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