200.00 $600.00 42 Relocate Flashing Advance Crossing Sign LS I $2,100.00 $2,100.00 43 Concrete Outlet Structure Top 5' EA I $1,000.00 51,000.00 44 Concrete Sidewalk 4" w/ Agg. Base (4") SY 1,650 $45.00 $74,250.00 45 Concrete Access Ramp (4") w/ Agg. Base (4") SY 65 $45.00 $2,925.00 46 Detectable Warning Surfaces SP 132 $35.00 $4,620.00 47 Concrete Driveway (6") SY 375 $49.00 $18,375.00 48 Seeding and Mulching AC 2.0 $3,500.00 $7,000.00 49 Solid Sodding SY 1,200 $5.00 $6,000.00 50 Imported ToSoil CY 1400 $14.50 $20,300.00 51 Baled Straw Ditch Check 1-3 EA 30 $150.00 $4,500.00 52 Silt Fence E-1 I.F 600 $12.00 $7,200.00 53 Drop Inlet Silt Fence E-2 LA 19 $400.00 57,(d)O.(X) 54 Thermoplastic Pavement Marking White or Yellow (4") I.F 4,500 $0.55 $2,475.00 55 Thermoplastic Pavement Marking White 18" LF 650 $8.80 55,720.00 56 Thermoplastic Pavement Marking White 12 LF 130 $7.70 $1,001.00 57 Thermoplastic Pavement Markin ARROWS EA 9 $220.00 $1,980.00 58 Thermoplastic Pavement Markin (WORDS) EA 3 $250.00 5750.(X) 59 Plowable Pavement Marker (Type I (Clear) EA 35 $44.00 $1,540.00 60 Plowable Pavement Marker T 11 (Yellow/Yellow) EA 45 $44.00 $1,980.00 61 Standard Signs SF 27.8 $12.00 $333.60 ".a,'.4';; W' f - AP1IA0i'61i1. Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville October 13, 2005 Engineering Division Page 00500-3 I 62 Service Point Assembly (2 Circuits) LS I $1,500.00 $1,500.(X) 63 System Local Controller (16 Phase (Peck 3000E EA I 513,500.00 $13,500-(X) 64 Video Detector (Mast Mount) (Philips VI'K35 IA w/Zoom Lens) EA 4 $2,800.00 $11,200.00 65 Video Processor Unit -4 Channel Peek. VideoTrak-905 EA I $18,700.00 $18,700.00 66 MDS 9710B Radio w/ Remote Diagnostics EA I $2,600.00 $2,600.00 67 Astron RS -5A Power Supply EA I $405.00 $405.00 68 Kathrein/Scala TY-900 Yagi Antenna EA I $525.00 $525.00 69 Polyphaser IS-50NX-C2 Arrestor EA I $175.00 $175.00 70 Pelco AB -3026 -84 -SS Mount w/ SE -O484-23 Tube Riser EA I $300.00 $300.00 71 Pcico Flasher Controller Assw/Nema Flasher SE- 1017 EA I $1200.00 $1,200.00 72 Non -Metallic Conduit 2" LF 500 $10.00 $5,000.00 73 Non -Metallic Conduit 3" LF 300 $22.00 $6,600.00 74 Concrete Pull Box (Type 2) EA 5 $460.00 $2,300.00 75 Traffic Signal Cable 7c/I4 AWG LF 865 $2.00 $1 ,730.00 76 Traffic Signal Cable 20c/14 AWG) LF 250 $4.40 $1,100.00 77 Feeder Wire LP 760 $1.00 $760.00 78 Video Cable LP 570 $5.60 $3192.00 79 Elect. Cond. for Luminaires/Flasher Controller 2c/12 AWG) LF 720 $1.60 $1,152.(0 80 Electrical Conductors -In -Conduit 2c16 AWG) LF 280 $4.10 $1,148.00 81 Electrical Conductors -In -Conduit I c18 AWG, EGC LF 600 $2.10 $1,260.00 82 RFN-1006-31 Coax Connectors EA 4 $40.00 $160.00 83 Belden 9913 Coax Cable LF 670 $2.50 $1,675.(0 84 Traffic Signal Head (3 -Section) L.E.D. EA 6 $750.00 $4,500.00 85 Traffic Signal Head(I-Section) L.E.D. EA 2 5450.00 $900.00 86 Traffic Signal Head (5 -Section) L.E.D. EA I $1,300.00 $1,300.00 87 Pedestrian Signal Head (International Symbols) EA 6 $610.00 $3,660.00 88 Traffic Signal Must Arm and Pole With Foundation 25' EA I $6,750.00 $6,750.00 89 Traffic Signal Mast Ann and Pole With Foundation 28 EA I $7,500.00 $7,500.00 90 Traffic Signal Mast Arm and Pole With Foundation 35 EA I $8,600.00 $8,600.00 91 Traffic Signal Mast Ann and Pole With Foundation 38 EA I $8,800.00 $8,800.00 92 Traffic Signal Pedestal Pole With Foundation 14"1 -all EA 2 $1 ,760.00 $3,520.00 93 Traffic Signal Pedestal Pole With Foundation 35Tall EA I $3,820.00 $3,820.00 94 LuminaireAssembl EA 3 $400.00 $1,200.00 •tR9 P:l IG . S.. 1 t04 1.2 33.00 •28.,!1$3.- 0 Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville Engineering Division October 13, 2005 Page 00500-4 I As provided in paragraph 11.03 of the General Conditions estimated quantities are not guarantccd, and determinations of actual quantities and classifications arc to be made by Engineer as provided in paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.C of the General Conditions. Article 5. PAYMENT PROCEDURES Sweetser shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1. Progress Payments. City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Sweetser's Applications for Payment as recommended by Engineer, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -1 4.02. All such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance with paragraphs I4.02.B.5 & 14.02.1) of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the Engineer, and if the character and progress of the Work have been satisfactory to City of Fayetteville and Engineer, City of Fayetteville, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to City of Fayetteville as provided in paragraphs 14.02.8.5 & 14.02.D of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to Sweetser to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14.07.B & C of the General Conditions, City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraphs 14.07.B & C. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce City of Fayetteville to enter into this Agreement Sweetser makes the following representations: 6.1 . Sweetser 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." Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville October 13, 2005 Engineering Division Page 00500-5 6.2. Sweetser 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. Sweetser 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. Sweetser 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. Sweetser 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 Sweetser is entitled to rely as provided in paragraph 4.02 of the General Conditions. Sweetser acknowledges that such reports and drawings are not Contract Documents and may not be complete for Sweetser's purposes. Sweetser acknowledges that City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Sweetser has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by Sweetser and safety precautions and programs incident thereto. Sweetser 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. Sweetser is aware of the general nature of work to be performed by City of Fayetteville and others at the site that relates to the Work as indicated in the Contract Documents. 6.6. Sweetser has correlated the information known to Sweetser, 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. Sweetser has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Sweetser has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Sweetser and the Contract Documents are generally sufficient to indicate and convey understanding of all term and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMEN'T'S The Contract Documents which comprise the entire agreement between City of Fayetteville and Sweetser concerning the Work consist of the following: 7.1. This Agreement (pages I to 9, inclusive). 7.2. Performance and Payment Bonds (Exhibits A and B respectively). 7.3. Certificates of Insurance (Exhibit C). Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville October 13, 2005 Engineering Division Page 00500-6 C 7.4. Documentation submitted by Swcctscr prior to Notice of Selection (Exhibit D). 7.5. General Conditions (pages I to 41, inclusive). 7.6. Supplementary Conditions (pages I to 12 inclusive). 7.9. Specifications consisting of Divisions I through 16 as listed in table of contents thereof. 7.10. Addenda number 1. 7.11. Two sets of drawings (not attached hereto) consisting of cover sheets and additional sheets with each sheet bearing the following general titles: Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements (44 sheets total) Happy Hollow Rd & Huntsville Rd (Hwy 16) Signalization Plans (5 sheets total) 7.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: 7.12.1. Notice to Proceed 7.12.2. All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions. Article 8. MISCELLANEOUS. 8.1. Terms used in the Agreement which 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 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. City of Fayetteville and Sweetser each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to he 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. Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville October 13, 2005 Engineering Division Page 00500-7 I 8.5. 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. 8.6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If Freedom of Information Act request is presented to the City of Fayetteville, Sweetser 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. 8.7. This contract must be interpreted under Arkansas Law. Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville Engineering Division October 13, 2005 Page 00500-8 IN WTI'NESS WHEREOF, CITY OF FAYETTEVILLE and SWEETSER have signed this Agreement in quadruplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and two counterparts have been delivered to Sweetser. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Sweetser or identified by Engineer on their behalf. This Agreement will be effective on , 2005 (which is the Effective Date of the Agreement). OWNER: City of Fayetteville CONTRACTOR: Sweetser Construction. Inc. By: By: Mayor Dan Coody William G. Sweetser President Title [CORPORATE SEAL] Attest Address for giving notices (If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) [CORPORATE SEAL] Attest If a Corporation, attest by the Secretary. Address for giving notices License No. 002470406 Agent for service of process: (If Contractor is a corporation, attach evidence of authority to sign) Happy Hollow Rd & Huntsville Rd Intersection Improvements City of Fayetteville Engineering Division October 13, 2005 Page 00500-9 HAPPY HOLLOW RD & HUNTSVILLE RD • (HIGHWAY 16) INTERSECTION IMPROVEMENTS BID O05-26, BID TABULATION FORM BID OPENING - OCTOBER 6, 2005 @ 2:OOPM City of Fayetteville. Arkansas Item No. Description Unit Estimated Quantity Swetser Construction, Inc. City of Fs ettevillc Unit Price Extended Price Unit Price Extended Pnce I Mobilization LS I $25,000.00 525,00.00 $50,000.00 $50,000.00 2 Conswction Staking LS I $9,500.00 $9,500.00 $25,00.00 $25,000.00 3 Maintenance of Traffic LS I $95,000.00 $95,000.00 $40,000.00 $40,000.00 4 Trcc Protection Fencing LE 300 512.00 $3,600.00 $5.00 $1,500.00 S Excavation Safety LS I $3,500.00 $3,500.00 $4,000.00 $4.000.00 6 Clearing and Grubbing LS I $12,000.00 $12,000.00 $5,00000 $5,000.00 7 R& DCurb&Gutter LF 1,266 $10.00 $12,660.00 $10.00 $12,660.00 8 R & D Drainage Pipes LF 384 $15.00 $5,760.00 $3000 $11,520.00 9 R & D Concrete Pavement&Driveways SY 915 $12.00 $10,980.00 $2000 $18,300.00 10 R&D Concrete Sidewalk SY 600 $12.00 57.200.00 $12.00 $7,200.00 I I R & D Dmp Inlet/Junction Box EA 3 $500.(X) $1,500.00 $800.00 52,400.00 12 R & D Concrete Flume EA I $500.00 $500.00 $300.00 $300.00 13 R & D Building Structure & Appurtenances LS I $18,000.00 $18,000.00 $15,000.00 $15,000.00 14 Unclassified Excavation CY 7,388 $18.50 $136,678.00 $15.00 $110,820.00 15 Compacted Suhgrade-Select Hillside Material (Borrow) CY 5.100 $14.50 $73,950.00 $20.00 $102,000.00 16 Undercut and Backfill CY 500 $16.00 $8,000.00 $30.00 $15,000.00 17 7" Aggregate Base Course (Class 7) SY 7.850 $7.70 $60,445.00 $6.25 $49,062.50 18 Aggregate Base Course (Class 7)(Trenches Under Pavemi) TN 100 $16.00 $1,600.00 $17.00 $1,700.00 19 Concrete Curb and Gutter LF 2,500 $10.50 $26,250.00 $10.00 $25,000.00 20 ACHM Binder Course(PG 70-22) TN 1.500 567.00 $100,500.00 $60.00 $90,000.00 21 ACHM Surface Course (PG 70-22) TN 740 $69.00 $51,060.00 $60.00 $44,400.00 22 18 -inch Reinforced Concrete Pipe (RCP) LF 624 $50.50 531,512.00 $5000 $31,200.00 23 24 -inch Reinforced Concrete Pi (RCP) LF 110 $73.50 $8,085 W $60.00 $6,600.00 24 36 -inch Reinforced Concrete Pipe (RCP) LF 45 $162.50 57,312.50 $80.00 $3,600.00 25 48 -inch Reinforced Concrete Pi (RCP) LF 240 $249.00 $59,760.00 $150.00 $36,000.00 26 24 -inch Flared End Section (FFS) (RCP) w/ Curtain Wall FA I $1,356.00 $1,356.00 $1,000.00 $1.000.00 27 RCP IS I $7,900.00 57,900.00 57,500 00 $7,500.00 28 Dbl R'x4' Cone Box Culvert & 18k6' Conc Connection Box LF 159 $547.00 $86,973.00 $60000 $95,400.00 29 Drop Inlet (Type 'C 4'x4' or MO' 4' Dia.) EA 10 $1,900 00 $19,000.00 $2,800 00 $28,000.00 30 Drop Inlet (Typc'C 4'x5') EA I $2,200.00 $2,200.00 $3,000.00 $3,000.00 31 Dmp Inlet (Type 'C' 4'x6') EA I $2,50.00 $2,500.00 $3,500 00 53,500.00 32 Drop Inlet (Type 'C 4'x20') EA I $7,500.00 $7,500 00 $8,000.00 $8,000.00 33 Drop Inlet (Type 'C' 5'x5') EA I $2,500.00 $2,500.00 $3,000.00 $3,000.00 34 Drop Inlet (Type 'C 5'x16') EA I $7,100.00 $7,100.00 $6,000.00 $6,000.00 35 Grate Inlet (4'x4') EA I $2,900.00 $2,900.00 $3,000.00 $3,000.00 36 Grate Inlet (5'x 13') EA I $7,100.00 $7,100.00 $6,000.00 $6,000.00 37 Drop Inlet Extension (4') FA 12 $600.00 $7,200.00 $700.00 $8,400.00 38 Junction Box 4'x4' or 'MO' 4' I)ia. EA I $1,700.00 $1,700.00 $3,000.00 $3,000.00 39 Convert Drop Inlet to Junction Box EA 1 $900.00 $900.00 $1,200.00 $1,200.00 40 Adjust Manhole to Finished Grade EA 3 $750.00 $2,250.00 $600.00 $1,800.00 41 Adjust Water Valve to Finished Gmde EA 3 $200.00 $600.00 $400.00 $1,20.00 42 Relocate Flashing Advance Crossing Sign LS I $2,100.00 $2,100.00 $3,000.00 $3,000.00 43 Concrete Outlet Structure Top (5') FA I $1000.00 $1,00000 $400.00 $400.00 44 Concrete Sidewalk (4") w/ Agg. Base (4") SY 1.650 545.00 $74,250.00 $35.00 $57,750.00 45 Concrete Access Ramp (4") w/ Agg. Base (4') SY 65 $45.00 $2,925.00 $60.00 $3,9X).00 46 Detectable Warning Surfaces SF 132 $35.00 $4,620.00 $50.00 $6,600.00 47 Concrete Driveway (6") SY 375 $49.00 $18,375.00 $40.00 $15,000.00 48 Seeding and Mulching AC 2.0 $3,500.00 57,000.00 $4,000.00 $8,000.00 49 Solid Sodding SY 1.200 55.00 $6,000.00 $4.00 $4,800.00 Bid Tab 10/13/2005 1 of 2 7 50 Imported lop Soil CV 1.400 $14.50 520.300.00 $25.00 $35,000.00 51 Bahl Straw Ditch Che:k (G3) EA 30 $15000 $4,500.00 $30.00 $90000 52 Silt Fence (F -l) LF 600 $12.00 $7,200.00 $500 53.000.00 53 Drop Inlet Silt Fence (E-2) EA 19 $400.00 $7,600.00 $200.00 53.800.00 54 Thcnna lactic Pavement Marking White or Yellow (4") 1-F 4.500 $0.55 $2,475.00 $1,00 $4,500.00 55 Thermo lactic Pavement Masking White (18") LF 650 $8.80 $5,720.00 $8.00 55.200.00 56 Thermoplastic Pavement Marking White (12") LF l30 $7.70 $1,001,00 $6.00 $780.00 57 Thermo lactic Pavement Markin (ARROWS) EA 9 $220.00 $1 ,980.00 $200.00 $1,800.00 58 Thermoplastic Pavement Markin (WORDS) EA 3 $250.00 5750.00 $300.00 $900.00 59 Plowable Pavement Marker I (Clear) FA 35 $44.00 $1.540.00 $25.00 $875.00 60 Plowable Pavement Marker (Type 11 (Yellow/Yellow) EA 45 $44.00 $1,980.00 $30.00 $1,350.00 61 Standard Signs SF 27.8 $12.00 $333.60 $40.00 $1.112.00 ROADWAY CONSTRUCTION SUBTOTAL. $1,101,681.10 $1,046,929.50 62 Service Point Assembly (2 Circuits) IS I $1,500.00 $1,500.00 52.500.00 52.500.00 63 System Local Controller (16 Phase)(Peek 3000E) EA I 513.500.00 $13,500.00 $15,000.00 $15,000.00 64 Video Detector (Mast Mount) (Philips VPK351A w/Zoom tens) EA 4 52.800.00 $11,200.00 $3,000.00 $12.000.00 65 Video Processor Unit -4 Channel Peek VidcoTrak-905) EA I $18,700.00 $18.700.00 $20,000.00 $20,000.00 66 MDS 9710B Radio w/ Remote Diagnostics EA I 52.600.00 $2,600.00 $1,600.00 $1,600.00 67 Astmn RS -5A Power SI EA I $405.00 $405.00 $120.00 $12000 68 Kathrcin/Scala'IY-900 Yagi Antenna EA I $525.00 $525.00 $240.00 $240.00 69 Pol haler IS-50NX-C2 Arrestor EA I $175.00 $175.00 $90.00 $90.00 70 Pelco AB -3026 -84 -SS Mount w/ SE -O494-23 Tube Riser EA I $300.00 5300.00 $225.00 $225.00 71 Pcico Flasher Controller Ass w/Nema Flasher SE -1017 EA I $1,200.00 $1,200.00 $500.00 5500.00 72 Non -Metallic Conduit (2") LF 500 $10.00 $5,000.00 $15.00 $7,500.00 73 Non -Metallic Conduit (3") LF 300 $22.00 $6,600.00 $20.00 $6,000.00 74 Concrete Pull Box (Type 2) EA 5 $460.00 $2,300.00 $400.00 $2,000.00 75 Traffic Signal Cable 7c114 AWG LF 865 $2.00 51.730,00 $2.00 $1,730.00 76 Traffic Signal Cable (20c/ 14 AWG) 1-F 250 $4.40 51.100.00 $3.00 $750[0 77 Feeder Wire LF 760 $1.00 $760.00 $1.00 $760.00 78 Video Cable LF 570 $5.60 $3,192.00 $3.00 $1,710.00 79 Elect Cond. for Luminaires/Flasher Controller (2c/12 AWG) LF 720 $1.60 $1,152.00 $2.00 $1,440.00 80 Electrical Conductors -In -Conduit (2c/6 AWG) LF 280 $44.10 $1,148.00 $4.00 $1,120.00 81 Electrical Conductors -In -Conduit (Ic/8 AWG. EGC) LF 600 $2.10 51,260,00 $1.00 $600.00 82 RFN-1006-31 Coax Connectors EA 4 $40.00 $160.00 $8.00 $32.00 83 Bclden 9913 Coax Cable LF 670 $2.50 $1,675.00 $3.00 $2,010.00 84 Traffic Signal Head(3-Scction)(L.E.D.) EA 6 $750.00 $4,500.00 $1,000.00 56,(881.00 85 Traffic Signal dead I-Section)(L.E.D.) EA 2 $450.00 5900.00 $600.00 $1,200.00 86 Traffic Signal Head(5-Section)(L.E.D.) EA I $1,300.00 $1,300.00 $1,500.00 $1.500.00 87 Pedestrian Signal Head (International Symbols) FA 6 $610.00 53.660,00 $750.00 $4,500.00 88 Traffic Signal Mast Ann and Pole With Foundation (25) EA I $6,750.00 $6,750.00 $5,000.00 $5,000.00 89 Traffic Signal Mast Ann and Pole With Foundation (28') EA I $7,500.00 $7,500.00 $6,000.00 $6,000.00 90 Traffic Signal Mast Ann and Pole With Foundation (35') EA I $8,600 00 58.600,00 $7,000.00 $7,000.00 91 Traffic Signal Mau Ann and Pole With Foundation (38) EA I $8,800.00 $8.800.00 $8.000.00 $8,000.00 92 Traffic Signal Pedestal Pole With Foundation (14Tall) EA 2 $1.760.00 $3,520.00 $2,000.00 $4,000.00 93 Traffic Signal Pedestal Pole With Foundation (35 Tall) EA I $3.820.00 $3,820.00 $3,000.00 $3.000.00 94 Luminaire Assembly EA 3 $400.00 $1,200.00 $5(81.00 $1,500.00 TRAFFIC SIGNAL. SUBTOTAL $126,732.00 $125,627.00 TOTAL CONSTRUCTION COSTS $1,228,413.10 51,172,556.50 Bid Tab 10/13/2005 2 of 2 �NCo City of Fayetteville 11 D1 ID' Staff Review Form C City Council Agenda Items %_i..,r or A___ ��t0►� Contracts l f►tf ( o Only Mayor's Approval needed City Council Meeting Date Sid Norbash vj�r./ Engineering Operations Submitted By Division Department Action Required: Approval of Change Order #1 to the construction contract with Sweetser Construction, Inc. in the amount of for Happy Hollow Rd. & Huntsville Rd. (Hwy. 16) Intersection Improvements. Cost of this request 4470.9470.5809.00 Account Number 04011-20 Project Number Budgeted Item $122,841 Approved Contingency Category! Project Budget Funds Used to Date $122,841 Remaining Balance Budget Adjustment Attached a6 City Attorne Date t 7 ac Finance and Internal Service Director D Huntsville & Happy Hollow Intersection Program Category! Project Name Street Improvements Program I Project Category Name Capital Improvement Const Fund Name Previous Ordinance or Resolution # / 213-05 Original Contract Date: 11/12005 Original Contract Number: 1018 Received in C EIVItKED ice 31 Received in Mayor's Office Cr Date aye .yi.,le Date: January 12, 2006 To: Dan Coody, Mayor Thru: Gary Dumas, Director of Operations Ron Petrie, City Engineer `g- 7 From: Sid Norbash, Staff Engineer v✓ City of Fayetteville Engineering Division 113 West Mountain Fayetteville, AR 72701 ph: 479.575-8206 fax: 479-575-8202 Subject: Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements Construction Change Order #1 RECOMMENDATION: Staff recommends approval of the Change Order #1 in the amount of $6,800 to the construction contract with Sweetser Construction, Inc. BACKGROUND This intersection improvement project is part of the 2004-2008 Capital Improvements Program. A conceptual plan which showed the total reconfiguration of this intersection was presented to and approved by the Street Committee. The original intersection is four -legged with four-way stop control. The proposed design is for a three-legged intersection ("T"- intersection) with signal control. The proposed construction will also change the main route of travel. The new traffic flow will direct westbound traffic from Hwy 16 south to Happy Hollow Rd, then west to 150' St to Hwy 71 B. This will keep the main flow of traffic on State Hwy 16. The existing main route for westbound traffic from Hwy 16 is to continue west on Huntsville Rd to Archibald Yell or College. Since this project is on the State Highway System, a construction permit has been applied for with the AHTD. The City has received a letter from the AHTD which states that they will issue a permit for construction as soon as all the necessary right-of-way has been acquired for this project. On October 6th, the Street Committee recommended forwarding the construction contract to the full City Council for approval. DISCUSSION / STATUS As part of the construction contract, the contractor is required to Remove and to Dispose an existing structure on the site for a lump sum amount of $18,000. There is another very old structure that is also on this site and attached to the structure to be removed. It has been determined by the Staff that this additional existing structure will partially be located on the new Hwy R.O.W., and will need major repairs to be used for any purpose, and could even be a liability in the near future. Therefore, in line with Guiding Principle #2 (Well Maintained City Infrastructure and Facilities) removal of the second building is recommended. The removal will add to the attractiveness of the project site, and will enhance all the other proposed improvements. Sweetser Construction has agreed to a lump sum price of $6,800. This is a reasonable price for this removal compare to the bid price of $18,000 for the other structure. The cost to the City will be much more if the building is removed later on after this project is completed. BUDGET IMPACT: Project Contingency $ 122,841.00 Funds Used to Date $ -0- Remaining Balance $ 122,841.00 SN/sn Attachments: Change Order #1 Copy of Resolution 213-05 Site Drawing RESOLUTION NO. 213-05 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO SWEEPER CONSTRUCTION, INC IN THE AMOUNT OF $1,228,413.00 FOR HAPPY HOLLOW ROAD & HUNTSVILLE ROAD INTERSECTION IMPROVEMENTS; APPROVING A PROJECT CONTINGENCY OF $122,841.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $843,330.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards a construction contract to Sweetser Construction, Inc. in the amount of $1,228,413.00 for Happy Hollow Road & Huntsville Road Intersection Improvements. A copy of the contract marked Exhibit "A" is attached hereto, and made a part hereof. a • . w.. . projectcontingency. I 1 St . • . . r . . • ••� ATTEST: By: ;FAYETTEVILLE; SMITH, City Clerk City of Fayetteville Change Order No. 1 Project Title: Happy Hollow Rd. & Huntsville Rd. Intersection Improvements Project No. 04011-20 Contract No. 1018 Contract Date: 11/1/2005 Contractor: Sweetser Construction, Inc. The following changes are hereby made to the contract documents: Additional building removal and disposal per attached drawing. Conditions of the specifications, as related to Bid Item #13, will apply to the work, and this change order. The cost will be a lump -sum price of $6,800.00 Justification: To remove an old existing building, which will be partially located in the new Hwy R.O.W., and also to ecstatically improve the project area. Original Contract Price: $1,228,413.00 As adjusted by previous changes: $ N/A This C.O. will increase contract by: $ 6.800.00 The new contract price will be: $1,235,213.00 CHANGE TO CONTRACT TIME: Five (5) additional days shall be granted for this work, changing the substantial completion date to July 20, 2006, and full completion to August 19, 2006. APPROVALS REQUIRED To be effective this change order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested I Recommended• : ____f Approved by Contractor Approved by Mayor (2) Date ev /3 e6 Date Date /— /T Date V/ vB I LINO �roposed ewo'J0. BUILDING TO Clarice Pearman - Sweetser Constr CO1 Page 7 From: Clarice Pearman To: Norbash, Sid Date: 1/23/06 4:56PM Subject: Sweetser Constr CO1 Sid, Attached is a copy of the signed change order for Sweetser. I will forward to you the extra change orders via interoffice mail. CC: Bell, Peggy; Deaton, Vicki City of Fayetteville Staff Review Form City Council Agenda Items or Contracts Only Mayor's Approval needed City Council Meeting Date Sid Norbash Engineering Submitted By Division Action Required: ADDroval of Chanae Order #2 to the construction contract with Sweetser Cons for Happy Hollow Rd. & Huntsville Rd. (Hwy. 16) Intersection Improvements. $72,000.00 Cost of this request 4470.9470.5809.00 Account Number 04011-20 Project Number $122,841 Approved Contingency Category! Project Budget $6,800 Funds Used to Date $116,041 Remaining Balance Budgeted Item MR Budget Adjustment Attached arc. Inc/Co� Operations Department amount Huntsville & Happy Hollow Intersection Program Category / Project Name Street Improvements Program / Project Category Name Capital Improvement Const Fund Name 0 Previous Ordinance or Resolution # 213-05 ant Dj ctor Date Original Contract Date: 11/1/2005 :ITI)S.II) V V 1 � A ` Original Contract Number. 1018 u� City Attorney Date Received in City ark'sat O e ENTERED Finan and Internal Service Direct Datey% r/ Received in Mayor's Office %L71T�REU / ,'6k ruaur., Date IN m ar •.� i • I a- %_ � L r r• w III • .. a ♦ sY 11 'r I r F r dX w � . n :1 f ,_w. sr 4r r — . — .. I - . yr �e v!ll ye ARKANSAS e Date: July 6, 2006 To: Dan Coody, Mayor Thru: Gary Dumas, Director of Operations Ron Petrie, City Engineer. From: Sid Norbash, Staff Engineer is./ City of Fayetteville Engineering Division 113 West Mountain Fayetteville, AR 72701 ph: 479-575-8206 fax: 479-575-8202 Subject: Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements Construction Change Order #2 RECOMMENDATION: Staff recommends approval of the Change Order #2 in the amount of $72,000 to the construction contract with Sweetser Construction, Inc. Also granting 28 calendar days of time extension related to this Change Order. BACKGROUND This intersection improvement project is part of the 2004-2008 Capital Improvements Program. A conceptual plan which showed the total reconfiguration of this intersection was presented to and approved by the Street Committee. The original intersection is four -legged with four-way stop control. The proposed design is for a three-legged intersection ("T"- intersection) with signal control. The proposed construction will also change the main route of travel. The new traffic flow will direct westbound traffic from Hwy 16 south to Happy Hollow Rd, then west to 15`h St to Hwy 71B. This will keep the main flow of traffic on State Hwy 16. The existing main route for westbound traffic from Hwy 16 is to continue west on Huntsville Rd to Archibald Yell or College. DISCUSSION / STATUS This project is presently under construction. The contract called for an average depth of 2 feet of the existing soil to be replaced with suitable hillside. When excavation began, it became apparent that the unsuitable dirt is as deep as 4 to 6 feet. McClelland Consulting Engineers, Inc was asked to make a recommendation, and they recommended two recommendations. City Staff chose the more economical option of removal and replacement of the unsuitable soil. (For additional information please refer to the attached letter. BUDGET IMPACT: Project Contingency $ 122,841.00 Funds Used to Date $ 6,800.00 Remaining Balance $ 116,041.00 SN/sn Attachments: Change Order #2 Copy of Resolution 213-05 McClelland's letter NCEMCCLELLAND P. 0. Box 1229 CONSULTING Fayetteville, Arkansas 72702-1229 I ENGINEERS, INC. 479-443-2377 DES/GNfO TO SFRY Fax 479-443-9241 May 16, 2006 Mr. Sid Norbash Staff Engineer City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Re: Happy Hollow/Huntsville Improvements Fayetteville, Ark Dear Mr. Norbash: This letter is in reference to my site visit to the above referenced project of May l5, per your request. The undercutting of the northbound lane of Happy Hollow Road was underway (a very moist gray clay) and the native material below the undercut is soft and yielding. The soft material (moist gray clay) was determined to extend for a depth of approximately an additional 3.5 feet to a stiff brown silty clay and gray clay streaks. This same material was encountered previously on a small area in the past week on a portion of Happy Hollow relocation. The recommended section is the placement of a geotextile soil stabilization fabric, placement of a 24 -inch bridging lift of "Hillside" material and the placement of an additional 12 -inch compacted layer of "Hillside" material to function as the subgrade material at planned grade. This recommendation is an increase of 12 -inches of hillside material and the placement of the soil stabilization fabric beyond the planned 2 feet of select subgrade material. The stabilization fabric should be one of the following materials, or equal, woven fabric ProPex 2016 by AMOCO or #315ST by Synthetic Industries, or nonwoven fabric Style 4510 by AMOCO or # 1001 by Synthetic Industries. Another option that is recommended is the placement of a 24 -inch bridging lift of "Hillside" material and the placement of an additional 24 -inches of "Hillside" material compacted in 3 8 - inch layers to function as the subgrade material at planned grade. This recommendation is an increase of 24 -inches of hillside material beyond the planned 2 feet of select subgrade material. If there are any questions regarding these recommendations, please contact us. Sincerely, McClelland Consulting Engineers, Inc. R. Wayne Jones, P.E. Vice President/Project Manager C:Wata\RWJ\Happy Hollow 0515.wpd City of Fayetteville Change Order No. 2 Project Title: Happy Hollow Rd. & Huntsville Rd. Intersection Improvements Project No. 04011-20 Contract No. 1018 Contract Date: 6/14/2005 Contractor: Sweetser Construction, Inc. The following changes are hereby made to the contract documents: An estimated 4500 Cubic Yards of additional undercut and hillside is needed. Present Bid Item 16: 500 C.Y. Undercut & Hillside @ $16.00 / C.Y. $8,000.00 New Bid Item 16: 5000 C.Y. Undercut & Hillside @ $16.00 / C.Y. $80,000.00 An increase of $72,000.00. Additional work days granted because of these changes 28 calendar days Justification: Unsuitable soil was encountered over most of the site. Per McClelland's recommendation the unsuitable soil will be replaced and compacted with hillside. Original Contract Price: $1,228,413.10 As adjusted by previous changes: $ 6,800.00 This C.O. will increase contract by: $ 72.000.00 The new contract price will be: $1,307,213.10 CHANGE TO CONTRACT TIME: 28 additional days shall be granted for this work, changing the substantial completion date to August 18, 2006, and full completion to September 17, 2006. (1) APPROVALS REQUIRED To be effective this change order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the General Conditions of the Contract. Requested by J A Date Sid Norbash Recommended By Approved by Contractor Approved by Mayor Dan Coody (2) 7_ ,-O6 Date —� Date 4.r I. RESOLUTION NO. 213-05 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO SWEEISER CONSTRUCTION, INC. IN THE AMOUNT OF $1,228,413.00 FOR HAPPY HOLLOW ROAD & HUNTSVILLE ROAD INTERSECTION IMPROVEMENTS; APPROVING A PROJECT CONTINGENCY OF $122,841.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $843,330.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards a construction contract to Sweetser Construction, Inc. in the amount of $1,228,413.00 for Happy Hollow Road & Huntsville Road Intersection Improvements. 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 of $122,841.00. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment in the amount of $843,330.00. PASSED and APPROVED this 1a day of November, 2005. ATTEST: �l7i�/ls_�V� '�r• Clarice Pearman - Sweetser Constr Page I From: Clarice Pearman To: Norbash, Sid Date: 7.11.06 5:34PM Subject: Sweetser Constr Sid, Attached is a copy of the change order for Sweetser Construction. Please let me know if there is anything else needed. I am returning to you via interoffice mail the two of three original change orders. Thanks. Clarice CC: Audit